HomeMy WebLinkAboutRFQ 22-23-A22 Surveying and Mapping Contract- DRMP INC Fully Executed
Page 1 of 54
SURVEYING AND MAPPING PROFESSIONAL SERVICES CONTINUING
CONTRACT BETWEEN CLAY COUNTY UTILLITY AUTHORITY (CCUA) AND
DRMP, INC.
THIS AGREEMENT for SURVEYING AND MAPPING 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 DRMP, INC.,
941 Lake Baldwin Lane, Orlando, Florida 32814 (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-A22
Surveying and Mapping 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 December 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
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) thereof and requesting an extension of the Consultant’s
time performance. Upon receipt of the Consultant’s request for an extension of time,
CCUA will begin determination with the Consultant of the length of extension and
legitimacy of cause.
D. ADDITIONAL SERVICES: “Additional services” (herein so called) beyond the work
identified in the Supplemental Agreement Scope shall only be authorized to be performed
or provided by the Consultant when agreed to in writing in advance by both parties. In any
case in which the Consultant deems that additional compensation is due for its services or
materials which is not expressly covered in the Supplemental Agreement, or not
specifically authorized in writing by CCUA, the Consultant shall notify CCUA in writing
and must receive prior written approval therefrom CCUA. If the Consultant fails to provide
its written notice or does not receive CCUA’s written approval prior to performing or
providing any Additional Services, the Consultant shall not receive and additional
compensation for the same.
E. QUALITY CONTROL: The Consultant shall perform Quality Control (hereinafter
referred to as "QC”) review for all deliverables and supporting work prepared by the
Page 2 of 54
Consultant upon which those documents are based. The Consultant shall provide CCUA
with a summary of each QC reviewed document which identifies the document reviewed
and the QC review steps that were performed. The Consultant shall keep the original or
copy of each QC reviewed document bearing distinguishable markings that identify the
QC review steps that were performed by whom and when for the Duration of this
Agreement and in accordance with the Retention of Documents section of this Agreement.
The Consultant shall provide copies of the QC documents to CCUA upon request.
F. STANDARD OF CARE: The Consultant shall put forth its reasonable professional efforts
to comply with applicable laws, codes, rules, and regulations in effect as of the date of the
execution of this Agreement and the date of deliverables or submissions. In providing
services the Consultant shall perform in a manner which, at a minimum, is consistent with
that degree of care and skill ordinarily exercised by members of the same profession
currently practicing under similar circumstances at the same time and in the same or similar
locality. The Consultant is responsible for the quality, accuracy, completeness, and
coordination of all deliverables and other services the Consultant or it subconsultants,
subcontractors, or vendors provide.
G. ESTIMATES OF PROBABLE CONSTRUCTION COST: In providing estimates of
probable construction cost, CCUA understands that the Consultant has no control over the
cost or availability of labor, equipment, or materials, or over market conditions or a
contractor's pricing, and that the Consultant's estimates of probable construction costs are
made on the basis of the Consultant's professional judgment and experience. The
Consultant makes no warranty, express or implied, that the bids or the negotiated cost of
the work will not vary from the Consultant's estimate of probable construction cost.
H. CERTIFY, CERTIFICATION: A statement of the Consultant's opinion, based on its own
observation of conditions, to the best of the Consultant's professional knowledge,
information, and belief. Such statement of opinion does not constitute a warranty or
guarantee, either express or implied.
I. PERMITS AND APPROVALS: The Consultant shall assist CCUA in preparing,
coordinating, applying, and submitting for those permits, approvals and extensions
required by law and rule for projects similar to the one for which the Consultant's services
are being engaged. This assistance shall consist of completing and submitting forms and
other supportive information necessary to the appropriate regulatory agencies having
jurisdiction over the Consultant’s documents and other services normally provided by the
Consultant and shall be included in the Scope of the Supplemental Agreement.
J. LICENSES: The Consultant agrees to obtain and maintain throughout the period this
Agreement is in effect, all such licenses as are required to do business in the State of
Florida, including but not limited to licenses required by the respective State Board(s) and
other governmental agencies responsible for regulating and licensing the professional
services provided and performed by the Consultant pursuant to this Agreement and the
Scope and services provided therein.
Page 3 of 54
K. RESPONSIBILITY TO CORRECT: In accordance with the generally accepted standards
of the Consultant’s profession, the Consultant agrees to be responsible for the professional
quality, technical adequacy and accuracy, timely completion, and the coordination of all
data, studies, surveys, designs, specifications, calculations, estimates, plans, drawings,
construction documents, photographs, reports, memoranda, other documents and
instruments, and other services, work and materials performed, provided and/or furnished
by Consultant or by any subconsultant(s) and/or subcontractor(s) retained or engaged by
the Consultant pursuant to this Agreement (hereinafter referred to as “Work Products”).
The Consultant shall, without additional compensation, correct, revise, or have corrected
or revised any errors, omissions and other deficiencies in such Work Products resulting
from consultant or any subconsultant(s), vendor(s) or subcontractor(s) engaged by the
Consultant.
SECTION 3. COMPENSATION.
A. OVERHEAD AND PROFIT RATES: Proposed overhead rates shall conform to Federal
Acquisition Regulations as established by a governmental audit or certified to by a
Certified Public Accountant. Fees to the Consultant shall be established based on raw
hourly salary rates plus a not to exceed overhead and profit rate factor of 1.9 for a
combined total hourly multiplier of 2.9 for services. Profit rates shall only be applied to
direct labor plus overhead. No markup or profit shall be paid on non-labor related job
costs, reimbursables, or on services provided by subconsultants, vendors or others. Any
work or professional services subcontracted for by the Consultant for which CCUA has
agreed to reimburse the Consultant shall not be marked-up but shall be payable by
CCUA only in the exact amount reasonably incurred by the Consultant. No other such
subcontracted services shall be reimbursed.
B. COMPLETION: Payment of the entire fee or lump sum amount is contingent upon
Consultant’s final completion of the entire Scope as specified in this Agreement. Such
final completion of the Scope must be acceptable to and accepted by CCUA. Such
acceptance by CCUA may not be unreasonably denied. In the event the Consultant does
not complete the entire Scope, then the lump sum amount will be pro-rated using the
ratio that the amount actually completed, and which is acceptable to and accepted by
CCUA bears to the entire Scope. Unless otherwise set forth in this Agreement the
Consultant shall be responsible for providing and performing whatever services, work,
equipment, material, personnel, supplies, facilities, transportation, and administrative
support that are necessary and required to complete all of the Scope and conformance
with the provisions of this Agreement.
C. INVOICE PROCEDURE: Invoices shall be submitted by the Consultant monthly on an
“as incurred” basis and shall be made by CCUA in accordance with the Local
Government Prompt Payment Act (the “Act”). Upon receipt of a proper statement,
invoice or draw request CCUA shall have the number of days provided in the Act in
which to make payment. Invoices shall be in a form and containing such documentation
as reasonably required by CCUA. Each such invoice shall include project name, project
number, breakdown of charges, description of service(s), work provided and/or
Page 4 of 54
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
issuance of Supplemental Agreement(s) other than receiving the compensation set forth
Page 5 of 54
in Sections 2.E and 2.F above, the Consultant shall not be entitled to receive
compensation for anticipated professional fees, profit, general and administrative
overhead expenses or for any other anticipated income or expense which may be
associated with the services which are terminated, suspended, eliminated, cancelled or
decreased.
H. TRAVEL: CCUA shall not be billed or invoiced for time spent traveling to and from
the Consultant's offices or other points of dispatch of its subcontractors, employees,
officers, or agents in connection with the services being rendered, other than as provided
for in this Agreement. If and only if travel and per diem expenses are addressed in the
contract or agreement in a manner which expressly provides for CCUA to reimburse the
Consultant for the same, then CCUA shall reimburse the Consultant only for those travel
and per diem expenses reasonably incurred and only in accordance with the provisions
of Section 112.061, Florida Statutes. In the event the Consultant has need to utilize
hotel accommodations or common carrier services, CCUA shall reimburse the
Consultant for its reasonable expense incurred thereby provided prior approval of the
Executive Director of CCUA, or its designee, is obtained.
I. REIMBURSIBLE: CCUA shall not be liable to reimburse the Consultant for any courier
service, telephone, facsimile, copying expenses or postage charges incurred by the
Consultant.
SECTION 4. PERSONNEL
A. QUALIFIED PERSONNEL: The Consultant agrees when the services to be provided
and performed relate to a professional service(s) which, under Florida Statutes, requires
a license, certificate of authorization or other form of legal entitlement to practice such
services, to employ and/or retain only qualified personnel to be in responsible charge
of all Scope to be provided pursuant to this Agreement.
B. CONSULTANT’S PROJECT MANAGER: The Consultant agrees to employ and
designate, in writing, a qualified and, if required by law, a licensed professional to serve
as the “Consultant’s Project Manager” (herein so called). The Consultant’s Project
Manager shall be authorized and responsible to act on behalf of the Consultant with
respect to directing, coordinating, and administering all aspects of the Scope to be
provided and performed under this Agreement and Supplemental Agreement(s) thereto.
The Consultant’s Project Manager shall have full authority to bind and obligate the
Consultant on any matter arising under this Agreement and Supplemental
Agreement(s) unless substitute arrangements have been furnished in advance to CCUA
by the Consultant in writing. The Consultant agrees that the Consultant’s Project
Manager shall devote whatever time is required to satisfactorily direct, supervise and
manage the Scope and services provided and performed by the Consultant throughout
the entire period this Agreement is in effect.
Page 6 of 54
SECTION 5. RETENTION OF DOCUMENTS.
1. The Consultant agrees to maintain all documents, including electronic documents, related
to the Project for a period of not less than five (5) years, in a reasonably accessible manner
consistent with the Consultant's internal document retention policy.
A. REASONABLY ACCESSIBLE: In order to be considered reasonably accessible, such
documents must not be deleted or totally destroyed such that they cannot be reproduced
or only be restored at a significant cost.
B. DOCUMENT RETENTION POLICY: A written policy by which each employee,
subcontractor, and subconsultant and its subcontractors or subconsultants of any tier,
follows the same protocol to retain all required documents related to a project in a
consistent, organized manner sufficient to allow efficient retrieval of same.
SECTION 6. PUBLIC FUNDS
CCUA’s performance of this Agreement shall be contingent upon and subject to the existence of
lawfully appropriated public funds for each fiscal year (i.e., October 1 through and including the
next following September 30) of CCUA.
SECTION 7. EXTENT OF AGREEMENT
This Agreement, together with the Request for Qualifications (“RFQ”), Addendums, Consultant’s
response submittal to the RFQ, all attachments and forms, represents the final and completely
integrated Agreement between the parties regarding its subject matter and supersedes all prior
negotiations, representations, or agreements, either written or oral. Any pre-printed provisions of
the Consultant’s written materials, contract forms, or documents to the contrary notwithstanding,
no transportation surcharges shall apply, and no policies of the Consultant available on the
Consultant’s website or retained in the Consultant’s office are incorporated by reference nor shall
be deemed to be part of this Agreement, unless the same is attached this Agreement, and separately
signed by the duly authorized signor for CCUA.
SECTION 8. PROHIBITION AGAINST CONTINGENT FEES
The Consultant shall not have employed or retained any company or person, other than an
employee working solely for the Consultant, to solicit or secure this Agreement, and that it has not
paid or agreed to pay any person, company, corporation, individual or firm, other than an employee
working for the Consultant, any fee, commission percentage, gift, or any other consideration,
contingent upon or resulting from the award or making of this agreement. For the breach or
violation of these provisions, CCUA shall have the right to terminate this Agreement without
liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full
amount of such a fee, commission, percentage, gift, or consideration.
