Loading...
HomeMy WebLinkAboutRFQ 22-23-A22 Surveying and Mapping Contract- EDA CONSULTANTS INC Fully Executed Page 1 of 49 SURVEYING AND MAPPING PROFESSIONAL SERVICES CONTINUING CONTRACT BETWEEN CLAY COUNTY UTILLITY AUTHORITY (CCUA) AND ED CONSULTANTS, 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 EDA CONSULTANTS, INC., 720 SW 2ND Avenue, Suite 300, Gainesville, Florida 32601 (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 49 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 49 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 49 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 49 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 49 SECTION 5. RETENTION OF DOCUMENTS. 1. The Consultant agrees to maintain all documents, including electronic documents, related to the Project for a period of not less than five (5) years, in a reasonably accessible manner consistent with the Consultant's internal document retention policy. A. REASONABLY ACCESSIBLE: In order to be considered reasonably accessible, such documents must not be deleted or totally destroyed such that they cannot be reproduced or only be restored at a significant cost. B. DOCUMENT RETENTION POLICY: A written policy by which each employee, subcontractor, and subconsultant and its subcontractors or subconsultants of any tier, follows the same protocol to retain all required documents related to a project in a consistent, organized manner sufficient to allow efficient retrieval of same. SECTION 6. PUBLIC FUNDS CCUA’s performance of this Agreement shall be contingent upon and subject to the existence of lawfully appropriated public funds for each fiscal year (i.e., October 1 through and including the next following September 30) of CCUA. SECTION 7. EXTENT OF AGREEMENT This Agreement, together with the Request for Qualifications (“RFQ”), Addendums, Consultant’s response submittal to the RFQ, all attachments and forms, represents the final and completely integrated Agreement between the parties regarding its subject matter and supersedes all prior negotiations, representations, or agreements, either written or oral. Any pre-printed provisions of the Consultant’s written materials, contract forms, or documents to the contrary notwithstanding, no transportation surcharges shall apply, and no policies of the Consultant available on the Consultant’s website or retained in the Consultant’s office are incorporated by reference nor shall be deemed to be part of this Agreement, unless the same is attached this Agreement, and separately signed by the duly authorized signor for CCUA. SECTION 8. PROHIBITION AGAINST CONTINGENT FEES The Consultant shall not have employed or retained any company or person, other than an employee working solely for the Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than an employee working for the Consultant, any fee, commission percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this agreement. For the breach or violation of these provisions, CCUA shall have the right to terminate this Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such a fee, commission, percentage, gift, or consideration. Page 7 of 49 SECTION 9. STATUS Any pre-printed provisions of the Consultant’s written materials, contract forms, or documents to the contrary notwithstanding, the CCUA’s entry into the contract or agreement with consultant does not give Consultant any preferential status, “most favored nations” status, nor right of first refusal to any renewal or for any other contract or agreement to provide other goods and/or services to the CCUA. SECTION 10. OWNERSHIP OF INSTRUMENTS OF SERVICE CCUA shall retain ownership of all Work Products including electronic files, field data, pictures, notes and other documents and instruments prepared by the Consultant as instruments of service. The Consultant shall not be liable for any re-use of such documents for other than the specific purpose intended without the Consultant's written verification or adaptation thereof. SECTION 11. INSURANCE GENERAL LIABILITY INSURANCE The limits of this insurance shall not be less than the following limits: Each Occurrence Limit $1,000,000 Personal & Advertising Injury Limit $1,000,000 Medical Expense Limit (any one person) $ 1,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate Limit $1,000,000 General liability coverage shall apply to “bodily injury” and to “property damage” occurring on, about, or in transit to CCUA’s premises for the covered operations or professional services to be performed for CCUA by or on behalf of the additional insureds. WORKERS’ COMPENSATION AND EMPLOYER’S LIABILITY INSURANCE The Contractor shall purchase and maintain at the Contractor’s sole expense Workers’ Compensation and Employer’s Liability insurance coverage for the life of this Agreement. The Limits of this insurance shall not be less than the following limits: Part One – Workers’ Compensation Insurance – Unlimited Statutory Benefits as provided in the Florida Statutes Part Two – Employer’s Liability Insurance Bodily Injury By Accident $1,00,000 Each Bodily Injury By Disease $1,00,000 Policy Bodily Injury By Disease $1,00,000 Each *If leased employees are used, policy must include an Alternate Employer’s Endorsement. Page 8 of 49 EXCESS LIABILITY INSURANCE The Contractor shall purchase and maintain at the Contractor’s sole expense Excess Liability (Umbrella Form) insurance coverage for the life of this Contract. The Limits of this insurance shall not be less than the following limits: Each Occurrence Limit $1,000,000 Aggregate Limit $1,000,000 PROFESSIONAL LIABILITY (ERRORS & OMISSIONS) This additional coverage will be required for all projects involving consultants and similar exposures. The Contractor shall purchase and maintain at the Contractor’s sole expense Professional Liability insurance coverage for the life of this Agreement. The minimum amount of such insurance shall be as follows: Per Claim/Annual Aggregate $1,000,000 Professional Liability coverage will be provided on an Occurrence Form or a Claims Made Form with a retroactive date to at least the first date of this Agreement. If provided on a Claims Made Form, the coverages must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. CYBER AND DATA SECURITY LIABILITY This additional coverage will be required of Proposer for information technology services, software providers, programmers, and similar exposures. The Contractor shall purchase and maintain at the Contractor’s sole expense Cyber and Data Security Liability insurance coverage for the life of this Contract. The minimum amount of such insurance shall be as follows: Technology Errors and Omissions Liability coverage $1,000,000/per claim Media $1,000,000/per claim Network and Data (Information) Security $1,000,000/per claim Policy coverage must include Third Party Liability coverage. CRIME/FIDELITY COVERAGE This additional coverage will be required for all service providers involving information technology services, Pension consulting and administration, and similar exposures. The Contractor shall purchase and maintain at the Contractor’s sole expense Crime/Fidelity and/or Fiduciary Liability insurance coverage for the life of this Contract. The minimum amount of such insurance shall be as follows: Third Party Employee Dishonesty $1,000,000 Contractor shall require each of its subcontractors/vendors to likewise purchase and maintain at their expense Commercial General Liability insurance, Workers’ Compensation and Employer’s Liability coverage, Automobile Liability insurance and Excess Liability insurance coverage meeting the same limit and requirements as the Contractor/Vendors insurance. Certificates of Page 9 of 49 Insurance acceptable to CCUA for the Contractor / subcontractor / vendor’s insurance must be received within five (5) days of Notification of Selection and at time of signing Agreement. Certificates of Insurance and the insurance policies required for this Agreement shall contain an endorsement that coverage afforded under the policies will not be cancelled or allowed to expire until at least thirty (30) days prior written notice has been given to CCUA. Certificates of Insurance and the insurance policies required for this Agreement will include a provision that policies, except Workers’ Compensation, are primary and noncontributory to any insurance maintained by the Contractor/subcontractor/vendor. CCUA must be named as an Additional Insured and endorsed onto the Commercial General Liability (CGL), Auto Liability and Excess Liability policy(ies). A copy of the endorsement(s) must be supplied to CCUA within ten (10) days following the execution of the Agreement or prior to the first date of professional services being provided, whichever comes first. The Contractor waives, and the Contractor shall ensure that the Contractor’s insurance carrier waives, all subrogation rights against CCUA and CCUA’s officers, employees, and volunteers for all losses or damages. CCUA requires the policy to be endorsed with WC 00 03 13 Waiver of our Right to Recover from Others or equivalent. CCUA shall retain the right to review, at any time, coverage from, and amount of insurance. The procuring of required policies of insurance shall not be construed to limit the Contractor’s liability or to fulfill the indemnification provisions and requirements of this Agreement. The Contractor shall be solely responsible for payment of all premiums for insurance contributing to the satisfaction of this Agreement and shall be solely responsible for the payment of all deductibles and retentions to which such policies are subject, whether