HomeMy WebLinkAbout2023 03 13 Regular 500 - Reclaimed System Disposal Evaluation • REGULAR AGENDA ITEM 500
,n m=ared CITY COMMISSION AGENDA I MARCH 13, 2023 REGULAR MEETING
1959
TITLE
Reclaimed System Disposal Evaluation
SUMMARY
Performance of the City's rapid infiltration basins (RIBS) are critical during wet weather
events when reclaimed water irrigation is in little demand. This project involves the
evaluation of the current condition of the City's RIB sites, including geotechnical
analysis, topographic survey, piping analyses, etc. The goal of this evaluation is to
confirm the current functional capacity of the RIBS, in comparison to the estimates
given in the permit, and provide subsequent recommendations to potentially improve
functional capacity. This project involves the use of geotechnical sub-consultant and
topographic/tree survey sub-consultant.
RECOMMENDATION
City staff is respectfully seeking approval by City Commission for the
Reclaimed System Wet Weather Disposal and Water Balance Evaluation and
to authorize the Interim City Manager and City Attorney to negotiate and
execute agreements related to this agenda item. The Reclaimed System
Disposal Evaluation will be led by Carolla Engineers, Inc. for a total fee
including all sub-contractors of$450,312.65.
296
•
U s d1
e
r Y
rn
N
•
0
0
J •
CD
O
0
O
R
U
• cn
• Q
Cz
• i O�
• (D
_>1
• L C�
• Q
cu • i
s��u • CC
O Cl- Cl)
°•, ° �U cel) U
cz cz QJ
U
0 E d CD
) cz cz O
A U ~ cz O
\N - Cl )
D cz
L— U
a)
W
'W
V!
W
QL ■
x • • •
a)cu
•
• •
cu
•
O '
•
C/) • • . •
n �
O
O � •
0 ' •
cu
U
z/jdd aweuaji j
rn
rn
' N
co
N � O O
cn O
_ � }, _ (6
:3 '� C: 7t:! T
N %v —
'� U) > .EZ 70 >
N 0 0 O N
L •
QU L
U) mO
O � � O QO
m -0 O m 4-jm Eto
(n � a) � �j •� N (6
tn . . � � p � � � T
aCD ca cn a) CM M
.L L �. U E ?> +� (�
cn
L
QL N0 O � � M .— M 0 .0
� � QLL � `22E E � �
� � D2
a
E
a)
to
4-0
U
4-
0 -
a)
a)
> r
O
.� _ £/jddaweuajij
O�*
O
M
a ,v
iP.
W W
U U
�L
�L L
L �
� T
`"
I r` � ■ t�." t �� dj'
U
� q
W f -
q/;dd oweuol!j
T-
40
M
W
O`
'c
cin
Ute}' O
0 Co
O QCL >
C: + Co m
ca
a�
U -a' 0
O
U•� L O m
'•C L
,max 0 N > �
w USN =3 U N �
.,_, m N O
i N a) N
> .N Q E C:
U O °o m � N cn � �, cn a)
co z' co � M U) � � N � � U) 0 U N
M 06 caca _ � L
O ^�' M m .L � O U O7 � m M (a
W � >O -0 O C " L O L_ a
}+ NOS > � — L O � � •Q � N
O L 0 a"'
a) O � (na- UJ p � UWUa_
om0 o (D w
(D u)
5/;dd oweuol!j
N
O
M
0 U Q
O 7o N m N
w cn
CD :t:f
N -1--j -1--j
0 U QO m
cn '>, cn E in +�
N N O ' 'U
Q cn
^ >., �
v "
cn cn (�
� E 0 � �
•0� U m .0- 0 — UE
cn m.0 E D 5
a � i � L
N Z u O
cn o >, E � _ � m p cin
a)
WC) NCDcina- •O•L � E
� m � � Z �
c
a)
c6
a
CL .00".
4-0
E.O
U
g/;dd oweuol!j
� z
� c
ca
H
0
M
Engineers...Working Wonders With Water® 200 East Robinson Street,Suite 1400,Orlando,Florida 32801
P.407.478.4642 F.407.478.4643
Exhibit A
City of Winter Springs
Reclaimed System Wet Weather Disposal/Water Balance Evaluation
February 2023
SCOPE OF SERVICES
GENERAL
The City of Winter Springs(CITY)owns and operates two water reclamation facilities(WRFs)and seven
associated reuse disposal sites. Four of these reuse disposal sites(Dayron, Mt.Greenwood, Site 17,and
Owasco)are rapid infiltration basins(RIBS),all rated at different capacities. Performance of the RIBS is
critical during wet weather events when reclaimed water irrigation is in little demand, as well as when
effluent quality does not meet public access reuse(PAR)standards.The catastrophic rain and winds
caused by Hurricane Ian in late September 2022 presented a challenge to the system. In order to better
plan for and improve the ability of the system,the CITY is requesting the evaluation of the condition of
the existing RIBS, including geotechnical analysis,topographic survey,conveyance hydraulics analysis,
etc.The goal of this evaluation is to confirm the current functional capacity of the RIBS, in comparison
to estimates given in the permit,and provide subsequent recommendations to potentially improve
functional capacity.The Oak Forest spray field site will also be evaluated for current functional capacity
and potential to increase this capacity/optimize the disposal site.
Additionally,the CITY is requesting completion of a system water balance evaluation to ensure wet
weather storage is adequate in times of extreme weather events.The water balance evaluation,as well
as the findings/recommendations following the RIB evaluations,will all be summarized in a Technical
Memorandum forthe City.
The CITY is also currently undergoing discussion with Duke Energy related to potential partial property
acquisition at the Oak Forest Spray Fields,a 40-acre restricted access spray field.The property
acquisition impacts the CITY's wet weather disposal/storage capacity and associated environmental
permits.The CITY is requesting engineering support services to evaluate the hydraulic disposal impacts
of the potential property acquisition and support in coordination with Duke Energy.
Carollo Engineers Inc.(CONSULTANT)will provide these engineering services to the CITY under the
terms of the Agreement for Continuing Civil Engineering Services—Water,Wastewater, Reclaimed
Water,and Stormwater Utility.This scope of services is an effort to provide an encompassing but not
all-inclusive list of duties and responsibilities that may be requested underthis task authorization.
WATER
OUR FOCUS
OUR BUSINESS
OUR PASSION
LO
0
M
City of Winter Springs
Reclaimed System Wet Weather Disposal/Water Balance Evaluation Scope of Services
Page 2
TASK 1—PROJECT MANAGEMENT AND QUALITY ASSURANCE/CONTROL
Task 1 includes aspects of project and quality management to provide effective delivery of the
PROJECT. Specific items included in Task 1 are detailed in the subtasks described below.
Task:L.3.—Project Management,Communications and Meetings
The CONSULTANT will provide overall project management and communication between its
staff, SUBCONSULTANTS and the CITY.The CONSULTANT will track and manage the
budget, projecttasks,and schedule.
The CONSULTANT will attend and manage project meetings.This project anticipates as-
needed progress meeting to be held in the allotted budgetto facilitate coordination, review
design modifications,and make decisions to keep the project moving forward.
The CONSULTANT will provide monthly progress reports that identify the work that has
been performed during the month and the work that is anticipated in the upcoming month.
These reports will be delivered as part of the monthly progress payment request.
Task 1.2—Quality Assurance/Control
The CONSULTANT will coordinate quality control and quality assurance review of the
project including review of design modification documents,QC of permit applications,and
oversight/facilitation of communication between the CITY and FDEP.