SECTION 9. STATUS
Page 7 of 54
Any pre-printed provisions of the Consultant’s written materials, contract forms, or documents to
the contrary notwithstanding, the CCUA’s entry into the contract or agreement with consultant
does not give Consultant any preferential status, “most favored nations” status, nor right of first
refusal to any renewal or for any other contract or agreement to provide other goods and/or services
to the CCUA.
SECTION 10. OWNERSHIP OF INSTRUMENTS OF SERVICE
CCUA shall retain ownership of all Work Products including electronic files, field data, pictures,
notes and other documents and instruments prepared by the Consultant as instruments of service.
The Consultant shall not be liable for any re-use of such documents for other than the specific
purpose intended without the Consultant's written verification or adaptation thereof.
SECTION 11. INSURANCE
GENERAL LIABILITY INSURANCE
The limits of this insurance shall not be less than the following limits: Each Occurrence Limit $1,000,000
Personal & Advertising Injury Limit $1,000,000
Medical Expense Limit (any one person) $ 10,000
General Aggregate $1,000,000
Products & Completed Operations Aggregate Limit $1,000,000
General liability coverage shall apply to “bodily injury” and to “property damage” occurring on,
about, or in transit to CCUA’s premises for the covered operations or professional services to be
performed for CCUA by or on behalf of the additional insureds.
WORKERS’ COMPENSATION AND EMPLOYER’S LIABILITY INSURANCE
The Contractor shall purchase and maintain at the Contractor’s sole expense Workers’
Compensation and Employer’s Liability insurance coverage for the life of this Agreement.
The Limits of this insurance shall not be less than the following limits:
Part One – Workers’ Compensation Insurance – Unlimited
Statutory Benefits as provided in the Florida Statutes
Part Two – Employer’s Liability Insurance
Bodily Injury By Accident $1,00,000 Each
Bodily Injury By Disease $1,00,000 Policy
Bodily Injury By Disease $1,00,000 Each
*If leased employees are used, policy must include an Alternate Employer’s Endorsement.
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:
Page 8 of 54
Each Occurrence Limit $1,000,000
Aggregate Limit $1,000,000
PROFESSIONAL LIABILITY (ERRORS & OMISSIONS)
This additional coverage will be required for all projects involving consultants and similar
exposures. The Contractor shall purchase and maintain at the Contractor’s sole expense
Professional Liability insurance coverage for the life of this Agreement. The minimum amount of
such insurance shall be as follows:
Per Claim/Annual Aggregate $1,000,000
Professional Liability coverage will be provided on an Occurrence Form or a Claims Made Form
with a retroactive date to at least the first date of this Agreement. If provided on a Claims Made
Form, the coverages must respond to all claims reported within three (3) years following the period
for which coverage is required and which would have been covered had the coverage been on an
occurrence basis.
CYBER AND DATA SECURITY LIABILITY
This additional coverage will be required of Proposer for information technology services,
software providers, programmers, and similar exposures. The Contractor shall purchase and
maintain at the Contractor’s sole expense Cyber and Data Security Liability insurance coverage
for the life of this Contract. The minimum amount of such insurance shall be as follows:
Technology Errors and Omissions Liability coverage $1,000,000/per claim
Media $1,000,000/per claim
Network and Data (Information) Security $1,000,000/per claim
Policy coverage must include Third Party Liability coverage.
CRIME/FIDELITY COVERAGE
This additional coverage will be required for all service providers involving information
technology services, Pension consulting and administration, and similar exposures. The Contractor
shall purchase and maintain at the Contractor’s sole expense Crime/Fidelity and/or Fiduciary
Liability insurance coverage for the life of this Contract. The minimum amount of such insurance
shall be as follows:
Third Party Employee Dishonesty $1,000,000
Contractor shall require each of its subcontractors/vendors to likewise purchase and maintain at
their expense Commercial General Liability insurance, Workers’ Compensation and Employer’s
Liability coverage, Automobile Liability insurance and Excess Liability insurance coverage
meeting the same limit and requirements as the Contractor/Vendors insurance. Certificates of
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.
Page 9 of 54
Certificates of Insurance and the insurance policies required for this Agreement shall contain an
endorsement that coverage afforded under the policies will not be cancelled or allowed to expire
until at least thirty (30) days prior written notice has been given to CCUA.
Certificates of Insurance and the insurance policies required for this Agreement will include a
provision that policies, except Workers’ Compensation, are primary and noncontributory to any
insurance maintained by the Contractor/subcontractor/vendor.
CCUA must be named as an Additional Insured and endorsed onto the Commercial General
Liability (CGL), Auto Liability and Excess Liability policy(ies). A copy of the endorsement(s)
must be supplied to CCUA within ten (10) days following the execution of the Agreement or prior
to the first date of professional services being provided, whichever comes first.
The Contractor waives, and the Contractor shall ensure that the Contractor’s insurance carrier
waives, all subrogation rights against CCUA and CCUA’s officers, employees, and volunteers for
all losses or damages. CCUA requires the policy to be endorsed with WC 00 03 13 Waiver of our
Right to Recover from Others or equivalent.
CCUA shall retain the right to review, at any time, coverage from, and amount of insurance. The
procuring of required policies of insurance shall not be construed to limit the Contractor’s liability
or to fulfill the indemnification provisions and requirements of this Agreement. The Contractor
shall be solely responsible for payment of all premiums for insurance contributing to the
satisfaction of this Agreement and shall be solely responsible for the payment of all deductibles
and retentions to which such policies are subject, whether or not CCUA is an insured under such
policy(ies).
A. The CONTRACTOR shall name CCUA as a certificate holder and as additional
insured, to the extent of the services to be provided hereunder, on all required insurance
policies, and provide CCUA with proof of same.
B. The CONTRACTOR, and any authorized subcontractor(s), shall provide CCUA’s
Procurement Department with Certificate(s) of Insurance evidencing such coverage for
the duration of this Agreement. Said Certificate(s) of Insurance shall be dated and show:
1. The name of the insured CONTRACTOR;
2. The Agreement by name and CCUA Contract or RFQ number;
3. The name of the insurer;
4. The number of the policy;
5. The effective date;
6. The termination date; and
7. A statement that the insurer will mail notice to CCUA at least thirty (30) days prior
to any material changes in the provisions or cancellation of the policy.
C. Receipt of certificates or other documentation of insurance or policies or copies of
policies by CCUA, or by any of its representatives, which indicates less coverage than
is required, does not constitute a waiver of the CONTRACTOR’s obligation to fulfill
the insurance requirements specified herein.
Page 10 of 54
D. The CONTRACTOR shall ensure that any subcontractor(s), hired to perform any of the
duties contained in the Scope of Services of this Agreement, maintain the same insurance
requirements set forth herein. In addition, the CONTRACTOR shall maintain proof of
same on file and made readily available upon request by CCUA.
SECTION 12. NON-RENEW
Any pre-printed provisions of the Consultant’s written materials, contract forms or documents to
the contrary notwithstanding, the same shall not automatically renew but shall be renewed only
upon subsequent written agreement of the parties.
SECTION 13. TERMINATION AND SUSPENSION
CCUA or the Consultant may terminate this Agreement at any time, with or without cause, by
giving ten (10) days’ notice to the other in writing. In the event of termination, all finished or
unfinished Work Products prepared by the Consultant pursuant to this Agreement, shall be
provided to CCUA. In the event CCUA terminates this Agreement prior to completion without
cause, Consultant may complete such analyses and records as may be necessary to place its files
in order. This Agreement shall be terminated, with twenty-four (24) hour notice to the Consultant
in the event that funds become unavailable to CCUA for any reason whatsoever. This Agreement,
or any portion hereof, may be suspended from time to time for various periods of time or during
any of the Consultant’s performance of the Supplemental Agreements proposed hereunder,
permanently, or temporarily, by action of CCUA.
SECTION 14. INDEPENDENT CONTRACTOR
Consultant is and shall be at all times during the term of this Agreement an independent contractor
and not an employee of CCUA. Consultant agrees that it is solely responsible for the payment of
taxes applicable to the services performed under this Agreement and agrees to comply with all
local, state, and federal laws regarding the reporting of taxes, maintenance of insurance and
records, and all other requirements and obligations imposed on the Consultant as a result of its
status as an independent contractor. Consultant is responsible for providing the office space and
administrative support necessary for the performance of services under this Agreement. CCUA
shall not be responsible for withholding or otherwise deducting federal income tax or social
security or for contributing to the state industrial insurance of unemployment compensation
programs or otherwise assuming the duties of an employer with respect to the Consultant or any
employee of consultant.
SECTION 15. CONFLICT OF INTEREST
The Consultant represents that to the best of its knowledge and belief it presently has no interest
and shall acquire no interest, either direct or indirect, which would conflict in any manner with the
performance of services required hereunder. The Consultant further agrees that no person having
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
Page 11 of 54
performed by the Consultant or such subconsultant under this Agreement, then it will promptly
bring such conflict of interest to CCUA’s attention, in writing. CCUA will advise the Consultant,
in writing, within ten (10) business days if such a conflict of interest exists. If CCUA determines
that there is a conflict of interest, Consultant or such subconsultant shall decline the representation
upon written notice by CCUA. If CCUA determines that there is no such conflict of interest, then
CCUA shall give its written consent to such representation. If Consultant or subconsultant accepts
such a representation, without obtaining the CCUA’s prior written consent, and if CCUA
subsequently determines that there is a conflict of interest between such representation and the
work being performed by consultant or such subconsultant under this Agreement, then the
Consultant or such subconsultant agrees to promptly terminate such representation. Consultant
shall require each of such subconsultants to comply with the provisions of this Section. Should the
Consultant fail to advise or notify CCUA as provided herein above of representation which could,
or does, result in a conflict of interest, or should the Consultant fail to discontinue such
representation, CCUA may consider such failure as justifiable cause to terminate this Agreement.
SECTION 16. CCUA’S APPROVAL
Neither review, approval, or acceptance by CCUA of services or Work Products furnished by the
Consultant, or any subconsultant(s), vendor(s) or subcontractor(s) engaged by the Consultant,
shall not in any way relieve Consultant of responsibility for the adequacy, completeness and
accuracy of its services or Work Products or any and all of its subconsultant(s), vendor(s) and/or
subcontractor(s) engaged by the Consultant to provide and perform services in connection with
this Agreement. Neither the CCUA’s review, approval or acceptance of, nor payment for, any of
the Consultant’s services or Work Products shall be construed to operate as a waiver of any of
CCUA’s rights under this Agreement, or any cause of action it may have arising out of the
performance of this Agreement.
SECTION 17. CONFIDENTIALITY AND PUBLIC RECORDS COMPLIANCE
The Consultant agrees, during the term of this Agreement, to comply with Chapter 119.071(3),
Florida Statutes, and not to divulge, furnish or make available to any third person, firm or
organization, without CCUA’S prior written consent, or unless incident to the proper performance
of the Consultant’s obligations hereunder, or in the course of judicial or legislative proceedings
where such information has been properly subpoenaed, any non-public information concerning the
services to be rendered by the Consultant or any subconsultant(s) or subcontractor(s), pursuant to
this Agreement. Subject to the foregoing provisions and law applicable to confidential
information, the Consultant will keep and maintain public records required by CCUA, which is a
public agency, in order for the Consultant to perform the services and the work required by the
Scope, and upon request from CCUA’s custodian of public records, Contractor shall provide
CCUA with a copy of the requested records or allow the records to be inspected or copied within
a reasonable time at a cost that does not exceed the cost provided in Chapter 119.07, Florida
Statutes, or as otherwise provided by law. The Consultant shall require all of its employees,
subconsultant(s) and subcontractor(s) to comply with provisions of this paragraph. IF THE
CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S DUTY
Page 12 of 54
TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT,
CONTACT:
Public Records
3176 Old Jennings Road
Middleburg, Florida 32068
(904) 272-5999
Recordsrequest@clayutility.org
SECTION 18. PROPERTY DAMAGE
The Consultant agrees to promptly repair and/or replace, or cause to have repaired and/or replaced,
at its sole cost and expense and in a manner acceptable to and approved by CCUA, any property
damage arising out of, or caused by, the willful or intentional misconduct or negligent acts of the
Consultant, or its subconsultants and/or subcontractors. The Consultant’s obligation under this
subsection does not apply to property damage caused in whole or in part by any other consultant
or contractor engaged directly by CCUA. CCUA reserves the right, should the Consultant fail to
make such repairs and/or replacement within a reasonable period of time, to cause such repairs
and/or replacement to be made by others and for all costs and expenses associated with having
such repairs and/or replacement done to be paid for by the Consultant’s compensation fund or by
the Consultant reimbursing CCUA directly for all such costs and expenses.
