Loading...
HomeMy WebLinkAbout2023 12 11 Regular 500 - East and West Wastewater Treatment Facilities Design and Construction ServicesREGULAR AGENDA ITEM 500 CITY COMMISSION AGENDA | DECEMBER 11, 2023 REGULAR MEETING TITLE East and West Wastewater Treatment Facilities Design and Construction Services SUMMARY The City of Winter Springs owns and operates two major wastewater treatment facilities: the East and West facilities. Both treatment facilities require major improvements to meet current and future community growth. The City issued a Request for Qualifications (RFQ #01-23 SB) in January 2023 and selected Carollo Engineers, Inc. as the most qualified consultant (under the Consultants’ Competitive Negotiation Act, CCNA, process) to provide the services required to replace these two facilities, including: • Detailed Design Development, • Permitting Assistance, • Contractor Selection (CMAR – Construction Manager at Risk), • Contractor (CMAR) Coordination, • Project Funding Support, Grant Research, and Grant Application, • Community Outreach/Public Involvement, • Asset Management, • Engineering Services During Construction, • In-Field Construction Inspection Services, and • Post-Construction Services (i.e., start-up of the treatment facilities and operational support). The total fee for all of the services provided above, including sub-consultant fees (site civil, geotechnical, survey, and environmental subconsultants) is $12.9 million dollars (the base detailed design fee is $7.3 million). As highlighted in the bullet points above, this fee includes engineering design and additional services to provide guidance/management for the new facilities. These facilities are not limited to the wastewater plant but also include their associated pumping facilities (i.e., onsite pump stations) and overall site development. Funding Support (to retain our State Revolve Funding and pursue additional available grant funding), Public Involvement and Outreach (to ensure the residents of Winter Springs are up-to-date on the ongoings of the project and have their questions answered), and Engineering Services During Construction, which includes Contractor Coordination & Operational Support (to ensure existing facilities are operating as-normal and within compliance during construction of the new facilities), are priorities of this project and included in the overall fee. The design and construction replacement of these two facilities will be ongoing for the next 4-5 years. However with a project of this magnitude, there are always certain inherent risks associated with unforeseen conditions that could 603 influence the project’s trajectory. These could include land acquisition, weather/environmental factors, regulatory changes, etc. FUNDING SOURCE RECOMMENDATION Staff recommends the Commission approve the Scope of Work provided by Carollo to provide listed services required to replace the East and West Wastewater Treatment Facilities for a total of $12.9 million. Additionally, Staff requests the Commission authorize the Interim City Manager and the City Attorney to prepare and execute any and all applicable contracts and documents consistent with this agenda item. 604 1 EXHIBIT A SCOPE OF SERVICES East and West Wastewater Treatment Facilities Design and Construction Phase Services CITY OF WINTER SPRINGS November 29, 2023 SECTION 1 INTRODUCTION The City of Winter Springs (City) owns and operates two wastewater treatment facilities (WWTFs): the East and West WWTF. Both facilities need major improvements to meet current and future community growth. The City has retained Carollo Engineers, Inc. (Engineer) to provide the services detailed in this Scope of Work per the Agreement Number__________ dated _____________________. This Project scope is for the improvements to the City’s East and West WWTFs. The Conceptual Design Report (CDR) was completed previously for both the East and West WWTFs. As defined in the CDRs, major elements of the Project include: 1. Influent lift station 2. New headworks 3. New secondary treatment System, including: a. Biological nutrient removal basins b. Secondary clarifiers c. Return activated sludge pumping system d. Waste activated sludge pumping system (and tie into existing portable solids handling system) e. Process aeration blowers and building 4. New tertiary filtration system 5. New chlorine disinfection system, including: a. Contact chamber b. Sodium hypochlorite storage and feed facilities 6. Effluent transfer pumps 7. Reclaimed water pump station 8. Plant utility water pumping system 9. New electrical feed, distribution, and buildings 10. New standby generation system 11. Operations building (East WWTF only) 12. Admin and operations building (West WWTF only) 605 2 13. Site work, HVAC, plumbing, electrical, SCADA/I&C, and other ancillary improvements to support the major Project elements. To the greatest extent possible, the East and West WWTFs will be designed with a one-plant, two-site concept. The design approach will be to standardize the facilities noted above to make each plant as similar as possible to improve consistency with construction, operation, and maintenance. This Scope and associated Fee are based upon developing one set of specifications that will be used for the East and West WWTFs and one Computer Aided Design Drafting (CADD) model that will be site adapted for each WWTF. The work focuses on the development of construction documents including plans, specifications, and other documents supporting establishment of a Guaranteed Maximum Price (GMP) to be negotiated by the City’s selected Construction Manager at Risk (CMAR). Engineer services will also include the necessary Project and quality management, permitting assistance, and public involvement services. The Construction Phase services focus on the support of the construction project including engineering services during construction (ESDC). The work breakdown structure (WBS) for the entire Project is shown below. Work Breakdown Structure and Relevant Project Phase TASK 100 – Project Management 200 – Detailed Design Development 300 – Permitting Assistance 400 – CMAR Coordination 500 – Project Funding Support 600 – Public Involvement Assistance 700 – Asset Management 800 – Engineering Services During Construction 900 – City-Directed Allowances SECTION 2 SCOPE OF SERVICES Engineer will complete the following scope. TASK 100 – PROJECT MANAGEMENT Engineer will perform various project management and monitoring activities throughout the Project, generally following PMI (Project Management Institute) methods, and as delineated in the following tasks and sub-tasks. 101 – Project Plan Develop a Project Plan that will identify and detail the proposed project management activities for the duration of the Project. Specific components of the Project Plan will include project background and scope; project requirements; identification of project team and associated contact information; project schedule of meetings, workshops, submittal milestones, and review dates; project budget and task breakdown; communication and interface controls; a change management log that captures significant changes agreed 606 3 upon by the City and the Engineer; a risk register; and document control and management plan. The Project Plan will be coordinated with the Quality Management Plan and Permitting Assistance Plan. Deliverables: Project Plan, PDF only 102 – Project Controls and Reporting Develop monthly progress reports and invoices throughout the Project that identify the following: 1. Work completed since the previous report. 2. Work anticipated in the upcoming month. 3. Project status, including scheduled and actual percent complete of the major tasks. 4. Budget status, including contracted amount, total spent to date, amount remaining, percent spent, and actual percent complete. 5. Schedule status, including variances in the project schedule by milestone and/or deliverable, and total project. 6. Dates of anticipated milestones and/or deliverables in the upcoming month. 7. List of coordination and/or information required, including responsible parties. 8. List of problems encountered (if any) and proposed resolution, including technical, budgetary, and schedule problems. 9. List of potential scope changes, including a brief description and reason for change, along with potential impact on budget and schedule. 10. List of issues needing resolution, including party(s) involved and date required so as not to impact project schedule. 11. List of all major reviews and number conducted month to date compared to the estimated amounts for items such as submittals, request for information (RFIs), design clarifications (DCs), etc. Develop and maintain project logs documenting key decisions and action items throughout the project duration. Deliverables: Monthly Progress Reports and Invoices, Decision Log, and Action Log; PDF only 103 – Project Schedule Develop and maintain a project progress schedule during the design phase. The schedule is maintained in MS Project format. Each activity of the scope of services herein will be incorporated into the WBS of the schedule. Project timelines, along with identification of task inter-relationships, will be provided in a Gantt format. Schedule will include both original baseline and actual progress. A draft refined baseline project schedule will be submitted to the City for review and approval three weeks following receipt of written NTP from the City. The project schedule will be updated monthly and delivered (electronically) to the City as part of the monthly progress report and invoice. The monthly schedule will include initial baseline, actual progress, status of actual versus initial baseline, and projected completion of tasks. 607 4 The project delivery method is Construction Manager at Risk (CMAR). When the CMAR is selected and under contract with the City, the schedule and updates will be provided for incorporation into the CMAR’s overall project schedule. Deliverables: Draft and Final Updated Baseline Project Schedule and Monthly Updates, MS Project and PDF formats 104 – Project Meetings Prepare and distribute agendas and meeting notes for each meeting. Agendas will be submitted to the City at least two days prior to the meeting. Meeting notes will be submitted to the City no more than five days following each meeting. Meetings will be hybrid (in person and via MS Teams). Design Kickoff Meeting. Conduct a Design Kickoff Meeting approximately three weeks following receipt of written NTP from the City. Meeting objective will be to review the scope of work, schedule, and project plan. Monthly Project Meetings. Conduct monthly project meetings with City representatives throughout the design phase to keep the City informed of the project progress and obtain input and direction. The monthly meetings will include the presentation of completed and upcoming scope items, as well as technical items for City review and approval, results from data collection, and other outstanding project issues. Deliverables: Meeting Agenda and Summary Notes, PDF only 105 – Project Coordination Prepare and coordinate necessary sub agreements required for the Project and manage the subconsultant Engineers throughout the Project. 106 – Council Meetings/Presentations As required by City, prepare relevant materials (i.e., presentation slides, renderings, etc.) regarding the Project for presentation and discussion with the City Council and/or other City management representatives. Materials up to the amount budgeted will be prepared. Deliverables: Presentation Materials, MS PowerPoint and PDF TASK 200 – DESIGN DEVELOPMENT Engineer will prepare detailed construction contract documents for the Project that will be used by the CMAR to construct the project, prepare the construction cost model and corresponding guaranteed maximum price (GMP), prepare the project schedule, equipment and subcontractor procurement, and for permitting through regulatory agencies. The design will be developed using CADD 3D software to enhance visualization during design and construction as follows: 1. The various structures and buildings will be developed in a 3D format with applicable extractions from the associated 3D models to create 2D drawings (plans and sections) for adding applicable details and annotations as part of the interim review submittals identified herein. 2. The 3D models will be updated throughout design development and reviewed with City staff during regularly scheduled progress meetings and supplemental coordination meetings with City O&M staff and Contract Operator. The models will be in viewable PDF format. 608 5 3. To encourage standardization of construction and operations, in addition increase design efficiency; a one model approach will be maintained for both the East and West WWTFs to the greatest extent possible and site adapted for each location. The detailed design will consist of a multi-discipline design effort generally described by the following elements: 1. General/Civil/Site Work – The general/civil design will include hydraulic analysis, development of plant layout and survey control, site drainage, paving, and grading, and location of yard piping. Where necessary to define vertical alignment, yard piping profiles will be included for gravity pipelines and pressure pipes greater than 12 inches in diameter. 2. Architectural – The architectural design will include the development of basic building layouts, conformance to the existing overall site theme and site security requirements, and selection of building materials. A building code occupancy plan will also be developed. Building designs will include Operations Building (East WWTF), Operations and Administration Building (West WWTF), blower/electrical building, various canopy structures, and other miscellaneous support buildings. Engineer will conduct a meeting with City representatives to identify building layout needs and requirements prior to development of layouts. 3. Structural – The structural design will include the development of structural design criteria, selection of structural construction materials, design of foundations and foundation treatment, and design of the structural members for the various required facilities. 4. Process/Mechanical – The process mechanical design will include development of the detailed control and operation schemes for the various processes and process units. The mechanical design will include determination of equipment performance and characteristics required, selection of mechanical equipment, location and arrangement of the equipment (with tag numbers) and associated piping, design of the equipment and the associated piping, and design of the supports for equipment and piping. Components of the required odor control systems, including foul air ventilation and treatment, will be included in the mechanical design. In general, tag numbers for all electrically actuated valves 4-inches or greater will be included on mechanical drawings. 5. HVAC/Plumbing/Fire Protection – The heating, ventilation, and air conditioning (HVAC) design will include the development of HVAC systems required for the various buildings and areas, including equipment, ductwork, and ancillary devices. The plumbing design will include the development of potable and non-potable water and drainage systems required for the various buildings and areas. The fire protection design will be a performance specification only and will include fire suppression systems required for the various buildings and areas, including wet sprinklers and alarm systems. It is assumed that motor control center (MCC) areas and electrical control rooms will be provided with non-water-based fire suppression systems. The plumbing and fire protection design will be coordinated with utility requirements. 6. Electrical – The electrical design will include an assessment of new plant power requirements, coordination with the existing East and West WWTF power distribution systems, design of power distribution and lighting systems for buildings and areas, development of motor control schemes, design of MCCs and power conduits, and identification of area classifications, based on City’s input and approval of recommended strategies and manufacturers. The electrical design will be coordinated with the City and the local electrical provider’s requirements. Specific items relative to standard electrical drawings and specifications will be as follows: 609 6 a. Overall site electrical plan identifying major electrical components (service entrance, primary switchgear, standby generators, duct banks, and electrical manholes); load calculations; area power, lighting, grounding, and receptacle plans; area classification (class and division); general notes, key notes, and detail callouts. Engineer will also provide duct bank section cuts showing conduit arrangement. Plan drawings will not include point-to-point conduit routing. b. MCC design will include MCC front-face elevations (not to scale) and single-line diagrams identifying process equipment, panels, and other electrical power requirements. c. Panel layout design will include front exterior (face) elevation layout with general dimensions only. Description of general panel components, including wiring and color- coding standards, will be included in the technical specifications. Layouts for panels provided by manufacturers to be provided as part of an engineered package with equipment will not be included in Engineer’s design drawings. Panel layout drawings will not include interior layouts; internal and external wiring/connection diagrams; bill of materials; detailed labeling; or detailed dimensional drawings. Technical specifications will include provisions requiring equipment manufacturers and panel builders to provide this additional level of detail as part of the submittal process, for Engineer and City review and approval. d. Electrical design will include lighting fixture and panel schedules and specification for lightning protection systems for buildings and basins. e. Electrical design will not include detailed cable/conduit schedules, cathodic protection, wide area network (WAN), loop diagrams (analog), wiring diagrams (discrete signals), or point-to-point control wiring diagrams. Specific requirements for supplier(s) to submit detailed analog loop diagrams and discrete signal wiring diagrams (in hardcopy and electronic format) as part of the shop drawing submittal process will be included in the technical specifications. 7. Instrumentation and Controls – The instrumentation and controls (I&C) design will include specification of instrumentation hardware and software required to accomplish the distributed control and operation scheme(s), design of alarm and display systems, functional layout of area control centers, and selection of control and monitoring instruments. Instrumentation design will include only on-site facilities. Specific items relative to standard I&C drawings and specifications will be as follows: a. Provide block diagram(s) and network diagram(s) for the plant control system. b. Provide process and instrumentation diagram (P&ID) drawings based on a vertical hierarchy of layers (or bands) ordered from top to bottom as follows: i. SCADA (telemetry interface only) ii. PLC iii. LCP iv. FIELD (process equipment and field instrumentation) c. Repetitive and/or redundant process controls will be identified as “typical of (number)” as appropriate. Manufacturer’s packaged equipment will be shown on P&IDs as a “black box” with only the interface monitoring and control signals identified. Tag numbers for all equipment, motorized valves, and instrumentation will be included on P&IDs. P&IDs will 610 7 not include PLC I/O addresses, pipe fittings, or pipe sizes. Control descriptions will be included in the specifications. P&IDs will not be provided for the following systems: i. Closed circuit television (CCTV) and/or security systems (including controlled gate access) ii. Fire detection and alarm systems iii. Telephone and plant intercom/paging systems iv. HVAC systems, including supply and exhaust fans, louvers, ACUs, and AHUs (unless specifically tied to odor control or other process) v. Process laboratory facilities vi. Bridge cranes and/or monorails vii. Maintenance service equipment viii. Automatic overhead coiling doors (except for truck loading bay area) ix. Storm water drainage x. Landscape irrigation d. Design will include “typical” schematics supplemented with tables for multiple products. Repetitive and/or redundant equipment items will not be identified with individual schematics. Wire numbers and PLC input/output (I/O) terminal assignments will also not be included. 8. Other Disciplines - Plant fire alarm system consisting of a riser diagram and technical specification. Security system power and controls including card readers, and door contacts. In addition to assignment of tag numbers for new equipment and instrumentation, any equipment and instrumentation that will be “reused” will be “re-tagged” for consistency, along with updated overall control system block diagram. NOTE: Security-related components (i.e., associated EI&C plans and specifications) will be included in a separate package to protect and maintain confidentiality/security, unless specifically directed otherwise by the City. 201 – Site Investigations 201.1 – Geotechnical Investigation. Engineer will coordinate a geotechnical investigation at both the East and West WWTF sites to include the drilling and sampling of test borings to determine subsoil conditions and provide samples for laboratory testing. Number and depth of borings are detailed in attached subconsultant scope. Engineer will submit draft Geotechnical Investigation Report to the City and CMAR for review. Engineer will further coordinate and consult with the geotechnical subconsultant and the CMAR during detailed design. The CMAR shall review the Geotechnical Investigation Report and supporting data and coordinate any additional investigations that they may determine to be necessary. Costs to perform any additional geotechnical investigation(s) shall be borne directly by the CMAR and not the Engineer. Deliverables: Draft and Final Geotechnical Investigation Report, PDF only 611 8 201.2 – Topographical and Site Surveys. The Engineer will coordinate a survey of site topographical and key existing facilities features to document the current conditions and surface features of the area proposed for the new and modified facilities. Site survey will also include identification of staked geotechnical borings and horizontal grid development for design of new facilities and site/civil improvements. Subsurface utility excavation (SUE) is also included to locate piping and other buried infrastructure. Details of site survey scope are outlined in attached subconsultant scope. Deliverables: Draft and Final Site Topographical Maps, PDF only 201.3 – Environmental Investigations. Engineer will arrange an environmental investigation of the site to support the permitting efforts described in this Scope of Work. Engineer will delineate the boundary of all wetlands within 50-feet of proposed construction activities. Wetland boundaries will be field located using consecutively numbered flagging and the location of each flag will be collected using handheld GPS equipment. The field flagging will also be included with the site survey to determine if the wetlands are delineated properly. Details of environmental investigations are outlined in attached subconsultant scope. 202 – 30% Design Submittal Package The 30 percent design submittal is intended to expand the preliminary design concepts and strategies and in 3D and 2D format to support collaborative design development with City and CMAR. A design review workshop will be held with the City and CMAR following submittal of the 30 percent design package. Note, at 30% design, the intent will be to develop a single common design (East and West) which focuses on the major structures, sizing and key equipment. After 30%, the design of each respective facility will be further detailed and adapted to the site. The 30 percent design review submittal will generally consist of the following: 1. Engineering Report – The Engineer will provide a report summarizing the 30 percent design to support permitting. 2. 3D Model – The Engineer will provide various perspective and sectional views of each process area to convey the layout of each process area. 3. Instrumentation and Controls Drawings – I&C drawings will include general notes, legend, and abbreviations; plant control system architecture and block diagrams; and preliminary process and instrumentation diagrams (P&IDs). Engineer will develop preliminary P&IDs for the various process systems required. No control system data communication routing plans; control equipment location plans; or instrumentation installation typical and/or specific details and equipment control schematics will be included in this review submittal. 4. Technical Specifications –Engineer will develop a list [outline] of technical specifications expected for the Project. List of specifications will be arranged in tabular format by CSI Division. 5. Typical Details – Engineer will develop a list [outline] of typical details expected for the Project. List of typical details will be arranged in tabular format by discipline. 6. Equipment and Instrumentation List – The preliminary Equipment and Instrumentation List developed as part of the PDR will be updated throughout the project to incorporate City input and final selections by the CMAR. 612 9 Deliverables: Electronic version in PDF format of Review Drawings, Technical Specifications (list only), and Typical Details (list only) for City and CMAR 203 – 60% Design Submittal Package The 60 percent review submittal will include applicable updates from the 30 percent review submittal, including the incorporation of applicable 30 percent submittal review comments provided by City and CMAR. Engineer will provide a 30 percent design submittal comments log with the 60 percent review submittal. A design review workshop will be held with the City and CMAR following submittal of the 60 percent design package. At the 60% design level and beyond, the 30% “common design” will be applied to each facility. The intent will be to initially design the East WWTF, immediately followed by the West WWTF. The 60 percent design review submittal will generally consist of the following: 1. 3D Model: – The Engineer will provide various perspective and sectional views of each process area to convey the layout of each process area. Detailed drawings will be issued as needed by the CMAR for their GMP development. 2. General Drawings – The General drawings will include applicable updates from 30 percent drawing set, plus preliminary construction staging areas, temporary facilities, and site access designations for each of the two sites (East and West). 3. Instrumentation and Controls Drawings – The I&C drawings will include applicable updates from 30 percent drawing set, plus preliminary control equipment location plans; and preliminary instrumentation mounting details and preliminary control schematics for equipment and instrumentation. 4. Technical Specifications – The 60 percent specification set will include technical specifications. Engineer will also submit supplemental summary sheets for City review relative to preliminary selection of major products, acceptable manufacturers, and methods. Control descriptions will also be substantially complete and provided to the City as part of the 60 percent design specifications review submittal. Specifications will be coordinated with the CMAR based on design package needs for continued development of the cost estimate. 5. Typical Details – Engineer will compile and develop the typical details expected for the project. 