Tasks Deliverables:
• As-needed meeting agendas, presentations,and minutes(electronic)
• Monthly progress reports(pdf)
TASK 2—RIBS EVALUATION: SUB-CONSULTANT FIELD ASSESSMENT
Task 2 includes project aspects required by SUBCONSULTANTS to successfully complete the field
evaluation of the City's four RIB sites(Owasco, Dayron, Mt.Greenwood,and Site 17).Specific items
included in Task 2 are detailed in the subtasks described below.
Task z.s—Geotechnical Analysis(SUBCONSULTANT: Nadic Engineering Services, Inc. (NADIC))
NADIC services forthis project will consist of providing geotechnical engineering services for evaluation
of existing soils conditions for the City's four RIB sites.Some specific tasks under NADIC's scope of
work are included below. Please referto the attached SUBCONSULTANT scope forfull geotechnical
details.
• Geotechnical Review
o Review of Available Project Information
■ Published Geological Surveys(Seminole County Soil Survey,etc.)
■ Historical geotechnical/boring information within the project area
■ Construction records
■ Other available information
to
0
M
City of Winter Springs
Reclaimed System Wet Weather Disposal/Water Balance Evaluation Scope of Services
Page 3
o Geotechnical Exploration Program
■ Soil borings(within RIB cells and embankments)
■ Percolation tests
■ Groundwater level measurements
■ Laboratory tests on selected representative soil samples(grain-size
analyses, organic content,Atterberg limits,and moisture content
tests)
o Geotechnical Report
■ Draft and Final submissions
Note that the geotechnical conditions of the RIB sites are a key to the RIB condition and
performance,and this task will focus on assessing each individual RIB site/cell in orderto
better understand the existing conditions and to make recommendations for improvement
where necessary.
Task 2.2—Topographic and Tree Survey(SUBCONSULTANT: US Diversified, Inc. (L&S))
L&S services forthis project include performing a topographic and tree survey(including establishment
of survey controls,etc.)for the City's four RIB sites and the Oak Forest spray field. Some specific tasks
under L&S's scope of work are included below. Please refer to the attached SUBCONSULTANT scope
forfull survey details.
• Survey
o Topographic Survey
■ Data acquisition at a 5o-foot grid within the project limits, plus so
feet outside project limits; location an elevation of existing
improvements and visible above ground utilities
o Tree Survey
■ The location and description of all specimen trees,as required by
client,6-inches and larger
o Survey Deliverable
■ Survey in PDF and DWG formats
Note that the survey data will complement the geotechnical analysis. The survey data will
primarily focus on understand the existing grade around the RIB sites/Oak Forest spray field
site,along with provide an understanding for the useful area of each RIB cell. The data may
be utilized for future design plans and recommendations.
Task z Deliverables:
• NADIC's Geotechnical Report(draft and final submissions)
• Will also be included as an Appendix in the Technical Memorandum(Tasks)
ti
0
M
City of Winter Springs
Reclaimed System Wet Weather Disposal/Water Balance Evaluation Scope of Services
Page 4
• L&S's Topographic and Tree Survey(in pdf and .dwg formats)
• Will also be included as an Appendix in the Technical Memorandum(Tasks)
TASK 3—RIBS EVALUATION: CAROLLO ASSESSMENT
The CONSULTANT will also conduct engineering assessments at each of the four RIB sites(Owasco,
Dayron, Mt.Greenwood,and Site 17).Task 3 includes project aspects required by Carollo to successfully
complete the RIBS evaluation(both field and desktop)and provide associated rehabilitation
recommendations.Some specific items included in Task 3 are detailed in the subtasks described below.
Task 3.1—Site Assessment
This subtask will include the review of record documents and other available data.This will be followed
by site visits to all RIB sites to complete in-person site evaluations,condition assessments, etc. Some
specific items under this subtask include:
• Field Visits/Condition Assessment
o Review of available project information(record drawings,construction documents,
etc.)
o Data gathering
o Site assessments and field evaluations atthe RIB sites
■ Confirmation of appropriate berm slopes,emergency spillways,saddles,etc.
o Communication with FDEP and other regulatory entities
Task 3.z—Empirical Load Testing
Infiltration capacity can vary significantly across a RIB site due to localized differences in hydrogeology.
Under subtask 3.2,the CONSULTANT will work hand-in-hand with the CITY's operations team to
perform empirical load tests at all four RIB sites.Some specific items under this subtask include:
• Coordination with the CITY operations team to perform load testing
• Coordination with NADIC(SUB-CONSULTANT)to adjust geotechnical investigation,as
needed,to support field testing
• Monitoring of RIB and groundwater levels
Task 3.3—Conveyance Hydraulics Evaluation
This subtask includes evaluation of the reclaimed conveyance piping from the City's Water Reclamation
Facilities(WRF's)to the four RIB disposal sites. Maximum flow rates, pipe velocities, pumping
capabilities and additional parameters will be analyzed to determine flow conveyance and potential
upsizing needs, etc.This task may include limited field work within the allotted budget.Some specific
items under this subtask are listed in the below bullets:
• Review of the existing wastewater/reclaimed water model to analyze piping system and
pumping capabilities
o Identify site limitations(by facility)with the system and provide hydraulic
recommendations to optimize the system(recommendations to be included in a
Technical Memorandum,see Task 5)
00
0
M
City of Winter Springs
Reclaimed System Wet Weather Disposal/Water Balance Evaluation Scope of Services
Page 5
• Evaluation of the non-functional pressure control valves at Dayron and Owasco
• As-needed field evaluation
o Field confirmation of pipe sizes/configurations
o Field confirmation of pumping capacities(flow monitoring at WRF effluent pump
stations)
o Etc.
Task 3.4—Oak Forest Assessment
This subtask will include the review of record documents and other available data regarding the Oak
Forest site.This will be followed by site visits to the spray field to complete in-person site evaluations,
condition assessments, etc.Some specific items under this subtask include:
• Field Visits/Condition Assessment
o Review of available project information(record drawings,construction documents,
etc.)
o Data gathering
o Site assessments and field evaluations at the spray field
o Communication with FDEP and other regulatory entities
• Recommendations to increase permitted disposal capacity/optimize the site(the
recommendations will be included in the Technical Memorandum(see Task 5)
Please note that this subtask does not include re-permitting of the Oak Forest spray field site(for
increased disposal capacity).Task 7(As-Needed Minor Design/Construction/Permitting Support)can be
utilized if the CITY chooses to re-permit the site
Task3 Deliverables:
• Findings as part of Task 3 will be summarized in the Technical Memorandum (Task 5)
TASK 4—SYSTEM-WIDE WATER BALANCE EVALUATION
The CONSULTANT will inventory existing storage and disposal facilities in the CITY's system to confirm
existing and planned capacities. Historical wastewater flow data from the CITY's two WRFs will be
analyzed to determine typical trends(seasonal) in reclaimed water supply. Historical reuse demand
data will also be analyzed to determine typical and seasonal trends in customer demand patterns.
The CONSULTANT will develop a seasonal water balance analysis of the CITY's reclaimed water
system, both under existing water flow conditions,as well as through 2040 based on the CITY's existing
Wastewater/Reclaimed Water Master Plan.The water balance will incorporate observed short-term
(monthly or daily)temporal variability in reclaimed water supply and reuse demand,along with known
facility capacities(e.g.,storage volumes)to estimate the current and future behavior of the system.
Results from the water balance analysis will help determine the reliability of existing and project future
supply in meeting seasonal reuse demands, identify any predicted supply shortfalls during peak
demand periods, and estimate excess reclaimed water flows that will need to be managed,depending
on additional storage or disposal capacity.
C)
M
City of Winter Springs
Reclaimed System Wet Weather Disposal/Water Balance Evaluation Scope of Services
Page 6
The water balance will provide an understanding of the seasonal variation in treated effluent
wastewater(reclaimed water supply)that must be managed with storage and disposal options.The
CONSULTANT will identify and list potential management strategies and recommendations based on
the findings.Specific items included in Task 4 are detailed in the bullets below.