SECTION 19. NONDISCRIMINATION AND EQUAL OPORTUNITY
The Consultant shall comply with all state and federal laws, as currently written or hereafter
amended, or other applicable laws prohibiting discrimination, unless based upon a bona fide
occupational qualification as provided in or as otherwise permitted by other applicable laws.
Consultant’s or its subconsultants, subcontractors and/or vendors shall be certified as minority
business enterprise as defined in Section 288.703, Florida Statutes, to count towards participation
goals or requirements. The failure of the Consultant to adhere to relevant stated requirements shall
subject the Consultant to any sanctions which may be imposed upon CCUA.
SECTION 20. INDEMNIFICATION
The Consultant shall indemnify and hold harmless CCUA, and the CCUA's officers and
employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable
attorneys’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful
conduct of the Consultant and other persons employed or utilized by the Consultant in the
performance of this Agreement. All indemnification provisions contained this Agreement are
separate and apart from, and are in no way limited by, any insurance provided pursuant to this
Agreement or otherwise. All indemnification provisions of this Agreement, relating to
Indemnification shall survive the term of this Agreement, and any holdover and/or Agreement
extensions thereto, whether such term expires naturally by the passage of time or is earlier
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
Page 13 of 54
shall be subject to and within the limitations set forth in Section 768.28, Florida Statutes, and to
any other limitations, restrictions and prohibitions that may be provided by law, and shall not be
deemed to operate as a waiver of CCUA’s sovereign immunity.
SECTION 21. GOVERNING LAW
CCUA and the Consultant agree that this Agreement and any legal actions concerning its validity,
interpretation and performance shall be governed by the laws of Clay County, Florida without
regard to any conflict of law’s provisions, which may apply the laws of other jurisdictions. It is
further agreed that any legal action between CCUA and the Consultant arising out of this
Agreement, or the performance of the services shall be brought in a court of competent jurisdiction
in Clay County, Florida.
SECTION 22. DISPUTE RESOLUTION
In an effort to resolve any conflicts that arise during or relate to the Consultant’s performance of
the Agreement, CCUA and the Consultant agree that all disputes between them arising out of or
relating to this Agreement shall be submitted to nonbinding mediation. The Consultant further
agrees to include a similar mediation provision in all agreements with independent subcontractors
and subconsultants retained by the Consultant for this Agreement or any Supplemental
Agreement(s), and to require all independent subcontractors and subconsultants also to include a
similar mediation provision in all agreements with its subcontractors, subconsultants, suppliers,
vendors and fabricators, thereby providing for mediation as the primary method for dispute
resolution among the parties to all those agreements. CCUA shall not be bound by any provision
requiring binding arbitration or binding mediation of disputes. If a dispute arises either party shall
follow the following provisions: provide written explanation of the dispute a minimum 30 days’
notice to the other party prior to mediation, the mediator shall be a member of the National
Academy of Distinguished Neutrals (“NADN”), if an impasse is reached there shall be a sixty (60)
day cooling off period required, a minimum 30 days written notice shall be provided to the other
party prior to filing suit in any court after the cooling off period.
SECTION 23. THIRD PARTY BENEFICIARIES
Nothing contained in this Agreement shall create a contractual relationship with or a cause of
action in favor of a third party against either CCUA or the Consultant. The Consultant's services
under this Agreement are being performed solely for CCUA’s benefit, and no other party or entity
shall have any claim against the Consultant because of this Agreement or the performance or
nonperformance of services hereunder. CCUA and Consultant agree to require a similar provision
in all contracts with contractors, subcontractors, subconsultants, vendors and other entities
involved in this Agreement or Supplemental Agreement(s) to carry out the intent of this provision.
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
Page 14 of 54
certificate being required by Section 287.055, Florida Statutes. Pursuant to such certificate, the
Consultant hereby states that the wage rates and other factual unit costs supporting the
compensation hereunder are accurate, complete, and current at the time of contracting. Further the
Consultant agrees that the compensation hereunder shall be adjusted to exclude any significant
sums where CCUA determines the Compensation was increased due to inaccurate, incomplete, or
noncurrent wage rates and other factual unit costs, provided that any and all such adjustments shall
be made within one (1) year following the completion date of this Agreement or Supplemental
Agreement(s).
SECTION 25. AMENDMENTS
This Agreement may be amended only by written instrument specifically referring to this
Agreement and executed with the same formalities as this Agreement.
SECTION 26. ASSIGNMENT
Neither party to this Agreement shall transfer, sublet or assign any rights or duties under or interest
in this Agreement, including but not limited to monies that are due or monies that may be due,
without the prior written consent of the other party. Subcontracting to subconsultants, normally
contemplated by the Consultant as a generally accepted business practice, shall not be considered
an assignment for purposes of this Agreement.
SECTION 27. ATTORNEY’S FEES
In any action involving the enforcement or interpretation of this Agreement, each party, whether
CCUA or the Consultant, shall be responsible for its own respective attorneys' fees and costs.
SECTION 28. WAIVER
The failure of either party to exercise any of its rights is not a waiver of those rights. A party
waives only those rights specified in writing and signed by the party waiving its rights. Oral
modification or rescission of this Agreement by an employee or agent of either party, shall not
release either party of its obligations under this Agreement, shall not be deemed a waiver of any
rights of either party to insist upon strict performance hereof, or of either party’s rights or remedies
under this Agreement or by law, and shall not operate as a waiver of any of the provisions hereof.
SECTION 29. SURVIVAL OF REMEDIES
The parties’ remedies shall survive the termination of this Agreement.
SECTION 30. PROVISIONS SEVERABLE
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.
Page 15 of 54
SECTION 31. FINANCIAL CONSEQUENCES
Should the Consultant fail to comply with any term of this Agreement, CCUA shall take one or
more of the following actions, as appropriate in the circumstances:
• Temporarily withhold payments pending correction of the deficiency,
• Disallow all or part of the cost of the activity or action not in compliance,
• Wholly or partially suspend or terminate this Agreement,
• Withhold further awards to the Consultant, and/or
• Take further remedies that may be legally or equitably available.
SECTION 32. DOCUMENTS CONSTITUTING ENTIRE AGREEMENT
The following documents are hereby incorporated and made part of this Agreement:
1. Exhibit A – Scope of Services
2. Exhibit B – Original Statement of Qualification (SOQ) submitted by
Contractor
3. Exhibit C – Supplemental Agreement Template
4. Exhibit D – FY 23/24 Rate Chart
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: DRMP, Inc.
C. William Faust III, PSM
8001 Belfort Parkway, Suite 200
Jacksonville, Florida 32256
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
Page 16 of 54
be performed under this Agreement. The person or individual identified by the CONTRACTOR
to serve as the Client Service Manager for this Agreement, or any replacement thereof, is subject
to prior written approval and acceptance by CCUA. If CCUA or CONTRACTOR replace their
own current Client Service Manager with another individual, an amendment to this Agreement
shall not be required. CCUA will notify the CONTRACTOR, in writing, if the current CCUA
Client Service Manager is replaced by another individual.
A. CCUA Client Service Manager’s contact information is as follows:
Paul Steinbrecher, PE
Chief Engineer
Clay County Utility CCUA
3176 Old Jennings Road
Middleburg, Florida 32068
Phone: 904-213-2408
Email: psteinbrecher@clayutility.org
B. The CONTRACTOR Client Service Manager’s contact information is as follows:
Randy Tompkins, PSM
Project Manager
DRMP, Inc.
8001 Belfort Parkway, Suite 200
Jacksonville, Florida 32256
Phone: 904-641-0123
RTompkins@drmp.com
SECTION 35. COUNTERPARTS, ELECTRONIC TRANSACTION, AND
ELECTRONIC SIGNATURES
This Agreement may be electronically executed by the parties in counterparts up to but not
exceeding the number of parties, each of which shall be deemed an original and all of which, taken
together, shall constitute one agreement. Each party may deliver its executed signature page by
email transmission to the other parties at the email addresses set forth herein. Delivery shall be
effective and complete upon completion of such email transmission. The parties agree that
electronic signatures may be use in the execution of this Agreement in accordance with Parts I and
II of Chapter 668, Florida Statutes.
SECTION 36. SIGNATORY.
Each signatory below represents and warrants that he or she has the full power and is duly
authorized, by their respective party, to enter into and perform under this Agreement. Such
signatory further represents that he or she has fully reviewed and understands the terms and
conditions set forth in this Agreement, including exhibits, and fully intends to abide by and comply
with all of the terms and conditions set forth herein.
Page 17 of 54
Exhibit A: Scope of Services and Related Requirements
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
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
The Consultant shall provide surveying, mapping, drawings, details, and related services. The
services will be utilized by CCUA for various projects or improvement projects within CCUA’s
service district on an as needed basis.
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,
surveys, mapping, details, drawings, review of documents, inspections, respond to requests
for information, work acceptance as necessary to accomplish assigned projects.
B. CCUA 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. CCUA may request the following, but not limited to, summary of potential professional
services during the term of the Agreement:
a. Topographic Surveys,
b. Boundary Surveys,
c. Right-of-way Surveys,
d. Land Title Search,
e. ALTA Surveys,
f. Utility surveys,
g. As-builts,
h. Subsurface Utility Engineering (SUE),
i. Bathymetric & Hydrographic Surveys,
j. FEMA (LOMA) Surveys,
k. FEMA Elevation Certificate,
l. Stake-out,
m. Layout,
n. Wetland Surveys,
Page 19 of 54
o. Tree Surveys,
p. Control Surveys,
q. Lidar Surveys,
r. Photogrammetric Surveys,
s. Laser Scanning,
t. Legal Descriptions.
Survey horizontal control shall use the North American Datum of 1983 (NAD 83), Florida
State Plane Coordinate System, East Zone - U.S. Survey Feet,
Survey elevations shall use the North American Vertical Datum of 1988 (NAVD 88)
The survey will be performed in accordance with the State of Florida Standards of Practice,
as set forth by the Board of Professional Surveyors and Mappers, Chapter 5J-17, Florida
Administrative code, and pursuant to Section 472.027, Florida Statutes.
D. Consultants shall use its experience to give professional guidance and judgement that
produces a reasonable outcome that will benefit CCUA. 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 that
can be addressed early in the design phase, evaluation of design related decisions and
alternatives, and QA/QC of deliverables.
a. Property\Easement Acquisition: The services necessary to clearly define, describe, or
investigate a particular or group of parcels or properties for purchase, sale, or the
obtaining easement(s). This may include land title searches, entitlement and
encumbrance searches, easement searches, flood zone determinations, boundary
surveys, legal descriptions, setting missing monumentation, property access
determination, determination of boundary line problems, and determination of
encroachment issues. When Property or Easement Acquisition Services, including
boundary surveys, are requested the Consultant shall evaluate the program, the
existing conditions, and survey and mapping parameters. The Consultant shall prepare
a detailed Scope for the project. The Scope shall be accompanied by associated cost
estimates and any additional items of work as defined within the specific requirements
for the Scope. Deliverables (see Section I herein) shall be specified within the Scope
as applicable.
b. Planning and Design Phase: The services necessary to investigate, clearly define, or
describe a particular or group of parcels or properties, rights-of-way, or easements for
the schematic design and design development associated with a particular
improvement project. This may include land title searches, entitlement and
encumbrance searches, easement searches, flood zone determinations, boundary
surveys, utility surveys, utility underground engineering, tree surveys, bathymetric
and hydrographic surveys, wetland flag’s locations, survey and mapping boring flag
locations, topographic surveys, rights-of-way surveys, easement surveys, FEMA
surveys, lidar surveys, photogrammetric surveys, and laser scanning. Drawings or
Page 20 of 54
deliverables will be reviewed at a predetermined percent of completion and may
include developed plats, surveys, maps, legal descriptions, reports, and details prior to
issuing any final deliverables. The Consultant shall resolve any discrepancies arising
from the review process. When Planning or Design Phase services are requested the
Consultant shall evaluate the program, the existing conditions, and survey and
mapping parameters. The Consultant shall prepare a detailed Scope for the project.