or not CCUA is an insured under such policy(ies). A. The CONTRACTOR shall name CCUA as a certificate holder and as additional insured, to the extent of the services to be provided hereunder, on all required insurance policies, and provide CCUA with proof of same. B. The CONTRACTOR, and any authorized subcontractor(s), shall provide CCUA’s Procurement Department with Certificate(s) of Insurance evidencing such coverage for the duration of this Agreement. Said Certificate(s) of Insurance shall be dated and show: 1. The name of the insured CONTRACTOR; 2. The Agreement by name and CCUA Contract or RFQ number; 3. The name of the insurer; 4. The number of the policy; 5. The effective date; 6. The termination date; and 7. A statement that the insurer will mail notice to CCUA at least thirty (30) days prior to any material changes in the provisions or cancellation of the policy. C. Receipt of certificates or other documentation of insurance or policies or copies of policies by CCUA, or by any of its representatives, which indicates less coverage than Page 10 of 49 is required, does not constitute a waiver of the CONTRACTOR’s obligation to fulfill the insurance requirements specified herein. D. The CONTRACTOR shall ensure that any subcontractor(s), hired to perform any of the duties contained in the Scope of Services of this Agreement, maintain the same insurance requirements set forth herein. In addition, the CONTRACTOR shall maintain proof of same on file and made readily available upon request by CCUA. SECTION 12. NON-RENEW Any pre-printed provisions of the Consultant’s written materials, contract forms or documents to the contrary notwithstanding, the same shall not automatically renew but shall be renewed only upon subsequent written agreement of the parties. SECTION 13. TERMINATION AND SUSPENSION CCUA or the Consultant may terminate this Agreement at any time, with or without cause, by giving ten (10) days’ notice to the other in writing. In the event of termination, all finished or unfinished Work Products prepared by the Consultant pursuant to this Agreement, shall be provided to CCUA. In the event CCUA terminates this Agreement prior to completion without cause, Consultant may complete such analyses and records as may be necessary to place its files in order. This Agreement shall be terminated, with twenty-four (24) hour notice to the Consultant in the event that funds become unavailable to CCUA for any reason whatsoever. This Agreement, or any portion hereof, may be suspended from time to time for various periods of time or during any of the Consultant’s performance of the Supplemental Agreements proposed hereunder, permanently, or temporarily, by action of CCUA. SECTION 14. INDEPENDENT CONTRACTOR Consultant is and shall be at all times during the term of this Agreement an independent contractor and not an employee of CCUA. Consultant agrees that it is solely responsible for the payment of taxes applicable to the services performed under this Agreement and agrees to comply with all local, state, and federal laws regarding the reporting of taxes, maintenance of insurance and records, and all other requirements and obligations imposed on the Consultant as a result of its status as an independent contractor. Consultant is responsible for providing the office space and administrative support necessary for the performance of services under this Agreement. CCUA shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance of unemployment compensation programs or otherwise assuming the duties of an employer with respect to the Consultant or any employee of consultant. SECTION 15. CONFLICT OF INTEREST The Consultant represents that to the best of its knowledge and belief it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. The Consultant further agrees that no person having Page 11 of 49 any such interest shall be employed or engaged by the Consultant for said performance. If Consultant, for itself and on behalf of its subconsultants, is about to engage in representing another client, which it in good faith believes could result in a conflict of interest with the work being performed by the Consultant or such subconsultant under this Agreement, then it will promptly bring such conflict of interest to CCUA’s attention, in writing. CCUA will advise the Consultant, in writing, within ten (10) business days if such a conflict of interest exists. If CCUA determines that there is a conflict of interest, Consultant or such subconsultant shall decline the representation upon written notice by CCUA. If CCUA determines that there is no such conflict of interest, then CCUA shall give its written consent to such representation. If Consultant or subconsultant accepts such a representation, without obtaining the CCUA’s prior written consent, and if CCUA subsequently determines that there is a conflict of interest between such representation and the work being performed by consultant or such subconsultant under this Agreement, then the Consultant or such subconsultant agrees to promptly terminate such representation. Consultant shall require each of such subconsultants to comply with the provisions of this Section. Should the Consultant fail to advise or notify CCUA as provided herein above of representation which could, or does, result in a conflict of interest, or should the Consultant fail to discontinue such representation, CCUA may consider such failure as justifiable cause to terminate this Agreement. SECTION 16. CCUA’S APPROVAL Neither review, approval, or acceptance by CCUA of services or Work Products furnished by the Consultant, or any subconsultant(s), vendor(s) or subcontractor(s) engaged by the Consultant, shall not in any way relieve Consultant of responsibility for the adequacy, completeness and accuracy of its services or Work Products or any and all of its subconsultant(s), vendor(s) and/or subcontractor(s) engaged by the Consultant to provide and perform services in connection with this Agreement. Neither the CCUA’s review, approval or acceptance of, nor payment for, any of the Consultant’s services or Work Products shall be construed to operate as a waiver of any of CCUA’s rights under this Agreement, or any cause of action it may have arising out of the performance of this Agreement. SECTION 17. CONFIDENTIALITY AND PUBLIC RECORDS COMPLIANCE The Consultant agrees, during the term of this Agreement, to comply with Chapter 119.071(3), Florida Statutes, and not to divulge, furnish or make available to any third person, firm or organization, without CCUA’S prior written consent, or unless incident to the proper performance of the Consultant’s obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by the Consultant or any subconsultant(s) or subcontractor(s), pursuant to this Agreement. Subject to the foregoing provisions and law applicable to confidential information, the Consultant will keep and maintain public records required by CCUA, which is a public agency, in order for the Consultant to perform the services and the work required by the Scope, and upon request from CCUA’s custodian of public records, Contractor shall provide CCUA with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119.07, Florida Statutes, or as otherwise provided by law. The Consultant shall require all of its employees, subconsultant(s) and subcontractor(s) to comply with provisions of this paragraph. IF THE Page 12 of 49 CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT: Public Records 3176 Old Jennings Road Middleburg, Florida 32068 (904) 272-5999 Recordsrequest@clayutility.org SECTION 18. PROPERTY DAMAGE The Consultant agrees to promptly repair and/or replace, or cause to have repaired and/or replaced, at its sole cost and expense and in a manner acceptable to and approved by CCUA, any property damage arising out of, or caused by, the willful or intentional misconduct or negligent acts of the Consultant, or its subconsultants and/or subcontractors. The Consultant’s obligation under this subsection does not apply to property damage caused in whole or in part by any other consultant or contractor engaged directly by CCUA. CCUA reserves the right, should the Consultant fail to make such repairs and/or replacement within a reasonable period of time, to cause such repairs and/or replacement to be made by others and for all costs and expenses associated with having such repairs and/or replacement done to be paid for by the Consultant’s compensation fund or by the Consultant reimbursing CCUA directly for all such costs and expenses. SECTION 19. NONDISCRIMINATION AND EQUAL OPORTUNITY The Consultant shall comply with all state and federal laws, as currently written or hereafter amended, or other applicable laws prohibiting discrimination, unless based upon a bona fide occupational qualification as provided in or as otherwise permitted by other applicable laws. Consultant’s or its subconsultants, subcontractors and/or vendors shall be certified as minority business enterprise as defined in Section 288.703, Florida Statutes, to count towards participation goals or requirements. The failure of the Consultant to adhere to relevant stated requirements shall subject the Consultant to any sanctions which may be imposed upon CCUA. SECTION 20. INDEMNIFICATION The Consultant shall indemnify and hold harmless CCUA, and the CCUA's officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. All indemnification provisions contained this Agreement are separate and apart from, and are in no way limited by, any insurance provided pursuant to this Agreement or otherwise. All indemnification provisions of this Agreement, relating to