• Analysis of existing storage/disposal data(RIBS,sprayfields,storage facilities, reclaimed
irrigation,etc.)
o Record drawings
o Existing reports or studies
o FDEP documentation
• Analysis of system piping from the WRF's to each disposal/storage site using:
o The City's Wastewater/Reclaimed Water Hydraulic Model
o City's GIS
• As-needed field testing at disposal sites
• Recommendations for reclaimed infrastructure upgrades and improved maintenance practices
(recommendations to be included in a Technical Memorandum,see Task 5)
o i.e., installation of additional conveyance piping, interconnections, bypasses,etc.
Task Deliverables:
• Findings as part of Task 4 will be summarized in the Technical Memorandum(Task 5)
TASK 5—TECHNICAL MEMORADUM& RECLAIMED DISPOSAL OPERATING PROTOCOL
Following the completion of Tasks 2-4,the CONSULTANT will draft a Technical Memorandum(TM)to
summarize the findings of the RIBS and Water Balance evaluations,and discuss associated potential
recommendations. Under this task,the CONSULTANT will also draft an operating protocol for
reclaimed disposal,which will include emergency events, perthe CITY'S request following Hurricane
Ian.Some specific items included in Task 5 are detailed in the subtasks described below.
5.1—Technical Memorandum
The TM will include sections including, but not limited to:
• Introduction(Project Background, Report Organization, Scope Overview and Objectives of the
Project)
• Overview of Existing Reclaimed/Wastewater Disposal Sites
• Overview of Existing Reclaimed/Wastewater Storage Facilities
• RIBS Evaluation Results
o CONSULTANT's Evaluation
o NADIC's Geotechnical Analysis
o L&S's Topographic&Tree Survey
• Oak Forest Evaluation Results
o CONSULTANT's Evaluation
o L&S's Topographic survey
• As-Needed RIBS Rehabilitation Recommendations
C)
M
City of Winter Springs
Reclaimed System Wet Weather Disposal/Water Balance Evaluation Scope of Services
Page 7
• Conveyance Hydraulics Evaluation Results and Recommendations
• Water Balance Evaluation(Methods and Results)
• Additional Requirements/Information
• Appendices: NADIC's Geotechnical Report, L&S's Surveys,Carollo's Reclaimed Disposal
Operating Protocol(see subtask S.i)
5.2—Operational Protocol for Reclaimed Disposal(including emergency events)
The CONSULTANT will draft an operating protocol for reclaimed disposal.The operating protocol is to
include disposal scenarios for both the East and West WRF's in times of standard operation,as well as
emergency events.The operating protocol will also identify current limitations for reclaimed disposal
given the existing infrastructure(reclaimed piping, pumps,etc.).
Task Deliverables:
• Technical Memorandum
• Draft and Final Submissions(in PDFformat)
• Operating Protocol for Reclaimed Disposal(Standard and Emergency Events)
• Will also be included as an Appendix in the Technical Memorandum
TASK 6—DUKE ENERGY POTENTIAL PROPERTY ACQUISITION
The CITY is currently undergoing discussion with Duke Energy related to potential partial property
acquisition at the Oak Forest Spray Fields.The property acquisition impacts the CITY's wet weather
disposal/storage capacity and associated environmental permits.Under this Task,the CONSULTANT
will provide support services to evaluate the hydraulic disposal impacts of the potential property
acquisition and support in coordination with Duke Energy.Some specific items included in Task 6 are
listed in the bullets below:
• Meetings with Duke and continued communication
• Hydraulic impact evaluation
• Disposal offset analysis and coordination support
• Parcel analysis(may include review of available parcels with ability to offset Oak
Forest property)
• FDEP discussion
• Permitting revisions
• As-needed support based on disposal offset(additional disposal site design,
associated permitting,cost estimating)
Task 6 Deliverables:
• To be determined
M
City of Winter Springs
Reclaimed System Wet Weather Disposal/Water Balance Evaluation Scope of Services
Page 8
Task 7-AS-NEEDED MINOR DESIGN/CONSTRUCTION/PERMITTING SUPPORT
After completion and recommendations for improvements,specific design elements may be required.
While the scope of this task cannot yet be fully determined, it is anticipated that a limited amount of
design and construction support may be required to assist the CITY operations team.The scope of work
under this task is limited by the allotted task budget. It may include the use of SUBCONSULTANTS.
Some items that may be included in Task 7 are listed in the bullets below:
• Structural Improvements(Wekiva Engineering)
o Design for berms,spillways,and swale improvements
o Reject pond berm rehabilitation and strengthening
• Geotechnical Monitoring Wells(NADIC)
o Installation of RIB embankment monitoring wells(i-inch diameter five-slotted PVC,
installed to a depth of 15 feet—see attached SUBCONSULTANT scope)
• Construction oversight(CITY and SUBCONSULTANT coordination, as-needed construction
meetings,field visits,etc.)
• Public outreach and communication(meetings with CITY residents, FDEP,etc.)
o Re-permitting of Oak Forest spray field
Task?Deliverables:
• Limited Design Documents
CITY RESPONSIBILITIES
Because of the nature of this project,certain assumptions applyto this Scope of Services.To the extent
possible,these assumptions are stated within this document and are reflected in the budget. If the
project task requirements are different from the assumptions presented in this Scope of Services,or if
the CITY desires additional services,the resultant change in scope will serve as a basis for amending this
project assignment or initiating the development of a new project assignment as agreed to by both the
CITY and CONSULTANT.The following assumptions and CITY responsibilities apply to this project:
• The CONSULTANT shall be entitled to rely upon the accuracy of the data and information
supplied by the CITY without independent review or evaluation.
• The CITY shall attend all workshops and review meetings to maintain the progress of the
project according to the schedule.
• The CITY will provide the CONSULTANT with access to treatment facility for data gathering,
data validation and the design process.
• The CITY will assist with data collection and site testing as necessary, including accompanying
the CONSULTANT and leading operation of the facility.
• The CITY will provide all required information within the period established in the schedule
contained in this Scope of Services.The schedule is based on timely receipt of data and the bid
process from the CITY.The CITY shall review Draft deliverables and provide comments to the
CONSULTANT on a prompt basis.
N
r
M
City of Winter Springs
Reclaimed System Wet Weather Disposal/Water Balance Evaluation Scope of Services
Page 9
• The services to be performed by the CONSULTANT are intended solely for the benefit of the
CITY. No person or entity not a signatory to this Scope of Work shall be entitled to rely on the
CONSULTANT's performance of its services hereunder, and no right to assert a claim against
the CONSULTANT by assignment of indemnity rights or otherwise shall accrue to a third party
as a result of this Scope of Work or the performance of the CONSULTANT's services hereunder.
• In providing opinions of cost,financial analyses,economic feasibility projections,and schedules
for potential projects,the CONSULTANT has no control over cost or price of labor and material;
unknown or latent conditions of existing equipment or structures that may affect operation and
maintenance costs;competitive bidding procedures and market conditions;time or quality of
performance of third parties;quality,type, management,or direction of operating personnel;
and other economic and operational factors that may materially affect the ultimate project cost
or schedule.Therefore,CONSULTANT makes no warranty that the CITY's actual project costs,
financial aspects,economic feasibility, or schedules will not vary from CONSULTANT's
opinions,analyses, projections,or estimates.
SCHEDULE
The scope of services outlined in this task authorization will be performed for up to 12-months from
receipt of a purchase order or notice-to-proceed from the CITY.
PROJECT FEE
The compensation terms are based on a Fee Not-to-Exceed (NTE)basis with an upper limit of
$450,312.65 as shown in Exhibit B. Labor rates are based on the contract fee schedule shown in the
base contract.