The Scope shall be accompanied by associated cost estimates and any additional items
of work as defined within the specific requirements for the Scope. Deliverables (see
Section I herein) shall be specified within the Scope as applicable.
c. Construction Phase: The services necessary to layout the intended final design in the
field for construction. This may include a review for any potential layout issues,
construction layout, staking, as-builts, and as-built review submissions. When
Construction Phase services are requested, the Consultant shall evaluate the program,
the existing conditions, proposed design plans, layout and staking parameters, and as-
built requirements. The Consultant shall prepare a detailed Scope for the project. The
Scope shall be accompanied by associated cost estimates and any additional items of
work as defined within the specific requirements for the Scope. Deliverables (see
Section I herein) shall be specified within the Scope as applicable.
E. The Consultant shall provide documentation of performance measurements for each
project. Documentation will be delivered to CCUA 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 CCUA 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 CCUA’s designated representative. Each
authorized project will be assigned a point of contact under the direction of CCUA for the
duration of each project.
H. 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.
I. Deliverables - upon completion of tasks, the recipient will submit final copies of the
documents along with any necessary supporting documentation signed and sealed.
All submissions to CCUA, 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). CCUA 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.
Page 21 of 54
RFQ# 2022/2023-A22
Electronic Submittal
August 24, 2023
CLAY COUNTYUTILITY AUTHORITY
8001 Belfort Parkway, Suite 200
Jacksonville, FL 32256
Randy L. Tompkins, PSM
RTompkins@drmp.com
904.641.0123
Surveying and Mapping
Professional Services
Page 22 of 54
TITLE PAGE
TAB A
Page 23 of 54
RFQ# 2022/2023-A22 Title Page | Page 3
CLAY COUNTYUTILITY AUTHORITY Surveying and Mapping Professional Services
TITLE PAGE
RFQ Subject/Title: Request for Qualification For Surveying and Mapping Professional Services
RFQ Number: RFQ# 2022/2023-A22
Firm Name: DRMP, Inc.
Firm Address:
8001 Belfort Parkway, Suite 200
Jacksonville, FL 32256
Telephone Number: 904.641.0123
Date of SOQ: August 24, 2023
Clay County Utility Authority.
Page 24 of 54
TABLE OF CONTENTS
TAB B
Page 25 of 54
TABLE OF CONTENTS
TAB A 3
Title Page
TAB B 5
Table of Contents
TAB C 6
Mandatory Requirements
TAB D 16
Project Approach
TAB E 21
Other
DI
S
C
O
V
E
R
T
H
E
D
I
F
F
E
R
E
N
C
E
RFQ# 2022/2023-A22 Table of Contents | Page 5
TABLE OF CONTENTS
Page 26 of 54
MANDATORY REQUIREMENTS
MANDATORY REQUIREMENTS
TAB C
Page 27 of 54
Executive Summary
August 24, 2023
Attn: Angelia Wilson, Procurement Manager
3176 Old Jennings Road
Middleburg, FL 32068
Subject: Surveying and Mapping Professional Services
RFQ# 2022/2023-A22
Dear Ms. Wilson:
DRMP, Inc. (DRMP) understands this contract is to provide professional surveying and mapping services on
an as-needed basis to support the Clay County Utility Authority (CCUA). The CCUA projects may consist of a
wide variety of conventional and innovative projects. The CCUA should expect the quick response and fast
turnaround time only a local, diverse, and innovative surveying team can provide. DRMP has successfully
worked in Northeast Florida for over three decades, supporting many of the state and local projects and each
municipality with prompt service. Our professional survey services for these projects have included all surveys
outlined in this RFQ. The overwhelming majority of our surveying work has been performed in support of state,
county or city projects such as roadway improvements, park and multi-use trail design, coastal engineering,
stormwater treatment, utility upgrades, and construction of municipal complexes and buildings.
Our Jacksonville office, located at 8001 Belfort Parkway, Suite 200, Jacksonville, Florida 32256, will be
responsible for this contract. Randy Tompkins, PSM, will serve as the Project Manager and will be your direct
point of contact for task orders assigned to DRMP. His 24 years of experience has encompassed a wide variety
of survey and mapping assignment in the private and public sectors with varying degrees of complexity.
Our team has worked to sharpen our skillsets and continue to demonstrate our superior deliverables and
ideas to the CCUA staff. We hope to work alongside your staff and consultants to implement the strategic
initiatives, business needs, and operational efficiencies that the CCUA requires.
Sincerely,
DRMP, Inc.
WHY DRMP?
Inter-Disciplinary Staff with Advanced Degrees: While not a requirement,
we have a robust team of GIS professionals (GISP), FAA-certified UAS
pilots, LIDAR/imagery technicians, Professional Engineers (PE), and FAA-
Approved Qualified Airport Wildlife Biologists (AWB) to meet any BIM,
CAD, GIS, remote sensing, economic development, or planning need.
No Learning Curve: Our prior experience on CCUA projects has given
the DRMP Team familiarity with your staff’s standards and procedures.
Our depth of work provides quick access to recovering benchmarks for
project efficiency.
Deep Knowledge of Geospatial Software/Hardware: We are not just
end users of advanced surveying and GIS software/applications; our
team of professionals are able to collect data, provide critical solutions
to problems, and utilize the most correct and appropriate workflow
for any project. Our equipment’s technical specifications exceed the
specifications as listed in this RFQ.
Expertise in Handling Critical, Local Issues: Our team has a successful track
record in completing continuing services contracts with governmental
agencies. In over four decades of experience, we have held over 100
continuing contracts including: Clay County Utility Authority, Nassau
County Surveying Services, City of Jacksonville Miscellaneous Survey
Services, St Johns County Professional Services, Jacksonville Aviation
Authority Survey Services, City of Atlantic Beach Professional Surveying
Services, FDOT District Two, Port Canaveral, Space Florida, UCF, UF, and CFX.
Randy Tompkins, PSM C. William “Bill” Faust III, PSM
Project Manager Vice President in Charge/Client Service Manager
8001 Belfort Parkway, Suite 200, Jacksonville, Florida 32256 Phone: 904.641.0123 Primary Contact: Randy Tompkins, PSM | Email: RTompkins@drmp.com1.833.811.3767 | www.DRMP.com
Page 28 of 54
RFQ# 2022/2023-A22 Mandatory Requirements | Page 8
C. William “Bill” Faust, III, PSM, serves as a Vice President for DRMP’s
Survey and Mapping/Geospatial Market Sector. He currently manages
all the Survey and SUE staff in Jacksonville. He has more than 30 years
of experience as a professional land surveyor in the A&E industry
working on transportation infrastructure, land development, roadway
construction, boundary, topographic, design survey and subsurface
utility engineering projects. His tasks include field crew supervision,
data processing, calculations, contract management, proposals and
estimates. He has strong technical skills in land surveying, construction
layout, engineering design and project management. Mr. Faust is
proficient in the latest versions of AutoCAD Civil 3D and MicroStation.
RELEVANT PROJECT EXPERIENCE
Clay County Utility Authority (CCUA), Survey and Mapping Services
Continuing Contract, Clay County, Florida: Project Manager for this
survey and mapping services to support the CCUA Five-Year Capital
Improvement Plan and other project related to water, wastewater
and reuse water system facilities. Specific services include: boundary
surveys, topographic surveys, horizontal and vertical control surveys
and subsurface utility designation and location. Mapping support
services include: parcel maps, sketches and legal descriptions of
easements, title search reviews.
Parkwood Drive & Arora Boulevard Force Main Replacement, Clay County, Florida: Served as Survey Project Manager.
DRMP prepared a topographic route survey for the CCUA. The survey will be utilized for the design of a new force main.
The project was about 6,400 feet and followed several platted residential streets. We utilized GPS to establish horizontal
control, which was referenced to the North American Datum of 1983 (NAD83) (2011 Adjustment) and conventional
differential leveling to establish vertical control, which was referenced to the North American Vertical Datum of 1988
(NAVD88). Once project control was finalized and adjusted, we utilized an electronic total station and data collector to
collect the R/W monumentation and topographic features along the project. [Reference: Clara Clark, P: 904.272.5999]
CR 209 Re-Claimed Water Main, Clay County, Florida: Served as Survey Project Manager. DRMP prepared a topographic
route survey for the CCUA. The survey will be utilized for the design of a new reclaimed water main. The project was 3,998
feet and followed several easements through a residential subdivision. We utilized GPS to establish horizontal control,
which was referenced to the North American Datum of 1983 (NAD83) (2011 Adjustment) and conventional differential
leveling to establish vertical control, which was referenced to the North American Vertical Datum of 1988 (NAVD88).
Miscellaneous Surveying Services - Annual Contract P-31-14, City of Jacksonville, Duval County, Florida: Project Manager
for this continuing contract to provide miscellaneous surveying and mapping services on various projects for the City
of Jacksonville. Specific services include boundary surveys, topographic surveys and subsurface utility designation and
location. Mapping support services include parcel maps, sketches and legal descriptions. DRMP successfully completed
57 task work orders for the City of Jacksonville under these contracts.
C. WILLIAM “BILL” FAUST III, PSM
Vice President in Charge/Client Service Manager,
Geospatial Leader
VALUE ADDED TO PROJECT:
+Extensive experience in various survey projects
+Well-versed in surveying requirements
+25 years of experience using CAD software
Years of Experience
35 Total
11 With DRMP
Professional Registration
Professional Surveyor and Mapper,
No. LS6600, Florida, 2007
Certification
IdenTrust Digital Certificate
Education
Bachelor of Science in Construction Technology,
University of Akron, Ohio, 2000
Associate of Science in Civil Engineering,
Stark State College, North Canton, Ohio, 1992
Software Aptitude
AutoCAD Civil 3D
CAiCE Visual Transportation
MicroStation
OpenRoads with FDOT Connection
TDS Data Collection
Trimble Business Center
Professional Affiliations
Florida Surveying and Mapping Society
President, FSMS Florida Crown Chapter
American Society of Highway Engineers
Society of American Military Engineers
National Society of Professional Surveyors
Page 29 of 54
RFQ# 2022/2023-A22 Mandatory Requirements | Page 9
Randy L. Tompkins, PSM, PLS, PS, serves as a Senior Project Manager
for DRMP’s Survey and Mapping/Geospatial Market Sector. He
has managed a wide variety of surveying and mapping projects
for multiple public-sector clients including the US Army Corps of
Engineers (USACE), US Navy Facilities Command (NAVFAC), US
Marine Corps, US Fish & Wildlife, US Coast Guard, US Forest Service,
Department of Defense Education Activity (DoDEA), US Space Force,
US Air Force, Department of Homeland Security, Florida Department
of Environmental Protection, and JEA (NE Florida Regional Utility).
He also has extensive experience in subsurface utility engineering,
geodetic control surveys, right-of-way, boundary, topographic,
hydrographic, as-built, asset, GIS, and quantity surveys.