Indemnification shall survive the term of this Agreement, and any holdover and/or Agreement extensions thereto, whether such term expires naturally by the passage of time or is earlier Page 13 of 49 terminated earlier pursuant to the provisions of this Agreement. With respect to any indemnification by CCUA provided under the contract or agreement, any such indemnification shall be subject to and within the limitations set forth in Section 768.28, Florida Statutes, and to any other limitations, restrictions and prohibitions that may be provided by law, and shall not be deemed to operate as a waiver of CCUA’s sovereign immunity. SECTION 21. GOVERNING LAW CCUA and the Consultant agree that this Agreement and any legal actions concerning its validity, interpretation and performance shall be governed by the laws of Clay County, Florida without regard to any conflict of law’s provisions, which may apply the laws of other jurisdictions. It is further agreed that any legal action between CCUA and the Consultant arising out of this Agreement, or the performance of the services shall be brought in a court of competent jurisdiction in Clay County, Florida. SECTION 22. DISPUTE RESOLUTION In an effort to resolve any conflicts that arise during or relate to the Consultant’s performance of the Agreement, CCUA and the Consultant agree that all disputes between them arising out of or relating to this Agreement shall be submitted to nonbinding mediation. The Consultant further agrees to include a similar mediation provision in all agreements with independent subcontractors and subconsultants retained by the Consultant for this Agreement or any Supplemental Agreement(s), and to require all independent subcontractors and subconsultants also to include a similar mediation provision in all agreements with its subcontractors, subconsultants, suppliers, vendors and fabricators, thereby providing for mediation as the primary method for dispute resolution among the parties to all those agreements. CCUA shall not be bound by any provision requiring binding arbitration or binding mediation of disputes. If a dispute arises either party shall follow the following provisions: provide written explanation of the dispute a minimum 30 days’ notice to the other party prior to mediation, the mediator shall be a member of the National Academy of Distinguished Neutrals (“NADN”), if an impasse is reached there shall be a sixty (60) day cooling off period required, a minimum 30 days written notice shall be provided to the other party prior to filing suit in any court after the cooling off period. SECTION 23. THIRD PARTY BENEFICIARIES Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either CCUA or the Consultant. The Consultant's services under this Agreement are being performed solely for CCUA’s benefit, and no other party or entity shall have any claim against the Consultant because of this Agreement or the performance or nonperformance of services hereunder. CCUA and Consultant agree to require a similar provision in all contracts with contractors, subcontractors, subconsultants, vendors and other entities involved in this Agreement or Supplemental Agreement(s) to carry out the intent of this provision. Page 14 of 49 SECTION 24. TRUTH IN NEGOTIATION CERTIFICATION The Consultant understands and agrees that execution of this Agreement by the Consultant shall be deemed to be simultaneous execution of a truth-in-negotiation certificate under this provision to the same extent as if such certificate had been executed apart from this Agreement, such certificate being required by Section 287.055, Florida Statutes. Pursuant to such certificate, the Consultant hereby states that the wage rates and other factual unit costs supporting the compensation hereunder are accurate, complete, and current at the time of contracting. Further the Consultant agrees that the compensation hereunder shall be adjusted to exclude any significant sums where CCUA determines the Compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs, provided that any and all such adjustments shall be made within one (1) year following the completion date of this Agreement or Supplemental Agreement(s). SECTION 25. AMENDMENTS This Agreement may be amended only by written instrument specifically referring to this Agreement and executed with the same formalities as this Agreement. SECTION 26. ASSIGNMENT Neither party to this Agreement shall transfer, sublet or assign any rights or duties under or interest in this Agreement, including but not limited to monies that are due or monies that may be due, without the prior written consent of the other party. Subcontracting to subconsultants, normally contemplated by the Consultant as a generally accepted business practice, shall not be considered an assignment for purposes of this Agreement. SECTION 27. ATTORNEY’S FEES In any action involving the enforcement or interpretation of this Agreement, each party, whether CCUA or the Consultant, shall be responsible for its own respective attorneys' fees and costs. SECTION 28. WAIVER The failure of either party to exercise any of its rights is not a waiver of those rights. A party waives only those rights specified in writing and signed by the party waiving its rights. Oral modification or rescission of this Agreement by an employee or agent of either party, shall not release either party of its obligations under this Agreement, shall not be deemed a waiver of any rights of either party to insist upon strict performance hereof, or of either party’s rights or remedies under this Agreement or by law, and shall not operate as a waiver of any of the provisions hereof. SECTION 29. SURVIVAL OF REMEDIES The parties’ remedies shall survive the termination of this Agreement. Page 15 of 49 SECTION 30. PROVISIONS SEVERABLE In the event any of the provisions of this agreement should be found to be unenforceable, it shall be stricken and the remaining provisions shall be enforceable. SECTION 31. FINANCIAL CONSEQUENCES Should the Consultant fail to comply with any term of this Agreement, CCUA shall take one or more of the following actions, as appropriate in the circumstances: • Temporarily withhold payments pending correction of the deficiency, • Disallow all or part of the cost of the activity or action not in compliance, • 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: EDA Consultants, Inc. Sergio Reyes, P.E., President 720 SW 2nd Avenue, South Tower, Suite 300 South Tower, Suite 300 Gainesville, Florida 32601 Page 16 of 49 SECTION 34. CLIENT SERVICE MANAGERS CCUA and the CONTRACTOR have identified individuals as “Client Service Managers” (herein so called), listed below, who shall have the responsibility for managing the Scope of Services to be performed under this Agreement. The person or individual identified by the CONTRACTOR to serve as the Client Service Manager for this Agreement, or any replacement thereof, is subject to prior written approval and acceptance by CCUA. If CCUA or CONTRACTOR replace their own current Client Service Manager with another individual, an amendment to this Agreement shall not be required. CCUA will notify the CONTRACTOR, in writing, if the current CCUA Client Service Manager is replaced by another individual. A. CCUA Client Service Manager’s contact information is as follows: 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: Sergio Reyes, P.E., President EDA Consultants, Inc. 720 SW 2nd Avenue, South Tower, Suite 300 South Tower, Suite 300 Gainesville, Florida 32601 Phone: 352-373-3541 Email: Sreyes@edafl.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 Page 17 of 49 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 49 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 49 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 49 RFQ# 2022/2023-A22 Request for Qualification For Surveying and Mapping Professional Services August 24, 2023 edafl.com eda consultants inc. eda consultants, inc. 720 SW 2nd Avenue South Tower, Suite 300 Gainesville, FL 32601 Sergio Reyes, P.E. President (352) 373-3541 sreyes@edafl.com CLAY COUNTY UTILITY AUTHORITY Page 22 of 49 TABLE OF CONTENTS Letter of Interest Executive Summary Key Personnel Resumes Organizational Chart Summary of team experience Licensure Company Experience & Past Performance Project Examples References Sample Project & Approach Sample Project Project Approach edafl.com eda consultants inc. 1 3 5 10 11 12 14 17 19 21 Page 23 of 49 | 1edafl.com eda consultants inc. Attn: Angelia Wilson Procurement Manager Phone: 904-213-2774 E-Mail: awilson@clayutility.org August 24, 2023 Re: RFQ# 2022/2023-A22 Request for Qualification For Surveying and Mapping Professional Services Dear Ms. Wilson: eda consultants, inc. appreciates this opportunity to submit a response to Clay County Utility Authority (CCUA) for this Request for Qualification For Surveying and Mapping Professional Services (RFQ# 2022/2023-A22). Upon review of the RFQ we believe that our capabilities, experience, equipment, and approach qualify our firm to provide CCUA with the requested surveying and mapping professional services. In our 47 years of existence, eda's experience includes hundreds of surveys similar in scope to those outlined in this RFQ. Our team currently holds many similar continuing services contracts with public agencies and municipalities, including Alachua County, Gainesville Regional Airport, and Gainesville Regional Utilities. These long-time clients will attest to the quality of service that we provide for each project on a continual basis. eda has a survey team of thirteen, including three registered Florida Professional