6. Equipment and Instrumentation List – The Equipment and Instrumentation List will be updated accordingly. Deliverables: Electronic in PDF format of Review Drawings, Technical Specifications. and Typical Details for City and CMAR 204 – 90% Design Submittal Package The 90 percent submittal will include applicable updates from the 60 percent review submittal, including the incorporation of applicable review comments provided by City and the CMAR, plus the incorporation of typical details from book form into the drawing set. The work effort for this item will include close coordination with the CMAR to provide design information needed to assist in the continued development of the GMP. This design package will be used by the CMAR to determine his final guaranteed maximum price (GMP). This design package is also intended to be used for agency review for 613 10 permitting and approvals. A design review workshop will be held with the City and CMAR following submittal of the 90 percent design package. Deliverables: Electronic in PDF format of Review Drawings, Technical Specifications, and Typical Details for City and CMAR 205 – Final (100%) Contract Documents The 100 percent (final) Contract Documents will include applicable updates from the 90 percent review submittal, any design changes from CMAR early work packages, and applicable comments provided by City and the CMAR, plus applicable City Department and agency review comments. Engineer will finalize, electronically seal, and submit all design drawings and technical specifications in the appropriate format following receipt of all review comments provided by City and other review agencies. Engineer will provide a copy of final design submittal comments log to City with the final submittal. Deliverables: Electronic in PDF format of Review Drawings, Technical Specifications and Typical Details for City and CMAR TASK 300 – PERMITTING ASSISTANCE Engineer will perform various permitting coordination and assistance activities throughout the Design Phase, as delineated in the following tasks and sub-tasks. Specific permits, plans and reviews anticipated under this Project include the following. Engineer will coordinate with the permitting agencies on behalf of the City and complete permit applications related to the Project. When appropriate, pre-submittal meetings will be held with the agency to assist with the permitting process. 301 – FDEP Permit Engineer will schedule and conduct a pre-application meeting with FDEP during the 30% design package development. Prepare for the meeting with drawings and design criteria to assist with understanding the Department’s permitting requirements for the Project. Prepare and submit the FDEP construction permit and engineer’s report in coordination with the City’s review and input. Engineer will respond to any comments or requests for additional information (RAIs). 302 – Site Permitting Engineer will consult with the City Building Department to determine the permitting requirements for construction of the improvements proposed under this Project including any special stormwater or utility requirements. This also includes leading the NPDES/404 permit application, in coordination with the environmental aspects (sub- consultant). This task will include scheduling and attendance at the Pre-Application Request Conference, and associated fees. After determination of the permitting requirements, Engineer will prepare and submit the permit application and supporting documents. Engineer will respond to any comments or requests for additional information (RAIs). Engineer will submit for environmental permits as required for each site in coordination with subconsultants. Engineer will prepare and submit the permit application and supporting documents. Engineer will respond to any comments or requests for additional information (RAIs). Note for all permitting, permit application fees shall be paid directly by the City. 614 11 Deliverables: Draft and final permit applications and associated documents, PDF only TASK 400 – CMAR COORDINATION The purpose of this task is to assist the City with the CMAR project delivery. This includes selecting one Construction Manager at Risk (CMAR) to develop a guaranteed maximum price (GMP) for the construction of the two WWTFs and oversee and coordinate the construction. The Engineer will assist the City in their review of the cost estimates and GMP proposal submitted by CMAR. As part of the collaborative nature of the CMAR delivery approach the Engineer will coordinate the detailed design with the CMAR. 401 – Procurement Planning The purpose of this subtask is to establish the plan for development of the procurement documents and execution of the procurement process, as well as to prepare the documentation and complete the GC/CM justification and approval process. Engineer will review the City’s existing procurement codes, policies and procedures, and review requests for qualifications (RFQ) and requests for final price proposals (RFPPs) previously utilized by the City for GC/CM contracting. Deliverables: Draft and final Procurement Planning Memo, PDF only 402 – Procurement Document Development The purpose of this subtask is to prepare request for qualification (RFQ) documents and to support the City in developing the CMAR Agreement including preparation of CMAR scope of services and technical documentation to accompany the CMAR Agreement. 402.1 - Develop Request for Qualifications (RFQ) Engineer will assist with preparation of RFQ documents, including the solicitation document, a list of reference documents, submittal forms, and City standard procurement forms. It is assumed that an industry recognized template will be used as the basis for the RFQ with inputs from the City’s existing procurement documents. The Engineer will prepare draft and final RFQ solicitation documentation and meet with the City to discuss review comments. Engineer will assist City in assembling RFQ documents for issuance. Deliverables: Draft and final RFQ documentation, PDF only 402.2 - Develop CMAR Agreement Scope of Services Exhibits Engineer will develop CMAR scope of service exhibits that document the selected CMAR scope requirements during design, construction, and startup testing/commissioning. Specifically, Engineer will develop the following exhibits: 1. Design Phase Scope of Services that documents the CMAR responsibilities during design phase of Project including project management and coordination, design and constructability reviews, cost development and submittals, subcontractor procurement, and the guaranteed maximum price (GMP) proposal. 2. City’s Requirements Specifications that serve as the City’s construction general requirements (i.e., City’s Division 0 and any Division 1 specifications) that document the CMAR responsibilities during the construction phase of the Project including project management and coordination, quality control, schedule and cost management and reporting, record keeping, temporary facilities requirements, and startup/commissioning responsibilities. To the extent possible, the City’s existing 615 12 general requirement specifications will be integrated into specifications specific to the Project. Engineer will meet with City for three, 2-hour coordination meetings to discuss development of CMAR scope of services documents. Deliverables: Draft and final Design Phase Scope of Services exhibit, Draft and final City’s Requirements Specifications, PDF only 403 – Procurement Process Support Engineer will support the City in administering the RFQ phase of the procurement process by providing the following services: 1. Assist the City in conducting a pre-statement of qualification (SOQ) meeting with interested parties to explain project and procurement process/expectations. 2. Assist the City in responding to questions received from potential CMAR teams regarding the RFQ/SOQ. Engineer will draft responses to questions for City review and approval and assist in issuing RFQ addenda as necessary. 3. Review SOQ received from potential CMAR teams and prepare a SOQ Review Summary Matrix for use by the City. Engineer will determine if minimum submittal requirements have been satisfied for each SOQ and notify City accordingly. 4. Engineer will prepare a scoring matrix in accordance with the scoring prescribed in the RFQ, and for use by the City in scoring SOQs submitted. Deliverables: Pre-SOQ Meeting agenda, presentation materials, and minutes; Draft and final RFQ addenda; Draft and final SOQ Review Summary Matrix; Draft and final Scoring Matrix (in Excel) 404 – GMP Proposal Review and Amendment Support Engineer will review the guaranteed maximum price (GMP) proposal submitted by CMAR to evaluate costs and to determine compliance with CMAR Agreement requirements. Engineer will notify the City and the CMAR of any deficiencies and coordinate with the City and CMAR to revise GMP proposal documents for acceptance by the City and incorporation into the Construction Phase Amendment. Engineer will review subcontractor bids submitted by CMAR has provided in the GMP proposal, review costs for all self-performed work, and review contingency justification and values. Engineer will coordinate with the City’s legal counsel as required to prepare the Construction Phase Amendment. It is assumed that City’s legal counsel will prepare and assemble amendment with Engineer providing input regarding content and format of amendment. Deliverables: GMP proposal review summary, PDF only 405 – Cost Model and GMP Reviews The purpose of this subtask is to assist the City in their review of the cost estimates and GMP proposal submitted by the CMAR, and to assist with completion and negotiation of the Construction Phase Amendment. Engineer will review construction cost estimates (“cost models”) provided by CMAR at the 30, 60, and 90 percent design milestones. Engineer’s costs estimate review will specifically include the following: 1. Evaluate compliance of cost estimates with cost submittal requirements. 2. Review direct and indirect unit costs, including review of general conditions costs. 616 13 3. Review/audit supplier and subcontractor quotes and request supplemental quotes, as necessary. 4. Compare costs with other applicable projects. 5. Perform review of contingency values proposed by CMAR. Engineer will provide City with summary memorandum of cost review findings and recommendations after review of each cost estimate. Deliverables: Cost review summary memorandum (3 total), PDF only 406 – CMAR Coordination During the detailed design and construction phases of the project, Engineer will coordinate with the CMAR as part of the collaborative delivery approach. This will include phone calls, emails, meetings, and workshops. TASK 500 – PROJECT FUNDING SUPPORT Engineer will provide support, identification, and pursuit of loan and grant funding for implementation of the Project. 501 – Funding Opportunities Support Engineer will support the City in identifying funding opportunities for the Project, including the FDEP SRF program, potential grants and other funding sources. Engineer will assist as needed and requested by the City and the City’s staff to facilitate the flow of funds from the funding agencies. Engineer will represent the City before the FDEP and others in settling any issues relative to the disbursement process and compliance requirements that may arise during the planning and design phases of the Project. Advice and guidance will be provided to the City in the development of planning, design, and procurement documents that meet the requirements of the funding agencies. 502 – Bidding/Procurement Document Preparation Services Engineer will advise and assist the City in the preparation of bidding/procurement documents with conditions and provisions as may be required by the FDEP. Engineer will assist the City in obtaining appropriate documents for compliance with the federal Davis- Bacon Act, American Iron and Steel requirements, and other compliance requirements for inclusion in the procurement documents. Engineer will advise the City in the preparation of the Site Certification and other supporting documents as may be required to obtain approval of the FDEP. Engineer will coordinate with the City to assist in gaining approval of the plans, specifications, procurement documents, contract documents, and supporting documents by the FDEP so that the Project is ready to proceed to construction. 503 – Design Loan Disbursement Requests Engineer will gather and assemble the monthly invoices for engineering services, administrative services, and other SRF eligible costs along with supporting backup documentation as required by the FDEP necessary to prepare the disbursement requests. Engineer will review the invoices to verify SRF eligibility. Engineer will prepare the disbursement requests and submit the requests to the City for review, approval, signing, and submittal to the FDEP. 504 – Construction Loan Request for Inclusion (RFI) 617 14 Engineer will review available information and assemble the supporting documents and prepare a draft SRF RFI for a construction loan for the Project in accordance with the requirements of the FDEP. The RFI will be submitted to the City for review, approval, signing, and for submission to the FDEP. Engineer will respond to any questions or comments relative to the RFI on the City’s behalf to confirm the Project meets the requirements for listing on the fundable portion of the SRF Priority List. Engineer will attend the SRF Priority List meeting on behalf of the City and report the results of the meeting to the City. 505 – Construction Loan Application Engineer will coordinate with the City’s Finance Department and assist as needed in preparing the SRF construction loan application. Engineer will provide comments and recommendations relative to the application and application process. Engineer will assist the City in completing the final construction loan application and the submittal of the required documentation to the FDEP. Engineer will assist the City in the preparation of a draft loan authorizing resolution or ordinance and certifications as may be necessary to complete the application process. Engineer will coordinate with the City and the FDEP to gain approval of the application. Engineer will review the draft loan agreement that will be prepared by the FDEP. Engineer will comment and advise the City as to the provisions of the draft agreement, communicate with the FDEP to negotiate any needed revisions to the draft agreement, and respond to comments and questions on the City’s behalf. Engineer will provide guidance on the execution and filing of the final agreement with the FDEP. 506 – Pre-bid / Procurement Services Engineer will assist with the preparation of the advertisement and bidding of the Project and participate in the pre-bid coordination as needed, including the CMAR work packages meet funding criteria. Engineer will advise and assist the City in preparing the bid submittal package for the FDEP to gain authorization for contract award. 507 – Construction Phase Support Engineer will review the CMAR’s invoices for compliance with the loan program requirements and submit requests for reimbursements monthly. Deliverables: Presentation Materials and information for Funding Documents, MS PowerPoint and PDF TASK 600 – PUBLIC INVOLVEMENT ASSISTANCE The purpose of the Public Involvement Assistance is to aid the project team in their communication with the community surrounding the project sites and City-wide residents. It is the intention of the public involvement portion of the Project to keep affected stakeholders informed of proposed changes to the site, consider comments from and listen to potentially affected interests, and work with the project team to make sure that alternatives are developed which consider the feedback obtained from the public input, as may be requested by the City. 601 – Project Media Updates Support to City Engineer will develop project information documents (flyers, newsletters, presentation data) as needed to be distributed to the local community residents and businesses around the project areas, either in hardcopy of electronic (email and City Website) format. 618 15 The task effort may vary or be adapted to the project needs, but will be based upon the allotted budget. Deliverables: Draft and Final Newsletters (type to be determined with City) 602 – Preparation and Attendance for Stakeholder Meetings Engineer will coordinate, prepare, and attend (virtual or in person) meetings with the public or City personnel or other interested parties to provide updates on various WWTF components and construction activities. Meetings up to the amount in the attached budget are anticipated. Deliverables: Meeting notes, PDF only 603 – Facility Renderings Engineer will develop and update architectural renderings in 2D and 3D format plus applicable architectural material boards for assistance in communicating proposed facilities to the public, City management, elected officials, and other interested stakeholders. Deliverables: Renderings and Boards (Number and type of copies up to budgeted amount) 604– General Facility Support Engineer will coordinate with City management and staff (i.e., City’s engineers, operations, engineering, etc.) throughout the design phase including meetings, calls, and site visits to address design items. This continued coordination will provide documented information for decisions made and include site visits to meet with Operations staff for continued input and collaboration. Engineer will coordinate with the City’s Contract Operator throughout the duration of the design process. Time in this task may also include technical support, regulatory support, public outreach, or other as-needed support related to interim operation of the existing WWTF’s. TASK 700 – ASSET MANAGEMENT COORDINATION 701 – Update City Asset Registry Engineer will review and confirm the Asset Registry of the East and West WWTFs assets as-builts following completion of construction and commissioning of both WWTFs. The registry will be reviewed to align with as-built drawings and final vendor O&M manual submittals. Final revisions will be transmitted to the City’s team in Microsoft Excel file format. 702 – Preventive Maintenance Schedules Engineer will collect and organize vendor prescribed maintenance for East WWTF and West WWTF equipment assets. Engineer will coordinate a workshop with the City to review and select assets from the final asset registry for development of preventive maintenance (PM) schedules. The workshop will determine triggers to maintenance schedules such as calendar intervals, runtime, and key performance indicators. Based on selected assets and final vendor O&M manual submittals, Engineer will compile a draft spreadsheet of maintenance schedules. A workshop will be coordinated with City staff to 619 16 review the schedules. Following the review workshop, a final spreadsheet will be delivered to the City for implementing PMs schedules. 703 – Preventive Maintenance Templates Based on selected assets and final vendor O&M manual submittals, Engineer will assist the City with development maintenance tasks for creating and implementing PM templates. Engineer will compile an Excel spreadsheet of maintenance tasks for City review. A workshop will be coordinated with City staff to review the maintenance tasks spreadsheet. Following the review workshop, a final spreadsheet will be delivered to the City for implementing PM templates. 704 - Asset Management Business Processes Defined processes for adding and replacing assets is a key element of a sustainable asset management plan. Engineer will coordinate a business process workshop to review and document the City’s current and future best practices for evaluating refurbishing and replacing critical assets. Best practices will evaluate impactful elements such as lead times for major rework of rotating equipment, replacement ordering and design services, and condition assessments the City can incorporate into remaining useful life calculations. Deliverables: Asset registry, PM schedules, and PM templates (MS Excel); and workshop presentations (PDF of slides) TASK 800 – ENGINEERING SERVICES DURING CONSTRUCTION TASK 810 – PROJECT ADMINISTRATION SERVICES DURING CONSTRUCTION Engineer will perform general project administration activities throughout the Construction Phase, as delineated in the following tasks and sub-tasks: 811 – Representation on Behalf of the City Engineer will consult with and advise the City and act as its representative during construction. Engineers of record will make site(s) visits at periods appropriate to the various stages of construction to inspect, as an experienced and qualified professional, the progress and quality of the executed work of CMAR and to determine if such work is proceeding in accordance with the construction documents. Engineer’s efforts will be directed toward providing a degree of confidence for City’s that the completed work of CMAR will conform to the Contract Documents, but Engineer will not be responsible for the failure of CMAR to perform the work in accordance with the construction documents. Based on on-site examination of materials, equipment, and workmanship, Engineer will keep City informed of the progress of the work, will endeavor to guard City against defects and deficiencies in such work, and will disapprove or reject work failing to conform to the construction documents. This task will include the following items: a. Attend pre-construction [kickoff] conference: Engineer will attend pre-construction conference. At the conference, Engineer will identify field services to be provided by Engineer and discuss appropriate coordination procedures. Engineer will assist CMAR in preparation of agenda for the meeting. 620 17 b. Provide construction administration, quality assurance, and coordination: Engineer will provide construction administration and quality assurance services during the course of construction regarding the overall technical correctness of the construction phase services and that specified procedures are being followed and that schedules are being met. Engineer will provide coordination functions during the construction phase as follows: i. Hold coordination meetings with the City representative and other City staff as needed monthly. ii. Coordinate with regulatory and approving agencies and utilities as required. iii. Coordinate the work of specialty subconsultants assigned to the Project. Deliverables: Miscellaneous Project Documents (PDF only) 812 – Administer the Construction Schedule Engineer’s opinions concerning the various scheduling documents produced or used by the CMAR are for information and are not controlling on the CMAR. It is the CMAR’s responsibility to continue to exercise its independent judgment concerning means, methods, and sequences of construction it employs. The CMAR remains solely responsible for meeting contract time(s) identified in the construction documents. a. Review baseline schedule: Engineer will review and critique the CMAR's baseline schedule in accordance with the construction documents. Engineer will examine the work sequence, durations, interim milestones, and other scheduling features in accordance with the requirements of the construction documents. Engineer will prepare a summary of the baseline schedule review comments and will meet and discuss the schedule comments with the CMAR and the City's representative. b. Review progress schedule updates: Engineer will review the CMAR’s progress schedule updates to the construction schedule in accordance with the construction documents. Engineer will perform a review of progress accomplished during the period and compare to planned schedule and discuss significant discrepancies with the CMAR. Engineer and CMAR will establish, based on the data, the percent of Project completion. Engineer will meet with CMAR on monthly basis to review and update the schedule data. Based upon the schedule update, Engineer will recommend processing progress payments. The primary performance of the task will be performed under Task 840. Task effort is based on receiving thirty six (36) monthly schedules, including one baseline schedule, from the CMAR. Deliverables: Baseline Schedule Review Comments Summary (electronic format only) 813 – CMAR Progress Payments Engineer will review, prepare comments, and reach agreement with the CMAR on the progress represented in the CMAR’s schedule of values. The monthly schedule update, schedule of values, in combination with Engineer’s field inspections, and the progress schedule shall be used by Engineer to determine the appropriateness of the CMAR’s request for payment. 621 18 Engineer, as an experienced and qualified professional, and on review of applications for payment and the accompanying data and schedules, determine the amounts owed to CMAR and recommend in writing, payments to CMAR in such amounts; such recommendations of payment will constitute a representation to City, based on such inspections and review, that: a. the work has progressed to the point indicated; b. to the best of Engineer's knowledge, information, and belief, the quality of such work is in accordance with the construction documents (subject to an evaluation of such work as a functioning Project upon Substantial Completion, to the results of any subsequent tests called for in the construction documents, and to any qualifications stated in the recommendation); and c. payment of the amount recommended is due and owed to the CMAR. d. For unit price work, Engineer’s recommendations for payment will be a determination of completed quantities of such work. Task effort is based on receiving thirty six (36) Pay Applications from the CMAR. Deliverables: Recommendation of Progress Payments (PDF only) 814 – Substantial and Final Completion Inspection Following notice from the CMAR, Engineer will conduct an inspection to determine if the Project or the work associated with interim milestones is substantially complete in accordance with the construction documents. If Engineer considers the work substantially complete, Engineer will deliver to the City and the CMAR the Certificate of Substantial Completion and the punch list, the date for completion of the punch list, and recommend the division of responsibilities between the City and the CMAR. If the work is not substantially complete, the process shall be repeated until the work is substantially complete. Engineer will, upon completion of the punch list items as notified by the CMAR, make final inspection to determine if the finished work has been completed to the standard required by the construction documents, determine whether required inspections and approvals for permit compliance have been satisfactorily completed, and CMAR has fulfilled the obligations so that Engineer may recommend, in writing, final payment to CMAR and may give written notice to City and the CMAR that the work is acceptable, subject to any conditions therein expressed and in consultation with the City whether the work is finally complete. At or prior to the final inspection, Engineer will request the CMAR prepare and furnish: a. Certification that all obligations for payment for labor, materials or equipment related to the work have been paid or otherwise satisfied; b. certification that all insurance and bonds required of the CMAR beyond final payment is in effect and will not be canceled or allowed to expire without notice to the City; c. the written consent of surety for final payment; d. record document information is complete and submitted; e. all keys, manuals, required spare parts, guaranties and warranties, and other documents necessary for close-out of the work; and 622 19 f. verification of permit close-out including the Certification of Occupancy. If the work is not finally complete, the process shall be repeated until the work is finally complete. Promptly after the work is determined to be finally complete and Engineer determines that the CMAR has properly submitted the items required for final inspection, Engineer will determine whether the CMAR is entitled to final payment. Engineer’s recommendation that the CMAR is entitled to final payment constitutes Engineer’s representation to the City that: a. the work complies with (a) the construction contract documents, (b) applicable building codes, rules or regulations of all governmental authorities having jurisdiction over the Project, and (c) applicable installation and workmanship standards; b. the CMAR has submitted proper Final Completion close-out documents; and c. the CMAR is entitled to final payment. Engineer will provide to the City, at the time it submits a signed final payment request from the CMAR, all Final Completion close-out documents. Engineer will not be responsible for the acts or omissions of any CMAR, or subcontractor, or any of the CMAR’s or subcontractor(s)’ agents or employees or any other persons (except Engineer’s own employees and agents) at the site(s) or otherwise performing any of the CMAR’s work; however, nothing contained in Tasks 821 through 824, inclusive, shall be construed to release Engineer from liability for failure to properly perform duties in accordance with this scope of services. Task effort is based on performing two (2) Substantial Completion inspections and one (1) Final Completion inspection, as requested from the CMAR. Deliverables: Certificate of Substantial Completion, Punch-List, and Final Completion Documentation (electronic format only) TASK 820 – ENGINEERING SERVICES DURING CONSTRUCTION 821 – Review Submittals, Shop Drawings, and Test Results Engineer will receive, review, evaluate, and distribute (or take other action in respect of) shop drawings, samples, test results, and other data which CMAR is required to submit. Engineer’s review shall be for conformance with the design concept of the Project and compliance with the information given in the construction documents. Such review or other action shall not extend to means, methods, sequences, techniques, or procedures of construction selected by CMAR, or to safety precautions and programs associated thereto. Engineer will receive and review (for general contents as required by the construction documents) maintenance and operating schedules and instructions, operation and maintenance manuals, guarantees, and certificates of inspection, which are to be assembled by CMAR in accordance with the construction documents. Engineer will maintain a submittal log showing dates of submittal, transmittal action to other subconsultants, dates of return, and review action using the CMAR’s web-based document system. Copies of the log shall be furnished to the City and the CMAR at bi- weekly meetings. Engineer will promptly and in accordance with Project schedule 623 20 requirements, review and approve, reject, or take other action on the CMAR’s request for substitutions. Engineer will not approve any proposed substitution unless such substitution conforms to the Project design concept and the construction documents including the contract price. Task effort is estimated based on receiving an estimated total of 750 shop drawing submittals. Submittal review efforts are based upon a maximum of two (2) reviews per submittal and that no more than fifty percent (50%) of the total number of first submittals will require two (2) reviews. Deliverables: Shop Drawing Log, Shop Drawing Review Comments (electronic format only). 