RELEVANT PROJECT EXPERIENCE
Professional Surveying Services for JEA 112-18 Imeson to W 5th
Street, Mott MacDonald for JEA, Flagler County, Florida: Project
Surveyor for this 17,000 LF Route to support the design of a new
20-inch Force Main. Mr. Tompkins was responsible for managing
all surveying activities for topographic and subsurface utility
designation. The project included 10+ miles of control leveling,
working along an industrial 2-lane street, along elementary school
property, wetlands, soil borings, multiple Railroad right-of-way
crossings, and Interstate 295 Crossing. Project control was referenced
to Florida State Plane Coordinate System, East Zone, North American
Datum of 1983, Adjustment 2011 (NAD83(2011) and North American
Vertical Datum of 1988 (NAVD88). Deliverables were provided in
AutoDesk Civil 3d 2016. The Subsurface utility engineering tasks
included utility designation (CI/ASCE 38-02 QL-B) for the entire limits.
More than 100,000-LF of underground utilities were mapped to
support the design effort. Subsurface utility engineering tasks also
included 50 utility location (CI/ASCE 38-02 QL-A) of VVH test holes for
utility conflicts. [Client: Mott MacDonald Florida, LLC | Cost: $295,000
| Date: Jun 2019 - Sept 2019 | Reference: Bruce Neu, PE, BCEE, P: 904.203.1090)]
Professional Surveying Services for JEA 099-18 US 1 Bartram and St. Johns Forest WTP, Mott MacDonald for JEA, Flagler
County, Florida: Project Surveyor for this 17,500-LF Route to support the design of a new 24-inch Water Main. Mr.
Tompkins was responsible for managing all surveying activities for topographic and subsurface utility designation. The
project included 6+ miles of control leveling, crossing 1320 feet of tidal creek bottom, wetlands, soil borings, Railroad
right-of-way crossing, and Interstate 95 Crossing. Project control was referenced to Florida State Plane Coordinate
System, East Zone, North American Datum of 1983, Adjustment 2011 (NAD83(2011) and North American Vertical Datum
of 1988 (NAVD88). Deliverables were provided in AutoDesk Civil 3d 2016.
RANDY L. TOMPKINS, PSM
Project Manager/Lead
Years of Experience
24 Total
6 With DRMP
Professional Registration
Professional Surveyor and Mapper
No. 0-60312-1B, Virgin Islands, 2023
No. 33032, Mississippi, 2022
No. 6503, Florida, 2004
Professional Land Surveyor
No. 3409, Tennessee, 2022
No. 5285, Louisiana, 2022
No. 4449, Kentucky, 2021
No. 39081, South Carolina, 2021
No. 3480, Georgia, 2021
No. 5042, North Carolina, 2011
Certification/Training
NOAA- THSOA Multibeam Sonar Training (2007)
NGS OPUS PM’s GPS Network Adjustment
Training
Utility Designation Workshop
GSSI GPR Certification
Education
Bachelor of Science in Geomatics,
University of Florida, 1999
Professional Affiliation
The Hydrographic Society of America
Florida Surveying & Mapping Society
National Society of Professional Surveyors
Society of American Military Engineers
Software Aptitude
AutoCAD Civil 3D
Hypack/Hysweep
MicroStation XM
Star*Net Adjustment Software
Trimble Business Center
VALUE ADDED TO PROJECT:
+Project management experience with multiple public and
private sector clients
+Extensive hydrographic survey experience
Page 30 of 54
RFQ# 2022/2023-A22 Mandatory Requirements | Page 10
Terry M. Durden, PLS, serves as a Vice President for DRMP’s Survey
and Mapping/Geospatial Market Sector. He joined DRMP with the
2023 acquisition of Geomatics Corporation with a 23-year tenure
at that firm. Mr. Durden is responsible for quality assurance/quality
control of surveying services for public and private sector clients,
marketing and business development, project management and
technical oversight of staff production as well as establishing and
maintaining client relationships.
Mr. Durden has over 40 years of diversified surveying experience. He
has experience in GPS (Global Positioning Systems) and geodetic surveys as well as large boundary surveys, topographic
surveys, right-of-way surveys, design surveys, boundary surveys, and wetland jurisdictional surveys. He also has
extensive knowledge of St. Johns County, as he served as the County Surveyor from 1992 – 1995.
RELEVANT PROJECT EXPERIENCE
Oceanside Circle, St. Augustine Beach, St. Johns County, Florida: Project Surveyor responsible for this topographic survey
for Oceanside Circle right-of-way, per the request from Mr. William Tredik on behalf of the City of St. Augustine Beach.
The complete topographic survey included the right-of-way lines for Oceanside Circle together with the intersections
of Oceanside Circle/Versaggi Drive and Oceanside Drive. It also included the location of the storm drain system and
where necessary St. John’s County LiDAR will be used to fill in the balance of the required areas, if available. Surveyed
roadway at 50’ sections, plus any obvious low spots or other substantial deviations in grade; Driveways within the right-
of-way; Garage slab elevations; Grade shots as necessary to determine drainage patterns, using St. John’s County LiDAR
if available, to fill in the adjacent properties regarding grades for the homes located on Versaggi Drive and Carole Court,
to identify where the Oceanside Circle drainage basin boundary is located. Drainage structures, grate el, bottom el,
structure dimensions, pipe inverts, diameter and material; Visible utility features (valves, manholes, blowoffs, hydrants,
etc.); Stormwater pump station (wet well top, bottom, pipe inverts plus panel location and elevation of bottom of cabinet,
as well as valves and other related features); All permanent items in the right of way) e.g. mailboxes, signs, power poles
bollards, posts overhead lines, streetlights, vegetation/trees, planter beds, parking areas, decorative features or walls,
fences, rocks etc.) [Reference: William Tredik, PE, P: 904.471.1119]
Maintenance Map for Riberia Street, City of St. Augustine, St. Johns County, Florida: Project Surveyor for this topographic
survey to show existing utilities along Riberia Street. The project consisted of 3.2 miles of roadway, horizontal control
and a maintenance line was established. The entire corridor was cross-sectioned at 50 foot intervals and all sewer and
drainage structures were located along with their respective pipe sizes and invert data.
2021-11 Wolfe Project, Middle Haw Creek Land LLC. for Flagler County, Florida: Project Surveyor responsible for a large
boundary survey of 547.7 acre Wolfe Project consisting of the following, Tract 1 (58.66 plus acres), Tract 2 (73.01 plus
acres), Tract 3 (220.2 plus acres) and Tract 4(196.01 plus acres.) This was based according to the descriptions of each tract
as show on the sketch and legal provided by the client. The perimeter of the combined tracts was cleared by the survey
crew. Survey stakes were placed along the exterior of the property lines at 100 to 200 feet intervals according to site
conditions.
TERRY M. DURDEN, PLS
Project Surveyor
VALUE ADDED TO PROJECT:
+Highly experienced working on various survey projects
+Thorough understanding of field and office standards
+Strong knowledge of municipal requirements
Years of Experience
46 Total
23 With DRMP
Professional Registration
Professional Land Surveyor
No. LS5261, Florida,1993
Education
Associate of Science, Santa Sante Fe
Community College, 1986
Surveying and Mapping Courses,
University of Florida,1988-1991
Professional Affiliation
Florida Surveying and Mapping Society
Page 31 of 54
RFQ# 2022/2023-A22 Mandatory Requirements | Page 11
Michael Brent serves as a Senior Survey Analyst for DRMP’s Survey
and Mapping/Geospatial Market Sector. He is currently responsible
for preparation and production of design surveys, boundary and
topographic surveys, as-built surveys, record surveys, specific
purpose surveys, control surveys, right of way mapping and sketches
of descriptions. His duties also include compilation of required reference and background materials, preliminary
research for all types of surveys and the development of survey software procedures. He also spent six years in the GIS
department at CSX, as a member of the LiDAR extraction team, and as a GIS technician for the conflation of CSX traffic
control data. Mr. Brent has worked on a variety of surveys as a Survey Technician. His responsibilities range from the
startup of the office production, through mapping, to the final issue of documents.
RELEVANT PROJECT EXPERIENCE
SR 15 - US 17 From North of West River Road to Clay County Line, Connelly & Wicker, Inc., Putnam County, Florida:
Survey CADD Technician and performed Alignment Calcs on this resurfacing project from north of West River Road to
the Clay County line.
Districtwide Survey and Mapping Contract No. C-A897, FDOT District Two, Various Counties, Florida: Survey CADD
Technician for this five-year continuing survey and mapping services contract. Responsible for performing calculations
and analysis of all chain of title documents to resolve conflicts with placement of existing FDOT right-of-way lines These
services support the District’s in-house design group and various engineering consultants performing the design of
their projects. The survey and mapping support services includes horizontal and vertical control surveys, right-of-way
control surveys, design surveys and subsurface utility designation and location. DRMP’s mapping support services
include control maps, right-of-way mapping, maintenance maps, TIITF sketches, legal descriptions and title search
reviews and TCEs - all of which support the acquisition need for the District. DRMP completed 20 task orders under this
contract. [Reference: Clay Driggers, PSM, P: 386.961.7088]
Districtwide Surveying and Mapping, FDOT District Two, Florida: Survey CADD Technician performing Alignment
Calculations and deliverables on this districtwide surveying and mapping project.
Florida Street As-builts, Clay County, Florida: Served as Lead CAD Technician on this project where DRMP provided
surveying services to locate the newly constructed water and sewer facilities and prepare as-built drawings per Clay
County Utility Authority standards for several new lots along Florida Street. Project Control was established based on
CCUA requirements and as-builts data on the new utilities were collected. As-built Survey Drawings were created and
submitted for review and approval.
City of Palm Coast New Public Works Facility, Pond & Company for City of Palm Coast, Flagler County, Florida: Survey
CADD Technician responsible for preparing and processing field data for Boundary & Topographic Survey file deliverables
in C3D format for a 123-acre boundary and topographic survey of the proposed new City of Palm Coast Public Works
Facility. Survey consisted of several contiguous parcels owned by the City of Palm Coast and other proposed contiguous
acquisition parcels. Performed a full-scale 3D topographic survey including wetland and conservation easement
mapping and a Quality Level “B” utility investigation. Survey was performed to support the A&E design, construction
and master planning efforts of the proposed new public works facility.
MICHAEL J. BRENT, CST II
Lead Mapping Technician
VALUE ADDED TO PROJECT:
+Highly skilled in preparing multiple kinds of surveys
+Involvement in all phases from production to final deliverables
+Extensive experience with right-of-way surveys
Years of Experience
32 Total
5 With DRMP
Education
Associate of Applied Science in Surveying
Engineering Technology, S.U.N.Y College of
Technology, 1995
Associate of Applied Science in Accounting,
S.U.N.Y College of Technology, 1986
Page 32 of 54
RFQ# 2022/2023-A22 Mandatory Requirements | Page 12
Geospatial Leader
Bill Faust, PSM, NEFL
SUE Assistant Division Manager
Ryan Grab, CST II
Geographic Information Systems (GIS)
Mark Brown, GISP Kelly Marton, GISP JBPro 2
Unmanned Aerial Systems FAA Certified
Hans Knoepfel, PSM,
CST III, CMT
Geospatial Services Division Division Manager
Brent Bass, PE, SIT
Survey & Mapping Office Support (QA/QC)
Brandon Robbins, PSM Thomas Tracz, PSM
Land Surveying Services
Terry Durden, PLS (ProjectSurveyor) Michael Brown, PSM Pablo Ferrari, PSM Thomas Tracz, PSM
Terrestrial Mobile LiDAR
Bryant King, CST I Survey Crews
Jacksonville: 8 Survey Crews
St. Augustine: 4 Survey Crews
Add’l Support: 19 Survey Crews
JBPro 2
CADD Technicians
Jacksonville: 5 CADD Techs
St. Augustine: 4 CADD Techs
CADD/Mapping Technicians
Michael Brent, CST II (Lead)
Add’l Support: 14 CADD Techs
SUE Crews
Jacksonville: 4 SUE Crews
Add’l Support: 9 SUE Crews
Administrative Support
Tricia Milliken
Subsurface Utility Engineering (SUE) QA/QC
Thomas Yocom, PSM
Title Services
Robin Derr AGS 1
Hydrographic Surveyor
Randy Tompkins, PSM
Photogrammetry
Pickett 3
Vice President in Charge/Client Service Manager
Bill Faust, PSM, NEFL
Quality Assurance/QualityControl (QA/QC) Manager
Frank Lopez, PSM
CLAY COUNTYUTILITY AUTHORITY
Subconsultants
1 American Government Services Corporation (AGS) | DBE2 JBPro
3 Pickett & Associates, Inc.
Locations
Gainesville
Jacksonville
Key Staff
Orlando
St. Augustine
Tampa
Project Manager
Randy Tompkins, PSM
Page 33 of 54
RFQ# 2022/2023-A22 Mandatory Requirements | Page 13
Written Commitment to Key Personnel Continuity
DRMP, Inc. is committed to maintaining continuity of these key personnel for the duration of the contract project.