Surveyors and Mappers. Our key personnel are Jared Rogers, P.S.M. and Robert Graver, P.S.M. They have nearly 70 years of combined experience providing surveying services. We affirm that these two expert surveyors will directly manage, lead, and work on all projects associated with the CCUA contract. Our survey department provides personalized service, with a high level of expert oversight. All of eda’s surveyors are experienced in and prepared to provide a wide range of survey services requested by CCUA, including but not limited to: By signing this letter, I certify that I have fully read and understand the RFQ and have full knowledge of general scope, na- ture, & quality of the work to be performed, the general requirements of the services to be provided, and the conditions under which the services are to be performed. We appreciate the opportunity to submit our qualifications for this contract and look forward to continuing our mutually beneficial working relationship. Please do not hesitate to contact me at (352) 373-3541 or jrogers@edafl.com should you require any further information. Sincerely, Jared Rogers, P.S.M. Director of Surveying 1. Topographic Surveys 2. Boundary Surveys 3. Right-of-way Surveys 4. Land Title Search 5. ALTA Surveys 6. Utility surveys 7. As-builts 8. Subsurface Utility Engineering (SUE) 9. FEMA (LOMA) Surveys 10. FEMA Elevation Certificate 11. Stake-out 12. Layout 13. Wetland Surveys 14. Tree Surveys 15. Control Surveys 16. LiDAR Surveys 17. Legal Descriptions Sergio Reyes, P.E. President Page 24 of 49 edafl.com eda consultants inc. EXECUTIVE SUMMARY Page 25 of 49 | 3edafl.com eda consultants inc. EXECUTIVE SUMMARY Founded in 1976, eda is a certified State of Florida Minority Business Enterprise (MBE) & Disadvantaged Business Enterprise (DBE) located in Gainesville, FL. Our surveying team has provided services similar to those in this RFQ for a variety of other governmental agencies for decades, including Gainesville Regional Utilities (GRU). We work with GRU staff on nearly a weekly basis performing small public utility easement (PUE) stakeouts and large boundary/ topographic surveys on wastewater treatment plants and electric substations. We are familiar with the unique security and safety needs of these sensitive utility projects. Our extensive permitting experience puts us in a position to assist CCUA in preparing, coordinating, applying, and submitting for those permits, approvals and extensions required for the projects which eda is involved in. Throughout decades of working for and with public sector clients, we have learned how best to meet their individual consulting needs and provide value. Our understanding of internal processes allows us to work efficiently and accurately. We work closely with our clients and are often operating as an extension of their staff. In some cases, we have assisted by providing on-site recommendations that address a situation encountered in the field. Our approach is to fully understand our clients’ scope of work, priorities, and deliverables so that projects are completed to meet their goals. Concerns regarding cost, functionality, community input, and efficiency are given the utmost consideration. eda understands and values the importance of CCUA’s schedules and will strive to achieve the mutually agreed upon time frame. eda will assume responsibility for the professional quality, technical adequacy and accuracy, timely completion, and the coordination of all work products provided to CCUA. GIS (Geographic Information Systems) eda has the staff, software and hardware necessary for providing GIS services to CCUA, as needed. Jared Rogers has eight (8) years of experience providing GIS services to FDEP through previous contracts through Nick Miller, Inc. (GlobalMind) and Dynamic Land Solutions (as a subcontractor through DeGrove Surveyors, Inc.) His experience with GIS Parcel Creation includes mapping over 60,000 parcels within Highlands County, Florida. Emergency Projects As a part of eda’s continuing services contract with Alachua County Public Works we are on-call for emergency issues. An example of these emergency issues is the City of Hawthorne Sanitary Sewer (gravity) on SE 65th Lane. The City of Hawthorne had paved over sanitary sewer manholes in the roadway and several houses began experience sewer back- ups into the residences. Given our abilities with regards to underground utility location the Alachua County Surveyor contacted eda and stressed that it required our immediate attention. eda was able to get a task order approved, dispatched multiple teams to the site, utilized Ground Penetrating Radar (GPR) to locate the sewer manholes, provide approximate manhole depths (several approximately 1.5 feet below the asphalt), and provided a final report. eda received the initial phone call at 10:30 am and all the above tasks were completed by the end of the same day. Underground Utility Location Knowing the location of underground utilities assists in making appropriate design decisions. eda utilizes state-of- the-art electronic location equipment, Ground Penetrating Radar (GPR) and highly trained personnel to create an accurate representation of the underground facilities at a project site. Our typical subsurface utility location service includes marking all known traceable public and private utilities. Electronic detection equipment is used to mark and locate all metallic pipes and wires made evident by above-ground fixtures, signage, or available utility maps. Ground Penetrating Radar (GPR) is then used to look for additional utility lines such as non-metallic lines (PVC pipes typically go unnoticed to a locator’s transmitter, however GPR can often reveal the location of these utilities), and lines not shown on available utility maps (private utility lines, abandoned utility lines & certain communication lines are normally not shown on maps). Page 26 of 49 edafl.com eda consultants inc. KEY PERSONNEL Page 27 of 49 | 5edafl.com eda consultants inc. Jared Rogers oversees all eda surveying & mapping projects, which typically include boundary, topographic, tree, as-built, specific purpose, and ALTA/NSPS Land Title surveys. His responsibilities as Director include management of the eda survey team, developing project scopes, client communication, project scheduling, quality assessment, control of deliverables, and overall project success. In his twenty years experience, Jared has performed construction staking, subdivision plat preparation, FEMA elevation certificates and countless legal descriptions & sketches. He is well-versed in locating utilities, reviewing utility configurations on surveys, and managing all aspects of obtaining VVH (Verification of Vertical and Horizontal) on critical utilities. He has been qualified as an expert witness in land surveying matters and has provided testimony in court cases. Jared specializes in locating and marking underground utilities at project sites. This specialized skill includes using Electronic Locating Equipment in conjunction with Ground Penetrating Radar (GPR) to mark traceable public and private utilities. JARED ROGERS, P.S.M. Director of Surveying, Client Service Manager YEARS OF EXPERIENCE: 20 years (9 with eda) PROFESSIONAL REGISTRATION: Professional Surveyor and Mapper, Florida, No. 6687 EDUCATION: B.S., Geomatics, University of Florida AFFILIATIONS: • Florida Surveying and Mapping Society • Gainesville-Alachua County Association of Realtors, Featured Business Partner • Gainesville-Alachua County Association of Realtors, Affiliate Member • Women’s Council of Realtors, Local Sponsor & Affiliate Member ◊ NW 31st Avenue Trail Client: City of Gainesville WSPP Years: 2022-present Provided all necessary survey services, including topographic survey with underground utility location for a multi-use trail on the north side of NE 31st Avenue from NE 15th Street to NE Waldo Road. Included coordination to measure heights to guy wires and overhead electric lines as well as VVH for underground utilities. ◊ Alachua County Sports & Events Center Client: Alachua County/Viking Construction Years: 2020-2023 Served as surveyor-of-record, providing such services as topographic survey with underground utility location, construction stakeout, and final as-built surveys for a 150k SF events center. ◊ Gainesville Regional Airport- Various Projects Client: Gainesville-Alachua County Regional Airport Authority Years: 2015-present Provided a full slate of surveying services as-needed including construction staking, underground utility location, topographic surveys, and as-built surveys to support a variety of airport projects including access road improvements, a new fire station and terminal expansions- as well as a number of hangars and apron/taxiway and runway improvement projects. ◊ Oaks Preserve Subdivision Client: Forestar USA | Years: 2016-2023 All surveying services for a 296-lot, 95- acre subdivision on SW Archer Rd/SR 24 in Gainesville, FL constructed in four phases. Services provided included: • Topo survey of approx. 