M
T-
4 4
) \\
- �
�\ I
§;#
8: !:!@;
. I . . .
� \
� G\- ° •°�! , .�� , �
! } I
y\ I
)))` ° •�_,� , �,_ � _ _
\ (
�\(
El
\ \§) } \
\�
I E
\ /6 ] !
!!,
.2i
r
Cl)
NADIC
ENGINEERING
January 5, 2023
Carollo
200 Robinson Street, Suite 1400
Orlando,FL. 32801
Attention: Mr. Scott Richards,P.E.
Infrastructure Design Manager/Vice President
RE: Geotechnical Engineering Fee Proposal for
City of Winter Springs RIB Analysis
NADIC Proposal No. PQ.GEO-CV22036
Dear Mr. Richards:
NADIC is pleased to submit this fee estimates to provide geotechnical engineering services for
the proposed improvements to the following Winter Springs Rapid Infiltration Basins (RIB):
1. Owasco RIB, includes four (4) RIB cells located at the northeast quadrangle of Owasco
Street and Saranac Drive intersection,Winter Springs
2. Dayron RIB, includes five (5) RIB cells located at the northwest quadrangle of Shephard
Road and MacGregor Road Intersection, Winter Springs
3. Mt. Greenwood RIB, includes two (2) RIB cell located near the northwest quadrangle of
E. Bahama Road & Hayes Road intersection, and west of Starlight Baptist Church,
Winter Springs
4. Site 17 RIB, includes three (3) RIB cells located southeast quadrangle of East Bahama
Road and Shore Road.
We understood the City of Winter Springs wants to confirm the embankment soil materials and
the RIB soil conditions.
NADIC services for this project will consist of providing geotechnical engineering services for
replacement of existing maintenance ladder, including evaluation of existing soils conditions and
stair's foundation design recommendations. We understand that the stair foundation is anticipated to
be founded a shallow foundation.
Geotechnical ProieetApproaeh
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.
Orlando Office Miami Office
601 N.Hart Boulevard NADIC 15291 NW 60"'Avenue,Suite 106
Orlando,Florida 32818 Email:nadic a nadicinc.com Miami Lakes,Florida 33014
Phone:(407)521-4771 Fax:(407)521-4772 Phone:(305)359-5740
LO
T_
M
Cai•ollo January 5, 2023
Winter Springs RIBS
NADIC Proiect No. PO.GEO-CV22036 Page 2 of 4
The geotechnical project approach presented herein briefly discusses our understanding of the
project based on the project scope provided via emails dated September 14th and 21a, 2022, and
December 1St and 2nd 2022. We understand that the existing embankments are approximately
four (4) to six (6) feet high. The geotechnical task is to facilitate the design and preparation of
the RIB maintenance construction documents.
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 RIB 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 location, including field reconnaissance.
3. Mobilization of mud bug mounted drill rig and men.
4. Provide maintenance of Traffic(MOT)during the drilling operations.
5. Perform an exploration program consisting of-
a.
£a. Owasco RIB site: A total of four (4) RIB cells and 12 SPT borings. One (1) boring
per RIB cell to depth of 40 feet and eight (8) SPT borings at the existing
embankments to depth of 20 feet below existing ground surface. One (1) field
percolation rate test per RIB cell.
b. Dayron RIB site: A total of five (5) RIB cells and 15 SPT borings. One (1) boring
per RIB cell to depth of 40 feet and ten (10) SPT borings at the embankment to
depth of 20 feet below existing ground surface. One (1) field percolation rate test per
RIB cell.
c. Mt. Greenwood RIB site: A total of two (2)RIB cells and six(6) SPT borings. One
(1) boring per RIB cell to depth of 40 feet and four(4)borings at the embankment to
depth of 20 feet below existing ground surface.A total of two (2) field percolation
tests.
d. Site 17 RIB site: A total of three(3)RIB cells and nine (9) SPT borings. One(1)
boring per RIB cell to depth of 40 feet and six(6) SPT borings at the embankment to
depth of 20 feet below existing ground surface. One(1)field percolation rate test per
RIB cell.
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.
NADIC
to
r
M
Carollo January 5, 2023
Winter Springs RIBs
NADIC Project No. PQ.GEO-CV22036 Page 3 of 4
Based on the results of the field exploration and laboratory visual classification, a geotechnical
engineering assessment regarding site suitability for the development 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 Orange County, Florida" published by the United States Department of
Agriculture (USDA) Natural Resources Conservation Service (MRCS) and Site Historical
geotechnical engineering reports and data
2. A Site Plan showing boring location
3. Report of Standard Penetration Test (SPT) Boring indicating the general subsurface
conditions encountered at the 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/rock parameters and an interpretation of the subsurface
conditions with respect to the proposed maintenance construction
6. Temporary excavations, including recommended slopes, critical heights, etc., based on
soil types, if necessary
7. Embankment slope stability analyses
8. Embankment seepage analyses
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. This
assessment does not include contamination investigation of potential possible soil and
groundwater contamination.
Cost Estimate
In accordance with the proposed scope of services, we estimate the cost of Geotechnical Services
is as follows:
1. Owasco RIB site—Time & Material =$31,885.98
2. Dayron RIB site—Time & Material =$38,292.49
NADIC
ti
M
Carollo January 5, 2023
Winter Springs RIBs
NADIC Project No. PO.GEO-CV22036 Page 4 of 4
3. Mt. Greenwood RIB site—Time&Material = $20,520.74
4. Site 17 RIB site—Time&Material =$25,557.34
Total =$116,256.55
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
Geotechnicafl2021TV22036 Winter Springs RM-(January 4,2023).pro
Attachment:
Geotechnical Fee Computation for Owasco RIB—Time &Material
Geotechnical Fee Computation for Dayron RIB—Time &Material
Geotechnical Fee Computation for Mt. Greenwood RIB—Time&Material
Geotechnical Fee Computation for Site 17 RIB—Time &Material
NADIC
00
T_
M
PQ.GEO-CV22036.1 ATTACHMENT A-COMPUTATION OF GEOTECHNICAL COST Page 1
OWASCO RIB ANALYSIS 1215/2022
WINTER SPRINGS, FLORIDA
OWASCO I I JOWASCO TOTAL
Component/Unit DescriptionUNIT RIB QTY I RATE RIB COST
L FIELD EXPLORATION:
1. Crew&Equipment Mobilization:
603-Mobilization Asphalt Coring Equipment Ea. 0 $380.00 $0.00 $0.00
612-Mobilization Drill Rig Truck Mount Ea. 0 $550.00 $0.00 $0.00
610-Mobilization Drill Rig Track Mount Ea. 0 $3,000.00 $0.00 $0.00
614-Mobilization Mudbug/All Terrain Vehicle Ea. 1.0 1 $750.00 $750.00 $750.00
706-MOT Portable Sign Ea. 2 2 $55.00 $110.00 $110.00
700-MOT Arrow Board/Advance Warning Vehicle Ea. 0 $120.00 $0.00 $0.00
701-MOT Attenuator Truck/Energy Absorption Veh: Hr. 0 $270.00 $0.00 $0.00
708-MOT Provide Channeling Devices-Cone Ea. 0 $6.00 $0.00 $0.00
712-MOT Support Vehicle Hr. 28 28 $120.00 $3,360.00 $3,360.00
GPS Rental Day 1 1 $100.00 $100.00 $100.00
2. Standard Penetration Test Borings(ASTM D-1586):
478-Geo SPT Truck/Mud Bug 0-50 Ft LF 320 320 $22.00 $7,040.00 $7,040.00
479-Geo SPT Truck/Mud Bug 50-100 Ft LF 0 $24.50 $0.00 $0.00
480-Geo SPT Truck/Mud Bug 100-150 Ft LF 0 $40.00 $0.00 $0.00
3. Field Permeability Tests:
432-Geo Field Permeability 0-10 Ft Open-End Boreli Ea. 4 4 $371.00 $1,484.00 $1,484.00
4. Grout Boreholes: Truck/Mud Bug:
440-Geo Grout Boreholes-Truck/Mud Bug 0-50 Ft Hr. 320 320 $9.50 $3,040.00 $3,040.00
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. 6 6 $98.34 $590.04 $590.04
b. -Senior Engineering Technician Hr. 24 24 $74.00 $1,776.00 $1,776.00
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 $18,250.04 $18,250.04
Il. LABORATORY TESTING:
1.Visual-Engineer hrs. 4 4 $98.34 $393.36 $393.36
2. Grain Size Analysis:
822-Soils Particle Size Anlys AASHTO T88(No H: Ea. 16 16 $120.00 $1,920.00 $1,920.00
812 -Soils Material Finer then 200 Sieve FM 1 Ea. 0 $55.00 $0.00 $0.00
Nadic Engineering Services,Inc.