822 – Requests for Information (RFIs) Engineer will render interpretation and responses necessary for the proper execution and progress of the Project on written request of either the City or the CMAR and submit written responses to the City’s representative and CMAR accordingly. Responses will be provided within five working days upon receipt by the Engineer, or as agreed to by the City. Engineer will render all interpretations or decisions in good faith and in accordance with the requirements and intent of the Contract Documents. Task effort is based upon an estimated total of 300 RFIs. Deliverables: RFI Log and RFI Responses (electronic format only) 823 – Design Clarifications and Interpretation Engineer will issue the City’s instructions to CMAR; issue necessary interpretations and clarifications of the construction documents; have authority, as City’s representative, to require special inspection or testing of the work; act as initial interpreter of the requirements of the construction documents and judge the acceptability of the work thereunder; and make decisions on all claims of City and CMAR relating to the acceptability of the work or the interpretation of the requirements of the construction documents pertaining to the execution and progress of the work. Engineer will render interpretations or decisions in good faith and in accordance with the requirements of the construction documents. Engineer will respond to the City’s representative and/or CMAR to clarify and/or interpret technical or design-related questions. Routine technical interpretations shall be responded to under Task 400. Engineer will respond to issues raised during construction regarding interpretation and clarification of the contractual administrative and technical requirements of the construction documents. Engineer will serve as the City’s advisor in resolution of these issues. Task effort is based on issuing an estimated total of 70 Design Clarifications to the CMAR. Deliverables: Interpretation Responses and Clarifications (electronic format only) 824 –Changes and Change Orders Engineer, without the City’s prior approval, may authorize or direct minor changes in the Work which are consistent with the intent of the construction contract documents and which do not involve a change in Project cost, time for construction, Project scope, aesthetics, or approved design elements. Any such minor changes shall be implemented by written field order. Except as provided in this paragraph, Engineer shall not have 624 21 authority to direct or authorize changes in the Work without the City’s prior written approval; however, Engineer shall provide a copy of any written field order to the City. Engineer will promptly consult with and advise the City concerning, and shall administer and manage, all change order requests and change orders. Engineer will prepare, when requested by the City, required drawings, specifications, and other supporting data regarding minor changes, change order requests, and change orders. Engineer will prepare and submit change order requests explaining the merits for the change and a recommendation for the City’s approval and acceptance. Engineer will negotiate an agreement with the CMAR as to scope of work and cost, time or both associated with the change in Work. The change order shall include a written justification for the cost of the Work. Engineer will administer and manage minor changes, change order requests, and change orders on behalf of the City. Change orders shall be prepared on a standard form provided by the City. Should a change order request be accepted by the City in the absence of an agreement with the CMAR as to cost, time, or both, Engineer will: a. receive and maintain all documentation pertaining to the change order request required of the CMAR; b. examine such documentation on the City’s behalf; c. take such other action as may be reasonably necessary or as the City s may request; and d. make a recommendation to the City concerning any appropriate adjustment in the construction cost and/or time and prepare a change order for CMAR’s acceptance and City approval. Changes and substitutions shall be limited to the scope of the Project as defined by the construction documents or additional work as may be requested by the City. Task effort is based on issuing an estimated total of 10 Change Orders to the CMAR. Deliverables: Field Orders, Potential Change Order (PCO) Documentation, and Change Order Directives (electronic format only) 825 – Material Test Lab Services To be provided by CMAR. No scope under this task will be provided by Engineer. 826 – Record Drawings Engineer will prepare a set of record drawings showing those changes made during construction. Record drawing information shall be based on marked-up prints, drawings, and other data furnished by CMAR to the Engineer, which the Engineer will review for accuracy and completeness. Engineer will prepare the following: a. Two (2) full-size black line copies and three (3) half-size black line copies for submittal to the City. Record drawing information will be added electronically to existing AutoCAD files by the Engineer as the record set. The record drawings will be conformed to reflect shop drawing review, substitutions, clarifications, and change 625 22 order information. The original cover sheet with all the signatures and Engineer’s seals will be used for the record drawings. b. Electronic files representing record drawing information, including both AutoCAD and PDF formats will be provided. (Note: The record drawing electronic files will be used as facility drawings by the City. The set of record drawings defined above will represent the official record drawing set for the Project.) Engineer’s RPR will review and coordinate the record drawings. The record drawings will be available to the City within sixty (60) calendar days of receipt of all data in its entirety from the CMAR. Deliverables: Record Drawings (hardcopy and electronic format) 827 – Site Visits and Factory Tours Contract documents require factory acceptance testing (FAT) of major project components prior to delivery to the construction site. These tests are intended to confirm proper operation and compliance with contract documents. The Engineer will review and provide comments on the protocol submitted by CMAR outlining FAT activities. Engineer will plan for and attend factory acceptance tests as applicable for the following systems: a. Major pumps and equipment b. Tertiary filters c. PLC control panels d. Motor control centers e. Stand-by engine generators 828 – Construction Close-out Permitting Engineer will prepare and submit to the appropriate City and State agencies permitting documents to close out the permits acquired during the Design Phase. Engineer will prepare and submit the following to FDEP for construction completion certification and project closeout: a. Form 62-620.910(12), Notification of Completion of Construction for Wastewater Facilities or Activities b. Form 62-620.910(13), Notification of Availability of Record Drawings and Final Operation and Maintenance Manuals c. Form 62-555.900(9), Certification of Construction Completion and Request for Clearance to Place Permitted PWS Components into Operation It is assumed the CMAR will obtain all permits required by the City Building Department. Engineer will provide supporting documents to the CMAR as required to obtain these permits. TASK 830 – RESIDENT SERVICES DURING CONSTRUCTION The Resident Engineer (RE) and various Inspectors will be furnished and will act as directed by the Engineer, to assist Engineer in inspecting performance of the work of the CMAR. Through more extensive on-site inspections of the work in progress and field checks of materials and equipment by the RE and Inspectors, Engineer will endeavor to provide further protection for City against defects and deficiencies in the work of CMAR; but the furnishing of such RPR representation will not make Engineer responsible for construction means, methods, 626 23 techniques, sequences or procedures, or for safety precautions or programs, or for CMAR failure to perform their work in accordance with the construction documents. The RPR/RE, as Engineer's agent, will act as directed by and under the supervision of the Engineer, and will confer with the Engineer. The RPR’s dealings in matters pertaining to the on- site work shall in general be only with Engineer and CMAR, and dealings with subcontractors shall only be through or with the full knowledge of CMAR. Written communication with City will be only through or as directed by the Engineer, and when appropriate, may be through the RE. Duties and Responsibilities 831 – Field Administration The RPR/RE will provide part-time services up to the time budgeted to assist the City, Engineer, and CMAR with the following activities: a. Schedules: Review the progress schedule, schedule of Shop Drawing submissions and schedule of values prepared by CMAR, and in consult with the Engineer concerning their acceptability. b. Meetings: Attend pre-construction conference and periodic construction progress meetings. c. Liaison: Serve as Engineer’s liaison with CMAR, working principally through CMAR’s superintendent, and assist the superintendent in understanding the meaning of the construction documents. Assist Engineer in serving as City’s liaison with CMAR when CMAR’s operations affect City’s on-site operation. As directed by the Engineer, assist in obtaining from City additional details or information, when required at the job site for proper execution of the work. d. Shop Drawings and Samples: Shop drawings and samples which are furnished by CMAR will be received and reviewed as defined in Task 821. Advise Engineer and CMAR or its superintendent prior to the commencement of any work requiring a shop drawing or sample submission if the submission has not been approved by the Engineer. e. Interpretation of Construction Documents: Receive and transmit clarifications and interpretations of the construction documents to/from the CMAR and Engineer as described in Task 823. The RPR will notify the City’s representative of Engineer’s decision prior to issuance to the CMAR. f. Changes: Consider and evaluate CMAR's suggestions for changes in drawings or specifications and report suggestions with recommendations to the Engineer. Notify the City’s representative of changes or alterations believed to be in the City’s best interest. Provide the City’s representative with support information of proposed changes. Prepare drawing, details, and specifications needed to describe and justify the change. Prepare an estimate of the cost and time impact of the change and negotiate scope, cost, and schedule with the CMAR. g. Records: Maintain at the job site files for correspondence, reports of job conferences, shop drawings and samples submissions, reproductions of original construction documents including all addenda, change orders, field orders, additional drawings issued after the execution of the construction contract, Engineer's clarifications and interpretations of the construction documents, progress reports, and other Project related documents. 627 24 h. Prepare daily reports recording CMAR's work performed on the job site, major construction equipment on-site, weather conditions, data relative to questions of extras or deductions, list of visiting officials and representatives of manufacturers, fabricators, suppliers and distributors, daily activities, decisions, on-site equipment, subcontractors on-site, inspections in general and specific inspections in detail as to inspecting test procedures. Send record copies to the Engineer. i. Maintain notes to be capable of cross referencing the CMAR’s record drawing information for accuracy and completeness. j. Maintain a digital photographic file of the progress of the construction activities throughout the duration of the Project. This photo file will consist of color digital photographs taken to document specific construction activities where the information may be of future value. The photographs will be labeled as to the subject, and date of the photo and the photos will be kept in files which have been formatted to represent the specific construction area of the Project. k. Reports: Each month, furnish to the City Project progress meeting minutes (as the construction contract status report) describing the progress of the work and CMAR's compliance with the approved progress schedule and schedule of shop drawing submissions. The report will include as a minimum: i. Total Project cost to date ii. Total Project cost during the period iii. Planned versus actual progress iv. Actual and/or potential defaults or violations of the construction documents v. Remedies to the above vi. Change order activity summary vii. Other Project issues. l. The RPR/RE will consult with the design engineers and City in advance of scheduled major tests, inspections or start of important phases of the work. m. Promptly notify City of any accident relating to the Project. n. CMAR Pay Applications: Review applications for payment with CMAR for compliance with the established procedure for their submission and forward those with recommendations to the Engineer, noting particularly their relation to the schedule of values, work completed, and materials and equipment delivered at the site but not incorporated in the work. o. Certificates, Maintenance and Operation Manuals: During the work, review and determine that certificates, maintenance and operation manuals and other data required to be assembled and furnished by CMAR are applicable to the items actually installed; and deliver this material to the Engineer for review and forwarding to City prior to final acceptance of the work. p. Start-up Assistance: Start-up services shall be sufficient to transfer finished work from a construction status to operating, functional system(s). Such services may include review of CMAR's start-up plan, prepare and coordinate a start-up plan and procedures for City personnel use, supervise during start-up procedures, and assist City personnel during a period of initial operation. 628 25 q. Special Inspection: During the work, arrange and coordinate Special Inspections for structural, mechanical, and electrical work as required by the Special Inspection Certificates required by the City. 832 – On-Site Inspection and Review of Work The RPR/RE (with Inspectors) will maintain a presence at the Project site to be knowledgeable about the progress and quality of the work to: a. Conduct on-site inspections of the work in progress to assist Engineer in determining if the work is proceeding in accordance with the construction documents and that completed work conforms to the construction documents. b. Report to Engineer whenever it is believed that any work is unsatisfactory, faulty, or defective, or does not conform to the construction documents, or does not meet the requirements of inspections, tests or approval required to be made, or has been damaged prior to final payment; and advise Engineer when it is believed work should be corrected or rejected or should be uncovered for inspection, or requires special testing, inspection, or approval. c. Verify that tests, equipment, and systems start-up and operating and maintenance instructions are conducted as required by the construction documents and in presence of the required personnel, and that CMAR maintains adequate records thereof; inspect, record and report to the Engineer appropriate details relative to the test procedures and start-ups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the outcome of these inspections, and report to the Engineer. 833 – Completion The RE will assist Engineer EORs during the inspection for Substantial Completion and Final Completion (Final Acceptance) as follows: a. Before Engineer issues a Certificate of Substantial Completion, submit to CMAR a list of inspected items requiring completion or correction (“punch list”) in accordance with the requirements of the construction documents. b. After the CMAR has completed the work of the list and upon request of the CMAR, the RPR/RE will conduct final inspection with the Engineer, City, and CMAR. If necessary, prepare a final list of items to be completed or corrected in accordance with the requirements of the construction documents. c. After the CMAR has completed the work of the final list and upon written notice from the CMAR, review and determine that items on the final list have been completed or corrected and make recommendations to the Engineer concerning acceptance. Limits of Authority Except upon written instructions, the RPR/RE: a. will not authorize any deviation from the construction documents or approve any substitute materials or equipment; b. will not undertake any of the responsibilities of CMAR, subcontractors or CMAR's superintendent, or expedite the work; 629 26 c. will not advise on or issue directions relative to any aspect of the means, methods, techniques, sequences or procedures of construction unless such is specifically called for in the construction documents; d. will not advise on or issue directions as to safety precautions and programs in connection with the work; and e. will not authorize City to occupy the Project in whole or in part. Deliverables: Miscellaneous Project Documents (Daily Work Reports, Monthly Progress Reports, Substantial/Final Completion Certificates with Punch lists, Digital Progress Photos) TASK 840 – START-UP AND COMMISSIONING PHASE DURING CONSTRUCTION 841 – Start-Up, Testing, and Operational Assistance The City’s Contract Operator will provide Startup and Commissioning services, the Engineer will provide guidance to the Operator, up to the amount budgeted. 842 – Training Services Training will be provided by the City’s Contract Operator. No scope under this task will be provided by Engineer. 843 – Warranties Provide services after completion of the Construction Phase, such as inspections upon request during the 12-month warranty period, reporting discrepancies under guarantees in the construction documents, and assistance for resolution of defects to be corrected under warranty. Deliverables: Warranty Assistance Report(s) (electronic format only) 844 – MOPO Coordination CMAR will be working at an operating wastewater treatment facility, and as such there may be planned shutdowns associated with the new work that will need to be performed within the vicinity of existing structures, process areas, piping, etc. Extensive coordination is required with the CMAR to keep plant shutdowns to a minimum. Engineer will review the CMAR’s proposals and plans for temporary conveyance and/or processing facilities. For work within the areas of process shutdowns, review list of labor, materials, estimation of time, equipment necessary, and written description of the proposed work 845 – Electronic O&M Manual Development No scope under this task will be provided by Engineer. TASK 900 – CITY-DIRECTED ALLOWANCES During the Project, the City may elect to engage the Engineer on additional or supplemental services not specifically included in this Scope of Services herein. Reimbursement of supplemental services can be handled through a subsequent Amendment or use of available allowance and/or contingency funds associated with the Project. 901 – General Contingency 630 27 In order to provide flexibility for the City to add tasks and or to provide for unforeseen additional efforts, a general contingency is being provided. For example, the general contingency could be used to cover any additional design effort if it is decided during the design development stage that the City desires additional improvements to the solids handling system at either WWTF. The contingency will only be used upon the authorization of the City. 631 28 SECTION 3 ASSUMPTIONS 1. The East and West WWTFs will each be rated for an approximate 1.5 mgd maximum month average daily (MMAD) flow and load design capacity. 2. Project will be procured using the CMAR alternative project delivery method, and assumes that a single CMAR will be selected to procure and construct both facilities. 3. The East and West WWTFs will be designed so that the two facilities are standardized to the greatest extent possible. As such, the facilities will be designed using one CADD model that is site adapted. Common specifications and typical details will be used for both WWTFs. Design fees assume that the two facility designs will progress sequentially without a delay between the designs. 4. The East and West WWTFs are anticipated to be constructed sequentially with some construction overlap. As the CMAR will set the final schedule with the City, the construction schedule is not final. Resident Inspector and project oversight hours are estimated based on a 36 month construction duration with anticipated staffing levels of expertise for each discipline. Changes in project schedule or required staff expertise may impact the estimate. If additional support is required beyond the scoped budget or level of expertise, the Engineer will require additional fees to support/oversee the projects. 5. It is anticipated that new facilities will be constructed “next to” the existing facilities with ample property to minimize construction risk and phasing. Modifications, phasing and/or upgrades to the existing structures are not included in this design except for the interconnection to the existing influent sewer, reclaim discharge, waste sludge systems and the demolition of abandoned facilities following the startup of the new facilities. If construction of the new facilities is to overlap the existing facilities, this will require more design details and construction coordination to minimize risk and to maintain existing facility operations, not currently included in this scope. 6. Design will be based on the applicable codes and standards as adopted by the City at the time of the 30 Percent Design Review Submittal. Applicable codes and standards will apply only to new buildings, structures and associated facilities, as well as expansions and major modifications to existing buildings and structures. Existing buildings, structures, and facilities shall not be subject to revised codes or standards compliance. 7. Electrical system studies, including short circuit, protective device coordination, and arc flash hazard analysis shall be provided by the CMAR (or others) during construction, based on the actual equipment being provided, to be reviewed by Engineer. Preliminary short circuit calculations will be completed by Engineer during this Detailed Design Phase to size electrical equipment short circuit ratings. City shall provide existing electrical system study model (base) files, to the extent these are available. 8. Survey and SUE are included, but limited based on the survey scope. Additional SUE/potholing of existing underground facilities and utilities required for design and/or construction shall be by the CMAR if required. 9. Construction-related permits − including but not necessarily limited to SWPPP and NOI for stormwater; excavation, dirt moving and dust control permits; and traffic/grading permits − shall be by the CMAR. 10. Engineer will not be responsible for the means, methods, techniques, sequences, or procedures of construction selected by CMAR (unless otherwise specified in the construction contract documents) or the safety precautions and programs associated with 632 29 the work of CMAR and will not be responsible for the CMAR's failure to carry out Work in accordance with the Contract Documents. 11. Engineer will furnish on-site part-time Resident Project Representative (RPR), a part-time Project Administrator (PA), throughout the Project duration. Additional part-time Specialty Inspectors will also be assigned to this Project at critical points in the construction, as well as periodic general inspection by design engineers. Additional office-related services will be completed by other Project personnel accordingly. Additional inspectors can be included if requested, along with associated fee, if requested by the City. 12. A 12-month warranty period will follow Substantial Completion. 13. Operation manuals (electronic or paper) are not included and can be added to this Scope of Work, along with the associated fees, if requested by the City. 14. Standard Operating Procedures (SOPs) are not included and can be added to this Scope of Work, along with the associated fees if requested by the City. 15. Startup and Commissioning support will be provided mainly by the City’s contract operator. Engineer will provide minimal support. 16. CMAR shall maintain a set of active Record Drawings at the Project site, consisting of applicable redline markups to the drawings (hardcopy or electronic copy) in accordance with the Contract Documents. Redline drawings will be made available to the Engineer for use in developing final electronic Record Drawings. Weekly availability of redline markups to maintain Record Drawings in "real-time" throughout the duration of the Project is preferred. 17. Permitting Fees. All permitting fees will be paid for directly by the City. 18. Contract Amendments. Subsequent Construction Phase services, which may include office- related and field-related services during construction, will be included in a separate future contract and amended to the existing Contract with the City. 19. Project Deliverables. Engineer will produce and submit draft and final reports and interim milestone review packages in electronic format for review by the City and CMAR throughout the Design Phase, as identified herein. Electronic copies of the various deliverables will be provided in PDF only, no hard copies of reports, design drawings nor specifications will be provided. City shall agree to review draft project deliverables and provide comments to Engineer in a timely fashion, typically within two (2) weeks of submittal. 