1,800 ft of SR 24 to support engineering design of proposed median openings, turn lanes, and roadway & utility connections. • Boundary surveys • Legal descriptions & sketches • Easements including Public Utility, Ingress/Egress, and Emergency Access • Subdivision Plats • Setting lot corners • FEMA LOMR application SELECTED PROJECTS: AREAS OF SPECIALIZATION: • Underground Utility Location • GIS/GPS • High-accuracy Vertical Building Monitoring Page 28 of 49 | 6edafl.com eda consultants inc. Bob Graver has half a century of experience in land surveying in Florida and has been employed by eda since it was founded in 1976. He has performed all types of surveying activities throughout Florida including power line, right- of-way (ROW), boundary, topographic, and specific purpose surveying in addition to construction stakeout. Prior to professional registration, he worked on a surveying field crew for 10 years as a rod person, instrument person, and party chief. Subsequently, Bob served as a Professional Surveyor and Mapper and supervisor in charge of surveying field crews. His duties include preparing survey drawings utilizing AutoCAD, calculating field crew stakeout information, and scheduling field work. ROBERT GRAVER, P.S.M. Senior Project Surveyor, Project Manager YEARS OF EXPERIENCE: 50 years (47 with eda) SELECTED PROJECTS: PROFESSIONAL REGISTRATION: Professional Surveyor and Mapper, Florida, No. 4239 EDUCATION: B.S., Forestry, University of Florida AFFILIATIONS: Florida Surveying and Mapping Society ◊ Rattlesnake Creek Client: Gainesville Regional Utilities | Year: 2023 Mr. Graver prepared a detailed topographic survey of a 50' wide corridor along Rattlesnake Creek in Gainesville. Included location of all existing PUEs across approximately 30 individual parcels. ◊ SW 24th Avenue (From Tower Rd to SW 91st St) Client: Gainesville Regional Utilities | Year: 2021 Mr. Graver prepared a topographic survey showing spot elevations, location of fixed above ground improvements, tree locations, ROW lines, and sanitary & storm sewer inverts. Survey involved location of all traceable underground utilities and verified vertical and horizontal locations (VVH) of 15 utility lines within the ROW. ◊ Parker Road & SW 24th Avenue Client: Alachua County Public Works | Year: 2022 Mr. Graver prepared a topographic survey showing spot elevations, above ground improvements, trees, ROW lines, sewer inverts, visible paint striping, and control points/elevation benchmarks. Located all traceable underground utilities and performed VVH of 20 utility lines within the ROW. ◊ NW 23rd Ave/ NW 16th Blvd/NW 16th Ave Client: Alachua County Public Works Years: 2019-2021 Survey including horizontal and vertical control for the specific purpose of locating improvements within the NW 23rd Ave, from I-75 to NW 58th Blvd ROW. This included locating monuments and establishing & referencing a survey baseline. Road design was completed by Kimley-Horn. ◊ Tower Road/SW 75th Street Client: Alachua County Public Works | Year: 2016 To support roadway improvements along Tower Road, Mr. Graver prepared a topographic survey showing spot elevations, above ground improvements, trees, ROW lines, and sewer inverts from the northerly line of Archer Road to the northerly line of SW 8th Avenue. Spot elevations were obtained for an additional 20 feet outside the ROW to provide contours to assist with drainage calculations. The survey also extended 75 feet beyond the Tower Road ROW at 18 major intersections. Page 29 of 49 | 7edafl.com eda consultants inc. ◊ County Road 337 Client: City of Newberry | Year: 2021 eda completed a Topographic Survey of approximately 4,500 feet of County Road No. 337 (formerly known as State Road No. S-337) (Right-of-Way Map Section 26640-2601) in Newberry, Florida to support engineering design of utility improvements. Mr. Fanton established horizontal and vertical control, tied into existing right-of-way monumentation & references necessary to determine the location of right-of-way lines, completed all CAD drafting, performed quality control, and managed all field & office work associated with the successful completion of this survey. ◊ County Road 241 Client: Alachua County Public Works | Year: 2019 eda completed a Topographic Survey of approximately 7.5 miles of County Road No. 241 (formerly known as State Road No. S-241) (Right-of-Way Map Section 2662-150 & 151) between State Road No. 45 to State Road No. 26 in Alachua County, Florida to support engineering design. Mr. Fanton established horizontal and vertical control, tied into existing right-of-way monumentation & references necessary to determine the location of right-of-way lines, and performed field work associated with the production of the Topographic Survey. ◊ Wildwood Cottages Client: Urban Habitats | Year: 2021 eda completed a Topographic Survey of approximately 1,400 feet of County Road No. 462 (formerly known as State Road No. S-462) (Right-of-Way Map Section 18505-2601) in Sumter County, Florida to support engineering design of roadway and utility connections. Mr. Fanton established horizontal and vertical control, tied into existing right-of- way monumentation & references necessary to determine the location of right-of-way lines, performed field work, completed all CAD drafting, performed quality control, and managed all field & office work associated with the successful completion of this survey. Jacob Fanton has experience with many aspects of surveying; including boundary, topographic, tree, right-of-way, ALTA/NSPS Land Title, and as-built surveys. He also has experience with construction staking, subdivision plat preparation, and the preparation of legal descriptions & sketches. Mr. Fanton is qualified to locate underground utilities as a part of the subsurface utility engineering (SUE) process and has experience with the daily activities associated with locating utilities, reviewing utility configurations on surveys, and with obtaining VVH (Verification of Vertical and Horizontal) information on critical utilities. As a Project Surveyor at eda consultants, inc., Mr. Fanton is responsible for the successful production of survey products, assists in the preparation of proposals & project budgets, supervises CAD Techs and Field Personnel (providing direction & comments regarding the production and quality of survey products), and performs quality control & review on survey projects. JACOB FANTON, P.S.M. Project Surveyor YEARS OF EXPERIENCE: 5 years (5 with eda) SELECTED PROJECTS: PROFESSIONAL REGISTRATION: Professional Surveyor and Mapper, Florida, No. 7461 EDUCATION: B.S., Geomatics, University of Florida Page 30 of 49 | 8edafl.com eda consultants inc. ◊ NW 16th Boulevard Client: Alachua County Public Works | Year: 2009 Mr. Langston drafted a survey for the specific purpose of locating improvements within the right-of-way of NW 23rd Avenue, NW 16th Boulevard and NW 16th Avenue. This included locating right- of-way monuments, as well as establishing and referencing a survey baseline. Mr. Langston performed field work for this project, and coordinated and processed the field notes. ◊ SW 91st Street Client: Alachua County Public Works | Year: 2006 Mr. Langston drafted a survey for the specific purpose of locating improvements within the right-of-way of NW and SW 91st Street, as well as establishing and referencing a survey baseline. Mr. Langston performed field work for this project, and coordinated and processed the field notes. ◊ County Road 231 Client: Alachua County Public Works | Year: 2010 Mr. Langston drafted a survey for the specific purpose of locating improvements, monuments, and survey corners within the right-of-way of County Road 231, as well as establishing and referencing a survey baseline. He worked on this project in the field, coordinated and processed field notes, and performed calculations. ◊ County Road 235 Client: Alachua County Public Works | Year: 2008 Mr. Langston drafted a survey for the specific purpose of establishing elevations and locating improvements, monuments, and survey corners within the right-of-way of County Road 236, as well as establishing and referencing a survey baseline. Mr. Langston worked on this project in the field, coordinated and processed field notes, and performed calculations. Alan Langston has been actively surveying in Florida for the past 33 years. His experience includes field work and coordination of office tasks. His current responsibilities include survey calculations, preparation of all types of survey drawings and plats, calculation of construction stakeout information for survey, writing AutoCAD ‘lisp’ programs to customize AutoCAD to our specific usage, and he also serves as eda’s network administrator. Mr. Langston has worked on many roadway projects, including SW 75th Street, SW 122nd Street, SW 91st Street, and several Alachua County road projects, such as County Roads 241, 231, 236, and 337 as well as many surveys for Gainesville Regional Utilities. ALAN LANGSTON Lead Mapping Technician YEARS OF EXPERIENCE: 33 years (32 with eda) SELECTED PROJECTS: EDUCATION: Coursework at University of Florida & Santa Fe College Page 31 of 49 edafl.com eda consultants inc. ORGANIZATIONAL CHART Page 32 of 49 | 10edafl.com eda consultants inc. ORGANIZATIONAL CHART Jared Rogers, PSM will serve as principal-in-charge and client service manager for all projects under this con- tract. As necessary, he will assign the role of project surveyor to either Robert W. Graver, PSM or Jacob Fanton, PSM. Mr. Rogers will personally monitor project progression with respect to scheduling, deadlines and financial responsibility. eda's office is located at 720 SW 2nd Avenue, Gainesville, FL 32601. All of eda’s staff and resourc- es operate from this singular office location and are readily available to perform services quickly and efficiently. eda’s proposed project staff for projects performed under this contract would be as follows: Principal in Charge/Client Service Manager- Jared Rogers, PSM Project Manager, Lead \PLS- Bob Graver, PSM Project Surveyor- Jacob Fanton, PSM Lead Mapping Technician- Alan Langston eda commits to maintain continuity of these key personnel for the duration of the