601 N.Hart Blvd.,
Orlando,FL.32818
Phone:407 521 4771
Fax:407 621 4772
an
T_
M
PQ.GEO-CV22036.1 ATTACHMENT A-COMPUTATION OF GEOTECHNICAL COST Page 2
OWASCO RIB ANALYSIS 12/5/2022
WINTER SPRINGS, FLORIDA
OWASCO JOWASCO TOTAL
Component/Unit Description UNIT RIB QTY RATE RIB COST
819-Soil Organic Content Ignition FM 1-T 267 Ea. 6 6 $55.00 $330.00 $330.00
826-Soil Plastic Limit&Plasticity Index AASHTO- Ea. 6 6 $55.00 $330.00 $330.00
811-Soil Liquid Limit AASHTO T89 Ea. 6 6 $55.00 $330.00 $330.00
817-Soils Moisture Content Laboratory AASHTO T. Ea. 16 16 $18.50 $296.00 $296.00
805-Soils Corrosion Series FM 5-550 through 5-553 Ea. 0 $215.00 $0.00 $0.00
810-California Bearing Ration/Soil Limerock Bearin Ea. 0 $370.00 $0.00 $0.00
Totals for Laboratory Testing $3,599.36 $3,599.36
III. ENGINEERING AND TECHNICAL SERVICES:
1. Principal Engineer hrs. 4 4 $214.35 $857.40 $857.40
2. Senior Project Manager furs. 0 $181.13 $0.00 $0.00
3. Senior Engineer hrs. 16 16 $162.09 $2,593.44 $2,593.44
4.Engineer: hrs. 40 40 $98.34 $3,933.60 $3,933.60
5. Senior Engineering Technician hrs. 18 18 $74.00 $1,332.00 $1,332.00
6. SeniorCADD/GIS Support hrs. 14 14 $86.53 $1,211.42 $1,211.42
7. Secretarial/Clerical: hrs. 2 2 $54.36 $108.72 $108.72
Totals for Engineering and Technical Services $10,036.58 $10,036.58
Totals for all Services $31,885.98 $31,885.98
Nadic Engineering Services,Inc.
601 N.Hart Blvd.,
Orlando,FL.32818
Phone:407 521 4771
Fax:407 521 4772
Q
N
M
PQ.GEO-CV22036.2 ATTACHMENT B-COMPUTATION OF GEOTECHNICAL COST Page 3
DAYRON RIB ANALYSIS 12/5/2022
WINTER SPRINGS, FLORIDA
JDAYRON JDAYRON TOTAL
Component/Unit Description UNIT RIB ' QTY I RATE RIB COST
I. FIELD EXPLORATION:
1. Crew&Equipment Mobilization:
603-Mobilization Asphalt Coring Equipment Ea. 0 $380.00 $0.00 $0.00
612-Mobilization Drill Rig Truck Mount Ea. 0 $550.00 $0.00 $0.00
610-Mobilization Drill Rig Track Mount Ea. 0 $3,000.00 $0.00 $0.00
614-Mobilization Mudbug/All Terrain Vehicle Ea. 1.0 1 $750.00 $750.00 $750.00
706-MOT Portable Sign Ea. 2 2 $55.00 $110.00 $110.00
700-MOT Arrow Board/Advance Warning Vehicle Ea. 0 $120.00 $0.00 $0.00
701-MOT Attenuator Truck/Energy Absorption VeIr Hr. 0 $270.00 $0.00 $0.00
708-MOT Provide Channeling Devices-Cone Ea. 0 $6.00 $0.00 $0.00
712-MOT Support Vehicle Hr. 30 30 $120.00 $3,600.00 $3,600.00
GPS Rental Day 1 1 $100.00 $100.00 $100.00
2. Standard Penetration Test Borings(ASTM D-1586):
478-Geo SPT Truck/Mud Bug 0-50 Ft LF 400 400 $22.00 $8,800.00 $8,800.00
479-Geo SPT Truck/Mud Bug 50-100 Ft LF 0 $24.50 $0.00 $0.00
480-Geo SPT Truck/Mud Bug 100-150 Ft LF 0 $40.00 $0.00 $0.00
3.Field Permeability Tests:
432-Geo Field Permeability 0-10 Ft Open-End Boreh Ea. 5 5 $371.00 $1,855.00 $1,855.00
4. Grout Boreholes: Truck/Mud Bug:
440-Geo Grout Boreholes-Truck/Mud Bug 0-50 Ft Hr. 400 400 $9.50 $3,800.00 $3,800.00
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. 6 6 $98.34 $590.04 $590.04
b. -Senior Engineering Technician Hr. 28 28 $74.00 $2,072.00 $2,072.00
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 $21,677.04 $21,677.04
II. LABORATORY TESTING:
1. Visual-Engineer hrs. 7 7 $98.34 $688.38 $688.38
2. Grain Size Analysis:
822-Soils Particle Size Anlys AASHTO T88 (No H: Ea. 20 20 $120.00 $2,400.00 $2,400.00
812 -Soils Material Finer then 200 Sieve FM 1 Ea. 0 $55.00 $0.00 $0.00
Nadic Engineering Services,Inc.
601 N.Hart Blvd.,
Orlando,FL.32818
Phone:407 521 4771
Fax:407 521 4772
T
N
M
PQ.GEO-CV22036.2 ATTACHMENT B-COMPUTATION OF GEOTECHNICAL COST Page 4
DAYRON RIB ANALYSIS 12/5/2022
WINTER SPRINGS, FLORIDA
DAYRON DAYRON TOTAL
Component/Unit Description UNIT RIS QTY RATE RIB COST
819-Soil Organic Content Ignition FM 1-T 267 Ea. 6 6 $55.00 $330.00 $330.00
826-Soil Plastic Limit&Plasticity Index AASHTO" Ea. 6 6 $55.00 $330.00 $330.00
811-Soil Liquid Limit AASHTO T89 Ea. 6 6 $55.00 $330.00 $330.00
817-Soils Moisture Content Laboratory AASHTO T: Ea. 18 18 $18.50 $333.00 $333.00
805-Soils Corrosion Series FM 5-550 through 5-553 Ea. 0 $215.00 $0.00 $0.00
810-California Bearing Ration/Soil Limerock Bearin Ea. 0 $370.00 $0.00 $0.00
Totals for Laboratory Testing $4,411.38 $4,411.38
III.ENGINEERING AND TECHNICAL SERVICES:
1. Principal Engineer hrs. 6 6 $214.35 $1,286.10 $1,286.10
2. Senior Project Manager hrs. 0 $181.13 $0.00 $0.00
3. Senior Engineer hrs. 18 18 $162.09 $2,917.62 $2,917.62
4. Engineer: hrs. 52 52 $98.34 $5,113.68 $5,113.68
5. Senior Engineering Technician hrs. 20 20 $74.00 $1,480.00 $1,480.00
6. Senior CADD/GIS Support hrs. 15 15 $86.53 $1,297.95 $1,297.95
7. Secretarial/Clerical: hrs. 2 2 $54.36 $108.72 $108.72
Totals for Engineering and Technical Services $12,204.07 $12,204.07
Totals for all Services $38,292.49 $38,292.49
Nadic Engineering Services,Inc.