20. Electrical: Existing facilities will not be re-powered from new service. Existing starters and feeders for existing equipment will remain in place and not require replacement. 21. Systems Integration (Programming). Existing systems will not be re-tagged or re- programmed. No PLC or SCADA programming is included in this Scope of Services. Control systems integration (programming) for this Project will be completed by others (responsibility of the CMAR). 22. Surveys: Assumes environmental surveys will have no impact on project design or permitting, beyond anticipated wetlands at the East WWTF. No archaeological investigations are required. No evaluation of potential soil, groundwater, or surface water contamination are included in this Scope of Services. 23. Document Management. Construction document management and document control will be through the CMAR’s web-based system. Various documentation submitted by CMAR (i.e., shop drawings, RFIs, schedules, reports, etc.) shall be available and transmitted in electronic format, as required by Contract Documents. 633 30 24. Designation of Construction Documents. Construction Contract Documents (“construction documents”) referenced herein generally consist of the CMAR agreement, general conditions, supplemental conditions, drawings, standard details, specifications, addenda, and executed change orders prepared for construction of the Project. 25. Project Deliverables. Engineer will produce and submit draft and final deliverables in hardcopy format for review by the City and CMAR, as identified herein. Electronic copies of the various deliverables will generally be provided in PDF format. City shall agree to review draft project deliverables and provide comments to Engineer in a timely fashion, typically no later than within two (2) weeks of submittal unless otherwise mutually agreed to by the Engineer and City. SECTION 4 SERVICES NOT INCLUDED The following services are not included in the above-described Scope of Services but may be provided during the course of the Project. If requested by the City, the following services shall be provided by the Engineer for additional compensation as agreed by the Engineer and the City. 1. Easement legal sketch and descriptions. 2. Systems Integration/Programming. 3. Phase I and II Environmental Assessments. 4. Ownership and encumbrance (O&E) reports for right-of-way by City. 5. Title searches. 6. Structural Analysis of existing structures. 7. Condition Assessment of existing structures or equipment. 8. Archeological investigations or reporting. 9. Evaluation of potential soil, groundwater, or surface water contamination. 10. Material Testing will be performed by the CMAR. 11. Programming. SECTION 5 FEE Total compensation for the Scope of Services described herein shall not exceed a value of $12,918,090 as detailed in the attachment. The detailed design phase of the project shall be billed on a lump sum basis. The construction phase of the project shall be billed on a time and materials basis. Allowances shall be billed on a time and materials basis. SECTION 6 SCHEDULE Engineer will observe the time limitations; however, should there be delays in receiving information or in obtaining data, subsequent authorization, approvals, and review comments from the City, the schedule will be updated and adjusted as mutually agreed upon by the Engineer and the City. Engineer shall not be responsible for delays that occur as the result of action or inaction of the City, CMAR, or other agencies. This detailed design phase is estimated to be eighteen (18) months in duration, with the East WWTF being fully designed prior to the 634 31 design completion of the West WWTF. The construction phase is estimated to be thirty six (36) months in duration. Note this schedule is dependent upon many outside factors including property acquisition, funding, and contractor schedule. 635 32 ENGINEERING SERVICES – FEE SCHEDULE See attached spreadsheet with summary by task. Note the design portion of Project will be billed monthly as a percent complete of the lump sum amount. The construction portion of the project will be billed on an hourly (time and material) basis. *City will reimburse Engineer for services that are considered out of scope or unexpected up to the City’s Contingency amount. Upon the request for services from the City, Engineer will prepare and submit to the City a brief written scope and the anticipated fees. Engineer will not proceed with any additional services until the City and Engineer have mutually agreed to the additional scope and fees, and Engineer has received written approval from the City. 636 City of Winter Springs, FL Professional Engineering Services East and West Wastewater Treatment Facilities Overall Engineering Cost Summary TASK 100 200 300 400 500 600 700 800 900 PHASE Project Management Design Development Permitting Assistance CMAR Coordination Project Funding Support Public Involvement Assistance Asset Management ESDC Contingency TOTAL COST Design 464,614$ 6,277,918$ 171,758$ 450,525$ -$ -$ 7,364,815$ Funding, Public Involvement, Contingency 105,862$ 636,467$ 405,357$ 1,147,686$ Construction Services 406,235$ -$ 14,233$ -$ 3,415,121$ 3,835,589$ Funding, Public Involvement, Asset Management, Contingency 121,000$ 157,000$ 82,000$ 210,000$ 570,000$ Total 870,849$ 6,277,918$ 185,991$ 450,525$ 226,862$ 793,467$ 82,000$ 3,415,121$ 615,357$ 12,918,090$ Notes: Detailed Design will be billed monthly as a Lump Sum Base Design Fee 7,364,815$ Construction Phase Services will be billed monthly as Hourly/Time and Materials Construction Estimate 90,000,000$ Design as % of Construction 8.2% ESDC as % of Construction 4.3% November 29, 2023 637 Principal in ChargeProject ManagerSenior ProfessionalQuality ManagerProject ProfessionalProfessional Senior CAD TechAssistant TechnicianCAD TechnicianClerical / WP291.00$ 291.00$ 250.63$ 305.00$ 228.05$ 176.05$ 166.67$ 119.72$ 102.33$ 86.63$ 100 PROJECT MANAGEMENT 102 312 114 38 328 480 0 0 76 90 1,540 335,514.00 6,500.00 122,600.00 0.00 0.00 0.00 0.00 464,614.00 101 Project Plan 4 8 2 2 24 2 42 10,249.72 10,249.72 102 Project Controls and Reporting 18 40 72 18 148 31,112.94 31,112.94 103 Project Schedule 4 16 16 16 32 84 15,057.76 15,057.76 104 Project Meetings (monthly)36 144 72 36 288 288 72 36 972 208,272.60 5,000.00 122,600.00 335,872.60 105 Project Coordination 16 80 16 80 192 46,030.08 46,030.08 106 Council Meetings / Presentations 24 24 24 24 4 2 102 24,790.90 1,500.00 26,290.90 200 DESIGN DEVELOPMENT 266 1,200 2,728 2,304 4,000 4,122 3,010 3,532 3,574 978 25,714 4,825,902.04 11,500.00 953,400.00 446,985.00 248,138.00 140,184.00 98,793.68 6,277,917.72 201 Site Investigations 14 24 8 0 48 96 26 0 56 6 278 51,493.92 1,500.00 14,100.00 0.00 248,138.00 140,184.00 98,793.68 554,209.60 Geotechnical Investigation 2 4 2 16 16 2 16 2 60 10,856.74 500.00 98,793.68 110,150.42 Topographic and Site Surveys 4 4 2 16 40 24 40 2 132 21,786.60 500.00 14,100.00 140,184.00 176,570.60 Environmental Investigations 8 16 4 16 40 2 86 18,850.58 500.00 248,138.00 267,488.58 202 30% Design Development 60 208 272 500 548 752 364 484 472 164 3,824 737,139.80 2,000.00 140,895.00 53,638.20 0.00 0.00 0.00 880,034.80 Preliminary Design Development (East & West Combined) 40 160 240 500 500 600 320 320 400 80 3,160 630,013.40 2,000.00 140,895.00 772,908.40 Drawing Submittal 8 16 40 24 80 40 40 248 35,162.08 35,162.08 Engineering Report 4 16 16 16 80 16 80 24 40 292 45,728.32 45,728.32 Workshop / meeting 8 16 16 32 32 4 4 8 4 124 26,236.00 26,236.00 0.00 203 60% Design Development 68 392 1,182 792 1,432 1,472 1,228 1,444 1,258 164 9,432 1,777,862.76 3,000.00 375,720.00 169,854.30 0.00 0.00 0.00 2,156,582.76 60% Design Development - East 32 200 850 500 1,000 950 850 1,000 850 56 6,288 1,181,566.28 1,500.00 375,720.00 1,558,786.28 60% Design Development - West 20 160 300 250 400 450 350 400 360 24 2,714 519,401.92 1,500.00 520,901.92 Deliverable Documents - Drawings/Specifications 8 16 16 40 40 24 40 40 80 304 50,048.56 50,048.56 Workshop / meeting 8 16 16 2 32 32 4 4 8 4 126 26,846.00 26,846.00 204 90% Design Development 68 392 1,066 792 1,432 1,222 1,048 1,244 1,248 404 8,916 1,670,600.48 3,000.00 328,755.00 169,854.30 0.00 0.00 0.00 2,002,355.48 90% Design Development - East 32 200 750 500 1,000 750 720 720 720 160 5,552 1,061,811.20 1,500.00 328,755.00 1,392,066.20 90% Design Development - West 20 160 300 250 400 400 300 480 480 160 2,950 535,904.80 1,500.00 537,404.80 Deliverable Documents - Drawings/Specifications 8 16 40 40 24 40 40 80 288 46,038.48 46,038.48 Workshop / meeting 8 16 16 2 32 32 4 4 8 4 126 26,846.00 26,846.00 205 Final (100%) Design Development 56 184 200 220 540 580 344 360 540 240 3,264 588,805.08 2,000.00 93,930.00 53,638.20 0.00 0.00 0.00 684,735.08 100% Design Development - East 24 80 100 100 270 270 160 160 250 80 1,494 273,269.30 1,000.00 93,930.00 368,199.30 100% Design Development - West 24 80 100 100 270 270 160 160 250 80 1,494 273,269.30 1,000.00 274,269.30 Deliverable Documents - Drawings/Specifications 8 24 20 40 24 40 40 80 276 42,266.48 42,266.48 300 PERMITTING ASSISTANCE 26 52 0 0 40 120 0 24 0 42 304 59,457.74 2,000.00 110,300.00 0.00 0.00 0.00 0.00 171,757.74 301 FDEP Permit 14 40 20 60 12 22 168 34,180.50 2,000.00 36,180.50 302 Site Permitting 12 12 20 60 12 20 136 25,277.24 110,300.00 135,577.24 400 CMAR COORDINATION 168 294 394 44 320 636 0 0 0 56 1,912 436,405.30 9,500.00 0.00 4,620.00 0.00 0.00 0.00 450,525.30 401 Procurement Planning 24 24 18 2 24 8 100 24,007.58 1,500.00 25,507.58 402 Procurement Document Development 24 24 80 2 160 40 330 66,261.60 1,500.00 67,761.60 403 Procurement Process Support 16 14 32 72 134 29,425.76 1,500.00 4,620.00 35,545.76 404 GMP Proposal Review and Amendment Support 16 8 32 60 116 25,567.16 1,500.00 27,067.16 405 Cost Model and GMP Reviews 16 80 160 40 320 240 8 864 196,157.84 1,500.00 197,657.84 406 CMAR Coordination 72 144 72 80 368 94,985.36 2,000.00 96,985.36 500 PROJECT FUNDING SUPPORT 4 48 64 0 112 256 0 0 0 24 508 103,861.84 2,000.00 0.00 0.00 0.00 0.00 0.00 105,861.84 501 Funding Opportunities Support 2 16 32 40 90 19,577.60 2,000.00 21,577.60 CITY OF WINTER SPRINGS PROFESSIONAL ENGINEERING SERVICES FOR DETAILED DESIGN EAST AND WEST WASTEWATER TREATMENT FACILITIES November 29, 2023 Nadic* Wekiva*L&S*ESA*Fee Proposal Breakdown LUMP SUM LABOR PORTION - ENGINEERING TEAM Other Direct Costs (ODCs) TOTAL PROJECT COSTSTasks Task and Sub-Task Description Total Labor HoursKimley Horn Total Labor CostFilename: E WinterSprings Fee 11-29-2023 Carollo.xlsx Worksheet: Design Phase Page 1 of 2 UPDATED: 12/5/2023 638 Principal in ChargeProject ManagerSenior ProfessionalQuality ManagerProject ProfessionalProfessional Senior CAD TechAssistant TechnicianCAD TechnicianClerical / WP291.00$ 291.00$ 250.63$ 305.00$ 228.05$ 176.05$ 166.67$ 119.72$ 102.33$ 86.63$ Nadic* Wekiva*L&S*ESA*LUMP SUM LABOR PORTION - ENGINEERING TEAM Other Direct Costs (ODCs) TOTAL PROJECT COSTSTasks Task and Sub-Task Description Total Labor HoursKimley Horn Total Labor Cost502 Bidding / Procurement Documentation Preparation 8 24 32 40 16 120 24,068.80 24,068.80 503 Design Loan Disbursement Requests 4 8 16 80 108 20,901.84 20,901.84 504 Construction Loan Request for Inclusion (RFI)4 16 8 24 52 11,223.68 11,223.68 505 Construction Loan Application 2 8 16 16 40 8 90 18,303.92 18,303.92 506 Pre-bid / Procurement Services 8 8 32 48 9,786.00 9,786.00 507 Not Included in Design Phase Fee 0 0.00 0.00 600 PUBLIC INVOLVEMENT ASSISTANCE 564 16 176 2 858 1,000 80 80 160 40 2,976 627,966.98 8,500.00 0.00 0.00 0.00 0.00 0.00 636,466.98 601 Project Media Updates Support to City 160 320 480 119,536.00 1,000.00 120,536.00 602 Preparation and Attendance for Stakeholder Meetings 160 240 400 94,832.80 1,500.00 96,332.80 603 Facility Renderings 4 16 16 2 48 80 80 160 40 446 64,135.68 1,000.00 65,135.68 604 General Facility Support 400 250 1,000 1,650 349,462.50 5,000.00 354,462.50 700 ASSET MANAGEMENT COORDINATION 0 0 0 0 0 0 0 0 0 0 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Not Included in Design Phase Fee 800 ENGINEERING SERVICES DURING CONSTRUCTION 0 0 0 0 0 0 0 0 0 0 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Not Included in Desing Phase Fee 1,130 1,922 3,476 2,388 5,658 6,614 3,090 3,636 3,810 1,230 32,954 6,389,107.90 40,000.00 1,186,300.00 451,605.00 248,138.00 140,184.00 98,793.68 8,107,143.58 900 ALLOWANCES General Contingency (5%)0 0.00 405,357.18 0 0 0 0 0 0 0 0 0 0 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 405,357.18 1,130 1,922 3,476 2,388 5,658 6,614 3,090 3,636 3,810 1,230 32,954 6,389,107.90 40,000.00 1,186,300.00 451,605.00 248,138.00 140,184.00 98,793.68 8,512,500.76 Notes: 1. Subconsultants marked-up 10% 0.75 0.14 0.05 0.03 0.02 0.01 TOTAL COST WITH ALLOWANCES TOTAL PROJECT COSTS TOTAL ALLOWANCE COSTS Filename: E WinterSprings Fee 11-29-2023 Carollo.xlsx Worksheet: Design Phase Page 2 of 2 UPDATED: 12/5/2023 639 Sr. Construction MangerResident EngineerInspectorSpeciality InspectorsPrincipal in ChargeProject ManagerSenior ProfessionalQuality ManagerProject ProfessionalProfessional Senior CAD TechAssistant ProfessionalCAD TechnicianClerical / WP250.63$ 228.05$ 133.89$ 176.05$ 291.00$ 291.00$ 250.63$ 305.00$ 228.05$ 176.05$ 166.67$ 119.72$ 102.33$ 86.63$ 100 PROJECT MANAGEMENT AND MEETINGS 40 80 120 0 126 440 178 2 0 444 0 0 8 162 1,600 302,947.04 11,500.00 85,800.00 5,987.52 406,234.56 101 Project Plan - Update for CM phase 4 8 2 2 12 2 30 6,889.12 6,889.12 102 Project Controls and Reporting 40 40 80 160 40 360 66,553.20 66,553.20 103 Included in Design Phase Fee 0 0.00 0.00 104 Project Meetings (monthly)40 40 120 40 240 160 160 80 880 156,679.20 10,000.00 85,800.00 5,987.52 258,466.72 106 Subconsultant Management 18 72 72 36 198 41,984.28 41,984.28 107 Council Meetings / Presentations 24 40 16 40 8 4 132 30,841.24 1,500.00 32,341.24 200 DESIGN DEVELOPMENT 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0.00 0.00 0.00 0.00 0.00 Included in Design Phase Fee 0 0.00 0.00 300 PERMITTING ASSISTANCE 0 0 0 0 8 16 4 0 12 16 0 0 0 8 64 14,232.96 0.00 0.00 0.00 14,232.96 400 CMAR COORDINATION 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0.00 0.00 0.00 0.00 0.00 401 Included in Design Phase Fee 0 0.00 0.00 402 Included in Design Phase Fee 0 0.00 0.00 403 Included in Design Phase Fee 0 0.00 0.00 404 Included in Design Phase Fee 0 0.00 0.00 405 CMAR Coordination 0 0.00 0.00 500 PROJECT FUNDING SUPPORT 0 0 0 0 16 48 48 0 96 192 0 256 0 8 664 117,690.00 3,000.00 0.00 0.00 120,690.00 501 Included in Design Phase Fee 0 0.00 502 Included in Design Phase Fee 0 0.00 503 Included in Design Phase Fee 0 0.00 504 Included in Design Phase Fee 0 0.00 505 Included in Design Phase Fee 0 0.00 506 Included in Design Phase Fee 0 0.00 507 Construction Phase Support 16 48 48 96 192 256 8 664 117,690.00 3,000.00 120,690.00 600 PUBLIC INVOLVEMENT ASSISTANCE 0 24 0 0 72 192 120 0 0 224 0 0 0 72 704 152,572.16 3,500.00 0.00 0.00 156,072.16 601 Project Updates 24 16 16 16 72 11,482.88 11,482.88 602 Preparation and Attendance for Stakeholder Meetings 32 32 64 128 28,599.36 1,000.00 29,599.36 603 Included in Design Phase Fee 0 0.00 0.00 604 General Coordination with City 72 144 72 144 72 504 112,489.92 2,500.00 114,989.92 700 ASSET MANAGEMENT COORDINATION 0 0 0 0 4 18 4 0 84 278 0 0 0 22 410 77,408.48 4,500.00 0.00 0.00 81,908.48 701 Update City Asset Registry 2 4 32 120 12 170 31,209.16 31,209.16 702 Preventive Maintenance Schedules 2 4 4 10 2,198.40 1,000.00 3,198.40 703 Preventive Maintenance Templates 4 32 90 8 134 24,999.14 1,000.00 25,999.14 704 Asset Management Business Processes 2 8 4 16 64 2 96 19,001.78 2,500.00 21,501.78 0.00 800 ENGINEERING SERVICES DURING CONSTRUCTION 580 928 2,020 1,672 34 404 968 60 2,210 3,070 660 2,920 1,180 392 17,098 2,968,934.00 38,750.00 325,500.00 81,937.24 3,415,121.24 810 Project Administration Services During Construction 416 0 0 0 4 88 82 4 44 0 0 0 0 40 678 166,305.14 10,000.00 56,200.00 0.00 232,505.14 811 Rep on Behalf of the City 0 0.00 10,000.00 56,200.00 66,200.00 Preconstruction Conference 8 4 8 4 4 4 32 8,631.76 8,631.76 812 Administer the Construction Schedule 0 0.00 0.00 Baseline Schedule Review 8 2 2 12 3,088.30 3,088.30 Progress Schedule Updates Review 36 36 72 18,045.36 18,045.36 813 Contractor Progress Payments 54 54 15,714.00 15,714.00 814 Substantial and Final Comp Inspection 0 0.00 0.00 RESIDENT INSPECTION ENGINEERING TEAM Other Direct Costs (ODCs) Wekiva*TOTAL PROJECT COSTSTasks Task and Sub-Task Description Total Labor HoursTotal Labor CostKimley HornFee Proposal Breakdown CITY OF WINTER SPRINGS PROFESSIONAL ENGINEERING SERVICES FOR CONSTRUCTION PHASE EAST AND WEST WATER RECLAMATION FACILITIES November 29, 2023 Filename: E WinterSprings Fee 11-29-2023 Carollo.xlsx Worksheet: CM Phase Page 1 of 3 UPDATED: 12/5/2023 640 Sr. Construction MangerResident EngineerInspectorSpeciality InspectorsPrincipal in ChargeProject ManagerSenior ProfessionalQuality ManagerProject ProfessionalProfessional Senior CAD TechAssistant ProfessionalCAD TechnicianClerical / WP250.63$ 228.05$ 133.89$ 176.05$ 291.00$ 291.00$ 250.63$ 305.00$ 228.05$ 176.05$ 166.67$ 119.72$ 102.33$ 86.63$ RESIDENT INSPECTION ENGINEERING TEAM Other Direct Costs (ODCs) Wekiva*TOTAL PROJECT COSTSTasks Task and Sub-Task Description Total Labor HoursTotal Labor CostKimley Horn Substantial Comp Insp 124 16 20 20 180 45,307.72 45,307.72 Substantial Comp Documentation 80 20 100 21,783.00 21,783.00 Final Comp Insp 100 8 20 20 148 36,964.60 36,964.60 Final Comp Documentation 60 20 80 16,770.40 16,770.40 820 Engineering Services During Construction 120 112 0 0 28 296 854 56 2,114 3,050 660 2,900 1,180 352 11,722 2,008,502.78 8,000.00 245,700.00 60,408.04 2,322,610.82 821 Review Submittals, SD, Tests 40 40 10,025.20 1,000.00 11,025.20 Civil/Site 40 24 24 88 17,123.68 57,200.00 74,323.68 Landscape 0 0.00 0.00 Structural & Architectural 24 24 24 72 13,113.60 34,268.08 47,381.68 Mechanical/Process 150 400 600 600 1,750 306,276.50 306,276.50 HVAC/Plumbing 200 400 600 116,030.00 116,030.00 Electrical 150 350 500 600 1,600 277,269.00 122,900.00 400,169.00 Instrumentation & Control 150 400 600 600 1,750 306,276.50 306,276.50 Submittal Log Updates 36 36 36 108 13,766.40 13,766.40 822 Requests for Information 40 40 10,025.20 10,025.20 Civil/Site 10 20 30 6,431.00 1,000.00 65,600.00 73,031.00 Demolition 20 20 20 60 11,387.60 11,387.60 Landscape 0 0.00 0.00 Structural & Architectural 10 20 20 50 8,825.40 15,923.60 24,749.00 Mechanical/Process 40 80 80 80 40 160 80 560 98,026.80 98,026.80 HVAC/Plumbing 20 40 40 40 140 28,650.80 28,650.80 Electrical 40 40 80 100 40 160 80 540 91,522.60 91,522.60 Instrumentation & Control 40 40 80 100 40 160 80 540 91,522.60 91,522.60 RFI Log Updates 36 36 36 108 13,766.40 13,766.40 823 Design Clarifications and Interpretation 40 40 8 24 24 16 240 160 100 80 320 80 1,132 188,174.92 188,174.92 824 Changes and Change Orders 0 0.00 1,000.00 1,000.00 Minor Changes (Field Orders)16 20 24 40 40 60 80 280 45,761.52 45,761.52 Change Orders 40 12 20 24 40 40 60 80 316 54,726.72 54,726.72 Final Comp Documentation 8 8 20 20 40 40 136 20,669.04 20,669.04 825 Material Test Lab Services (provided by CMAR)0 0.00 0.00 826 Record Drawings 16 8 40 80 40 120 120 400 240 600 1,664 255,158.00 2,500.00 4,644.64 262,302.64 827 Site Visits and Factory Tours 16 24 40 80 16,525.28 2,500.00 5,571.72 24,597.00 828 Construction Close-out Permitting 4 4 30 38 7,448.02 7,448.02 830 Resident Services During Construction 44 704 2,020 1,672 0 0 0 0 0 0 0 0 0 0 4,440 736,388.32 18,000.00 0.00 21,529.20 775,917.52 831 Field Administration 0 0.00 15,000.00 21,529.20 36,529.20 Review Schedule Updates 36 72 108 25,442.28 25,442.28 Preconstruction Conference 8 8 8 24 4,900.56 4,900.56 Contract Administration 624 1,248 1,872 309,397.92 309,397.92 832 On-Site Inspection and Review of Work 0 0.00 0.00 Inspector - General Civil & Structural 624 624 1,248 193,402.56 193,402.56 Mechanical Inspection 312 312 54,927.60 54,927.60 Elec./ I&C Inspection 624 624 109,855.20 109,855.20 833 Completion 0 0.00 0.00 Substantial Comp Inspection 40 40 80 12,397.60 1,500.00 13,897.60 Substantial Comp Documentation 20 20 40 6,198.80 6,198.80 Final Comp Inspection 40 32 72 10,989.20 1,500.00 12,489.20 Final Comp Documentation 40 20 60 8,876.60 8,876.60 840 Start Up & Commissioning Services During Construction 0 112 0 0 2 20 32 0 52 20 0 20 0 0 258 57,737.76 2,750.00 23,600.00 0.00 84,087.76 841 Start Up, Testing, and Ops Assist 8 2 4 16 8 8 46 9,946.64 500.00 23,600.00 34,046.64 842 Training Services 0 0.00 0.00 843 Warranties 24 8 12 12 12 68 14,087.04 750.00 14,837.04 844 MOPO Coordination 80 8 16 40 144 33,704.08 1,500.00 35,204.08 845 Electronic O&M Manual Development (not included) Filename: E WinterSprings Fee 11-29-2023 Carollo.xlsx Worksheet: CM Phase Page 2 of 3 UPDATED: 12/5/2023 641 Sr. Construction MangerResident EngineerInspectorSpeciality InspectorsPrincipal in ChargeProject ManagerSenior ProfessionalQuality ManagerProject ProfessionalProfessional Senior CAD TechAssistant ProfessionalCAD TechnicianClerical / WP250.63$ 228.05$ 133.89$ 176.05$ 291.00$ 291.00$ 250.63$ 305.00$ 228.05$ 176.05$ 166.67$ 119.72$ 102.33$ 86.63$ RESIDENT INSPECTION ENGINEERING TEAM Other Direct Costs (ODCs) Wekiva*TOTAL PROJECT COSTSTasks Task and Sub-Task Description Total Labor HoursTotal Labor CostKimley Horn620 1,032 2,140 1,672 260 1,118 1,322 62 2,402 4,224 660 3,176 1,188 664 20,540 3,633,784.64 61,250.00 411,300.00 87,924.76 4,194,259.40 900 ALLOWANCES General Contingency (5%)0 0.00 209,712.97 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0.00 0.00 0.00 0.00 209,712.97 620 1,032 2,140 1,672 260 1,118 1,322 62 2,402 4,224 660 3,176 1,188 664 20,540 3,633,784.64 61,250.00 411,300.00 87,924.76 4,403,972.37 Notes: 1. Subconsultants marked-up 10% 2. Fee estimate at current rates and current available staff TOTAL PROJECT COSTS TOTAL ALLOWANCE COSTS TOTAL COST WITH ALLOWANCES Filename: E WinterSprings Fee 11-29-2023 Carollo.xlsx Worksheet: CM Phase Page 3 of 3 UPDATED: 12/5/2023 642 kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511 November 20, 2023 Scott Richards, P.E. Project Manager Carollo Engineers 200 E. Robinson Street, Suite 1400 Orlando, FL 32801 Re: Wastewater Treatment Facility (RFQ 01-23-SB) Kimley-Horn and Associates, Inc. (“Consultant” or “Kimley-Horn”) is pleased to submit this letter scope (the “Scope”) to Carollo Engineers (“Prime”) for the design phase services of the Winter Springs’ (“City”) Wastewater Treatment Facility Replacements. Kimley-Horn will be responsible for the design of the influent pump stations, effluent transfer pump stations, high service pump stations, the site civil and stormwater management, and assess any off-site force main or lift station improvements that directly impact the operations for the East and West Wastewater Treatment Facilities (“East WWTF” and “West WWTF”). Engineering construction services have been included in this scope and will be invoiced on a Time and Materials basis. Specific Scope of Services: Task 100 –Project Meetings Kimley-Horn will attend the following project meetings for the design of each facility. A.Design Kickoff Meeting. Kimley- Horn will attend a Design Kickoff Meeting approximately two weeks following receipt of written NTP from the City and executed agreement with the Prime. B.Bi-Monthly Project Meetings. Kimley-Horn’s Project Manager (PM) will attend Bi- monthly project meetings with Prime and City representatives throughout the Detailed Design Phase, for the design of the East WWTF, to keep the City informed of the project progress and obtain input and direction. Expected design schedule is 12 months. Therefore, twenty-five (25) meetings have been included within this scope of services. C.Monthly Project Meetings. Kimley-Horn’s PM will attend monthly project meetings with Prime and City representatives throughout the Detailed Design Phase, for the design of the West WWTF, to keep the City informed of the project progress and obtain input and direction. Expected design schedule is 12 months. Therefore, thirteen (13) meetings have been included within this scope of services. D.Monthly Project Meetings. Kimley-Horn’s lead Site Civil engineer will attend monthly project meetings with Prime and City representatives throughout the Detailed Design Phase, for the design of the East and West WWTF, to keep the City informed of the project progress and obtain input and direction. Expected design schedule is 12 months. Therefore, thirteen (13) meetings have been included within this scope of 643 kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511 services. E.Supplemental Project Meetings. Kimley-Horn will attend additional design workshops, design reviews, and coordination meetings with the Prime, City and/or other project stakeholders to obtain timely input and feedback on the progression of the Project. These meetings may include key interaction with City operations and maintenance (O&M) staff (including their contract operators) regarding equipment details, process layouts, and other pertinent technical items. Attendance at meetings will be coordinated with Prime. Eight supplemental meetings over the (12) months of design with various staff and stakeholders are included within this scope of services. F. Design Deliverable Submittal Review Meetings.Kimley-Horn will attend the following review meetings following the various interim milestone review submittals. Prime, City, and CMAR shall participate in the meetings and provide review comments at that time. Consultant will attend each submittal review meeting (30%, 60%, 90%, 100%) and a final design review meeting. Five (5) submittal review meetings are included within this scope of service. · 30 Percent Design Submittal Review Meeting – Consultant will attend and participate in the submittal review meeting following the 30-percent design submittal to City and CMAR. · 60 Percent Design Submittal Review Meeting –Consultant will attend and participate in the submittal review meeting following the 60-percent design submittal to City and CMAR. · 90 Percent Design Submittal Review Meeting – Consultant will attend and participate in the submittal review meeting following the 90-percent design submittal to City and CMAR. · 100 Percent Design Submittal Review Meeting – Consultant will attend and participate in the submittal review meeting following the 100-percent design submittal to City and CMAR. · Final Design Review Meeting – Consultant will attend and participate in the submittal review meeting following the final design submittal to City and CMAR. Task 200 –Detailed Design Development Kimley-Horn will lead the design of the following items including coordination and integration into the overall design documents provided by the Prime. Additional scope details can be found in Task 207.1, 207.2, 208.1, 208.2. · Influent Pump Station – East and West WWTFs · High Service Pump Station – East and West WWTFs · Site Civil and Stormwater Management – East and West WWTFs Kimley-Horn will provide the following site design services for plan development and permit application review submittals based upon the site layout provided by the Prime. Kimley-Horn will prepare plans and details for each task using Civil 3D Auto CADD 2022. The Prime will be using Revit 200 BIM LOD 200 Software which will require the Prime to export the Revit Model into a CADD .dwg file for the site design services. 