contract project. We have a consistent track record of completing projects within the time frames requested, and we maintain a consistent workload throughout the year, therefore we do not anticipate any delays for projects over the term of this con- tract. If, for some unforeseen reason, our workload were to increase significantly, additional personnel would be immediately made available, as required, and no delay in accomplishing any project is anticipated. Page 33 of 49 | 11edafl.com eda consultants inc. SUMMARY OF TEAM EXPERIENCE Ninety-three of our proposed key personnel's 108 combined years of surveying experience have been here at eda. Most of our surveyors have spent their entire careers working with eda, and thus each other. The project team we have assembled has unparalleled experience working together on similar projects. This familiarity leads to exceptional efficiency, teamwork, and communication, which generate results that surpass expectations. eda currently serves a wide variety of public sector clients throughout North Central Florida. Many of our service contracts are long-standing, including Alachua County Public Works (1993), Gainesville Regional Utilities (1999), and the Gainesville Regional Airport (2008). It is this longevity that demonstrates eda has consistently provided quality services to our clients on an ongoing basis. A full list of our continuing services clients across surveying, engineering, and planning is below. In our nearly quarter century of service to Gainesville Regional Utilities (GRU), eda has completed hundreds of surveying & mapping tasks under our continuing services contract. Under this long-standing agreement, eda has provided boundary surveys, topographic surveys, right-of-way surveys, benchmark establishment, construction layout surveys, quantity surveys, utility location (via ground penetrating radar equipment), control surveys, tree location surveys, mapping/platting services, establishing property corners, 3D laser scanning, preparation of legal descriptions & sketches and staking field locations & property lines. eda has also surveyed a number of lift stations and power substations and is used to working in sensitive areas as will be required by this RFSQ. We have experience at all major GRU facilities and with every type of utility project. eda is in regular communication with the GRU real estate department about their ongoing surveying needs and regularly prioritizes these projects to meet GRU deadlines. We work closely with our municipal clients and are often operating as an extension of their staff. Our rigorous understanding of their internal processes allows us to work efficiently and accurately. Municipal development projects appeal to broad and diverse stakeholder & user groups, and garner significant public interest & involvement. eda is familiar with these unique factors, and over many years of municipal experience, understands how to effectively manage these considerations. Through our experience working for public sector clients over time, we have learned how best to meet their needs and provide value. We look forward to the opportunity to do the same for CCUA. CONTINUING SERVICES CLIENT CONTRACT TERM Alachua County Since 1993 Gainesville Regional Utilities Since 1999 Gainesville Regional Airport Since 2008 City of Alachua Since 2008 City of Gainesville Since 2014 City of Newberry Since 2016 City of Hawthorne Since 2017 City of Waldo Since 2018 Marion County Since 2019 Town of Fort White Since 2020 Levy County Since 2020 University of Florida Since 2023 Columbia County Since 2023 Page 34 of 49 | 12edafl.com eda consultants inc. PROFESSIONAL LICENSES Page 35 of 49 edafl.com eda consultants inc. COMPANY EXPERIENCE & PAST PERFORMANCE Page 36 of 49 | 14edafl.com eda consultants inc. GAINESVILLE REGIONAL UTILITIES SW 24TH AVENUE Summary: eda completed a Topographic Survey including the location of underground utilities of approximately 5,500 feet of SW 24th Avenue (a 100 foot wide right-of-way) to be used as the basis for GRU to design a new sanitary sewer force main. Team Members: Jared Rogers, PSM (Client Service Manager) Robert Graver, PSM (Project Manager) Alan Langston (Lead Mapping Technician) Jacob Fanton, PSM (Project Surveyor) Detailed Information: eda completed a Topographic Survey of SW 24th Avenue from Tower Road (SW 75th Street) to SW 91st Street. SW 24th Avenue is a 100 foot wide right-of-way and the survey included detailed Topographic Information such as above ground improvements, trees 8” and larger, spot elevations at all significant grade breaks & at appropriate intervals, elevation contours, invert details & elevations, and property & right-of-way lines. Upon completion of the Topographic Survey Gainesville Regional Utilities (GRU) used it as the basis for engineering design of a new sanitary sewer force main. Upon completion of initial engineering design GRU determined the limits of needed underground utility locations. eda met GRU’s needs and located underground utilities at Quality Level B standards through the entire South half of the right-of-way following the American Public Works Association (APWA) guidelines for marking underground facilities. eda completed this scope utilizing Ground Penetrating Radar (GPR) and electronic location equipment. GRU is now working to refine the proposed sanitary force main location. eda will then coordinate with GRU to provide VVH (Verification of Vertical & Horizontal Location of Underground Utilities) in order to provide the detailed utility information necessary for GRU to finalize their plans. Project Stage: Conceptual Plan : Completed by GRU Topographic Survey : Completed by eda Initial Engineering Design : Completed by GRU Utility Locations : Completed by eda Final Engineering Design : In Progress by GRU VVHs : To be Completed by eda (pending final engineering design) GAINESVILLE , FL CLIENT: Gainesville Regional Utilities Water/Wastewater Engineering James (Jimmy) Jones III, Utility Engineer 2 (352) 393-1626 jonesj1@gru.com TIMEFRAME: 2021-2023 PROJECT SIZE: 5,500± LF of a 100-ft wide ROW MAJOR COMPONENTS: • Topographic Survey • Underground Utility Locations • VVHs (Verification of Vertical & Horizontal Locations of Underground Utilities) [Pending] PROJECT COST: Surveying Cost To Date: $50,627 Budget:$80,045 Currently Under Budget By: $29,418 Page 37 of 49 | 15edafl.com eda consultants inc. Summary: eda provided civil engineering, surveying, and permitting services in support of a 15,200 square foot terminal expansion to the Gainesville Regional Airport. The eda surveying team provided a detailed topographic survey in support of engineering design, including location of all traceable underground utilities within the project site. This included water main and force main extensions as well as lift station improvements. eda surveyors also provided construction stakeout services and a final as-built of the building and stormwater system. Team Members: Jared Rogers, PSM (Client Service Manager & Principal-in-Charge) Robert Graver, PSM (Lead Surveyor & QA/QC) Alan Langston (Lead Mapping Technician) Jacob Fanton, PSM (Project Surveyor) Project Stage: Construction completed in 2020 eda staff has decades of experience serving the Gainesville Regional Airport. Our staff has been involved with numerous projects that comply with specific airport requirements and support a multitude of development projects including runway resurfacing, parking and building expansions, and the access road connecting the terminal to Waldo Road. eda surveyors routinely perform a range of services including topographic surveys, as-built surveys, and the annual runway approach surfaces obstruction We have been a subconsultant on the Gainesville-Alachua County Regional Airport Authority continuing services contract since 2008. Surveying projects performed in the last several years include: • Annual Runway Approach Surfaces Observation & FAA Form 5010 Update • Commercial Apron Expansion, Apron & Taxiway Improvements • Terminal Parking Expansion • Baggage Handling System Modifications and Ticketing Expansion• Update magnetic headings on runways and compass rose GAINESVILLE REGIONAL AIRPORT TERMINAL EXPANSION GAINESVILLE, FL CLIENT: Gainesville-Alachua County Regional Airport Authority (GACRAA) Allan Penska, CEO 352-373-0249 allan.penska@flygainesville.com TIMEFRAME: 2017-2020 PROJECT SIZE: 24± Acres of Detailed Topographic Survey with Underground Utility Locations MAJOR COMPONENTS: • Topographic Survey • Underground Utility Locations • Construction Staking • As-Built Survey PROJECT COST: Surveying Cost: $47,752 Budgeted: $59,010 Amount under budget: $11,258 OTHER RELEVANT PROJECTS PERFORMED FOR GAINESVILLE REGIONAL AIRPORT: ◊ Taxiway Alpha & Taxiway Echo Completed: 2022 eda completed a Topographic Survey at the Gaines- ville Regional Airport to support engineering design of multiple taxiways and airport facilities. The survey included over 5,000 feet of Taxiway Alpha, portions of Taxiway Echo, portions of Runway 11-29, portions of Runway 7-25, Taxiway Delta, portions of Taxiway Charlie, along with Taxiways Echo-1, Echo-2, Echo-3, Echo-4, & Echo-5. Mr. Rogers established horizontal and vertical control, balanced & adjusted all con- trol, provided direction & comments to CAD and field personnel, performed field work, performed quality control, and managed all field & office work as- sociated with the successful completion of this survey. ◊ Runway 7/25 Rehabilitation Completed: 2015 This project included the rehabilitation of the second- ary runway (Runway 7/25) at the Gainesville Regional Airport (KGNV) and