State of Florida Licensure for Key Personnel
Page 34 of 54
RFQ# 2022/2023-A22 Mandatory Requirements | Page 14
Company Experience and Past Performance
PETER’S CREEK WASTE WATER TREATMENT PLANT, ARDURRA GROUP, INC. FOR CLAY COUNTY UTILITY
AUTHORITY, CLAY COUNTY, FLORIDA
Contact Name: David Rasmussen, P.E., QEP, BCEE, Client Service Manager | Phone Number: 904.562.2185 |
Email: drasmussen@ardurra.com
DRMP performed Professional Surveying and SUE Services for CCUA’s
Peter’s Creek Waste Water Treatment Plant expansion. Tasks included
Boundary Surveying, Topographic Survey of the existing 84 Acre Peter’s
Creek Waste Water Treatment Plant, Topographic Survey of the 40 Acre
Governors Park Site, and Route Surveys for more than 32,500 Linear Feet.
The surveys were performed using a mixture of Traditional Surveying,
RTK/GNSS, and UAS LiDAR to reduce costs and speed up delivery.
Additionally, more than 8 miles of Digital Leveling was utilized to ensure high quality and high accuracy of the vertical
datum extended across the entire project. Sketch and Legal Descriptions were prepared for the Project.
DRMP attended bi-monthly project meetings and provided updates to Ardurra, the design engineer, and CCUA
stakeholders throughout the project timeline. Additionally, DRMP delivered the project in phases to allow the Design
Team to work on phases to allow them to meet their delivery requirements. DRMP delivered the project on time and
on budget.
ADDITIONAL PROJECT INFORMATION
Project Cost $364,000
Project Timeframe February 2022-June 2023
Project Stage Construction Completed
Page 35 of 54
RFQ# 2022/2023-A22 Mandatory Requirements | Page 15
JEA 040-19 GREENLAND WRF PIPELINES, MOTT MACDONALD FOR JEA, JACKSONVILLE, FLORIDA
Contact Name: Leslie Samel, PE, Principal Project Manager | Phone Number: 304.203.1090 |
Email: leslie.samel@mottmac.com
DRMP provided survey services, including topographic and subsurface
utility designation, for this 37,000-LF Route to support the design of a new
20-inch force main and water main. The project included approximately
14 miles of control leveling, working along US Highway No. 1, along and
on 4.5 miles of railroad right-of-way, wetlands, soil borings, and I-295
crossing. Project control was referenced to Florida State Plane Coordinate
System, East Zone, North American Datum of 1983, Adjustment 2011
(NAD83(2011) and North American Vertical Datum of 1988 (NAVD88). Deliverables included AutoDesk Civil 3D 2018. The
subsurface utility engineering tasks included utility designation (CI/ASCE 38-02 QL-B) for the entire limits. More than
335,000-LF of underground utilities were mapped to support the design effort. Subsurface utility engineering tasks also
included more than 304 utility location (CI/ASCE 38-02 QL-A) of VVH test holes for utility conflicts.
DRMP attended monthly project meetings to provide updates and regular site visits to perform QA/QC as work progressed.
Additionally, DRMP delivered the project in phases to allow the Design Team to work in phases to allow them to meet their
delivery requirements. DRMP delivered the project on time and on budget.
ADDITIONAL PROJECT INFORMATION
Project Cost $653,000
Project Timeframe February 2022-May 2023
Project Stage Construction Completed
Page 36 of 54
RFQ# 2022/2023-A22 Mandatory Requirements | Page 16
DOCTOR’S LAKE AREA SEPTIC TO CENTRALIZED SANITARY SEWER CONVERSION IN-FILL DESIGN PROJECT,
CLAY COUNTY UTILITY AUTHORITY, CLAY COUNTY, FLORIDA
Contact Name: John Horvath, PE, Senior Engineer | Phone Number: 352.377.5821 |
Email: jhorvath@jonesedmunds.com
DRMP performed perform a R/W/topography survey of six private
roads for the purpose of installation of sewer services to the houses.
The scope included to topo the private R/Ws (full width) and locate
services if possible to each home (15 minutes maximum each lot). Then
to also determine private right of way lines and parcel lines for each lot
to maintain services within each lot and the private road. The survey
referenced to the North American Datum of 1983 (NAD83), Florida State
Plane Coordinate System and expressed in United States Survey Feet horizontally. The vertical component of the survey
referenced to the North American Vertical Datum of 1988 (NAVD88). The deliverables were a survey map signed and
sealed by a Florida Licensed Surveyor and Mapper as well as an AutoCAD drawing file in digital format, CAD files per
Jones Edmunds ACAD templates, layers, etc. as previously provided.
DRMP provided updates to Jones Edmunds and regular site visits as the survey work progressed to ensure client needs
were being met and the field work was staying on schedule. DRMP delivered the project on time and on budget.
ADDITIONAL PROJECT INFORMATION
Project Cost $39,490
Project Timeframe November 2020-August 2023
Project Stage Design Survey Completed
Page 37 of 54
RFQ# 2022/2023-A22 Mandatory Requirements | Page 17
DRMP PROPOSED TEAM MEMBER
PROJECT TITLES
KE
Y
R
O
L
E
PE
T
E
R
’
S
C
R
E
E
K
WA
S
T
E
W
A
T
E
R
TR
E
A
T
M
E
N
T
PL
A
N
T
,
A
R
D
U
R
R
A
GR
O
U
P
,
I
N
C
.
JE
A
0
4
0
-
1
9
GR
E
E
N
L
A
N
D
WR
F
P
I
P
E
L
I
N
E
S
MI
D
-
C
L
A
Y
W
W
T
F
EX
P
A
N
S
I
O
N
Bill Faust III, PSM Client Service Manager X X
Randy Tompkins, PSM Project Manager X X
Frank Lopez, PSM QA/QC Manager X
Tricia Milliken Administrative Support X X
Ryan Grab, CST II SUE Manager X X
Mike Brown, PSM Project Surveyor X
Thomas Tracz, PSM Project Surveyor X X
Pablo Ferrari, PSM Project Surveyor X
Mark Brown, GISP GIS X
Kelly Marton, GISP GIS
Brandon Robbins, PSM Survey X
Brent Bass, PE, SIT Geospatial Division Leader X
Bryant King, CST I TML Manager X X
Michael Brent, CST II Lead CADD Technician X
Hans Knoepfel, PSM, CMT UAS X X
Terry Durden, PLS Project Surveyor X
Thomas Yocom, PSM SUE QA/QC
Project Matrix
Page 38 of 54
PROJECT APPROACH
TAB D
PROJECT APPROACH
Page 39 of 54
RFQ# 2022/2023-A22 Project Approach | Page 19
Project Methodology and Approach
As soon as a potential task order is assigned, Project Manager Randy Tompkins,
PSM, will contact the proper staff at CCUA to discuss the project details
necessary to ensure the scope of work is well defined. During this process, DRMP
will identify key staff and prepare a task schedule detailing key milestones and
submittal dates, taking CCUA needs into consideration and the current workload
of our project team.
DRMP understands this project to be a topographic survey along Hilltop Street and
Lakeview Street. The survey will be used by the CCUA or other outside engineering
firm to design a new water main to service the properties along these roads.
Mr. Tompkins will discuss the project details with the CCUA project manager,
gather research information pertaining to horizontal and vertical control and pull
information for the existing utilities, existing right-of-ways (R/W) and any existing
construction plans or as-builts that will be available. A detailed scope, fee and
schedule will be developed and sent to the CCUA project manager for his review
and approval. Once the final scope, fee and schedule are agreed on and NTP is
given, Mr. Tompkins will conduct a kickoff meeting with the field and office staff to outline the procedures, phases, and
assignments to complete the task.
Many of the tasks listed in the scope of services can be handled by multiple teams, enabling us to work on multiple
assignments simultaneously. We have assembled a team to ensure our ability to sustain the loss of any key personnel,
with multiple instances of professional licensure and certifications. We also ensure the constant development of our key
personnel and all staff through mandatory safety trainings, continuing education sessions, and technical training sessions.
Each key personnel has been assigned a backup for their lead position and we possess tremendous reach-back capabilities
with multiple locations within a half-hour drive time of Clay County to provide responsive and efficient survey, SUE,
geospatial, and remote sensing services. All information gathered is presented and reviewed with the team members. All
procedures, phases, and assignments of the project are discussed, and the necessary man hours and timelines allocated
for each phase are outlined. For this project, a Gantt chart was developed outlining the project schedule and will be used
to better track and communicate the project schedule compliance, recovery options, and limiting factors.
Field work begins with the recovery and placement of the horizontal and vertical control points. GPS will be utilized
to establish coordinate values on the horizontal control points, reference the State Plane Coordinate System, Florida
Sample Project from CCUA.
FINAL SCOPE AND SCHEDULE
Limits of Survey: Hilltop Street and Lakeview Street to include full intersection of Nightingale Street and SW Pecan Street. Survey limits to include full R/W.
Set horizontal control points at 500 feet intervals along the project to support design and construction.
Set temporary benchmarks at 1,000 feet intervals along the project to support design and construction.
Locate above ground features and sufficient spot elevations to provide full 3D DTM of project route.
While this is not a boundary survey, = we will establish the apparent R/W lines to within a couple tenths.
Locating trees eight inches and larger, show the edge of vegetated areas and trees.
Show one-foot contours.
Provide Level B - utility designate of existing underground utilities within the project limits described above.
Provide Level A soft digs (VVHs) for 15 locations to be determined by the EOR. Provide reports for each VVH and include the location in our Final Survey Drawing.
Deliverable in AutoCad Civil3D files, include the surface, Triangular Irregular Network (TIN), and break lines used to create the contours.
Topographic survey referenced horizontally to the Florida State Plane Coordinate System, NAD 83/2011, Florida East Zone, vertically referenced to NAVD88.
CLAY COUNTYUTILITY AUTHORITY Surveying and Mapping Professional Services
Page 40 of 54
RFQ# 2022/2023-A22 Project Approach | Page 20
East Zone, NAD 83 2011. Where GPS conditions are not favorable, due to tree canopy or other skyline obstructions, a
conventional traverse will be ran using a Trimble S7 robotic total station paired with a Trimble TSC7 controller running
Trimble Access Field software.
Trimble DiNi Digital level will be utilized to run through the project level loops through all vertical and horizontal
points. Beginning at a known published benchmark, referenced to NAVD 88, and ending at a second known published
benchmark.
Field reconnaissance for R/W monumentation will be performed to find existing survey points necessary to establish the
R/W lines for Hilltop Street, Lakeview Street, Nightingale Street and SW Pecan Street. All found monumentation will be
located as part of the data collection process.