644 kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511 Task 201- Site Investigation Kimley-Horn will coordinate with the Prime for the needed information to complete each design task. Kimley-Horn will review and integrate the following information provided by the Prime into the site/civil plan sheets. Kimley-Horn will coordinate with the Prime if there is missing or conflicting data. The documentation and services required for the site investigation includes: · Geotechnical investigation provided by the Prime · Topographical and facility site survey provided by the Prime · Environmental investigation provided by the Prime including the environmental engineering services, evaluation, and reports. · Any additional information needed to complete the site/civil design and/or stormwater design will be coordinated by the Prime with the other contracted subconsultants. · Researching As-Built drawings and implementing the drawings into the base design files. Task 202 –Site Civil and Stormwater Management Design Kimley-Horn will lead the design for the site civil and stormwater management work for the East Wastewater Treatment Facility and West Wastewater Treatment Facility including: · Site plans · Paving, grading and drainage plans · Site permitting, additional details can be found in Task 300 · Stormwater management design plans · Stormwater permitting, additional details can be found in Task 300 Task 202.1 –Civil Site and Stormwater Management Construction Plans for the East WWTF The East Wastewater Treatment Facility has developed about ten (10) acres of a thirty-eight (38) acre parcel that is owned by the City. The City has dedicated a portion of this parcel to be a park, currently the Sam Smith Park. Kimley-Horn will coordinate with the Prime to design a new wastewater treatment facility with minimal impact to the existing facility, stormwater ponds, and the site’s cut and fill soil balances. This task includes two (2) minor revisions to the base design. Minor revisions beyond this amount will be considered out of scope and will be billed at the current hourly rate. Kimley-Horn will provide the following site civil and stormwater management design drawings for 30%, 60%, 90%, 100% and final design deliverable submittal packages. A.Site Plan: Kimley-Horn shall prepare a Site Plan, as indicated above, with associated infrastructure. The Site Plan shall include the following: site geometry, process structures, administration building, building setbacks; roadway and parking including handicap spaces (if applicable); landscape island locations; boundary identification; loading areas; pedestrian walks; pavement marking including stop bars, directional arrows, parking striping, and construction details. B.Paving, Grading and Drainage Plans:Kimley-Horn shall prepare design plans for the site paving, grading and drainage systems. The design plans shall include pipe 645 kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511 materials and sizing; grate and invert elevations; surface parking including pavement structural section; subgrade treatment; curbs; horizontal control; sidewalks; driveway connections; spot elevations and elevation contours; demolition; interfacing from paved surfaces to buildings; construction details and specifications and includes erosion and sedimentation control measures. C.Stormwater Pollution Prevention Plan (SWPPP) and Erosion Control Notes: To support the stormwater management design documents, Kimley-Horn shall prepare plans in accordance with FDEP and EPA requirements, notes and details for erosion control throughout and around the construction limits of the project. The task includes the development of the SWPPP sheet(s) as needed to support both the permitting and construction documents. D.Stormwater Design:Kimley-Horn will prepare a detailed stormwater pond design utilizing the City of Winter Springs’ and St. Johns River Water Management District (SJRWMD) criteria for the Wastewater Treatment Facility. The stormwater design will include a detailed pre-development and post-development drainage basin analysis for the project limits in order to identify the pre-development discharge rates that will need to be maintained or reduced in the post-development condition. The stormwater design will be consistent with the City of Winter Springs and SJRWMD requirements for water quality and attenuation. A detailed drainage report will be prepared to summarize the stormwater design and be included with the City of Winter Springs and SJRWMD permit submittals. E.Demolition, Grading and Drainage Plans:Kimley-Horn shall prepare design plans for site grading and drainage systems following the demolition of the existing WWTF. The design plans shall include pipe materials and sizing; grate and invert elevations; subgrade treatment; spot elevations and elevation contours; and interfacing with paved surfaces. F.Record Drawings: Kimley-Horn shall prepare record drawings based on the data provided by the Prime and their subcontractors. Task 202.2 –Civil Site and Stormwater Management Construction Plans for the West WWTF The West Wastewater Treatment Facility has developed about eight (8) acres of a nineteen (19) acre parcel that is owned by the City. They City is intending to utilize an additional ten (10) acres to construct the new West WWTF. Kimley-Horn will coordinate with the Prime to design a new wastewater treatment facility with minimal impact to the existing facility, stormwater ponds, and the site’s cut and fill soil balances. This task includes two (2) minor revisions to the base design. Minor revisions beyond this amount will be considered out of scope and will be billed at the current hourly rate. Kimley-Horn will provide the following site, civil and stormwater management design drawings for 30%, 60%, 90%, 100% and final design deliverable submittal packages. A.Site Plan: Kimley-Horn shall prepare a Site Plan, as indicated above, with associated infrastructure. The Site Plan shall include the following: site geometry, process structures, building setbacks; roadway and parking including handicap spaces (if 646 kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511 applicable); landscape island locations; boundary identification; loading areas; pedestrian walks; pavement marking including stop bars, directional arrows, parking striping, and construction details. B.Paving, Grading and Drainage Plan:Kimley-Horn shall prepare design plans for the site paving, grading and drainage systems. The design plans shall include pipe materials and sizing; grate and invert elevations; surface parking including pavement structural section; subgrade treatment; curbs; horizontal control; sidewalks; driveway connections; spot elevations and elevation contours; demolition; interfacing from paved surfaces to buildings; construction details and specifications and includes erosion and sedimentation control measures. C.Stormwater Pollution Prevention Plan (SWPPP) and Erosion Control Notes: To support the stormwater management design documents, Kimley-Horn shall prepare plans in accordance with FDEP and EPA requirements, notes and details for erosion control throughout and around the construction limits of the project. The task includes the development of the SWPPP sheet(s) as needed to support both the permitting and construction documents. D.Stormwater Design:Kimley-Horn will prepare a detailed stormwater pond design utilizing the City of Winter Springs and St. Johns River Water Management District (SJRWMD) criteria for the Wastewater Treatment Facility. The stormwater design will include a detailed pre-development and post-development drainage basin analysis for the project limits in order to identify the pre-development discharge rates that will need to be maintained or reduced in the post-development condition. The stormwater design will be consistent with the City of Winter Springs and SJRWMD requirements for water quality and attenuation. A detailed drainage report will be prepared to summarize the stormwater design and be included with the City of Winter Springs and SJRWMD permit submittals. E.Demolition, Grading and Drainage Plans:Kimley-Horn shall prepare design plans for site grading and drainage systems following the demolition of the existing WWTF. The design plans shall include pipe materials and sizing; grate and invert elevations; subgrade treatment; spot elevations and elevation contours; and interfacing with paved surfaces. F.Record Drawings: Kimley-Horn shall prepare record drawings based on the data provided by the Prime and their subcontractors. Task 207 – East Wastewater Treatment Facility Pump Stations The East Wastewater Treatment Facility is comprised of two (2) package plants that processes about 1 million gallons per day (MDG) of wastewater treatment capacity. One of the package plants receives flow directly from the force main system comprised of eighteen (18) lift stations. The other package plant receives flow directly from the on-site lift station (1E). The 1E lift station receives flow from ten (10) lift stations within the wastewater collection system. An assessment conducted in 2017 stated the 1E lift station was showing signs of aging and that the pumps and valving had been replaced multiple times. A new influent pump station will replace the existing 1E lift station and will be designed to receive 647 kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511 the flow from the East WWTF’s sewer shed. The reclaimed water produced at the East WWTF is pumped to either a 3.0 MG storage tank to be sent to the consumers, wet weather storage pond, or the various disposal sites on the East side of the City. The high service reclaimed pump station pumps the reclaimed water from the storage tank to the consumers or to the disposal sites. The high service pump station consists of four (4) vertical turbine pumps, one (1) jockey pump and three (3) larger pumps. A new high service reclaimed pump station will be designed to pump the current volume, improve distribution pressure, and pump future reclaimed water demands for the East WWTF. Kimley-Horn will prepare plans and details for each task using Revit software for integration into the overall Prime design package. Task 207.1 –Construction Plans for the East WWTF Influent Pump Station A. Kimley-Horn will use the buildout wastewater demands established in the wastewater model and master plan to prepare the design calculations supporting the detailed design of the influent pump station. The design will include the influent pump station wet well calculations to provide adequate volume for the average day, max day, and peak hour flow conditions. B. Kimley-Horn will prepare conceptual plans (30% design) for review and comment by the Prime, City, and CMAR. Kimley-Horn will attend the 30% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the 60% design efforts. C. Kimley-Horn will contract an electrical engineering subconsultant to perform the required electrical design for the proposed influent pump station. This work will include configuring the power feed for the new pumps and VFDs, control systems, lighting, and lightning protection. D. Kimley-Horn will prepare 60% design plans and specifications for the proposed influent pump station and electrical improvements. Kimley-Horn will attend the 60% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the 90% design efforts. E.Kimley-Horn will prepare 90% design plans and specifications for the proposed influent pump station and electrical improvements. Kimley-Horn will attend the 90% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the final design efforts. F.Kimley-Horn will prepare 100% design plans and specifications for the proposed influent pump station and electrical improvements. Kimley-Horn will attend the 100% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the final design efforts. G. Kimley-Horn will prepare final design plans and specifications for the proposed influent pump station and electrical improvements. Kimley-Horn will attend the final design 648 kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511 review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the construction GMP efforts. H. Kimley-Horn will prepare Construction Documents (CDs) which will include the following sheets: · Site Plans · Utility Plans · Mechanical Plans: including the yard piping to connect the influent pump station to the WWTF process. · Structural Plans · Electrical Plans Task 207.2 –Construction Plans for the East WWTF High Service Pump Station A. Kimley-Horn will use the buildout reclaimed water demands, established in the reclaimed water model and master plan, to prepare the design calculations supporting the detailed design of the high service pump station. The design will include the calculations to provide adequate volume for the average day, max day, and peak hour flow conditions. B. Kimley-Horn will use the East WWTF process design flow rate to prepare the design calculations supporting the detailed design of the high service pump station. C. Kimley-Horn will prepare conceptual plans (30% design) for review and comment by the Prime, City, and CMAR. Kimley-Horn will attend the 30% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the 60% design efforts. D. Kimley-Horn will contract an electrical engineering subconsultant to perform the required electrical design for the proposed pump station. This work will include configuring the primary and secondary power (East WWTF generator) for the new pumps and VFDs, control systems, lighting, and lightning protection. E. Kimley-Horn will prepare 60% design plans and specifications for the proposed pump stations and electrical improvements. Kimley-Horn will attend the 60% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the 90% design efforts. F.Kimley-Horn will prepare 90% design plans and specifications for the proposed pump station and electrical improvements. Kimley-Horn will attend the 90% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the final design efforts. G.Kimley-Horn will prepare 100% design plans and specifications for the proposed pump station and electrical improvements. Kimley-Horn will attend the 100% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the final design efforts. H. Kimley-Horn will prepare final design plans and final specifications for the proposed pump stations and electrical improvements. Kimley-Horn will attend the final design 649 kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511 review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the construction GMP efforts. I. Kimley-Horn will prepare Construction Documents (CDs) which will include the following sheets: · Site Plans · Utility Plans · Mechanical Plans: including the yard piping to connect the high service pump station to the reclaimed water storage tank. · Structural Plans · Electrical Plans Task 208 – West Wastewater Treatment Facility Pump Stations The West Wastewater Treatment Facility is comprised of two (2) package plants that processes about 1 million gallons per day (MDG) of wastewater treatment capacity. One of the package plants receives flow directly from the force main system comprised of eleven (11) lift stations and the other package plant receives flow from an off-site master lift station (7W). A new influent pump station will be designed to receive the flow from the West WWTF’s sewer shed. The reclaimed water produced at the West WWTF is pumped to either a 3.0 MG storage tank to be sent to the consumers, wet weather storage pond, or the various disposal sites on the West side of the City. The high service pump station pumps the reclaimed water from the storage tank to the consumers or to the disposal sites. The high service pump station consists of five (5) vertical turbine pumps, one (1) jockey pump and four (4) larger pumps. A new high service reclaimed pump station will be designed to pump the current volume, improve distribution pressure, and pump future reclaimed water demands for the West WWTF. Kimley-Horn will prepare plans and details for each task using Revit software for integration into the overall Prime design package. Task 208.1 –Construction Plans for West WWTF Influent Pump Station A. Kimley-Horn will use the buildout wastewater demands, established in the wastewater model and master plan, to prepare the design calculations supporting the detailed design of the influent pump station. The design will include the influent pump station wet well calculations to provide adequate volume for the average day, max day, and peak hour flow conditions. B. Kimley-Horn will prepare conceptual plans (30% design) for review and comment by the Prime, City, and CMAR. Kimley-Horn will attend the 30% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the 60% design efforts. C. Kimley-Horn will contract an electrical engineering subconsultant to perform the required electrical design for the proposed influent pump station. This work will include configuring the power feed for the new pumps and VFDs, control systems, lighting, 650 kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511 and lightning protection. D. Kimley-Horn will prepare 60% design plans and specifications, for the proposed influent pump station and electrical improvements. Kimley-Horn will attend the 60% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the 90% design efforts. E.Kimley-Horn will prepare 90% design plans and specifications for the proposed influent pump station and electrical improvements. Kimley-Horn will attend the 90% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the final design efforts. F.Kimley-Horn will prepare 100% design plans and specifications for the proposed influent pump station and electrical improvements. Kimley-Horn will attend the 100% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the final design efforts. G. Kimley-Horn will prepare final design plans and specifications for the proposed influent pump station and electrical improvements. Kimley-Horn will attend the final design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the construction GMP efforts. H. Kimley-Horn will prepare Construction Documents (CDs) which will include the following sheets: · Site Plans · Utility Plans · Mechanical Plans: including the yard piping to connect the influent pump station to the WWTF process. · Structural Plans · Electrical Plans Task 208.2 –Construction Plans for the West WWTF High Service Pump Station A. Kimley-Horn will use the buildout reclaimed water demands, established in the reclaimed water model and master plan, to prepare the design calculations supporting the detailed design of the high service pump station. The design will include the calculations to provide adequate volume for the average day, max day, and peak flow conditions. B. Kimley-Horn will use the West WWTF process design flow rate to prepare the design calculations supporting the detailed design of the high service pump station. C. Kimley-Horn will prepare conceptual plans (30% design) for review and comment by the Prime, City, and CMAR. Kimley-Horn will attend the 30% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the 60% design efforts. D. Kimley-Horn will contract an electrical engineering subconsultant to perform the required electrical design for the proposed pump stations. This work will include 651 kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511 configuring the primary and secondary power (East WWTF generator) for the new pumps and VFDs, control systems, lighting, and lightning protection. E. Kimley-Horn will prepare 60% design plans and specifications for the proposed pump stations and electrical improvements. Kimley-Horn will attend the 60% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the 90% design efforts. F.Kimley-Horn will prepare 90% design plans and specifications for the proposed pump stations and electrical improvements. Kimley-Horn will attend the 90% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the final design efforts. G.Kimley-Horn will prepare 100% design plans and specifications for the proposed pump stations and electrical improvements. Kimley-Horn will attend the 100% design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the final design efforts. H. Kimley-Horn will prepare final design plans and specifications for the proposed pump stations and electrical improvements. Kimley-Horn will attend the final design review meeting with Prime, City staff, and CMAR to review the deliverable, discuss questions and comments, and kickoff the construction GMP efforts. I. Kimley-Horn will prepare Construction Documents (CDs) which will include the following sheets: · Site Plans · Utility Plans · Mechanical Plans: including the yard piping to connect the high service pump station to the reclaimed water storage tank and ground storage tank(s). · Structural Plans · Electrical Plans Task 300.1 – Permitting Assistance for the East WWTF Kimley-Horn will prepare and submit, on the Prime and City’s behalf, the civil related permitting packages for review/approval of construction documents required to obtain the following Agency approvals. When appropriate, pre-submittal meetings will be held with the agency to assist with the permitting process. Kimley-Horn will monitor the review cycles and respond to the agency comments, as required, to support and expedite permit issuance. · City Building Permits · FDEP/ State 404, St. John’s River Water Management District (SJRWMD) Kimley-Horn will prepare the needed material to assist the Prime with the following FDEP Permits. · Constructing a Domestic Wastewater Collection/Transmission System Task 300.2 – Permitting Assistance for the West WWTF Kimley-Horn will prepare and submit, on the Prime and City’s behalf, the civil related permitting packages for review/approval of construction documents required to obtain the 652 kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511 following Agency approvals. When appropriate, pre-submittal meetings will be held with the agency to assist with the permitting process. Kimley-Horn will monitor the review cycles and respond to the agency comments, as required, to support and expedite permit issuance. · City Building Permits · FDEP/ State 404, St. John’s River Water Management District (SJRWMD) Kimley-Horn will prepare the needed material to assist the Prime with the following FDEP Permits. · Constructing a Domestic Wastewater Collection/Transmission System Task 400.1 – Engineering Construction Services East WWTF Kimley Horn will provide the Engineering Construction Services specifically stated below: A.Pre-Construction Conference. Kimley Horn’s PM and lead Site Civil engineer will attend a Pre-Construction Conference before the start of construction. B.Bi-Monthly Project Meetings. Kimley-Horn’s Project Manager (PM) will attend Bi- monthly project meetings with Prime, City representatives, and Contractor throughout the construction of the East WWTF. Expected construction schedule is 12 months. Therefore, twenty-four (24) meetings have been included within this scope of services. C.Monthly Project Meetings. Kimley-Horn’s lead Site Civil engineer will attend monthly project meetings with Prime, City representatives, and Contractor throughout the construction of the East WWTF. Expected design schedule is 12 months. Therefore, twelve (12) meetings have been included within this scope of services. D.Site visits. Kimley-Horn’s Senior Engineers will attend up to four (4) site visits to address RFI, field revisions, design modification, etc. E.Inspections and Tests. Kimley Horn will attend (5) site visits for site inspection, testing and the start-up of all pumps and equipment which will include inspection of Contractor's work and may receive and review certificates of inspections within Consultant’s area of responsibility. Consultant’s review will be solely to determine that the results indicate compliance with the Contract Documents and will not be an independent evaluation that the content or procedures of such inspections, tests, or approvals comply with the Contract Documents. Consultant is entitled to rely on the results of such tests. F.Clarifications and Interpretations. Kimley Horn will respond to reasonable and appropriate ten (10) Contractor requests for information made in accordance with the Contract Documents and issue necessary clarifications and interpretations. Any orders authorizing variations from the Contract Documents will be made only by Client. G.Shop Drawings and Samples. Kimley Horn will review and take appropriate action in respect to Shop Drawings and Samples and other data which Contractor is required to submit, but only for general conformance with the Contract Documents. Such review and action will not extend to means, methods, techniques, equipment choice and usage, schedules, or procedures of construction or to related safety programs. Any action in response to a shop drawing will not constitute a change in the Contract Documents, which can be changed only through the Change Orders. 653 kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511 a. Substitutes and "or-equal/equivalent." Kimley Horn will evaluate and determine the acceptability of substitute or "or-equal/equivalent" materials and equipment proposed by Contractor in accordance with the Contract Documents. b. Kimley Horn expects to receive 10 shop drawings per pump station. The shop drawings will be reviewed and returned within 14 business days once received from the Prime or Contractor. Note these rates are based on 2023 rates between Prime and Kimley-Horn. These rates are subject to annual escalation as the duration of the project extends. Kimley-Horn shall have no responsibility for any contractor’s means, methods, techniques, equipment choice and usage, sequence, schedule, safety programs, or safety practices, nor shall Kimley-Horn have any authority or responsibility to stop or direct the work of any contractor. Kimley-Horn’s visits shall be for the purpose of endeavoring to provide the Client a greater degree of confidence that the completed work of the contractor(s) will generally conform to the construction documents prepared by Kimley-Horn. Kimley-Horn neither guarantees the performance of contractors, nor assumes responsibility for any contractor’s failure to perform their work in accordance with the contract documents. Task 400.2 – Engineering Construction Services West WWTF Kimley Horn will provide the Engineering Construction Services specifically stated below: A.Pre-Construction Conference. Kimley Horn will attend a Pre-Construction Conference before the start of construction. B.Monthly Project Meetings. Kimley-Horn’s Project Manager (PM) will attend monthly project meetings with Prime, City representatives, and Contractor throughout the construction of the West WWTF. Expected design schedule is 12 months. Therefore, twelve (12) meetings have been included within this scope of services. C.Site visits. Kimley-Horn’s Senior Engineers will attend up to four (4) site visits to address RFI, field revisions, design modification, etc. D.Inspections and Tests. Kimley Horn will attend (5) site visits for site inspection, testing and the start-up of all pumps and equipment which will include inspection of Contractor's work and may receive and review certificates of inspections within Consultant’s area of responsibility. Consultant’s review will be solely to determine that the results indicate compliance with the Contract Documents and will not be an independent evaluation that the content or procedures of such inspections, tests, or approvals comply with the Contract Documents. Consultant is entitled to rely on the results of such tests. E.Clarifications and Interpretations. Kimley Horn will respond to reasonable and appropriate ten (10) Contractor requests for information made in accordance with the Contract Documents and issue necessary clarifications and interpretations. Any orders authorizing variations from the Contract Documents will be made only by Client. F.Shop Drawings and Samples. Kimley Horn will review and take appropriate action in respect to Shop Drawings and Samples and other data which Contractor is required to submit, but only for general conformance with the Contract Documents. Such review 654 kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511 and action will not extend to means, methods, techniques, equipment choice and usage, schedules, or procedures of construction or to related safety programs. Any action in response to a shop drawing will not constitute a change in the Contract Documents, which can be changed only through the Change Orders. a. Substitutes and "or-equal/equivalent." Kimley Horn will evaluate and determine the acceptability of substitute or "or-equal/equivalent" materials and equipment proposed by Contractor in accordance with the Contract Documents. b. Kimley Horn expects to receive 10 shop drawings per pump station. The shop drawings will be reviewed and returned within 14 business days once received from the Prime or Contractor. Note these rates are based on 2023 rates between Prime and Kimley-Horn. These rates are subject to annual escalation as the duration of the project extends. Kimley-Horn shall have no responsibility for any contractor’s means, methods, techniques, equipment choice and usage, sequence, schedule, safety programs, or safety practices, nor shall Kimley-Horn have any authority or responsibility to stop or direct the work of any contractor. Kimley-Horn’s visits shall be for the purpose of endeavoring to provide the Client a greater degree of confidence that the completed work of the contractor(s) will generally conform to the construction documents prepared by Kimley-Horn. Kimley-Horn neither guarantees the performance of contractors, nor assumes responsibility for any contractor’s failure to perform their work in accordance with the contract documents. Schedule Kimley-Horn will begin services upon receipt of an executed contract, the data requested, and design related documents have been provided by the Prime, listed above in section 201. Kimley-Horn will adhere to the mutually agreed upon schedule with the Prime and City. 655 kimley-horn.com 189 S Orange Avenue., Suite 1000, Orlando, FL 32801 407-898-1511 Method of Compensation Kimley-Horn will complete the above scope of services on a lump sum fee of $1,597,600.00 inclusive of office overhead expenses. A breakdown of the fee by task is as follows: Task Description (Lump Sum)Fee 100.1 Project Meetings – East WWTF $78,500.00 100.2 Project Meetings – West WWTF $44,100.00 200 Site Investigation $14,100.00 202.1 Civil Site Construction Plans for the East WWTF $160,500.00 202.2 Civil Site Construction Plans for the West WWTF $263,300.00 207.1 Construction Plans for the East WWTF – Influent Pump Station $158,200.00 207.2 Construction Plans for the East WWTF – High Service Pump Station $127,900.00 208.1 Construction Plans for the West WWTF – Influent Pump Station $120,700.00 208.2 Construction Plans for the West WWTF – High Service Pump Station $108,700.00 300.1 Permitting Services – East WWTF $62,300.00 300.2 Permitting Services – West WWTF $48,000.00 Design Sub Total $1,186,300.00 400.1 Engineering Construction Services (T&M) – East WWTF $205,650.00 400.2 Engineering Construction Services (T&M) – West WWTF $205,650.00 Engineering construction Services Sub Total $411,300.00 Total $1,597,600.00 We appreciate the opportunity to provide these services to you. This scope and fee to be attached to the Prime’s contract as Exhibit A. Please do not hesitate to contact me if you have any questions. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. Julia Felter, P.E.Lance Littrell, P.E. Project Manager Vice President 656 Project Name:Client:Carollo Engineers Date of Fee Estimate:City of Winter Springs Continuing Civil Engineering Services Task #Task name P2 P3 P4 P5 P7 P8 D7 D8 CO6 Admin (N4)Sub Total Hours Labor Rounded Sub-Total Labor Total 100.1 East Projet Meetings - Kickoff/ Bi-Montly (25 meetings, 6hrs/mtg)150 150 31,800.00$ 100.1 East Projet Meetings - Kickoff/ Montly (13 meetings, 6hrs/mtg)78 78.0 13,500.00$ 100.1 East Project Meetings - Supplimental (8 meetings, 6hrs/mtg)48 48 96 17,800.00$ 100.1 East Project Meetings - Design submittals (5 meetings, 8hrs/mtg)40 40 80 15,400.00$ 100.1 SubTotal -$78,500.00$ 100.2 West Projet Meetings - Kickoff/ Montly (13 meetings, 4hrs/mtg)52 52 104 20,100.00$ 100.2 West Project Meetings - Supplimental (8 meetings, 4hrs/mtg)32 32 64 12,400.00$ 100.2 West Project Meetings - Design submittals (5 meetings, 6hrs/mtg)30 30 60 11,600.00$ 100.2 Sub Total -$44,100.00$ 201 Site Investigation/ Data research 40 20 20 80 14,100.00$14,100.00$ 202.1 East Plant - Site/Civil, Stormwater Design 225 200 215 50 100 50 100 940 160,500.00$160,500.00$ 202.2 West Plant - Site/Civil, Stormwater Design 250 370 392 100 110 100 200 1522 263,300.00$263,300.00$ 207.1 East Plant Pump Stations - Influent Lift station 64 275 160 80 50 40 33,000.00$669 125,200.00$158,200.00$ 207.2 East Plant Pump Stations - High Service Pump Station 160 150 120 40 25 30 33,000.00$525 94,900.00$127,900.00$ 208.1 West Plant Pump Stations - Influent Lift station 60 150 100 70 50 40 33,000.00$470 87,700.00$120,700.00$ 208.2 West Plant Pump Stations - High Service Pump Station 120 100 100 40 25 30 33,000.00$415 75,700.00$108,700.00$ 300.1 East Permitting 120 120 20 40 10 310 62,300.00$62,300.00$ 300.2 West Permitting 80 82 20 40 10 232 48,000.00$48,000.00$ Design Sub Total 1,054,300.00$1,186,300.00$ 400.1 Engineering Construction Services (T&M) - East WRF Constuction Meeting - Kickoff/Bi-Montly (25 meetings, 8 hrs/mtg)200 200 42,400.00$42,400.00$ Construction Meetings/site visit (1 per month, 13 meetings, 8hr/mtg)104 36 140 21,400.00$21,400.00$ Construction site visits ( 4 - 8 hr/mtg)32 32 64 17,400.00$17,400.00$ Testing, Inspection, Start-up (5 additional visits)40 40 80 11,800.00$11,800.00$ Clarifications and RFIs (10)60 50 40 15 40 10 215 32,800.00$32,800.00$ Shop Drawing Review (10 per station)120 60 20 200 28,600.00$28,600.00$ Electrical Engineering Sub 24 15 55,850.00$39 5,600.00$61,450.00$ 400.2 Engineering Construction Services (T&M) - West WRF Construction Meetings/ site visit (1 per month, 13 meetings, 8hr/mtg)104 104 36 244 43,400.00$43,400.00$ Construction site visits (as needed, up to 4 - 8 hr/mtg)32 32 64 17,400.00$17,400.00$ Testing, Inspection, Start-up (5 additional visits)40 40 80 11,800.00$11,800.00$ Clarifications and RFIs (10)60 50 40 15 40 10 215 32,800.00$32,800.00$ Shop Drawing Review (10 per station)120 60 20 200 28,600.00$28,600.00$ Electrical Engineering Sub 24 15 55,850.00$39 5,600.00$61,450.00$ Engineering Construction Services Sub Total 299,600.00$411,300.00$ Typical Distribution of Hours 5.8%17.8%25.8%26.3%4.4%3.9%5.0%4.9%1.5%2.5%15.3% Total Hours =440 1347 1953 1995 334 294 380 370 300 162 243,700.00$7575.0 1,353,900.00$1,597,600.00$ Continuing Civil Engineering Services (2023)136.00$158.00$173.00$212.00$260.00$282.00$142.00$142.00$93.00$93.00$ Labor Effort per category 59,900$212,900$337,900$423,000$86,900$83,000$54,000$52,600$27,900$15,100$243,700$ Labor EXHIBIT A: FEE ESTIMATE BREAKDOWN Calculate Cost & Rates based on: Winter Springs WWTFs 11/20/2023 Staff (hours) 657 5401 South Kirkman Road Suite 475 Orlando, FL 32819 407.403.6300 phone 407.403.6301 fax esassoc.com SCOPE OF SERVICE CITY OF WINTER SPRINGS WEST AND EAST WATER RECLAMATION FACILITY ENVIRONMENTAL SERVICES, WINTER SPRINGS, FLORIDA ESA is pleased to provide the following Scope of Service (SOS) for ecological and hydrologic assistance to Carollo Engineers (Carollo) in support of two projects located at the City of Winter Springs (City) West (WSWWRF) and East (WSEWRF) Water Reclamation Facilities, in Winter Springs, Florida. The proposed ecological/hydrologic support will focus on environmental permitting services for the proposed expansion of these two facilities. At this time, it is anticipated that an Environmental Resource Permit and a State 404 Permit from the Florida Department of Environmental Protection (FDEP), may be required for both facilities due to the anticipated impacts to jurisdictional water resources. A discussion of the required tasks related to this Scope of Service (SOS) is provided below. REQUIRED TASKS Task 1 – Field Reconnaissance and Desktop Review for WSWWRF and WSEWRF ESA will perform a desktop review of all available data, as well as perform site reconnaissance activities to obtain any pertinent information that will be required for the submittal of the appropriate agency permitting packages, and to ascertain the current site conditions at WSWWRF and WSEWRF. Subtask 1A - WSWWRF Permitting Subtask 1B - WSEWRF Permitting Additional information will be collected during Task 1, regarding potential on-site mitigation options. These reviews will include, but are not limited to the following: • Desktop Review of Project Limits – A desktop review will be conducted of the site to determine any potential constraints that may currently exist. This includes, but not limited to, National Wetlands Inventory (NWI), National Resource Conservation Service (NRCS) Soils and United States Geographical Survey Topographic databases. Listed species databases will be reviewed as well including the Audubon Florida EagleWatch Bald Eagle Nest Locator and the U.S. Fish and Wildlife Service (FWS) Wood Stork Nesting Colonies and Core Foraging Areas. • Community Structure/Vegetation Mapping – ESA will record existing wetland conditions, including vegetative structure and quality in order to quantify preservation values and to determine if additional restoration activities would be needed to increase the on-site mitigation value, specifically for the wetlands located in and around the WSEWRF. 658 Error! Reference source not found. June 2, 2023 Page 2 • Hydrologic Field Review – As part of the field activities, biologists will verify the hydrology at the site and assess potential hydrologic improvements. Upstream and downstream hydrologic connections and offsite contributing basins shall also be evaluated as well as any hydrologic constraints as part of the initial field activities. • Wetland/Waterbody Delineation – In areas that have not been surveyed, ESA will delineate wetlands and waterbodies in accordance with 62-331 and 62-340, Florida Administrative Code (F.A.C.) within each facility property limits. In addition, all other surface water (OSW) features within the proposed construction area will be reviewed and field located, where applicable. The limits of the wetland and waterbody features will be marked with field flagging and located utilizing a sub-meter Trimble GPS unit. Upon completion of the field review, the coordinates of the GPS locations and data files will be provided to the Carollo. • Preliminary Listed Species Survey – During the site review a preliminary listed species survey will be conducted to determine the potential for the existence of state and federally listed species and/or their habitat within the project limits of both facilities. • Seasonal High/Normal Pool Water Level Elevation Determination – During the field review, three (3) seasonal high-water elevations and if possible, three (3) normal pool water elevations will be established within each on-site wetland system. The elevations will be set with aluminum nails and clearly marked with flagging in order for surveyors to locate and record the vertical elevations. Additional hydrologic data may also be collected at this time. • Florida Master Site File TRS Search – A database search will be conducted with the Department of Historical Resources (DHR) to identify any previously recorded archaeological and cultural resource sites. Task 2 – Environmental Reporting and Meetings Upon completion of Task 1, Task 2 will include the preparation of an Environmental Report, to be completed for each facility. Subtask 2A - WSWWRF Permitting Subtask 2B - WSEWRF Permitting ESA will conduct Pre-Application meeting(s) with Florida Department of Environmental Protection (FDEP) for both State and Federal permitting requirements to discuss potential permitting activities. As part of the pre-application meetings, ESA will prepare and present all obtained data during desktop review and initial field activities. 659 Error! Reference source not found. June 2, 2023 Page 3 Subsequent to regulatory meetings, ESA will develop an Environmental Constraints Report for each facility. Each report will define the environmental constraints that exist within the property limits of each facility, as well as detailing the current site conditions, quantifiable project impacts, and mitigation options with estimated costs. These reports will be utilized to discuss the best options for the City, in moving forward through the permitting process for both facilities. Portions of each report will also be utilized as part of each facility’s permit package. In support of the Environmental Report, Geographic Information System (GIS) Exhibit Preparation (GIS mapping) will be utilized to produce the environmental graphics for both Environmental Reports. Budget under this task will also support, one (1) meeting with Carollo and City staff, to discuss and finalize the options the City would like to explore during the permitting process. It is important to note that mitigation alternatives available for water resource impacts are extremely constrained within this watershed/basin. At this time, no known mitigation banks (approved by the permitting agencies) exist with a Service Area that covers the facility projects. It is assumed that on- site preservation of the existing wetlands systems, specifically the systems located at and around WSEWRF, will be the City’s priority mitigation strategy for water resource impacts associated with Projects. However, since the exact amount of required mitigation is not known at this time, additional mitigation alternatives may need to be researched, as the amount of wetland impact may exceed the amount of wetland preservation available on the project sites. Additionally, hydrologic improvements and/or potential restoration alternatives within the WSEWRF wetlands may need to be included as part of a Mitigation Plan for the permit packages. Therefore, if additional improvements to the existing wetland system is required, a Mitigation Plan will be developed for the submittal of the permit packages. Should additional areas need to be reviewed for potential mitigation alternatives, those services are included under Task 5 - Additional Services. Task 3 – Permitting ESA will assist Carollo in preparing and submitting two (2) separate permitting packages for the proposed project activities: Subtask 3A - WSWWRF Permitting Subtask 3B - WSEWRF Permitting Permitting activities under these subtasks will include the following for each subtask listed above: • FDEP ERP/FDEP State 404 Permit Application Preparation – ESA will assist in the preparation of the joint Environmental Resource Permit (ERP) application, by providing any environmental information required in Section C and Section I of the application, this will include Table 1 – Project Wetland and Other Surface Water Impact Summary. ESA will also 660 Error! Reference source not found. June 2, 2023 Page 4 provide any requested information related to restoration design, if necessary, in Section E as well as any associated signed and sealed design plan sheets which may need to be incorporated for natural systems/wetland restoration design only. Note, it is assumed that all permitting shall be through FDEP. This shall be verified during the pre-application meetings mentioned above in Task 2. • Mitigation Options and Determination – At this time, it is assumed that on-site preservation of the existing WSEWRF wetland system will be the priority mitigation strategy, however, should additional mitigation measures be required within this system, the Mitigation Plan detailing system improvements will be included, as discussed in Task 2. • Uniform Mitigation Assessment Method (UMAM) Preparation – UMAM evaluations for direct and secondary impacts will be completed for impacts to both project wetlands to determine the amount and type of compensatory mitigation that will be required. • Reflag of Wetland Limits - In accordance with FDEP permitting guidelines all wetland limits must be clearly marked with flagging for the site review. ESA scientists will reflag the limits prior to the site meeting with the FDEP in order to expedite the review process. • FDEP Meeting and Request for Additional Information (RAI) Responses – The budget will include time for one (1) additional FDEP meeting to discuss the Project elements and will also include time for two (2) RAIs from each agency, for both facilities. Task 4 - Agency Coordination Subtask 4A - WSWWRF Permitting Subtask 4B - WSEWRF Permitting ESA will coordinate with the permitting agencies in regards to any environmental issues associated with the proposed projects. This includes: • Attending Agency Required Meetings – ESA will attend a pre-application meeting with the permitting agencies under Task 1 and an additional agency meeting under Task 2. However, based on potential mitigation options, an additional meeting may be required that is covered under this task. • Field Meeting with Agencies – ESA will coordinate and meet with agency representatives to review wetland delineations and existing site conditions. Budget will be based on two (2) field meetings per facility. • United States Fish and Wildlife Service (USFWS) Coordination – If required, ESA will conduct early consultation with the USFWS for both facilities, in regards to potential impacts each project may have on federally listed species. 661 Error! Reference source not found. June 2, 2023 Page 5 Task 5 – Additional Services Subtask 5A – Environmental Support Services This additional services task will include time to investigate the environmental constraints associated with the potential development/utilization of property for wastewater disposal alternatives and/or potential mitigation alternatives. Time budgeted under this task will include wetland delineations and evaluations, hydrologic evaluations/studies, investigations of jurisdictional connections, listed species habitat reviews and meetings based on a 20-acre site within Seminole County as well as any design elements required for permitting. Considerations • Formal listed species surveys or permitting are not included in this SOS. • A Mitigation Plan for the WSEWRF wetlands are included within this SOS. Should the Mitigation Plan need to include creation or additional wetland enhancements outside the WSEWRF, these services may be covered under Task 5 – Additional Services, up to that budgeted amount. Should the service exceed the budgeted amount, an additional Scope of Service will be required. • Permitting fees will be paid by City of Winter Springs directly to FDEP, and are not included in this SOS. • Land Survey, including topography, is not included in this SOS. Legal descriptions of the property placed under preservation will be required prior to permit issuance. • An Alternative Analysis is not included in this SOS. • Mitigation fees are not included in the SOS. • ESA is not responsible for any existing property encumbrances. • ESA is not responsible for any required legal documents or execution that will be necessary as part of the permitting strategy. • Formal cultural resource surveys are not included in this SOS. • Local ordinance permitting (i.e. arbor permitting) is not included in this SOS. • Phase I site assessments are not included in this SOS. • Site Access will be provided by Carollo. 662 Error! Reference source not found. June 2, 2023 Page 6 Compensation Costs associated with this SOS identified above can be flexible, depending upon the level of service required. Total costs associated with the tasks outlined within this SOS is provided, below. Task 1 Desktop and Field Reviews for Both Facilities Subtask 1A WSWWRF $ 17,488.00 Subtask 1B WSEWRF $ 23,792.00 Task 2 Report Preparation and Meetings Subtask 2A WSWWRF $ 22,704.00 Subtask 2B WSEWRF $ 43,920.00 Task 3 Permitting Subtask 3A WSWWRF $ 37,500.00 Subtask 3B WSEWRF $ 17,492.00 Task 4 Agency Coordination Subtask 4A WSWWRF $ 8,988.00 Subtask 4B WSEWRF $ 8,988.00 Task 5 Additional Services Subtask 5A Environmental Services $ 33,672.00 Miscellaneous Costs (Mileage, Data Management, Field Equipment) $ 11,036.00 Total $ 225,580.00 663 711 N Orange Ave, Suite A Winter Park, FL 32789 Phone: (321) 972-4989 Wekiva Project Number: 23-201 August 23, 2023 Scott Richards, PE Carollo Engineers, P.C. 200 East Robinson Street, Suite 1400 Orlando, FL 32801 Re: Proposal for Structural Engineering & Ancillary Architectural Services West WRF and East WRF Improvements City of Winter Springs (City), Florida Dear Mr. Richards, Wekiva Engineering, LLC (Wekiva) is pleased to submit this proposal to provide structural engineering services to Carollo Engineers (Carollo) for the above referenced project. It is our understanding that the existing facilities are currently at capacity and/or in need of improvements. The proposed improvements are to provide a rated capacity of 1.5 MGD for each facility. SCOPE OF SERVICES It is our understanding that the proposed expansion will include the following structures and structural scope items: •Influent Lift Station •Headworks •Biological Nutrient Removal Basins •(2) Clarifiers •RAS/WAS Pump Stations •Aeration Blower Building •Filters (Assumed to be Disc Filters w/ elevated access platforms and containment/retaining wall since the structure may be below grade) with canopy and bridge crane. •Chlorine Contact Basin •Effluent Transfer Pump Station •Chemical Containment and Storage Structure •Reclaimed Pump Stations •Electrical Buildings (Assumed to be (2) and they are to be single-story masonry buildings) •Reject Pond Modifications •Miscellaneous Equipment Slabs including Generators •Access Stairs and Platforms •Miscellaneous Modifications to the Existing Facilities to accommodate proposed process changes •Operations Building at the East WRF (Outlined in Task 2) •Administration and Operations Building at the West WRF (Outlined in Task 3) All items listed above are to occur at each facility except where noted otherwise. The structures are intended to be as similar as possible at each site although some minor modifications are anticipated to suit the given site. Preliminary site plans have been provided to assist with this scope preparation. 664 711 N Orange Ave, Suite A Winter Park, FL 32789 Phone: (321) 972-4989 Task 1A: Preliminary through Final Design for East WRF (Includes 30%, 60%, 90% & 100% Submittals): Wekiva staff will prepare structural drawings and specifications for the modifications and improvements noted above. We will also prepare ancillary architectural drawings for the electrical buildings and canopies contained within the scope which will be labeled “S” drawings. These will include a life safety plan as required per the building department review. Wekiva will coordinate with the geotechnical engineer to indicate the required design loading and the minimum soil boring requirements. There are anticipated to be approximately 86 drawings. There are anticipated to be standard division 3, 4, 5, 7, 8, 9 and 13 specifications. Wekiva will attend weekly virtual design meetings or as often as required to facilitate the design. Wekiva will also attend design review meetings virtually or at the City’s office to review the submittal milestone documents. All design CAD work is anticipated to be performed using Revit software. Task 1B: Preliminary through Final Design for West WRF (Includes 30%, 60%, 90% & 100% Submittals): Wekiva staff will prepare structural drawings and specifications for the modifications and improvements noted above. We will also prepare ancillary architectural drawings for the electrical buildings and canopies contained within the scope which will be labeled “S” drawings. These will include a life safety plan as required per the building department review. Wekiva will coordinate with the geotechnical engineer to indicate the required design loading and the minimum soil boring requirements. There are anticipated to be approximately 86 drawings. There are anticipated to be standard division 3, 4, 5, 7, 8, 9 and 13 specifications. Wekiva will attend weekly virtual design meetings or as often as required to facilitate the design. Wekiva will also attend design review meetings virtually or at the City’s office to review the submittal milestone documents. All design CAD work is anticipated to be performed using Revit software. Task 2: Preliminary through Final Design (Includes 30%, 60%, 90% & 100% Submittals) for East WRF Operations Building Only: Wekiva staff will prepare structural and architectural drawings and specifications for the proposed Operations Building. There are anticipated to be approximately 11 drawings. If this task is included in Wekiva’s scope, then these drawings will be incorporated into the overall drawing set. All design CAD work is anticipated to be performed using Revit software. Task 3: Preliminary through Final Design (Includes 30%, 60%, 90% & 100% Submittals) for West WRF Administration & Operations Building Only: Wekiva staff will prepare structural and architectural drawings and specifications for the proposed Administration & Operations Building. There are anticipated to be approximately 16 drawings. If this task is included in Wekiva’s scope, then these drawings will be incorporated into the overall drawing set. All design CAD work is anticipated to be performed using Revit software. Task 4: CMAR Coordination Phase Services: Wekiva staff will assist Carollo staff with the answering of Contractor questions, reviewing Contractor cost estimates at each milestone. Task 5: Services During Construction: Wekiva staff will assist Carollo staff with the following services: •Attend up to eight (8) progress meetings via Teams. •Review shop drawing submittals with one (1) resubmittal (Assumed to be approximately seventy (70) submittals total) •Review and respond to RFI’s (Assumed to be fifty (50) RFI’s) •Perform up to a total of twenty (20) site visits for the following milestones: ▪(8) Construction progress visits at each facility ▪(1) Substantial completion visit at each facility ▪(1) Final completion visit at each facility •Review Testing Data •Prepare record drawings based on Contractor provided markups of the drawings. 665 711 N Orange Ave, Suite A Winter Park, FL 32789 Phone: (321) 972-4989 COST AND SCHEDULE Wekiva proposes to undertake the work described above on a lump sum fixed fee basis at a total price of $410,550 for tasks 1 through 4. Wekiva proposed to perform the services associated with Task 5 on a time and expense fee basis for a total price of $79,931.60 (See Table for additional fee breakdown). The following is a breakdown of the proposed fee per task: •Task 1A $187,850 •Task 1B $154,500 •Task 2 $27,600 •Task 3 $36,400 •Task 4 $4,200 •Task 5 $79,931.60 •Total w/o Task 5 $410,550 •Total w/ Task 5 $490,481.60 TERMS AND CONDITIONS Wekiva will begin work immediately upon your notice to proceed. We will issue monthly invoices for the work accomplished during the calendar month. We appreciate the opportunity to submit this proposal to Carollo and we look forward to a successful collaboration on this project. If you have any questions or need further information, please call. Sincerely, John Sobczak, P.E. Member 666 Table 1 - Engineering Services Fee Structural Engineering Services West WRF and East WRF Improvements Winter Springs, FL August, 2023 Task Task Man-hours By Category Totals No Description Principal Project Engineer Engineer Drafting Clerical Hrs Cost $182.00 $134.40 $106.40 $67.20 $50.40 1 Services During Construction Attend Coodination Calls and Meetings 24 8 0 0 0 32 $5,443.20 Review Shop Drawings 70 80 60 4 20 234 $31,152.80 Review RFIs 40 10 40 20 5 115 $14,476.00 Perform Site Visits 90 0 30 0 0 120 $19,572.00 Review Testing Data 10 6 15 0 0 31 $4,222.40 Prepare Record Drawings 5 8 10 30 0 53 $5,065.20 Total Project Cost $79,931.60 667 Page 1 of 5 May 17, 2023 Scott Richards, PE Carollo Engineers 200 Robinson Street, Suite 1400 Orlando, FL 32801 Subject: Winter Springs East WRF Replacement Project Dear Scott, We appreciate your consideration of L&S Diversified, LLC to provide professional surveying services for the above referenced project. Below we have outlined a proposed schedule of services and the associated fees for this project. SCOPE OF SERVICES Project Description Carollo has been tasked with upgrading two (2) Water Reclamation Facilities (WRF’s) located within the City of Winter Springs. L&S Diversified has performed previous survey and subsurface utility engineering service at both the East and West WRF sites for Carollo and the City of Winter Springs. Additional surveying and SUE services will be required each site to provide the design team with proper information for design and permitting the intended improvements. Below is a general scope of services that will be used on an as-needed basis. East WRF  Additional topographic surveying in the areas necessary for proposed improvements throughout the project site.  