601 N.Hart Blvd.,
Orlando,FL.32818
Phone:407 521 4771
Fax:407 521 4772
N
N
M
PQ.GEO-CV22036.3 ATTACHMENT C -COMPUTATION OF GEOTECHNICAL COST Page 5
MT. GREENWOOD RIB ANALYSIS 1215/2022
WINTER SPRINGS, FLORIDA
MT.GREENWOOD MT.GREENWO TOTAL
:]
Component/Unit Description I UNIT RIB JQTYI RATE RIB COST
I. FIELD EXPLORATION:
1. Crew&Equipment Mobilization:
603-Mobilization Asphalt Coring Equipment Ea. 0 $380.00 $0.00 $0.00
612-Mobilization Drill Rig Truck Mount Ea. 0 $550.00 $0.00 $0.00
610-Mobilization Drill Rig Track Mount Ea. 0 $3,000.00 $0.00 $0.00
614-Mobilization Mudbug/All Terrain Vehicle Ea. 1.0 1 $750.00 $750.00 $750.00
706-MOT Portable Sign Ea. 2 2 $55.00 $110.00 $110.00
700-MOT Arrow Board/Advance Warning Vehicle Ea. 0 $120.00 $0.00 $0.00
701-MOT Attenuator Truck/Energy Absorption Ve Hr. 0 $270.00 $0.00 $0.00
708-MOT Provide Channeling Devices-Cone Ea. 0 $6.00 $0.00 $0.00
712-MOT Support Vehicle Hr. 20 20 $120.00 $2,400.00 $2,400.00
GPS Rental Day 1 1 $100.00 $100.00 $100.00
2. Standard Penetration Test Borings(ASTM D-1586):
478-Geo SPT Truck/Mud Bug 0-50 Ft LF 160 160 $22.00 $3,520.00 $3,520.00
479-Geo SPT Truck/Mud Bug 50-100 Ft LF 0 $24.50 $0.00 $0.00
480-Geo SPT Truck/Mud Bug 100-150 Ft LF 0 $40.00 $0.00 $0.00
3.Field Permeability Tests:
432-Geo Field Permeability 0-10 Ft Open-End Bon Ea. 2 2 $371.00 $742.00 $742.00
4. Grout Boreholes: Truck/Mud Bug:
440-Geo Grout Boreholes-Truck/Mud Bug 0-50 F Hr. 160 160 $9.50 $1,520.00 $1,520.00
441-Geo Grout Boreholes-Truck/Mud Bug 50-10( Hr. 0 $10.50 $0.00 $0.00
5. Site Reconnaissance/Field Coordination:
a. -Engineer Hr. 4 4 $98.34 $393.36 $393.36
b. - Senior Engineering Technician Hr. 18 18 $74.00 $1,332.00 $1,332.00
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 $10,867.36 $10,867.36
It. LABORATORY TESTING:
1. Visual-Engineer hrs. 2 2 $98.34 $196.68 $196.68
2. Grain Size Analysis:
822-Soils Particle Size Anlys AASHTO T88 (No I Ea. 8 8 $120.00 $960.00 $960.00
812 -Soils Material Finer then 200 Sieve FM Ea. 0 $55.00 $0.00 $0.00
Nadic Engineering Services,Inc.
601 N.Hart Blvd.,
Orlando, FL.32818
Phone:407 521 4771
Fax:407 521 4772
M
N
M
PQ.GEO-CV22036.3 ATTACHMENT C-COMPUTATION OF GEOTECHNICAL COST Page 6
MT. GREENWOOD RIB ANALYSIS 12/5/2022
WINTER SPRINGS, FLORIDA
MT.GREENWOOD MT GRE T NWO TOTAL
Component/Unit Description UNIT RIB QTY RATE RIB COST
819-Soil Organic Content Ignition FM 1-T 267 Ea. 4 4 $55.00 $220.00 $220.00
826-Soil Plastic Limit&Plasticity Index AASHTC Ea. 4 4 $55.00 $220.00 $220.00
811-Soil Liquid Limit AASHTO T89 Ea. 4 4 $55.00 $220.00 $220.00
817-Soils Moisture Content Laboratory AASHTO' Ea. 8 8 $18.50 $148.00 $148.00
805-Soils Corrosion Series FM 5-550 through 5-55 Ea. 0 $215.00 $0.00 $0.00
810-California Bearing Ration/Soil Limerock Beari Ea. 0 $370.00 $0.00 $0.00
Totals for Laboratory Testing. $1,964.68 $1,964.68
III. ENGINEERING AND TECHNICAL SERVICES:
I. Principal Engineer hrs. 4 4 $214.35 $857.40 $857.40
2. Senior Project Manager hrs. 0 $181.13 $0.00 $0.00
3. Senior Engineer hrs. 12 12 $162.09 $1,945.08 $1,945.08
4. Engineer: hrs. 30 30 $98.34 $2,950.20 $2,950.20
5. Senior Engineering Technician hrs. 13 13 $74.00 $962.00 $962.00
6. Senior CADD/GIS Support hrs. 10 10 $86.53 $865.30 $865.30
7. Secretarial/Clerical: hrs. 2 2 $54.36 $108.72 $108.72
Totals for Engineering and Technical Services $7,688.70 $7,688.70
Totals for all Services $20,520.74 $20,520.74
Nadic Engineering Services,Inc.
601 N.Hart Blvd.,
Orlando,FL.32818
Phone:407 521 4771
Fax:407 521 4772
11
N
M
PQ.GEO-CV22036.4 ATTACHMENT D-COMPUTATION OF GEOTECHNICAL COST Page 7
SITE 17 RIB ANALYSIS 1215/2022
WINTER SPRINGS, FLORIDA
MT.GREENWOOD MT.GREENWO TOTAL
Component/Unit Description UNIT I RIB JQTV RATE RIB COST
�]
I. FIELD EXPLORATION:
1. Crew&Equipment Mobilization:
603-Mobilization Asphalt Coring Equipment Ea. 0 $380.00 $0.00 $0.00
612-Mobilization Drill Rig Truck Mount Ea. 0 $550.00 $0.00 $0.00
610-Mobilization Drill Rig Track Mount Ea. 0 $3,000.00 $0.00 $0.00
614-Mobilization Mudbug/All Terrain Vehicle Ea. 1.0 1 $750.00 $750.00 $750.00
706-MOT Portable Sign Ea. 2 2 $55.00 $110.00 $110.00
700-MOT Arrow Board/Advance Warning Vehicle Ea. 0 $120.00 $0.00 $0.00
701-MOT Attenuator Truck/Energy Absorption Ve Hr. 0 $270.00 $0.00 $0.00
708-MOT Provide Channeling Devices-Cone Ea. 0 $6.00 $0.00 $0.00
712-MOT Support Vehicle Hr. 22 22 $120.00 $2,640.00 $2,640.00
GPS Rental Day 1 1 $100.00 $100.00 $100.00
2. Standard Penetration Test Borings(ASTM D-1586):
478-Geo SPT Truck/Mud Bug 0-50 Ft LF 240 240 $22.00 $5,280.00 $5,280.00
479-Geo SPT Truck/Mud Bug 50-100 Ft LF 0 $24.50 $0.00 $0.00
480-Geo SPT Truck/Mud Bug 100-150 Ft LF 0 $40.00 $0.00 $0.00
3. Field Permeability Tests:
432-Geo Field Permeability 0-10 Ft Open-End Borf Ea. 3 3 $371.00 $1,113.00 $1,113.00
4. Grout Boreholes: Truck/Mud Bug:
440-Geo Grout Boreholes-Truck/Mud Bug 0-50 F Hr. 240 240 $9.50 $2,280.00 $2,280.00
441-Geo Grout Boreholes-Truck/Mud Bug 50-10( Hr. 0 $10.50 $0.00 $0.00
5. Site Reconnaissance/Field Coordination:
a. -Engineer Hr. 4 4 $98.34 $393.36 $393.36
b. - Senior Engineering Technician Hr. 20 20 $74.00 $1,480.00 $1,480.00
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 $14,146.36 $14,146.36
II.LABORATORY TESTING:
1.Visual-Engineer hrs. 3 3 $98.34 $295.02 $295.02
2. Grain Size Analysis:
822-Soils Particle Size Anlys AASHTO T88 (No I Ea. 12 12 $120.00 $1,440.00 $1,440.00
812 -Soils Material Finer then 200 Sieve FM Ea. 0 $55.00 $0.00 $0.00
Nadic Engineering Services,Inc.