Subsurface Utility Designation, Quality Level B, is a critical part of this project. Identifying and locating the existing
underground utilities will be a key factor for the design engineer to place and design the new water mains throughout
the project limits. Utility designation begins with creating a Sunshine 811 ticket, via their web site. This ticket will identify
any utility company that has aboveground or underground facilities within our specified project limits. It will also provide
us with contact information for each of those companies, whom our locators can reach out to with questions. DRMP has
developed and refined SUE data collection workflows while adhering to the ASCE Standard Guideline for the collection
and depiction of existing subsurface utility data (CI/ASCE 38-02) and Federal Highway Administration SUE guidelines. Key
staff will mark and identify underground utilities to trace, paint and stake on the ground the route for each utility. These
marks will be collected as part of the data collection process.
Electronic data collection of the topographic features will begin once the R/W monumentation reconnaissance and
the utility designation have progressed to a point where the data collection team will not overtake those crews and
their progress along the project corridor. All topographic features will be collected utilizing a Trimble S7 robotic total
station paired with a Trimble TSC7 controller running Trimble Access Field software. This software along with our skilled
crew members allows this data collection process to be very efficient. Our crew members understand how and what
to collect, so that the surface break lines, and other linear features are automatically drawing in the data collection
software. Once the data collection is complete, the field file can be uploaded into AutoCAD Civil 3D to create a full 3D
topographic file of the project site.
QUALITY ASSURANCE/QUALITY CONTROL APPROACH
As the electronic data collection files and field notes are received in our office, they will be reviewed by the Project
Surveyor responsible for procedural conformance, content, and completeness. This ensures they meet the requirements
of standard survey and mapping practices and procedures. All surveys are prepared in accordance with the State of
Florida minimum technical standards, as set forth by the Board of Professional Surveyors and Mappers, Chapter 5J-17,
Florida Administrative Code, pursuant to Section 472.027, Florida Statutes.
QA/QC FOR MAPPING PRODUCTS
The quality control program for each project assignment is accomplished in two major ways. First, senior level technical
guidance will be provided throughout the project, and second, the Project Manager will be utilized to focus on project
performance criteria, deliverables and requirements. The deliverables become performance criteria that gauge and
measure the quality performance for the project as it project continues from the Notice to Proceed to completion.
Page 41 of 54
RFQ# 2022/2023-A22 Project Approach | Page 21
DESIGN FILE CREATION
As we prepare the topographic survey electronic cad file a DTM will be created with all data pertaining to the ground
surface. The surface will then be checked by various methods (i.e.: conventional cross-sections and random check shots
on topographic hard shots throughout the project corridor for each separate data collection file. At the completion of
the fieldwork, Mr. Tompkins will perform a field verification of the survey information with a hard copy plot (check print)
of all topographic data and contour with elevation in areas where DTM are performed. DRMP’s goal is to ensure that
survey work performed in the field and in the office is of the highest quality.
PROJECT DELIVERY METHOD
DRMP will deliver the final product via electronic submittal by email or a thumb drive dropped off to the project manager.
We can accommodate any method CCUA prefers. We will then deliver the following items : media files, computation
sheets, right-of-way maps, field notes, survey checklists, ASCII point files, RAW data, utility sketches, and any other
pertinent data that may be useful during our interim reviews. We will provide the CCUA with all deliverables in AutoCAD
Civil 3D in .dwg & .dxf format unless otherwise specified, along with a sign and sealed PDF if outlined as part of the
scope.
Subsurface Utility Locates, Quality Level A, is the final step in the SUE process. Once the design file is complete, and
the design engineer has completed the design, conflicts between the proposed new utilities and existing underground
utilities are identified, DRMP will begin the Level A efforts. Level A, Verified Vertically and Horizontally (VVH) utlity locate
test holes are dug at key locations determined by the EOR. These VVHs are critical and help verify the location of the
existing underground utilities and determine if there is going to be a conflict with the proposed design. DRMP will
use one of their non-destructive vacuum excavation equipment setups to perform this work in an efficient and timely
manner. Once the VVH’s are complete their locations will be surveyed along with any updates to the underground utility
locations. This information will be added to the design survey file, all pertinent information will be updated and a new
survey design file will be issued.
With the full support of the DRMP Team, Mr. Tompkins will delegate internal responsibilities, and hold full accountability
for ensuring all phases of the project are completed on time. Delegating responsibility to the lowest possible level and
committing the entire team to supporting their efforts ensures Mr. Tompkins can eliminate error and misunderstandings
on the project. Corrective actions at this stage, if needed, could involve the use of other resources to maintain the schedule.
These resources include, but are not limited to, office and field personnel from other team member office locations.
Sample Project Schedule
Schedule Recovery
Should the CCUA shift its priorities, DRMP has
the resources to quickly address changing
needs. These can include assigning more
staff from our other regions, shortening
activity durations, and rearranging or
getting a head start on the critical path
activities. Our staff will work closely with the
CCUA to keep staff informed of any issues
and our plan of action.
Cost Control
Cost control and the development of the
most economical solutions are paramount
to any definition of success. DRMP both
actively and passively imparts cost control
methods into all our assignments. These
methods result in a project that both meets
client budgetary expectation and provides
Hilltop & Lakeview
Survey Schedule
Duration
Days Start Finish
August 2023 September 2023
26 28 30 1 3 5 7 9 11 13
Horizontal Control 1 Mon 8/28/23 Mon 8/28/23
Horizontal Control Office Support 2 Mon 8/28/23 Tue 8/29/23
Vertical Control 1 Tue 8/29/23 Tue 8/29/23
Vertical Control Office Support 2 Tue 8/29/23 Wed 8/30/23
Recover and Tie R/Q Monumentation 2 Tue 8/29/23 Wed 8/30/23
Office Support R/W Line Calculations 6 Mon 8/28/23 Mon 9/4/23
Topographic & Drainage Survey 3 Wed 8/30/23 Fri 9/1/23
Designate Utilites 5 Mon 8/28/23 Fri 9/1/23
Survey Utilites 2 Mon 9/4/23 Tue 9/5/23
Office Suport SUE 8 Mon 8/28/23 Wed 9/6/23
Process Topographic Survey Data 2 Mon 9/4/23 Tue 9/5/23
Process Subsurface Utility Data 1 Wed 9/6/23 Wed 9/6/23
Finalize Topographic and Utility Data 1 Thu 9/7/23 Thu 9/7/23
Preliminary Review of Design Survey 1 Fri 9/8/23 Fri 9/8/23
Quality Assurance/Quality Control 1 Mon 9/11/23 Mon 9/11/23
Final Review of Design Survey 1 Tue 8/12/23 Tue 8/12/23
Deliver Survey File to Client 1 Wed 9/13/23 Wed 9/13/23
Critical Path
Filed Tasks Utilizing a Second Crew To Overlap Other Ongoing Tasks
Support Tasks With Float Time
Preliminary Design File Complete
Delivery Date
Page 42 of 54
RFQ# 2022/2023-A22 Project Approach | Page 22
the most value for the dollars invested. Throughout the course of the project, the budget and project progress will be
reviewed at defined schedule points. Whenever a discrepancy is identified, a written plan of action will be developed
to resolve or accommodate the difference. The vast experience of our team brings an innovative but realistic approach
to assessing operational problems and making recommendations. Our philosophy is to identify a cost-efficient solution
and identify needs for exceptions/variations when making recommendations.
Project Management and Communication
Proper scheduling and timely completion of tasks and subtasks are of critical importance. As the prime consultant, we will
be solely responsible for the project schedule and the quality of the work product. DRMP proactively manages, identifies,
and addresses potential issues before they arise. Mr. Tompkins will schedule work tasks and milestones to assure the
project stays on a critical path and provide all team members with progress updates at the requested regular intervals.
Safety
Our priority is always safety. We review vehicular circulation as it is important to ensure that our team can get to their
destination safely and on time. If work requires a lane closure, we explore the use of flag men or other maintenance
of traffic that allow the circulation to remain. We hold our team to the highest standard of safety for the benefit of
our employees and our clients. Our safety committee has published and maintains a company safety manual which
employees have access to online and is located in each company vehicle. Our survey field crews are required to be
certified by a Florida Department of Transportation (FDOT) approved Maintenance of Traffic (MOT) Intermediate course
and have experience following FDOT Index 600 Series procedures. Most of our field crew personnel goes through safety
training, including basic first aid, CPR, CSX Roadway Worker Protection and OSHA 1910.146 Permitted Confined Spaces.
Safety is of the highest concern with field tasks that will put staff in proximity of traffic or other hazards. DRMP field
staff are dressed in shirts with our company logo, identifying them as employees of DRMP, and all company vehicles are
numbered and clearly marked with proper signage.
Project Management Methods
While the primary office to service the CCUA is our Jacksonville location, the DRMP Team has offices spread strategically
throughout the state of Florida to provide additional support to the CCUA as needed. Our regional Florida survey office
locations enable us to provide back up field support, technology, and qualified staff to the CCUA in the most efficient
and cost-effective manner possible. Three of the regional offices provide support less than an hour away from the CCUA.
Our surveying staff is comprised of Florida-registered Professional Surveyors and Mappers (PSM), survey technicians,
field crew supervisors, CADD operators and field crews, yielding one of the largest survey capabilities in Florida.
Each regional office is staffed with professionally licensed surveying and mapping personnel capable of providing
the necessary services. These office locations can provide immediate response to any project, which eliminates costly
travel and additional overhead. The DRMP Team also utilizes the “virtual office” concept, where individuals in remote
offices can effectively communicate and share information in a timely, cost-effective manner. While the “virtual office”
concept is a cost savings measure, DRMP’s Jacksonville office is located just 27 miles away from the CCUA office, with
staff available to respond immediately to local needs when necessary. Our project teams are assembled from DRMP’s
entire pool of professional staff. These teams can rely on the complete support and resources of the firm, and our 45
years of consulting experience.
The DRMP Project Manager, Randy Tompkins, PSM, will facilitate the task orders and coordinate
the appropriate resources of the project team. As Project Manager, his main responsibilities will
be to serve as the primary point of contact for the CCUA, develop a comprehensive project scope,
ensure our experienced staff and team have a clear understanding of the scope, monitor the project
schedule, and ensure quality control is conducted on work products. Mr. Tompkins will maintain
regular contact with the CCUA’s Project Manager throughout the contract’s duration via telephone, email, face-to-face
meetings, and monthly progress reports to keep them well informed. Concurrent projects requiring field services can be
accomplished locally, but should the need arise, DRMP will first call for additional company resources within the region,
then to neighboring regions of the firm throughout the state. With a staff of over 200 survey personnel, DRMP is staffed
to provide exceptional service.
Page 43 of 54
OTHER
TAB E
OTHER
Page 44 of 54
RFQ# 2022/2023-A22 Other | Page 24
Subcontractor References
AMERICAN GOVERMENT SERVICES (AGS)
James Guthrie | P: 813.975.6000 | E: james.guthrie@dot.state.fl.us
Cochise Wadley | P: 954.777.4603 | E: cochise.wadley@dot.state.fl.us
R. Wade Allen | P: 863.534.2580 | E: WadeAllen@polk-county.net
PICKETT AND ASSOCIATES (PICKETT)
Nam Nguyen, PE | P: 352.796.7211x4231 | E: nam.nguyen@watermatters.org
Gene Garner, PLS | P: 919.975.1567 | E: gene.garner@duke.energy.com
Robert McDonald, EI | P: 813.985.7481 | E: robert.mcdonald@swfwmd.state.fl.us
JBPRO
Samantha Smid | P: 904.741.3209 | E: samantha.smid@flyjacksonville.com
Amy Broskey | P: 352.393.1254 | E: broskeyar@gru.com
Michael DaRoza | P: 386.418.6100 | E: mdaroza@cityofalachua.org
Litigation
DRMP, Inc. has never been the subject of an investigation conducted by a regulatory or professional licensing board.