Tree survey, wetland flag survey and the location of Geotechnical borings. o Wetland flags will be set by subconsultant and located by L&S Diversified. o Geotechnical borings will be performed by subconsultant and located by L&S Diversified.  Lift station survey to include topographic survey, detailed information of the wet well and valve vault and location of existing underground utilities that connect to the existing plant.  Additional Subsurface Utility Engineering within the area of the proposed improvements and at connection points to the existing infrastructure. o 20 test holes to be performed at locations provided by the client.  Miscellaneous professional surveying services to include but not limited to: o Document review coordination. o Property staking and coordination. o Other professional surveying services as needed. 668 Page 2 of 5 Establish Survey Control L & S Diversified shall establish horizontal and vertical control monuments to facilitate site engineering. The monuments shall be established so that there is clear line of site between them. Horizontal coordinates shall be referenced to Florida State Plane, North American Datum of 1983 (NAD83). Elevations shall be referenced to North American Vertical Datum of 1988 (NAVD88). Topographic, Tree, Wetland & Utility Survey L & S Diversified will provide all labor, equipment and resources necessary to research, locate and/or establish the required site control and perform a topographic and/or hydrographic survey. Topographic Survey: RTK/GPS or conventional data acquisition at a 50-foot grid within the project limits, plus 10 feet outside project limits; location and elevation of existing improvements and visible above ground utilities; and setting at least 5 site bench marks to facilitate engineering for the project site. Tree Survey: the location and description of all specimen trees as required by client or municipality. Wetland Delineation Survey: the location of wetland flags as established by an environmental engineer. Geotechnical Boring Survey: the location of geotechnical borings as established by a geotechnical engineer. Sub-Surface Utility Survey: the location and description of sub-surface utilities (paint & flags) as marked by L & S Diversified. The topographic will be displayed at one foot contours and will be based on the North American Vertical Datum (NAVD) of 1988. The Topographic Survey will be prepared in accordance with the State of Florida Standards of Practice Chapter 5J-17, Florida Administrative Code, as set forth by the Board of Professional Surveyors and Mappers, pursuant to Section 472.027, Florida Statutes. Deliverables Survey in pdf and dwg format. 669 Page 3 of 5 Subsurface Utility Designation – Quality Level “B” L & S Diversified will field mark (paint & flags) all public sub-surface utility mains found excluding service lines, gravity sewer lines and irrigation, within the project limits shown above. Route or Area: as requested by the client A Sunshine 811 “Design” ticket will be requested for the areas described to determine the utility providers within the project limits and to notify them of the request for coordination with the L & S utility locator. These areas will be scanned for underground utilities using electronic detection devices and Ground Penetrating Radar (GPR). Any utilities detected and found within the project limits will be surface painted and flagged with the appropriate color as recognized by the National Utility Locating Contractors Association (NULCA), or if marked by others, will be verified by the L & S utility locator. Underground utilities that are detectable by the above methods, where surface evidence exists or where plans are provided to L & S showing the locations thereof can be designated. However, some underground utilities may not be made of a conductive material or may not return a GPR echo and therefore cannot be designated with electronic prospecting equipment or GPR. Without surface evidence or existing plans, as provided to L & S, identification and designation of any utilities that might exist would then require soft excavation and would need to be determined by the client as additional services. Aerial utilities and appurtenances, underground storm sewer structures or pipes, underground gravity sanitary manholes and pipes, gravity laterals and other services or the location of other underground objects such as underground fuel tanks, irrigation equipment and/or irrigation systems and their appurtenances are not included in the scope of this project. Deliverables Sunshine State 811 “Design” ticket will be requested and documentation of this and any information obtained from the utility companies, or their representatives will be provided, field sketches of the designated utilities and site photographs. Subsurface Utility Excavation – Quality Level “A” L & S will perform up to twenty (20) soft excavation test holes at positions determined by the client. A Sunshine 811 ticket request will be called to allow 72 hours in advance of the proposed excavation as is required by law. The utility at each position will be verified both horizontally and vertically up to a depth of approximately ten (10) feet. L & S is capable of soft excavating to a depth of six (6) feet and air probing to a depth of ten (10) feet. It is possible that ground water intrusion and/or soil conditions at any given position could prevent a clear identification of any utility or obstruction. 670 Page 4 of 5 The depth and size of each utility will be measured and noted on a Subsurface Utility Report for each position, and if visible, the composition of the material of the pipe will also be noted. However, the condition of the material will not be determined by L & S as this is not within our expertise. Each position will be restored to near pre- excavated condition with the excavated soil or like materials such as an asphalt or concrete patch. Deliverables Sunshine State 811 “Locate” ticket will be requested and documentation of this and any information obtained from the utility companies, or their representatives will be provided, field sketches of the designated utilities, site photographs, and test hole reports. The table below summarizes the costs associated with this proposal. Please review this information and let us know if you have any questions. Description Amount 1-2 Person Survey Field Crew $ 22,400.00 Mapping Technician $ 19,200.00 Professional Surveyor and Mapper $ 3,200.00 PM Survey $ 7,290.00 SUE Coordinator $ 5,320.00 1-2 Person SUE Field Crew $ 21,700.00 PM SUE $ 2,160.00 Estimated Time and Materials $ 81,270.00 Schedule L & S Diversified will begin the Survey on the subject property within 5 working days after receipt of your executed Notice to Proceed (NTP). This does not apply if extensive title work is involved, extensive certification requirements are needed, or if an ALTA/ACSM Survey is required. Proposed fee and schedule shown hereon is valid for up to 45 days from the date of receipt. We prefer at least 48 hours of notice for scheduling of a field crew. Due to the nature of the project and the ongoing development of the design, L&S Diversified and the design team will develop a realistic timeline based on each task for the project. The requested survey and/or SUE work will be performed as expeditiously as possible to keep the overall project schedule. Additional Services If the client desires to change or expand upon these proposed services, an additional fee shall be negotiated. This renegotiation shall be accomplished prior to commencing the 671 Page 5 of 5 additional work, and may be necessary for any of the following services which are not a part of this contract: Locating and/or flagging Flood Zone Line or Normal High Water Line (NHWL), tidal records, or locating ‘0’ or specific elevations, Research and ordering additional Maps, Records or Materials necessary for completing these specified tasks; client-imposed requirements not covered herein; Additional Certifications or Affidavits not specified herein; Elevation Certifications; Wetland Delineation or Location; sub-surface Excavation or Underground Utility Location; Extensive Title Review and Plotting of Easements; Offsite Surveys or Sketches; Vertical Topographic information unless outlined in this proposal; Requests by Third Parties (Buyer’s Attorney, Seller’s Attorney, Lender or Lender’s Counsel, Real Estate Agents, Title Company Personnel, etc.) for additions, deletions or revisions to be made to the survey drawings or maps before or after initial submittal to client; Additional Meetings and Errands not covered herein which are necessary to complete these specified tasks; Client-Authorized on-site instruction given to field crew for extra field work not covered herein; Client-approved overtime; Additional ALTA Table A Items. Reimbursables such as overnight mailings, sending electronic files, copying charges, blueprinting costs, plotting of extra drawings not covered herein, delivery, shipping, or rush charges, etc. will be billed as an Extra cost on a Time, Materials and Expense basis. It may be necessary for the Project Manager to call the client to receive verification and authorization for Extra Costs stated above in the preceding paragraph, and may further require the client to sign an Additional Work Authorization Form for any out-of-scope requests. All public entity or jurisdictional agency fees are to be paid directly by the client prior to obtaining approvals or permits. These fees include, but are not limited to, platting, impact, re-zoning, permitting, review and application fees. L & S Diversified has no control over the procedures of public entities or jurisdictional agencies, and therefore, cannot guarantee timing and outcome of permits and entitlements related to this site/project. Thank you for this opportunity and we look forward to working with you on this exciting new project. Should you have any questions, please do not hesitate to call. Sincerely, L & S Diversified, LLC Brad Alexander, PE, PSM May 17, 2023 Vice President 672 L&S Diversified Survey Crew (1-2)Survey Crew (3)SUE Crew (1-2)SUE Crew (3) Rates $140.00 $185.00 $155.00 $195.00 Hours Hours Hours Hours Subtotal - Hours Subtotal - Fee Service Item 101 Survey Control 24.00 24.00 $3,360.00 104 Topographic Survey 60.00 60.00 $8,400.00 106 Tree Survey 40.00 40.00 $5,600.00 107 Wetland Survey 24.00 24.00 $3,360.00 108 Geotechnical Borings 12.00 12.00 $1,680.00 115 Utility Designation 60.00 60.00 $9,300.00 116 Utility Testholes 80.00 80.00 $12,400.00 160.00 0.00 140.00 0.00 300.00 $44,100.00 Mapping Technician PSM Survey PM Survey Coord SUE Coord SUE PM Rates $100.00 $160.00 $135.00 $95.00 $95.00 $135.00 Hours Hours Hours Hours Hours Hours Subtotal - Hours Subtotal - Fee Service Item 201 Survey Control 8.00 4.00 8.00 20.00 $2,520.00 206 Topographic Survey 32.00 10.00 16.00 58.00 $6,960.00 208 Tree Survey 12.00 2.00 10.00 24.00 $2,870.00 209 Wetland Survey 8.00 2.00 10.00 20.00 $2,470.00 210 Geotechnical Borings 8.00 2.00 10.00 20.00 $2,470.00 218 Utility Designation 40.00 40.00 12.00 92.00 $9,420.00 219 Utility Testholes 24.00 16.00 4.00 44.00 $4,460.00 215 Opinions and Reports 60.00 60.00 $6,000.00 192.00 20.00 54.00 0.00 56.00 16.00 338.00 $37,170.00 Reimbursables Quantity Rate Plotting (Bond Paper) 24" x 36"$3.50 $0.00 Plotting (Bond Paper) 11"x 17"$2.50 $0.00 Plotting (Bond Paper) Other $1.50 $0.00 Color Printing/Copying 11"x 17"$0.75 $0.00 Color Printing/Copy 8 1/2" x14"$0.65 $0.00 Color Printing/Copy 8 1/2" x11"$0.60 $0.00 B&W Print/Copy 11" x 17"$0.70 $0.00 B&W Print/Copy 8 1/2" x 14"$0.60 $0.00 B&W Print/Copy 8 /12" x 11"$0.55 $0.00 USB $0.00 Recording Fee $0.00 Permits $0.00 Maintenance of Traffic $0.00 $0.00 Total Fee $81,270.00 Service Items 201-220 Service Items 101-117 673 Page 1 of 5 May 17, 2023 Scott Richards, PE Carollo Engineers 200 Robinson Street, Suite 1400 Orlando, FL 32801 Subject: Winter Springs West WRF Replacement Project Dear Scott, We appreciate your consideration of L&S Diversified, LLC to provide professional surveying services for the above referenced project. Below we have outlined a proposed schedule of services and the associated fees for this project. SCOPE OF SERVICES Project Description Carollo has been tasked with upgrading two (2) Water Reclamation Facilities (WRF’s) located within the City of Winter Springs. L&S Diversified has performed previous survey and subsurface utility engineering service at both the East and West WRF sites for Carollo and the City of Winter Springs. Additional surveying and SUE services will be required each site to provide the design team with proper information for design and permitting the intended improvements. Below is a general scope of services that will be used on an as-needed basis. West WRF  Additional topographic surveying in areas necessary for proposed improvements throughout the proposed project site.  Additional Subsurface Utility Engineering within the area of the proposed improvements and at connection points to the existing infrastructure. o 10 test holes to be performed at location provide by the client.  Additional off site Subsurface Utility Engineering  Miscellaneous professional surveying services to include but not limited to: o Document review coordination. o Property staking and coordination. o Other professional surveying services as needed. Establish Survey Control L & S Diversified shall establish horizontal and vertical control monuments to facilitate site engineering. The monuments shall be established so that there is clear line of site between them. Horizontal coordinates shall be referenced to Florida State Plane, North 674 Page 2 of 5 American Datum of 1983 (NAD83). Elevations shall be referenced to North American Vertical Datum of 1988 (NAVD88). Topographic, Tree, Wetland & Utility Survey L & S Diversified will provide all labor, equipment and resources necessary to research, locate and/or establish the required site control and perform a topographic and/or hydrographic survey. Topographic Survey: RTK/GPS or conventional data acquisition at a 50-foot grid within the project limits, plus 10 feet outside project limits; location and elevation of existing improvements and visible above ground utilities; and setting at least 5 site bench marks to facilitate engineering for the project site. Tree Survey: the location and description of all specimen trees as required by client or municipality. Wetland Delineation Survey: the location of wetland flags as established by an environmental engineer. Geotechnical Boring Survey: the location of geotechnical borings as established by a geotechnical engineer. Sub-Surface Utility Survey: the location and description of sub-surface utilities (paint & flags) as marked by L & S Diversified. The topographic will be displayed at one foot contours and will be based on the North American Vertical Datum (NAVD) of 1988. The Topographic Survey will be prepared in accordance with the State of Florida Standards of Practice Chapter 5J-17, Florida Administrative Code, as set forth by the Board of Professional Surveyors and Mappers, pursuant to Section 472.027, Florida Statutes. Deliverables Survey in pdf and dwg format. Subsurface Utility Designation – Quality Level “B” L & S Diversified will field mark (paint & flags) all public sub-surface utility mains found excluding service lines, gravity sewer lines and irrigation, within the project limits shown above. Route or Area: as requested by the client 675 Page 3 of 5 A Sunshine 811 “Design” ticket will be requested for the areas described to determine the utility providers within the project limits and to notify them of the request for coordination with the L & S utility locator. These areas will be scanned for underground utilities using electronic detection devices and Ground Penetrating Radar (GPR). Any utilities detected and found within the project limits will be surface painted and flagged with the appropriate color as recognized by the National Utility Locating Contractors Association (NULCA), or if marked by others, will be verified by the L & S utility locator. Underground utilities that are detectable by the above methods, where surface evidence exists or where plans are provided to L & S showing the locations thereof can be designated. However, some underground utilities may not be made of a conductive material or may not return a GPR echo and therefore cannot be designated with electronic prospecting equipment or GPR. Without surface evidence or existing plans, as provided to L & S, identification and designation of any utilities that might exist would then require soft excavation and would need to be determined by the client as additional services. Aerial utilities and appurtenances, underground storm sewer structures or pipes, underground gravity sanitary manholes and pipes, gravity laterals and other services or the location of other underground objects such as underground fuel tanks, irrigation equipment and/or irrigation systems and their appurtenances are not included in the scope of this project. Deliverables Sunshine State 811 “Design” ticket will be requested and documentation of this and any information obtained from the utility companies, or their representatives will be provided, field sketches of the designated utilities and site photographs. Subsurface Utility Excavation – Quality Level “A” L & S will perform up to ten (10) soft excavation test holes at positions determined by the client. A Sunshine 811 ticket request will be called to allow 72 hours in advance of the proposed excavation as is required by law. The utility at each position will be verified both horizontally and vertically up to a depth of approximately ten (10) feet. L & S is capable of soft excavating to a depth of six (6) feet and air probing to a depth of ten (10) feet. It is possible that ground water intrusion and/or soil conditions at any given position could prevent a clear identification of any utility or obstruction. The depth and size of each utility will be measured and noted on a Subsurface Utility Report for each position, and if visible, the composition of the material of the pipe will also be noted. However, the condition of the material will not be determined by L & S as this is not within our expertise. Each position will be restored to near pre- excavated condition with the excavated soil or like materials such as an asphalt or concrete patch. Deliverables 676 Page 4 of 5 Sunshine State 811 “Locate” ticket will be requested and documentation of this and any information obtained from the utility companies, or their representatives will be provided, field sketches of the designated utilities, site photographs, and test hole reports. The table below summarizes the costs associated with this proposal. Please review this information and let us know if you have any questions. Description Amount 1-2 Person Survey Field Crew $ 12,320.00 Mapping Technician $ 14,200.00 Professional Surveyor and Mapper $ 2,560.00 PM Survey $ 3,510.00 SUE Coordinator $ 2,660.00 1-2 Person SUE Field Crew $ 9,300.00 PM SUE $ 1,620.00 Estimated Time and Materials $ 46,170.00 Schedule L & S Diversified will begin the Survey on the subject property within 5 working days after receipt of your executed Notice to Proceed (NTP). This does not apply if extensive title work is involved, extensive certification requirements are needed, or if an ALTA/ACSM Survey is required. Proposed fee and schedule shown hereon is valid for up to 45 days from the date of receipt. We prefer at least 48 hours of notice for scheduling of a field crew. Due to the nature of the project and the ongoing development of the design, L&S Diversified and the design team will develop a realistic timeline based on each task for the project. The requested survey and/or SUE work will be performed as expeditiously as possible to keep the overall project schedule. Additional Services If the client desires to change or expand upon these proposed services, an additional fee shall be negotiated. This renegotiation shall be accomplished prior to commencing the additional work, and may be necessary for any of the following services which are not a part of this contract: Locating and/or flagging Flood Zone Line or Normal High Water Line (NHWL), tidal records, or locating ‘0’ or specific elevations, Research and ordering additional Maps, Records or Materials necessary for completing these specified tasks; client-imposed requirements not covered herein; Additional Certifications or Affidavits not specified herein; Elevation Certifications; Wetland Delineation or Location; sub-surface Excavation or Underground Utility Location; Extensive Title Review and Plotting of Easements; 677 Page 5 of 5 Offsite Surveys or Sketches; Vertical Topographic information unless outlined in this proposal; Requests by Third Parties (Buyer’s Attorney, Seller’s Attorney, Lender or Lender’s Counsel, Real Estate Agents, Title Company Personnel, etc.) for additions, deletions or revisions to be made to the survey drawings or maps before or after initial submittal to client; Additional Meetings and Errands not covered herein which are necessary to complete these specified tasks; Client-Authorized on-site instruction given to field crew for extra field work not covered herein; Client-approved overtime; Additional ALTA Table A Items. Reimbursables such as overnight mailings, sending electronic files, copying charges, blueprinting costs, plotting of extra drawings not covered herein, delivery, shipping, or rush charges, etc. will be billed as an Extra cost on a Time, Materials and Expense basis. It may be necessary for the Project Manager to call the client to receive verification and authorization for Extra Costs stated above in the preceding paragraph, and may further require the client to sign an Additional Work Authorization Form for any out-of-scope requests. All public entity or jurisdictional agency fees are to be paid directly by the client prior to obtaining approvals or permits. These fees include, but are not limited to, platting, impact, re-zoning, permitting, review and application fees. L & S Diversified has no control over the procedures of public entities or jurisdictional agencies, and therefore, cannot guarantee timing and outcome of permits and entitlements related to this site/project. Thank you for this opportunity and we look forward to working with you on this exciting new project. Should you have any questions, please do not hesitate to call. Sincerely, L & S Diversified, LLC Brad Alexander, PE, PSM May 17, 2023 Vice President 678 L&S Diversified Survey Crew (1-2)Survey Crew (3)SUE Crew (1-2)SUE Crew (3) Rates $140.00 $185.00 $155.00 $195.00 Hours Hours Hours Hours Subtotal - Hours Subtotal - Fee Service Item 101 Survey Control 16.00 16.00 $2,240.00 104 Topographic Survey 40.00 40.00 $5,600.00 106 Tree Survey 12.00 12.00 $1,680.00 107 Wetland Survey 12.00 12.00 $1,680.00 108 Geotechnical Borings 8.00 8.00 $1,120.00 115 Utility Designation 40.00 40.00 $6,200.00 116 Utility Testholes 20.00 20.00 $3,100.00 88.00 0.00 60.00 0.00 148.00 $21,620.00 Mapping Technician PSM Survey PM Survey Coord SUE Coord SUE PM Rates $100.00 $160.00 $135.00 $95.00 $95.00 $135.00 Hours Hours Hours Hours Hours Hours Subtotal - Hours Subtotal - Fee Service Item 201 Survey Control 6.00 2.00 4.00 12.00 $1,460.00 206 Topographic Survey 24.00 8.00 10.00 42.00 $5,030.00 208 Tree Survey 6.00 2.00 4.00 12.00 $1,460.00 209 Wetland Survey 6.00 2.00 4.00 12.00 $1,460.00 210 Geotechnical Borings 4.00 2.00 4.00 10.00 $1,260.00 218 Utility Designation 24.00 20.00 8.00 52.00 $5,380.00 219 Utility Testholes 12.00 8.00 4.00 24.00 $2,500.00 215 Opinions and Reports 60.00 60.00 $6,000.00 142.00 16.00 26.00 0.00 28.00 12.00 224.00 $24,550.00 Reimbursables Quantity Rate Plotting (Bond Paper) 24" x 36"$3.50 $0.00 Plotting (Bond Paper) 11"x 17"$2.50 $0.00 Plotting (Bond Paper) Other $1.50 $0.00 Color Printing/Copying 11"x 17"$0.75 $0.00 Color Printing/Copy 8 1/2" x14"$0.65 $0.00 Color Printing/Copy 8 1/2" x11"$0.60 $0.00 B&W Print/Copy 11" x 17"$0.70 $0.00 B&W Print/Copy 8 1/2" x 14"$0.60 $0.00 B&W Print/Copy 8 /12" x 11"$0.55 $0.00 USB $0.00 Recording Fee $0.00 Permits $0.00 Maintenance of Traffic $0.00 $0.00 Total Fee $46,170.00 Service Items 201-220 Service Items 101-117 679 Orlando Office Miami Office 601 N. Hart Boulevard NADIC 15291 NW 60th Avenue, Suite 106 Orlando, Florida 32818 Email: nadic@nadicinc.com Miami Lakes, Florida 33014 Phone: (407) 521-4771 Fax: (407) 521-4772 Phone: (305) 359-5740 May 30, 2023 Carollo 200 Robinson Street, Suite 1400 Orlando, FL. 32801 Attention: Mr. Brian Graham, PE. Chief Technologist / Vice President RE: Geotechnical Engineering Fee Proposal for City of Winter Springs East WRF Improvements NADIC Proposal No. PQ.GEO-CV23026 Dear Mr. Graham NADIC is pleased to submit this fee estimates to provide geotechnical engineering services for the proposed improvements to the City of Winter Springs East Water Reclamation Facility (WRF). The city plans to improve the Esat WRF with construction of the following major unit processes and structures: • Influent (headworks) structure • Odor control pad for headworks • Process basins (one three train basin with common walls) • Two secondary clarifiers • RAS/WAS pump station pad or structure • Splitter box for secondary clarifiers • A Disk filter structure • Two common walled chlorine contact tanks with a transfer pump station • Blower /electrical building • Operations/admin building • Miscellaneous chemical storage pads and pump stations NADIC services for this project will consist of providing geotechnical engineering services for each of the process facilities and structures, including evaluation of existing subsurface conditions, foundation design recommendations and construction considerations. Geotechnical Project Approach The geotechnical engineering services will be provided in general accordance with the Winter Springs Public Works and Utilities Department requirements and guidelines. The geotechnical evaluation will begin with a review of all available project information, and the proposed geotechnical exploration program. Additional resources include the Seminole County Soil Survey, published Geological Surveys and bulletins, historical geotechnical/boring information within the project area and any other pertinent information that could be provided by the owner, including construction records. We will also conduct a field reconnaissance to assess conditions with respect to the anticipated geotechnical exploration, foundation design and project construction. 680 Carollo May 30, 2023 Winter Springs East WRF Improvements NADIC Project No. PQ.GEO-CV23026 Page 2 of 5 NADIC The geotechnical project approach presented herein briefly discusses our understanding of the project based on the project scope provided via email dated May 24th 2023. We understand that some of the proposed processes/structures will be constructed within areas that are currently wooded. Access to these locations may require access creation to allow dry rigs for site exploration. Field reconnaissance trips will be conducted to evaluate maintenance of traffic (MOT) and property access concerns for the field exploration program. The field-testing program will include Standard Penetration Test (SPT) boring. NADIC will stake the boring and obtain utility clearance prior to field exploration. Visual classification of retrieved soil samples will be performed in the laboratory by a geotechnical engineer in accordance with ASTM Standards. The engineer would select specimens for laboratory testing, which would be expected to include soil-gradation analyses, organic-content tests, natural-moisture-content tests, and Atterberg limits test series. Scope of Geotechnical Services We understand the project will consist of providing design level geotechnical services for the proposed WRF improvements. Based on this assumption, our understanding of the proposed project and experience with similar projects, our scope of services is provided below: 1. Coordination with Design Project Manager and attend project meetings, if necessary. 2. Coordination of boring locations, including field reconnaissance. 3. Mobilization of and mud bug mounted drill rigs and men. 4. Provide maintenance of Traffic (MOT) during the drilling operations. 