601 N.Hart Blvd.,
Orlando,FL.32818
Phone:407 521 4771
Fax:407 521 4772
LO
N
M
PQ.GEO-CV22036.4 ATTACHMENT D-COMPUTATION OF GEOTECHNICAL COST Page 8
SITE 17 RIB ANALYSIS 12/5/2022
WINTER SPRINGS, FLORIDA
MT.GREENWOOD MT.GREENWO TOTAL
Component/Unit Description UNIT RIB QTY RATE1 RIB COST
819-Soil Organic Content Ignition FM 1-T 267 Ea. 5 5 $55.00 $275.00 $275.00
826-Soil Plastic Limit&Plasticity Index AASHTC Ea. 5 5 $55.00 $275.00 $275.00
811-Soil Liquid Limit AASHTO T89 Ea. 5 5 $55.00 $275.00 $275.00
817-Soils Moisture Content Laboratory AASHTO' Ea. 12 12 $18.50 $222.00 $222.00
805-Soils Corrosion Series FM 5-550 through 5-55 Ea. 0 $215.00 $0.00 $0.00
810-California Bearing Ration/Soil Limerock Beari Ea. 0 $370.00 $0.00 $0.00
Totals for Laboratory Testing $2,782.02 $2,782.02
III. ENGINEERING AND TECHNICAL SERVICES:
1. Principal Engineer hrs. 4 4 $214.35 $857.40 $857.40
2. Senior Project Manager firs. 0 $181.13 $0.00 $0.00
3. Senior Engineer his. 14 14 $162.09 $2,269.26 $2,269.26
4.Engineer: his. 33 33 $98.34 $3,245.22 $3,245.22
5. Senior Engineering Technician hrs. 15 15 $74.00 $1,110.00 $1,110.00
6. Senior CADD/GIS Support hrs. 12 12 $86.53 $1,038.36 $1,038.36
7. Secretarial/Clerical: hrs. 2 2 $54.36 $108.72 $108.72
Totals for Engineering and Technical Services $8,628.96 $8,628.96
Totals for all Services $25,557.34 $25,557.34
Nadic Engineering Services,Inc.
601 N.Hart Blvd.,
Orlando,FL.32818
Phone:407 521 4771
Fax:407 521 4772
co
N
M
NADIC
ENGINEERING
February 20,2023
Carollo
200 Robinson Street, Suite 1400
Orlando,FL. 32801
Attention: Ms. Meera A. Joshi,E.I.
RE: Geotechnical Engineering Fee Proposal for
Monitoring Well Installation Per Location
City of Winter Springs RIB Analysis
NADIC Proposal No. PQ.GEO-CV22036
Dear Ms. Joshi:
NADIC is pleased to submit this fee estimates to provide this cost estimate for installation of one
(1) monitoring well per location at any of the following Winter Springs Rapid Infiltration Basins
(RIB):
1. Owasco RIB, includes four (4) RIB cells located at the northeast quadrangle of Owasco
Street and Saranac Drive intersection, Winter Springs
2. Dayron RIB, includes five (5) RIB cells located at the northwest quadrangle of Shephard
Road and MacGregor Road Intersection, Winter Springs
3. Mt. Greenwood RIB, includes two (2) RIB cell located near the northwest quadrangle of
E. Bahama Road & Hayes Road intersection, and west of Starlight Baptist Church,
Winter Springs
4. Site 17 RIB, includes three (3) RIB cells located southeast quadrangle of East Bahama
Road and Shore Road.
We understood the monitoring shall be installed in the RIB's embankment soil materials and the
cost provided is per embankment. If multiple monitoring wells are to be completed the same
period, the drill rig equipment cost shall be only once; provided the monitoring wells are within
the same RIB location.
The estimated provided herein is only for well installation and does not include groundwater
monitoring.
Cost Estimate
In accordance with the proposed scope of services, we estimate the cost of installation is
$2,876.68.
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.
Orlando Office Miami Office
601 N.Hart Boulevard NADIC 15291 NW 60"Avenue,Suite 106
Orlando,Florida 32818 Email:nadic(a,nadicinc.com Miami Lakes,Florida 33014
Phone:(407)521-4771 Fax:(407)521-4772 Phone:(305)359-5740
ti
N
M
Carollo February 20, 2023, 2023
Winter Springs Monitoring Well Installation
NADIC Project No. PQ.GEO-CV22036.1 Page 2 of 2
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
Geotechnica1\2021TV22036 Winter Springs RIB-(Pebrnaiy 20,2023).pro
Attachment:
Geotechnical Fee Computation for Monitoring Well Installation per Rib Embankment—
Time& Material
NADIC
eD
N
M
PQ.GEO-CV22036.5 ATTACHMENT D-COMPUTATION OF GEOTECHNICAL COST Page 1
MONITORING WELL INSTALLATION PER WELL PER RIB 2120/2023
WINTER SPRINGS, FLORIDA
MONTORINGMONTORIN TOTAL
Component/Unit Description UNIT WELL QTY RATE WELL COST
L FIELD EXPLORATION:
1. Crew&Equipment Mobilization:
603-Mobilization Asphalt Coring Equipment Ea. 0 $380.00 $0.00 $0.00
612-Mobilization Drill Rig Truck Mount Ea. 0 $550.00 $0.00 $0.00
610-Mobilization Drill Rig Track Mount Ea. 0 $3,000.00 $0.00 $0.00
614-Mobilization Mudbug/All Terrain Vehicle Ea. 1.0 1 $750.00 $750.00 $750.00
706-MOT Portable Sign Ea. 0 $55.00 $0.00 $0.00
700-MOT Arrow Board/Advance Warning Vehicle Ea. 0 $120.00 $0.00 $0.00
701-MOT Attenuator Truck/Energy Absorption Ve Hr. 0 $270.00 $0.00 $0.00
708-MOT Provide Channeling Devices-Cone Ea. 0 $6.00 $0.00 $0.00
712-MOT Support Vehicle Hr. 5 5 $120.00 $600.00 $600.00
GPS Rental Day 0.5 0.5 $100.00 $50.00 $50.00
2. Monitoring Well Installationm:
Two-inch Monitoring Well(0-50 ft)-Truck Lf 15 15 $40.00 $600.00 $600.00
Two-inch Monitoring Well(50- 100 ft)-Truck Lf 0 0 $49.70 $0.00 $0.00
3. Well Development Hr. 1 1 $190.00 $190.00 $190.00
4. Equipment Decontamination Hr. 1 1 $190.00 $190.00 $190.00
5. Well Completion
Well Completion(flush mount) Ea. 1 1 $300.00 $300.00 $300.00
Well Completion(above ground) Ea. 0 $350.00 $0.00 $0.00
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 $2,680.00 $2,680.00
II. LABORATORY TESTING:
1. Visual-Engineer hrs. 0 $98.34 $0.00 $0.00
2. Grain Size Analysis:
822-Soils Particle Size Anlys AASHTO T88(No I Ea. 0 $120.00 $0.00 $0.00
812 -Soils Material Finer then 200 Sieve FM Ea. 0 $55.00 $0.00 $0.00
Nadic Engineering Services,Inc.