DRMP has been subject to legitimate, frivolous and harassment lawsuits as a result of our actions or inactions in the
45-year course of the practice of our business. However, no litigation has occurred involving contractual issues. The
following provides a detailed explanation of suits that occurred within the past 5 years.
Childs v. GLF Construction: In 2018, DRMP was named as a co-defendant in a wrongful death lawsuit. DRMP was hired
by the Florida Department of Transportation to provide engineering services for the design of SR 10 (US 90) Over Yellow
Bridge Replacement, Bridge No. 570004 in Okaloosa County. The project involved demolition of an existing bridge,
construction of a replacement bridge and boat ramp, and associated roadway improvements. Under this agreement,
DRMP prepared the Temporary Traffic Control Plan for the Project using FDOT Design Standards. The death was a result
of a driver making a U-turn in a well-established construction zone which interfered with traffic, causing a collision
with another vehicle. The summary was directed toward the contractor, for not adhering to the required standards and
specifications for “fully obliterating” existing/conflicting pavement markings. The lawsuit was settled out of court in
December 2019.
DRMP is not aware of other current or pending litigation to which we are a party.
Financial Information
DRMP will provide financial statements prior to the final award, if requested by CCUA, to demonstrate financial capacity
and stability.
CLAY COUNTYUTILITY AUTHORITY Surveying and Mapping Professional Services
Page 45 of 54
RFQ# 2022/2023-A22 Other | Page 25
ADDENDUM ACKNOWLEDGEMENT FORM
It is the Respondent’s responsibility to ensure their receipt of all addenda, and to clearly
acknowledge all addenda within their initial bid or proposal response. Failure to acknowledge
each addendum may prevent the bid or proposal from being considered foraward.
Respondent shall acknowledge below the receipt of all addenda, if any.
ADDENDUM NO. __________________________
DATED_____________________________
ADDENDUM NO. __________________________
DATED_____________________________
ADDENDUM NO. __________________________
DATED_____________________________
ADDENDUM NO. __________________________
DATED_____________________________
ADDENDUM NO. __________________________
DATED_____________________________
ADDENDUM NO. __________________________
DATED_____________________________
Respondent Name:
_________________________________________________________________
Respondent Signature:
_________________________________________________________________
Respondent Address:
_________________________________________________________________
Respondent Email Address:
_________________________________________________________________
Respondent Phone Number:
_________________________________________________________________
Date: ____________________________________________________________
1
8/3/2023
2
8/11/2023
3
8/17/2023
C. William "Bill" Faust III, PSM
8001 Belfort Pkwy #200, Jacksonville, FL 32256
CFaust@drmp.com
904.641.0123
8/22/2023
Page 46 of 54
RFQ# 2022/2023-A22 Other | Page 26
CONFLICT OF INTEREST CERTIFICATE
Solicitation No.
Vendor must execute either Section 1 or Section II hereunder, as required by Florida Statutes 112. Failure to execute
either section may result in the rejection of this bid/proposal.
SECTION I
I hereby certify that no official or employee of the Clay County Utility Authority (Authority), a special district in the State of
Florida, requiring the good or services described in these specifications has a material financial interest in this company.
Signature Company Name
Name of Official (Type or Print) Business Address
City, State, Zip Code
SECTION II
I hereby certify that the following named public official(s) and/or employee(s) of the Authority having material financial
interest(s) (in excess of 5 percent) in this company have filed a Conflict of Interest Statement with the Clay County Utility
Authority, 3176 Old Jennings Road, Middleburg, Florida 32068, prior to the time of bid opening.
Name Title of Position Date of Filing
Signature Company Name
Name of Official (Type or Print) Business Address
City, State, Zip Code
Public Official Disclosure
The Authority requires that a public official who has financial interest in a bid or contract make a disclosure at the time that the
bid or contract is submitted or at the time that the public official acquires a financial interest in the bid or contract. Please provide
disclosure, if applicable, with bid.
Public Official
Position Held
Position or Relationship with Bidder
DRMP, Inc.
C. William "Bill" Faust III, PSM 8001 Belfort Pkwy #200
Jacksonville, Florida 32256
22-23-A22
Page 47 of 54
RFQ# 2022/2023-A22 Other | Page 27
DRUG FREE WORKPLACE COMPLIANCE FORM
IDENTICAL TIE BIDS
Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied Offerors have a drug-free workplace program. To have a drug-free workplace program, a business shall:
1)Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,possession, or use of a controlled substance is prohibited in the workplace and specifying theactions that will be taken against employees for violations of such prohibition.
2)Inform employees about the dangers of drug abuse in the workplace, the business's policy ofmaintaining a drug-free workplace, any available drug counseling, rehabilitation, and employeeassistance programs, and the penalties that may be imposed upon employees for drug abuseviolations.
3)Give each employee engaged in providing the commodities or contractual services that are underbid a copy of the statement specified in subsection (1).
4)In the statement specified in subsection (1), notify the employees that, as a condition of workingon the commodities or contractual services that are under bid, the employee will abide by theterms of the statement and will notify the employer of any conviction of, or plea of guilty or nolocontendere to, any violation of chapter 893 or of any controlled substance law of the UnitedStates or any state, for a violation occurring in the workplace no later than 5 days after suchconviction.
5)Impose a sanction on or require the satisfactory participation in a drug abuse assistance orrehabilitation program if such is available in the employee's community by, any employee who isso convicted.
6)Make a good faith effort to continue to maintain a drug-free workplace through implementationof this section.
As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.
_____________________________ Offeror's Signature
Page 48 of 54
RFQ# 2022/2023-A22 Other | Page 28Page 49 of 54
RFQ# 2022/2023-A22 Other | Page 29
00420-1
[Insert Project No.]PUBLIC ENTITY CRIMES FORM[Insert Project Name][Insert Prepared Date
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (A), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL, AUTHORIZED TO ADMINISTER OATHS.
1.This sworn statement is submittedto Clay County Utility Authority
(print name of public entity)
by
(print individual’s name and title)whose business address isand (if applicable) its Federal Employer Identification Number (FEIN)is(If the entity has no FEIN, include Social Security Number of the individual signing this swornstatement:
2.I understand that a “public entity crime” as defined in Paragraph 287.133 (1) (G), Florida Statutes
means a violation of any state or federal law by a person with respect to and directly related to thetransaction of business with any public entity or with an agency or political subdivision of any otherstate or of the United States,including,butnot limited to,any bid or contract forgoods or servicestobeprovidedtoanypublicentity or an agency or political subdivision of any other state or of the
United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, ormaterialmisrepresentation.
3.I understand that “convicted” or “conviction” as defined in Section 287.133 (1) (b), Florida
Statutes, means a finding of guilt or a conviction of a public entity crime, with or withoutadjudication of guilt, in any federal or state trial court of record, relating to charges brought byindictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry ofa plea of guilty or nolo contendere.
4.I understand that an “affiliate” as defined in Paragraph 287.133 (1) (A), Florida Statutes,means:
a.A predecessor or successor of a person convicted of a public entity crime;orb.An entity under the control of any natural person who is active in the management of the entity andwho has been convicted of a public entity crime. The term “affiliate” includes those officers,
directors, executives, partners, shareholders, employees, members, and agents who are active in themanagement of an affiliate. The ownership by one person of shares constituting a controllinginterest in another person, or a pooling of equipment or income among persons when not for fairmarket value under an arm’s length agreement, shall be prima facie case that one person controls
another person. A person who knowingly enters into a joint venture with a person who has beenconvicted of a public entity crime in Florida during the preceding 36 months shall be considered anaffiliate.
5.I understand that a “person” as defined in Paragraph 287.133 (1) (E), Florida Statutes, means anynatural person or entity organized under the laws of any state or of the United States with the legalpower to enter into a binding contract and which aids or applies to bid on contracts for the provision
of goods or services led by a public entity, or which otherwise transacts or applies to transactbusiness with a public entity. The term “person” includes those officers, directors, executives,partners, shareholders, employees, members, and agents who are active in management of an entity.
6.Based on information and belief, the statement which I have marked below is true in relation to theentity submitting this sworn statement. [Indicate which statement applies.]
C. William "Bill" Faust III, PSM, Vice President
8001 Belfort Pkwy #200, Jacksonville, FL 32256
59-1791174
Page 50 of 54
RFQ# 2022/2023-A22 Other | Page 30
00420-2
[Insert Project No.]PUBLIC ENTITY CRIMES FORM[Insert Project Name][Insert Prepared Date
Neither the entity submitting this sworn statement nor any of its officers, directors, executives, partners, shareholders,employees,members,or agents who areactive in the management oftheentity,nor any affiliate of the entity has been charged with and convicted of a public entity
crime subsequent to July 1,1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime
subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of final order)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
(Signature)(Date)
STATE OF
COUNTY OF
Sworn to (or affirmed) and subscribed before me by means of ☐physical presence or ☐online notarization, on this _____ day of , 20___, by ____________________________ (name ofindividualsigning), who is personally known to me or who produced as
identification.
My commission expires: NOTARY PUBLICPrintName:
8/22/2023
Florida
Orange
Page 51 of 54
RFQ# 2022/2023-A22 Other | Page 31
PUBLIC RECORDS COMPLIANCE ACKNOWLEDGEMENT
Bid No.
Vendor must execute this form. Failure to submit this form shall result in rejection of this bid.
I hereby agree that our firm or organization, employees, subcontractors and for those I am legally liable shall
comply with Chapter 119.071(3), Florida Statutes, and will not divulge, furnish or make available to any third
person, firm or organizations hereunder, or in the course of judicial or legislative proceeding where such
information has been properly subpoenaed, any non-public information concerning the services to be rendered
by the firm or organization, any sub-vendor(s), or subcontractor(s), pursuant to this Agreement.
Subject to the foregoing provisions and law applicable to confidential information,
shall keep and maintain public records required by the
Authority, which is a public agency, in order for the firm or organization to perform services and the work
required by the Scope, and upon request from the Authority’s custodian of public records, firm or organization
shall provide the Authority 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 firm or organization shall require all its employees, sub vendors(s) and
subcontractor(s) to comply with provisions of this paragraph.
Signature Company Name
Name of Certifying Official
(Type or Print)
Business Address
City, State, Zip Code
C. William "Bill" Faust III, PSM
DRMP, Inc.
C. William "Bill" Faust III, PSM 8001 Belfort Pkwy #200
Jacksonville, FL 32256
2022/2023-A22
Page 52 of 54
Exhibit C DRAFT SUPPLEMENTAL AGREEMENT TEMPLATE
Supplemental Agreement No. X to Surveying and Mapping Professional Services RFQ
Agreement 2022/2023-A22 to provide Professional Surveying and Mapping services for the
[Insert the Name of the Project].
Engineer: Owner: Clay County
Utility Authority
Date: [Insert Date]
Item Description of Services
Provide Surveying and Mapping 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-A22 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 53 of 54
8001 Belfort Parkway, Suite 200, Jacksonville, Florida 32256
Phone: 904.641.0123 | 1.833.811.3767
www.DRMP.com
Hourly Rate Schedule
10/23/2023
The following schedule provides the hourly billing rates for the classifications likely to be engaged for
projects associated with the Tasks for Clay County Utility Authority.
Classification Hourly Rate
2 Person Survey Crew $170.00
3 Person Survey Crew $220.00
Survey Helper / Flagman $72.00
Survey Technician / Analyst $115.00
Surveyor V (PSM/PLS) $200.00
Mobile LiDAR Daily Rate $4,500.00
1-Person Utility Designate $120.00
2-Person Designate/Locate Crew $185.00
3-Person Vacuum Excavation SUE Crew $240.00
SUE Manager $200.00
Utility Locate Coordinator $150.00
Senior SUE Technician $120.00
UAS Aerial Lidar Equipment Daily Rate $1500.00
UAS Boat Multibeam System Daily Rate $1500.00
EXHIBIT D
Page 54 of 54