5. Perform an exploration program consisting of: a. Influent (headworks) structure: A total of two (2) Standard Penetration Test (SPT) borings to depth of 30 feet below existing grade. b. Odor control pad for headworks: One (1) SPT boring to a depth of 25 feet below existing grade. c. Process basins (one three train basin with common walls): Four (4) SPT borings to depth of 40 feet below existing grade. d. Two secondary clarifiers: Two (2) SPT borings to depth of 50 feet below existing grade. e. RAS/WAS pump station pad or structure: One (1) boring to a depth of 30 feet below existing grade. f. Splitter box for secondary clarifiers: One (1) boring to a depth of 40 feet below existing grade. g. A Disk filter structure: One (1) boring to a depth of 30 feet below existing grade. h. Chlorine contact tanks with a transfer pump station: Two (2) boring to depth of 30 feet below existing grade. i. Blower /electrical building: One (1) boring to a depth of 25 feet below existing grade. j. Operations/admin building: One (1) boring to a depth of 25 feet below existing grade. k. Miscellaneous chemical storage pads and pump station: One (1) boring to a depth of 25 feet below existing grade. 681 Carollo May 30, 2023 Winter Springs East WRF Improvements NADIC Project No. PQ.GEO-CV23026 Page 3 of 5 NADIC 6. Collect groundwater level measurement and estimate normal wet seasonal high groundwater level. 7. Perform visual soil classification as per ASTM D-3282 and D-2487. 8. Perform laboratory tests on selected representative soil samples. Laboratory test will include grain-size analyses, organic content, Atterberg limits, and moisture content tests. Based on the results of the field exploration and laboratory visual classification, geotechnical engineering assessments regarding site suitability for the improvements will be formulated. The report will include the following: 1. Review of readily available published geologic and topographic information, including the appropriate Quadrangle Map published by the United States Geological Survey (USGS), the "Soil Survey of Seminole County, Florida" published by the United States Department of Agriculture (USDA) Natural Resources Conservation Service (NRCS) and Site Historical geotechnical engineering reports and data 2. A Site Plan showing boring location 3. Report of Standard Penetration Test (SPT) Borings indicating the general subsurface conditions encountered at each proposed project site, noting any anomalies or features which could affect construction 4. Discuss groundwater conditions encountered and estimated seasonal high groundwater levels 5. Engineering evaluation of field and laboratory visual classification data as well as derivations of design soil parameters and an interpretation of the subsurface conditions with respect to the proposed maintenance construction 6. Discuss foundation system or alternative systems recommendation for consideration, including: a. Recommendation for allowable bearing pressures at the proposed bottom of the foundation elevations for shallow foundation. The reports shall include bearing pressures in terms of net allowable pressures. For purposes of this report, the net allowable bearing pressure is the ultimate pressure per unit area of the foundation that can be supported by the soil in excess of the pressure due to the surrounding soil at the foundation bearing level, divided by a factor of safety of 3 b. Recommendation for foundation types such as slabs on grade, shallow spread footings, or deep foundations c. If deep foundation is the preferred option, recommendation for capacity based on skin friction, end bearing or both, with corresponding factors of safety. Recommendation will include pile driving criteria and methods to verify pile capacity during construction as well as soil parameters for lateral load analysis of deep foundations d. Pipe trench and backfill recommendations, if applicable e. Removal or treatment of unsuitable soils, if applicable f. Use of on-site soils for controlled fill, including compaction density requirements and moisture content criteria for use throughout the project 7. Temporary excavations, including recommended slopes, critical heights, etc., based on soil types, if necessary. Recommendation should include lateral earth pressures for design of substructure and retaining walls. Lateral earth pressures for both active and at-rest, and drained and submerged conditions should be provided 8. Recommended design parameters for retaining structures including friction coefficients 682 Carollo May 30, 2023 Winter Springs East WRF Improvements NADIC Project No. PQ.GEO-CV23026 Page 4 of 5 NADIC and passive pressure (if applicable) for calculating resistance against sliding 9. Dewatering recommendations based on soil types and groundwater levels, if necessary 10. Backfill and bedding recommendation, including on site material suitability and availability. 11.Identification of critical design or construction details, including groundwater levels (seasonal fluctuations) and influence of construction on adjacent structures. 12.Submit draft and final geotechnical reports. The geotechnical investigations and analysis reports would contain the factual subsurface data including: the boring logs, detailed laboratory result sheets, and a summary of the laboratory data as well as evaluations and recommendations in the initial geotechnical report. The final evaluation shall be based on the actual design and shall consider both design parameters and constructability. If, in the opinion of the review professional, Consultant or CITY, additional geotechnical data is required for preparation of the final reports, the additional data shall be provided under an amendment to the subcontract. The final reports shall indicate the anticipated performance of the subsurface material to be encountered on the project both during and after construction, under the loading conditions, use, and types of excavations anticipated. Proposed roadway soil survey and pavement evaluation are not included in this proposal. Also, this proposal does not include investigation for potential possible soil and groundwater contamination. Cost Estimate In accordance with the proposed scope of services, we estimate the cost of Geotechnical Services to be $44,906.22 Additional work required beyond the scope of services not included in this proposal, or as caused by factors beyond NADIC's control, will be invoiced on a time and expense basis. Additional work will not be performed without prior authorization. We sincerely appreciate the opportunity of submitting this proposal, and look forward to working with you, Carollo and the City of Winter Springs. Please do not hesitate to contact the undersigned if you have any questions or if you need additional information. Sincerely, NADIC ENGINEERING SERVICES, INC. Godwin N. Nnadi, Ph.D., P.E. Principal Engineer Geotechnical\2023\CV23026 Winter Springs East WRF- May 30, 2023.pro Attachment: Geotechnical Fee Computation for East WRF Improvements – Time & Material 683 PQ.GEO-CV23026 ATTACHMENT A - COMPUTATION OF GEOTECHNICAL COST WINTER SPRINGS EAST WRF WINTER SPRINGS, FLORIDA Page 1 5/30/2023 WEST WEST TOTAL Component/Unit Description UNIT WRF QTY RATE WRF COST I. FIELD EXPLORATION: 1. Crew & Equipment Mobilization: Ea.0 $380.00 $0.00 $0.00 Ea.1.0 1 $550.00 $550.00 $550.00 Ea.0 $3,000.00 $0.00 $0.00 Ea.1.0 1 $750.00 $750.00 $750.00 Ea.2 2 $55.00 $110.00 $110.00 Ea.0 $120.00 $0.00 $0.00 Hr.0 $270.00 $0.00 $0.00 Ea.0 $6.00 $0.00 $0.00 Clearing Equipment Day 1 1 $2,400.00 $2,400.00 $2,400.00 Chainsaw Day 2 2 $70.00 $140.00 $140.00 712-MOT Support Vehicle Hr.32 32 $120.00 $3,840.00 $3,840.00 GPS Rental Day 1 1 $100.00 $100.00 $100.00 2. Standard Penetration Test Borings(ASTM D-1586): LF 580 580 $22.00 $12,760.00 $12,760.00 LF 0 $24.50 $0.00 $0.00 LF 0 $40.00 $0.00 $0.00 3. Field Permeability Tests: Ea.0 $371.00 $0.00 $0.00 4. Grout Boreholes: Truck/Mud Bug: 440-Geo Grout Boreholes - Truck/Mud Bug 0-50 Ft Hr.380 380 $9.50 $3,610.00 $3,610.00 441-Geo Grout Boreholes - Truck/Mud Bug 50-100 F Hr.0 $10.50 $0.00 $0.00 5. Site Reconnaissance/Field Coordination: a.- Engineer Hr.2 2 $98.34 $196.68 $196.68 b. - Senior Engineering Technician Hr.8 8 $74.00 $592.00 $592.00 6. CBR/LBR Sample Collection:Hr 0 $74.00 $0.00 $0.00 7 Pavement Coring:Ea.0 $280.00 $0.00 $0.00 Totals for Field Exploration $25,048.68 $25,048.68 II. LABORATORY TESTING: 1. Visual - Engineer hrs.6 6 $98.34 $590.04 $590.04 2. Grain Size Analysis: 822- Soils Particle Size Anlys AASHTO T88 (No Hy Ea.0 $120.00 $0.00 $0.00 812 -Soils Material Finer then 200 Sieve FM 1 Ea.23 23 $55.00 $1,265.00 $1,265.00 432-Geo Field Permeability 0-10 Ft Open-End Boreh 700-MOT Arrow Board/Advance Warning Vehicle 701-MOT Attenuator Truck/Energy Absorption Vehi 708-MOT Provide Channeling Devices - Cone 478-Geo SPT Truck/Mud Bug 0-50 Ft 479-Geo SPT Truck/Mud Bug 50-100 Ft 480-Geo SPT Truck/Mud Bug 100-150 Ft 603-Mobilization Asphalt Coring Equipment 612-Mobilization Drill Rig Truck Mount 610-Mobilization Drill Rig Track Mount 614-Mobilization Mudbug/All Terrain Vehicle 706-MOT Portable Sign Nadic Engineering Services, Inc. 601 N. Hart Blvd., Orlando, FL. 32818 Phone: 407 521 4771 Fax: 407 521 4772 684 PQ.GEO-CV23026 ATTACHMENT A - COMPUTATION OF GEOTECHNICAL COST WINTER SPRINGS EAST WRF WINTER SPRINGS, FLORIDA Page 2 5/30/2023 WEST WEST TOTAL Component/Unit Description UNIT WRF QTY RATE WRF COST 819-Soil Organic Content Ignition FM 1-T 267 Ea.8 8 $55.00 $440.00 $440.00 826-Soil Plastic Limit & Plasticity Index AASHTO T Ea.8 8 $55.00 $440.00 $440.00 811-Soil Liquid Limit AASHTO T89 Ea.8 8 $55.00 $440.00 $440.00 817-Soils Moisture Content Laboratory AASHTO T2 Ea.29 29 $18.50 $536.50 $536.50 805-Soils Corrosion Series FM 5-550 through 5-553 Ea.5 5 $215.00 $1,075.00 $1,075.00 810-California Bearing Ration/Soil Limerock Bearin Ea.0 $370.00 $0.00 $0.00 Totals for Laboratory Testing $4,786.54 $4,786.54 III. ENGINEERING AND TECHNICAL SERVICES: 1. Principal Engineer hrs.10 10 $214.35 $2,143.50 $2,143.50 2. Senior Project Manager hrs.0 0 $181.13 $0.00 $0.00 3. Senior Engineer hrs.24 24 $162.09 $3,890.16 $3,890.16 4. Engineer:hrs.45 45 $98.34 $4,425.30 $4,425.30 5. Senior Engineering Technician hrs.36 36 $74.00 $2,664.00 $2,664.00 6. Senior CADD/GIS Support hrs.20 20 $86.53 $1,730.60 $1,730.60 7. Secretarial/Clerical:hrs.4 4 $54.36 $217.44 $217.44 Totals for Engineering and Technical Services $15,071.00 $15,071.00 Totals for all Services $44,906.22 $44,906.22 Nadic Engineering Services, Inc. 601 N. Hart Blvd., Orlando, FL. 32818 Phone: 407 521 4771 Fax: 407 521 4772 685 Orlando Office Miami Office 601 N. Hart Boulevard NADIC 15291 NW 60th Avenue, Suite 106 Orlando, Florida 32818 Email: nadic@nadicinc.com Miami Lakes, Florida 33014 Phone: (407) 521-4771 Fax: (407) 521-4772 Phone: (305) 359-5740 May 30, 2023 Carollo 200 Robinson Street, Suite 1400 Orlando, FL. 32801 Attention: Mr. Brian Graham, PE. Chief Technologist / Vice President RE: Geotechnical Engineering Fee Proposal for City of Winter Springs West WRF Improvements NADIC Proposal No. PQ.GEO-CV23027 Dear Mr. Graham NADIC is pleased to submit this fee estimates to provide geotechnical engineering services for the proposed improvements to the City of Winter Springs West Water Reclamation Facility (WRF). The city plans to improve the Esat WRF with construction of the following major unit processes and structures: • Influent (headworks) structure • Odor control pad for headworks • Process basins (one three train basin with common walls) • Two secondary clarifiers • RAS/WAS pump station pad or structure • Splitter box for secondary clarifiers • A Disk filter structure • Two common walled chlorine contact tanks with a transfer pump station • Blower /electrical building • Operations/admin building • Miscellaneous chemical storage pads and pump stations NADIC services for this project will consist of providing geotechnical engineering services for each of the process facilities and structures, including evaluation of existing subsurface conditions, foundation design recommendations and construction considerations. Geotechnical Project Approach The geotechnical engineering services will be provided in general accordance with the Winter Springs Public Works and Utilities Department requirements and guidelines. The geotechnical evaluation will begin with a review of all available project information, and the proposed geotechnical exploration program. Additional resources include the Seminole County Soil Survey, published Geological Surveys and bulletins, historical geotechnical/boring information within the project area and any other pertinent information that could be provided by the owner, including construction records. We will also conduct a field reconnaissance to assess conditions with respect to the anticipated geotechnical exploration, foundation design and project construction. 686 Carollo May 30, 2023 Winter Springs West WRF Improvements NADIC Project No. PQ.GEO-CV23026 Page 2 of 5 NADIC The geotechnical project approach presented herein briefly discusses our understanding of the project based on the project scope provided via email dated May 24th 2023. We understand that some of the proposed processes/structures will be constructed within areas that are currently wooded. Access to these locations may require access creation to allow dry rigs for site exploration. Field reconnaissance trips will be conducted to evaluate maintenance of traffic (MOT) and property access concerns for the field exploration program. The field-testing program will include Standard Penetration Test (SPT) boring. NADIC will stake the boring and obtain utility clearance prior to field exploration. Visual classification of retrieved soil samples will be performed in the laboratory by a geotechnical engineer in accordance with ASTM Standards. The engineer would select specimens for laboratory testing, which would be expected to include soil-gradation analyses, organic-content tests, natural-moisture-content tests, and Atterberg limits test series. Scope of Geotechnical Services We understand the project will consist of providing design level geotechnical services for the proposed WRF improvements. Based on this assumption, our understanding of the proposed project and experience with similar projects, our scope of services is provided below: 1. Coordination with Design Project Manager and attend project meetings, if necessary. 2. Coordination of boring locations, including field reconnaissance. 3. Mobilization of and mud bug mounted drill rigs and men. 4. Provide maintenance of Traffic (MOT) during the drilling operations. 5. Perform an exploration program consisting of: a. Influent (headworks) structure: A total of two (2) Standard Penetration Test (SPT) borings to depth of 30 feet below existing grade. b. Odor control pad for headworks: One (1) SPT boring to a depth of 25 feet below existing grade. c. Process basins (one three train basin with common walls): Four (4) SPT borings to depth of 40 feet below existing grade. d. Two secondary clarifiers: Two (2) SPT borings to depth of 50 feet below existing grade. e. RAS/WAS pump station pad or structure: One (1) boring to a depth of 30 feet below existing grade. f. Splitter box for secondary clarifiers: One (1) boring to a depth of 40 feet below existing grade. g. A Disk filter structure: One (1) boring to a depth of 30 feet below existing grade. h. Chlorine contact tanks with a transfer pump station: Two (2) boring to depth of 30 feet below existing grade. i. Blower /electrical building: One (1) boring to a depth of 25 feet below existing grade. j. Operations/admin building: One (1) boring to a depth of 25 feet below existing grade. k. Miscellaneous chemical storage pads and pump station: One (1) boring to a depth of 25 feet below existing grade. 687 Carollo May 30, 2023 Winter Springs West WRF Improvements NADIC Project No. PQ.GEO-CV23026 Page 3 of 5 NADIC 6. Collect groundwater level measurement and estimate normal wet seasonal high groundwater level. 7. Perform visual soil classification as per ASTM D-3282 and D-2487. 8. Perform laboratory tests on selected representative soil samples. Laboratory test will include grain-size analyses, organic content, Atterberg limits, and moisture content tests. Based on the results of the field exploration and laboratory visual classification, geotechnical engineering assessments regarding site suitability for the improvements will be formulated. The report will include the following: 1. Review of readily available published geologic and topographic information, including the appropriate Quadrangle Map published by the United States Geological Survey (USGS), the "Soil Survey of Seminole County, Florida" published by the United States Department of Agriculture (USDA) Natural Resources Conservation Service (NRCS) and Site Historical geotechnical engineering reports and data 2. A Site Plan showing boring location 3. Report of Standard Penetration Test (SPT) Borings indicating the general subsurface conditions encountered at each proposed project site, noting any anomalies or features which could affect construction 4. Discuss groundwater conditions encountered and estimated seasonal high groundwater levels 5. Engineering evaluation of field and laboratory visual classification data as well as derivations of design soil parameters and an interpretation of the subsurface conditions with respect to the proposed maintenance construction 6. Discuss foundation system or alternative systems recommendation for consideration, including: a. Recommendation for allowable bearing pressures at the proposed bottom of the foundation elevations for shallow foundation. The reports shall include bearing pressures in terms of net allowable pressures. For purposes of this report, the net allowable bearing pressure is the ultimate pressure per unit area of the foundation that can be supported by the soil in excess of the pressure due to the surrounding soil at the foundation bearing level, divided by a factor of safety of 3 b. Recommendation for foundation types such as slabs on grade, shallow spread footings, or deep foundations c. If deep foundation is the preferred option, recommendation for capacity based on skin friction, end bearing or both, with corresponding factors of safety. Recommendation will include pile driving criteria and methods to verify pile capacity during construction as well as soil parameters for lateral load analysis of deep foundations d. Pipe trench and backfill recommendations, if applicable e. Removal or treatment of unsuitable soils, if applicable f. Use of on-site soils for controlled fill, including compaction density requirements and moisture content criteria for use throughout the project 7. Temporary excavations, including recommended slopes, critical heights, etc., based on soil types, if necessary. Recommendation should include lateral earth pressures for design of substructure and retaining walls. Lateral earth pressures for both active and at-rest, and drained and submerged conditions should be provided 8. Recommended design parameters for retaining structures including friction coefficients 688 Carollo May 30, 2023 Winter Springs West WRF Improvements NADIC Project No. PQ.GEO-CV23026 Page 4 of 5 NADIC and passive pressure (if applicable) for calculating resistance against sliding 9. Dewatering recommendations based on soil types and groundwater levels, if necessary 10. Backfill and bedding recommendation, including on site material suitability and availability. 11.Identification of critical design or construction details, including groundwater levels (seasonal fluctuations) and influence of construction on adjacent structures. 12.Submit draft and final geotechnical reports. The geotechnical investigations and analysis reports would contain the factual subsurface data including: the boring logs, detailed laboratory result sheets, and a summary of the laboratory data as well as evaluations and recommendations in the initial geotechnical report. The final evaluation shall be based on the actual design and shall consider both design parameters and constructability. If, in the opinion of the review professional, Consultant or CITY, additional geotechnical data is required for preparation of the final reports, the additional data shall be provided under an amendment to the subcontract. The final reports shall indicate the anticipated performance of the subsurface material to be encountered on the project both during and after construction, under the loading conditions, use, and types of excavations anticipated. Proposed roadway soil survey and pavement evaluation are not included in this proposal. Also, this proposal does not include investigation for potential possible soil and groundwater contamination. Cost Estimate In accordance with the proposed scope of services, we estimate the cost of Geotechnical Services to be $44,906.22 Additional work required beyond the scope of services not included in this proposal, or as caused by factors beyond NADIC's control, will be invoiced on a time and expense basis. Additional work will not be performed without prior authorization. We sincerely appreciate the opportunity of submitting this proposal, and look forward to working with you, Carollo and the City of Winter Springs. Please do not hesitate to contact the undersigned if you have any questions or if you need additional information. Sincerely, NADIC ENGINEERING SERVICES, INC. Godwin N. Nnadi, Ph.D., P.E. Principal Engineer Geotechnical\2023\CV23026 Winter Springs West WRF- May 30, 2023.pro Attachment: Geotechnical Fee Computation for West WRF Improvements – Time & Material 689 PQ.GEO-CV23027 ATTACHMENT A - COMPUTATION OF GEOTECHNICAL COST WINTER SPRINGS WEST WRF WINTER SPRINGS, FLORIDA Page 1 5/30/2023 WEST WEST TOTAL Component/Unit Description UNIT WRF QTY RATE WRF COST I. FIELD EXPLORATION: 1. Crew & Equipment Mobilization: Ea.0 $380.00 $0.00 $0.00 Ea.1.0 1 $550.00 $550.00 $550.00 Ea.0 $3,000.00 $0.00 $0.00 Ea.1.0 1 $750.00 $750.00 $750.00 Ea.2 2 $55.00 $110.00 $110.00 Ea.0 $120.00 $0.00 $0.00 Hr.0 $270.00 $0.00 $0.00 Ea.0 $6.00 $0.00 $0.00 Clearing Equipment Day 1 1 $2,400.00 $2,400.00 $2,400.00 Chainsaw Day 2 2 $70.00 $140.00 $140.00 712-MOT Support Vehicle Hr.32 32 $120.00 $3,840.00 $3,840.00 GPS Rental Day 1 1 $100.00 $100.00 $100.00 2. Standard Penetration Test Borings(ASTM D-1586): LF 580 580 $22.00 $12,760.00 $12,760.00 LF 0 $24.50 $0.00 $0.00 LF 0 $40.00 $0.00 $0.00 3. Field Permeability Tests: Ea.0 $371.00 $0.00 $0.00 4. Grout Boreholes: Truck/Mud Bug: 440-Geo Grout Boreholes - Truck/Mud Bug 0-50 Ft Hr.380 380 $9.50 $3,610.00 $3,610.00 441-Geo Grout Boreholes - Truck/Mud Bug 50-100 Hr.0 $10.50 $0.00 $0.00 5. Site Reconnaissance/Field Coordination: a.- Engineer Hr.2 2 $98.34 $196.68 $196.68 b. - Senior Engineering Technician Hr.8 8 $74.00 $592.00 $592.00 6. CBR/LBR Sample Collection:Hr 0 $74.00 $0.00 $0.00 7 Pavement Coring:Ea.0 $280.00 $0.00 $0.00 Totals for Field Exploration $25,048.68 $25,048.68 II. LABORATORY TESTING: 1. Visual - Engineer hrs.6 6 $98.34 $590.04 $590.04 2. Grain Size Analysis: 822- Soils Particle Size Anlys AASHTO T88 (No Hy Ea.0 $120.00 $0.00 $0.00 812 -Soils Material Finer then 200 Sieve FM 1 Ea.23 23 $55.00 $1,265.00 $1,265.00 603-Mobilization Asphalt Coring Equipment 612-Mobilization Drill Rig Truck Mount 610-Mobilization Drill Rig Track Mount 614-Mobilization Mudbug/All Terrain Vehicle 706-MOT Portable Sign 432-Geo Field Permeability 0-10 Ft Open-End Boreh 700-MOT Arrow Board/Advance Warning Vehicle 701-MOT Attenuator Truck/Energy Absorption Veh 708-MOT Provide Channeling Devices - Cone 478-Geo SPT Truck/Mud Bug 0-50 Ft 479-Geo SPT Truck/Mud Bug 50-100 Ft 480-Geo SPT Truck/Mud Bug 100-150 Ft Nadic Engineering Services, Inc. 601 N. Hart Blvd., Orlando, FL. 32818 Phone: 407 521 4771 Fax: 407 521 4772 690 PQ.GEO-CV23027 ATTACHMENT A - COMPUTATION OF GEOTECHNICAL COST WINTER SPRINGS WEST WRF WINTER SPRINGS, FLORIDA Page 3 5/30/2023 WEST WEST TOTAL Component/Unit Description UNIT WRF QTY RATE WRF COST 819-Soil Organic Content Ignition FM 1-T 267 Ea.8 8 $55.00 $440.00 $440.00 826-Soil Plastic Limit & Plasticity Index AASHTO T Ea.8 8 $55.00 $440.00 $440.00 811-Soil Liquid Limit AASHTO T89 Ea.8 8 $55.00 $440.00 $440.00 817-Soils Moisture Content Laboratory AASHTO T2 Ea.29 29 $18.50 $536.50 $536.50 805-Soils Corrosion Series FM 5-550 through 5-553 Ea.5 5 $215.00 $1,075.00 $1,075.00 810-California Bearing Ration/Soil Limerock Bearin Ea.0 $370.00 $0.00 $0.00 Totals for Laboratory Testing $4,786.54 $4,786.54 III. ENGINEERING AND TECHNICAL SERVICES: 1. Principal Engineer hrs.10 10 $214.35 $2,143.50 $2,143.50 2. Senior Project Manager hrs.0 0 $181.13 $0.00 $0.00 3. Senior Engineer hrs.24 24 $162.09 $3,890.16 $3,890.16 4. Engineer:hrs.45 45 $98.34 $4,425.30 $4,425.30 5. Senior Engineering Technician hrs.36 36 $74.00 $2,664.00 $2,664.00 6. Senior CADD/GIS Support hrs.20 20 $86.53 $1,730.60 $1,730.60 7. Secretarial/Clerical:hrs.4 4 $54.36 $217.44 $217.44 Totals for Engineering and Technical Services $15,071.00 $15,071.00 Totals for all Services $44,906.22 $44,906.22 Nadic Engineering Services, Inc. 601 N. Hart Blvd., Orlando, FL. 32818 Phone: 407 521 4771 Fax: 407 521 4772 691 December 11, 2023 City of Winter Springs Design and Construction Services for the East & West Wastewater Treatment Facilities 692 CAROLLO / 2 // Scope of Services More than just “a design scope” •Detailed Design Development •Permitting Assistance •Contractor Selection (CMAR – Construction Manager at Risk) •Contractor (CMAR) Coordination •Project Funding Support, Grant Research, and Grant Application •Community Outreach/Public Involvement •Asset Management •Engineering Services During Construction •In-Field Construction Inspection Services •Post -Construction Services (i.e., start-up of the treatment facilities and operational support) 693 CAROLLO / 3 updatefooter0323.pptx/3updatefooter0323.pptx/3// Scope of Services More than just the treatment basins •Wastewater treatment plants •Headworks, odor control, biological treatment basins, sludge pumping systems, clarifiers, tertiary filters, chlorine disinfection system, etc. •All associated site civil, electrical, structural, geotechnical, survey, and environmental work •Influent and effluent (reclaimed) pump stations •Associated transfer pump stations •Site storage •Chemical building •New electrical feed, distribution, and buildings •New standby generation system •Admin/operations building •Education area (for school field trips, community visits, etc.) •Parking lot, roads, stormwater, trees, etc. 694 CAROLLO / 4 updatefooter0323.pptx/4updatefooter0323.pptx/4// Build for Today, Plan for Tomorrow Provide New Wastewater Facilities that… •Are reliable •Operate efficiently •Meet current regulations (and can be modified to meet future regulations) •Align with the City’s growth and associated treatment needs (plans for future population growth) •Provide operational support to keep existing plants in compliance during construction of existing plants 695 CAROLLO / 5 // Schedule: a Phased/Overlapped Approach 1. Detailed Design o Begin at East WWTF with West WWTF to overlap/follow Phased design will allow for design efficiencies and savings 2. CMAR Procurement Early CMAR procurement allows for continued maintenance and operation of the existing WWTF challenges while the new facilities are designed and constructed 3. Permitting 4. Funding 5. Construction o Begin at East with West to overlap/follow Common design, common equipment  efficiencies and savings 696 CAROLLO / 6 // Engineering Cost Summary Project Phase/Task Total Cost % of Construction Cost* Design Development $ 6,277,918 7.0% Management, Permitting, CMAR Selection Process $ 1,086,897 1.2% Funding, Public Involvement $ 742,329 0.8% ”Design Services” Total $ 8,107,144 9% Engineering Services During Construction & Resident Inspection $ 3,415,121 3.8% Management, Funding, Public Involvement, Asset Management $ 780,468 0.9% ”Construction Services” Total $ 4,195,589 4.7% Contingency $ 615,357 Total Cost $ 12,918,090 14% *Based off an estimated construction cost of $90,000,000. 697 CAROLLO.COM Thank You! 698 CAROLLO / 8 updatefooter0323.pptx/8updatefooter0323.pptx/88 Build for today, plan for tomorrow 699 CAROLLO / 9 updatefooter0323.pptx/9updatefooter0323.pptx/9700 CAROLLO / 10 updatefooter0323.pptx/10updatefooter0323.pptx/1010701 CAROLLO / 11 updatefooter0323.pptx/11updatefooter0323.pptx/1111702