was the FDOT State Project of the Year. Mr. Rogers provided construction surveying services throughout the entire construction process, which included staking of proposed asphalt grades, proposed lighting structures, and proposed paint layout. He also provided required as-built surveys throughout the project and upon project completion. Work includes topographic surveys, roadway cross sections & profiles, quality assurance/quality control (QA/QC), supervision and coordination. Page 38 of 49 | 16edafl.com eda consultants inc. CELEBRATION POINTE ALACHUA COUNTY SPORTS & EVENTS CENTER GAINESVILLE , FL CLIENT: Alachua County /Viking Construction Tom Witkowski, Director of Design & Construction 352-204-9008 tom@celebrationpointe.com TIMEFRAME: 2021 - 2023 PROJECT SIZE: 130,000 square ft of indoor space with 97,000 square ft of open space MAJOR COMPONENTS: • Boundary Survey • Topographic Survey • Underground Utility Locations • Construction Staking PROJECT COST: $42,997 Summary: eda provided a range of surveying and civil engineering services for the Alachua County Events Center at Celebration Pointe in Gainesville, Florida. eda surveyors provided a detailed topographic and boundary survey of the subject area & located underground utilities in the adjacent rights-of-way. eda was involved with the project through construction including stakeout, foundation and final as-built surveys. Team Members: Jared Rogers, PSM (Client Service Manager & QA/QC) Robert Graver, PSM (Surveyor-in-Charge) Alan Langston (Lead Mapping Technician) Jacob Fanton, PSM (Project Surveyor) Detailed Information: • Topographic Survey : 8.7± Acres plus 2,600± linear feet of roadway surrounding the site • Boundary Survey : 3.2± Acres • Underground Utilities : 14,200± linear feet marked by eda’s in-house utility locator Project Stage: Construction completed in 2023 Page 39 of 49 | 17edafl.com eda consultants inc. REFERENCES GAINESVILLE REGIONAL UTILITIES With 47 years of experience and counting providing services to North Central Florida, eda is proud of our list of satisfied clients, hands-on experience and successful projects. Below are five public sector clients that can provide first-hand knowledge of our capabilities in civil engineering and surveying. We encourage you to contact them and ask about their experience working with eda. GAINESVILLE REGIONAL AIRPORT Allan J. Penska, A.A.E., Chief Executive Officer 3880 NE 39th Ave., Suite A Gainesville, FL 32609 352-373-0249 allan.penska@flygainesville.com Tiffany Davis, Land Rights Coordinator PO Box 147117 Gainesville, FL 32614 352-334-2989 davista@gru.com ALACHUA COUNTY CITY OF NEWBERRY Ramon Gavarrete, Public Works Director 5620 NW 120th Lane Gainesville, Florida 32653 (352) 548-1214 rgavarrete@alachuacounty.us Jamie Jones, Utilities and Public Works Director 25440 W. Newberry Road Newberry, FL 32669 (352) 258-4486 jamie.jones@ci.newberry.fl.us CITY OF ALACHUA Rodolfo Valladares, Public Services Director 15100 NW 142nd Terrace Alachua, FL 32615 386-418-6140 ro_valladares@cityofalachua.org Page 40 of 49 edafl.com eda consultants inc. SAMPLE PROJECT & APPROACH Page 41 of 49 | 19edafl.com eda consultants inc. SAMPLE PROJECT PROJECT: Hilltop Street and Lakeview Street from Nightingale Street to SW Pecan Street PROJECT GOALS: Clay County Utility Authority (CCUA) proposes to design and install a water main on Lakeview Street and Hilltop Street to meet growing demand and address quality issues. In order to design the project a Topographic Survey is required to be used as basis for the plans. REQUEST FOR PROPOSAL: A request for proposal is sent requesting the necessary Topographic Survey. eda meets CCUA staff on-site to determine project goals & specifics and to determine CCUA’s specific needs with regards to the proposed Topographic Survey. A scope of services and CCUA’s desired schedule is determined. SCOPE OF SERVICES: Prepare a Topographic Survey of the subject property which meets the Standards of Practice as set forth by the Florida Board of Professional Surveyors and Mappers in Chapter 5J-17, Florida Board of Administrative Code, pursuant to Section 472.027 Florida Statutes. The Topographic Survey will include: • Spot elevations sufficient to generate 1’ contours and all significant grade breaks. • The location of all fixed above ground improvements. • The location of all trees 8” and greater in diameter (measured 4.5 feet above grade). • The location, size, depth, and material type of all accessible sanitary and storm sewer inverts. • Right-of-Way Lines, Property Lines, and Existing Easement Lines will be established and shown. • A centerline will be established to assist with design and future construction. • Horizontal Control Points (State Plane NAD 83 (2011) Horizontal Datum) and Vertical Control Points (NAVD 88 Vertical Datum) will be established. SPECIAL PROJECT NOTES: A. eda will coordinate with CCUA to notify residents along the project corridor. Based upon past experience, local residents are typically agreeable to having surveyors near (or on) their property if they are notified in advance of the project goals and the need for a survey to facilitate these goals. B. In accordance with eda’s contract with CCUA, only hours worked will be invoiced, and the final invoice may be less than the initial estimated cost and budget. Page 42 of 49 | 20edafl.com eda consultants inc. SAMPLE PROJECT (CONT.) PROJECT SCHEDULE AND ACTIVITIES: Upon Notice to Proceed, eda’s Director of Surveying (Principal-in-Charge) assigns staff to meet CCUA’s desired schedule and complete each of the following general tasks which are necessary to produce the Topographic Survey: 1. Preparation: Principal-in-Charge provides all known background information and approved scope to the Project Manager who then reviews, conducts initial calculations, and develops instructions to ensure that the field work is completed efficiently. a. Duration: 1 day b. Man-Hours: 8 hrs c. Key Personnel Hours: Principal-in-Charge - 2 hrs, Project Manager - 6 hrs 2. Surveying Field Work: eda's survey team mobilizes to complete necessary field work. All eda trucks are white with green “eda” logos and all employees will have shirts with “eda” logos. a. Duration: 6 – 7 days b. Man-Hours: 96 – 112 hrs (2-man crew) 3. Underground Utility Locations: Given that the location of underground utilities is critical to this project eda’s in-house utility locator utilizes Ground Penetrating Radar (GPR), electronic location equipment, and available plans & maps to provide Quality Level B Utility Locates. Initial site visits indicate that the corridors have underground telephone and cable television lines. Underground water lines also exist at the northerly and southerly ends of the project. a. Duration: 4 days (completed during Surveying Field Work) b. Man-Hours: 32 hrs c. Key Personnel Hours: Project Surveyor - 32 hrs 4. Surveying Calculations: All research, surveying calculations, and survey decisions are completed by a Florida Licensed Professional Surveyor & Mapper (PSM). a. Duration: 1 – 2 days (completed during Surveying Field Work) b. Man-Hours: 12 hrs c. Key Personnel Hours: Project Surveyor - 12 hrs 5. Map Production: AutoCAD software is utilized to process the field work and produce surveying drawings. a. Duration: 4 – 5 days (partially completed during Surveying Field Work) b. Man-Hours: 32 – 40 hrs c. Key Personnel Hours: Lead Mapping Technician - 32 – 40 hrs 6. QA/QC: Project surveyor reviews field work, survey maps, and performs a site visit to ensure survey is accurate and complete. Project Manager reviews the final products to confirm that CCUA’s needs have been met. a. Duration: 1 day b. Man-Hours: 12 hrs c. Key Personnel Hours: Project Manager - 8 hrs, Principal-in-Charge - 4 hrs 7. Delivery to CCUA: PDF files are emailed to CCUA for review and comments. Upon approval, work products are delivered according to CCUA's preference. (Survey drawings can be digitally signed PDFs, AutoCAD DWGs, wet sealed physical copies. Digital files can be sent via email, FTP, DVD or thumb drive. Physical work products can be delivered by FedEx, or in person.) a. Duration: <1 day b. Man-Hours: 2 hrs c. Key Personnel Hours: Client Service Mgr - 2 hrs Total Time from Notice to Proceed to Project Completion : Approximately 3 Weeks Page 43 of 49 | 21edafl.com eda consultants inc. PROJECT APPROACH We anticipate that CCUA will issue individual work orders for services requested. On-call service contracts are our firm's foundation, and we have the technical and practical know-how to be able to execute these work orders deftly and diligently. Projects can vary greatly in scope and requirement, and we will work with you to find the approach that is the best fit for each individual task. We will "right- size" our approach, and tailor the level of involvement of each project based on its complexity. eda is very comfortable working on projects from initial land research through final as-builts. Typically, eda will conduct a site visit and a precise scope of service for the particular project will be developed along with a proposed fee for the individualized scope of service for a particular Work Order. After development of all these matters, eda will await issuance of a Work Order prior to the commencement of any work on a project. We understand that CCUA projects will follow the following three phases: a. Property\Easement Acquisition: As the project surveyor, eda would typically provide property research and a boundary survey. eda surveyors can provide CCUA with 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. 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, wetland flags locations, geotechnical boring flag locations, topographic surveys, rights-of-way surveys, easement surveys, FEMA surveys, LiDAR surveys, and laser scanning. Drawings or 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 J 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. eda would review existing conditions, proposed design plans, layout and staking parameters, and as-built requirements of the project to prepare a proposed scope of work. The scope would include associated cost estimates and identify specific deliverables. Page 44 of 49 | 22edafl.com eda consultants inc. PROJECT APPROACH (CONT.) Although all projects are different, and each requires an approach specifically tailored to it, our approach to a typical project would be as follows: 1. Meet with CCUA staff (as needed) in order to determine the scope of services to be provided, the time schedule for the project and to collect any background data that may be available from CCUA files. 2. Review data collected during project meeting, visit project site (as needed) and prepare a fee proposal and proposed project schedule. 3. Submit a written fee proposal to CCUA outlining the scope of services to be performed, project schedule, deliverables, a fee proposal, and an estimated breakdown of the fee by billing category and estimated hours. 4. Assign field and office personnel to the project pending notice to proceed. 5. Perform services requested. 6. Perform field review of drawings (if applicable). 7. Conduct internal QA/QC. 8. Deliver final product to CCUA for review and approval. 9. Make any necessary corrections and/or changes requested by the CCUA and deliver the completed project. Our typical response time to meet with staff and determine the scope of services has been within a working day of initial contact; however, we understand that at times, an immediate response is required. As a part of our initial contact with CCUA staff, we discuss the desired time frame for completion of the project, and then within reason, arrange our schedule to meet that time frame. As can be demonstrated through existing continuing services contracts and testimonials from our clients, eda has a consistent track record of completing projects within the agreed-upon time frame. DOCUMENT MANAGEMENT eda organizes the various types of documents used in surveying projects (field data, calculations, working drawings, reference materials, etc.) according to a project-centric approach. For example – a specific project folder contains separate folders for CCRs, Previous Surveys, Right-of-Way Maps, Aerials, Old Plats, Field Files, GLO Plats & Notes, etc. This allows eda’s team to have all available documents readily available for quick access, review, and use. This project-centric approach is typical at eda for both digital and paper files with one difference – upon completion and approval of a project all paper documents are scanned so that they will be readily available in perpetuity. These methods allow eda to maintain files for active projects, easily locate reference materials when completing nearby projects in the future, and for sharing and transmitting files to CCUA and other project participants. eda's internal document retention policy stipulates that all work products are kept indefinitely. We can access these files stored on our in-house servers from anywhere at any time. By not requiring an internet connection to access data, in the event connectivity goes down, employees can still retrieve key files and work offline. For projects completed prior to the widespread use of the internet, eda has scanned and digitized all paperwork. These methods allow eda to maintain organized file hierarchies for active projects, easily store and retrieve data from previous projects, and transmit data to project stakeholders as needed. Page 45 of 49 | 23edafl.com eda consultants inc. QUALITY CONTROL eda has an internal quality control system that ensures that all survey drawings comply with both eda’s internal standards and the applicable standards and regulations as set forth by the Florida Board of Professional Surveyors and Mappers in Chapter 5J-17, Florida Board of Administrative Code, pursuant to Section 472.027 Florida Statutes. Quality control is arguably the most important component of any surveying and mapping operation. The eda surveying department applies various checks and balances in its day-to-day operation to validate the positional accuracy of the data being collected. All research and calculations are performed in an office setting by Florida Professional Surveyors and Mappers with over 90 years combined experience. Field crews are well-versed in proper data collection and measurement techniques and follow well-established company procedures to assure the highest accuracy possible with efficiency in mind. High accuracy measurements are observed redundantly whether by conventional traverse, differential leveling, or Global Positioning Systems (GPS). All field equipment is regularly calibrated to minimize systematic error and extra care is taken to maintain equipment in proper working order. Critical features are measured redundantly, and accuracy is validated. The project surveyor in charge of the project will be responsible for delivering the products according to the agreed-upon schedule. To ensure this, the PSM will personally: • Become familiar with all project goals, deliverables, schedules and available reference material, • Discuss project status with all team members on a daily basis, • Coordinate all field work necessary for project completion and participate in field work, • Perform all calculations pertaining to property boundaries, • Oversee all office work necessary for project completion and participate in office work, • Review all field work and office work pertaining to surveyor products, and • Perform an in-depth review of all survey deliverables in the office and in the field. Upon completion of a preliminary deliverable, it will undergo an independent, internal review by another PSM on staff with eda, who will perform the role of the QA/QC Surveyor. Having multiple licensed surveyors available allows eda to have a QA/QC Surveyor review all deliverables with a fresh perspective. Through this process, eda can ensure the quality of our survey products. The Director of Surveying reviews all final deliverables to ensure client needs and expectations are met or exceeded. eda shall provide CCUA with a summary of each QC reviewed document which identifies the document reviewed and the QC review steps that were performed. We will retain each QC reviewed document bearing distinguish- able markings that identify the QC review steps that were performed by whom and when. PROJECT APPROACH (CONT.) Project Surveyor Field Staff Office Staff Survey Product Deliverable to FDEP Independent and Internal Review by QA/QC Surveyor Review by Project Surveyor Deliverable to CCUA Page 46 of 49 | 24edafl.com eda consultants inc. MONITORING & CONTROLS eda utilizes an internal work management software called Asana to help our teams organize, track, and manage their projects, programs, and processes. Asana is used in our engineering, surveying, and land planning departments to help with project management, task assignment, and document control. The use of this software allows our firm’s three disciplines to coordinate projects and track project milestones and deadlines in a collaborative environment. Individuals share project information and report on assigned tasks needed through this common project management workspace, providing regular updates to everyone on the project team. The software is available in both an app and on desktop, allowing us to utilize it from anywhere. Tracking the efforts of our staff to manage a project’s schedule goes hand in hand with maintaining the project’s budget. Project budgets are tracked using Ajera accounting software, which facilitates real time project budget monitoring. All time spent on a project is posted electronically on a daily basis. Making the client and their desired budget and timeline a priority is what allows our firm to keep on schedule and carefully track project budgets. eda’s Director of Surveying will monitor project progression bi-weekly (or more often depending on project scope & size) with respect to project progression, schedule and budget. This allows for corrective action to be taken before minor issues become major problems. This also allows eda to provide a brief, but informative, memo to accompany invoices. This memo will give CCUA the information it needs (percentage of project completion, percentage of budget spent, percentage of allotted schedule spent) when reviewing invoices. If an issue is foreseen as work progress, work schedules and manpower will be adjusted to meet any work prepared under this contract. Surveying work performed for CCUA will be considered a priority to this office, and multiple field crews and/or registered surveyors may be assigned to CCUA projects as needed to meet deadlines. PROJECT APPROACH (CONT.) Page 47 of 49 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 48 of 49 720 SW 2nd Avenue, S. Tower, Ste 300, Gainesville, FL 32601  Phone: (352) 373-3541  www.edafl.com Hourly Rate Schedule Clay County Staff Type Hourly Rate Staff P.S.M. III $140.00 Staff P.S.M. II $122.00 Staff P.S.M. I $100.00 Utility Locator $140.00 Project Manager $130.00 Project Accountant $100.00 Lead Mapping Technician $110.00 Sr. CADD Technician $ 65.00 Party Chief II $ 69.00 Party Chief I $ 59.00 Instrument Person $ 55.00 Rod Person $ 46.00 Exhibit D Page 49 of 49