601 N.Hart Blvd.,
Orlando,FL.32818
Phone:407 521 4771
Fax:407 521 4772
an
N
M
PQ.GEO-CV22036.5 ATTACHMENT D-COMPUTATION OF GEOTECHNICAL COST Page 2
MONITORING WELL INSTALLATION PER WELL PER RIB 2/20/2023
WINTER SPRINGS, FLORIDA
MONTORING IMONTORINJ TOTAL
:]
lCoinponent/fJnit Description UNIT WELL QTY RATE WELL COST
819-Soil Organic Content Ignition FM 1-T 267 Ea. 0 $55.00 $0.00 $0.00
826-Soil Plastic Limit&Plasticity Index AASHTO Ea. 0 $55.00 $0.00 $0.00
81]-Soil Liquid Limit AASHTO T89 Ea. 0 $55.00 $0.00 $0.00
817-Soils Moisture Content Laboratory AASHTO ' Ea. 0 $18.50 $0.00 $0.00
805-Soils Corrosion Series FM 5-550 through 5-55 Ea. 0 $215.00 $0.00 $0.00
810-California Bearing Ration/Soil Limerock Beari Ea. 0 $370.00 $0.00 $0.00
Totals for Laboratory Testing $0.00 $0.00
III.ENGINEERING AND TECHNICAL SERVICES:
1. Principal Engineer hrs. 0 $214.35 $0.00 $0.00
2. Senior Project Manager firs. 0 $181.13 $0.00 $0.00
3. Senior Engineer hrs. 0 $162.09 $0.00 $0.00
4.Engineer: hrs. 2 2 $98.34 $196.68 $196.68
5. Senior Engineering Technician hrs. 0 $74.00 $0.00 $0.00
6. Senior CADD/GIS Support hrs. 0 $86.53 $0.00 $0.00
7. Secretarial/Clerical: hrs. 0 $54.36 $0.00 $0.00
Totals for Engineering and Technical Services $196.68 $196.68
Totals for all Services $2,876.68 $2,876.68
Nadic Engineering Services,Inc.
601 N.Hart Blvd.,
Orlando,FL.32818
Phone:407 521 4771
Fax:407 521 4772
0
M
M
L & S Diversified
Surveying and Mapping I Subsurface Utility Engineering I LiDAR
FASTER
February 9,2023 Revision 2
BETTER
Scott Richards
STRONGER Carollo
200 E. Robinson Street,Suite 1400
Orlando, FL 32801
Subject: City of Winter Springs RIB Topographic Survey
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
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 and Tree 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 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 4 site bench marks
to facilitate engineering for the project site.
Tree Survey: the location and description of all specimen trees as required by client 6-
inches and larger.
L&S Diversified,LLC
The topographic survey will be displayed at one foot contours and will be based on the
Principal North American Vertical Datum (NAVD)of 1988.
Sherry Lee Manor,PSM
489 SR 436,Suite 117
Casselberry,FL 32707
o 407.681.3836 Page 1 of 4
www.LSsurveyor.com
M
M
The Topographic Survey will be prepared in accordance with the State of Florida
FASTER 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
BETTER Statutes.
STRONGER Deliverables
Survey in pdf and dwg format.
Verify& Establish Survey Control/Ground Control Points
Existing survey control points will be identified and verified in accordance with the State
of Florida Standards of Practice,as set forth by the Board of Professional Surveyors and
Mappers, Chapter 5J-17, Florida Administrative Code and per Section 472.027, Florida
Statutes and the Table 01050-1 Minimum Survey Accuracies.
L&S Diversified shall establish additional horizontal and vertical ground control points
as needed to facilitate processing of the data collected by the drone.
Initial Base Flight and Data Processing
L&S Diversified will fly the site based on a pre-established flight plan. The flight plan
will be based on the shape and size of the project site and location of ground control
points. The drone will be unable to capture data in areas covered by trees,thick brush,
water, or man-made structures.
The data from the drone flight will be processed to create a 3D point cloud. The point
cloud will then be used to create a digital terrain surface model.
Deliverables
Civil 3D (dwg)file with topographic contour lines.
Specific Purpose Survey(Topographic Survey for Spray Field)
L&S Diversified will provide all labor, equipment and resources necessary to research,
locate and/or establish the required site control and perform a specific purpose survey.
Topographic Survey: RTK/GPS or conventional data acquisition at a 100-foot grid within
the project limits, plus 10 feet outside project limits; location and elevation of existing
improvements;and setting at least 4 site bench marks to facilitate engineering for the
project site.
The survey will be prepared in accordance with the State of Florida Standards of Practice
L&S Diversified,LLC Chapter 5J-17, Florida Administrative Code, as set forth by the Board of Professional
Principal Surveyors and Mappers, pursuant to Section 472.027, Florida Statutes.
Sherry Lee Manor,PSM
489 SR 436,Suite 117
Casselberry,FL 32707
o 407.681.3836 Page 2 of 4
www.LSsurveyor.coni
N
M
M
Z
Survey Contingency Allowance
FASTER L&S Diversified has provided a scope of services based on discussions with Carollo and
BETTER the City of Winter Springs. Due to the limited amount of information available during
preliminary discussions, a contingency allowance is being presented to be used only
STRONGER upon written Client approval to satisfy any unforeseen conditions that could arise during
the initial survey task. Such items could include additional topographic survey,
subsurface utility engineering(SUE) investigations, records research, or other additional
requests from the Client.
The Table A attached,summarizes the costs associated with this proposal. Please
review this information and let us know if you have any questions.
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.
Description Duration
Field Data Collection 8 Weeks
Office Drafting 4 Weeks
QA/QC 1 Week
Estimated Delivery of Survey from Notice to Proceed 13 Weeks
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 V 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
L&S Diversified,LLC or Underground Utility Location; Extensive Title Review and Plotting of Easements;
Offsite Surveys or Sketches;Vertical Topographic information unless outlined in this
Principal proposal; Requests by Third Parties (Buyer's Attorney,Seller's Attorney, Lender or
Sherry Lee Manor,PSM
Lender's Counsel, Real Estate Agents,Title Company Personnel,etc.)for additions,
489 SR 436,Suite 117
Casselberry,FL 37.707
0 407.681.3836 Page 3 of 4
www.LSsurveyor.com
M
M
M
deletions or revisions to be made to the survey drawings or maps before or after initial
FASTER submittal to client;Additional Meetings and Errands not covered herein which are
necessary to complete these specified tasks; Client-Authorized on-site instruction given
BETTER to field crew for extra field work not covered herein; Client-approved overtime;
Additional ALTA Table A Items.
STRONGER
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 February 9, 2023
Vice-President
L&S Diversified,LLC
Principal
Sherry Lee Manor,PSM
489 SR 436,Suite 117
Casselberry,FL 37.707
o 407.681.3836 Page 4 of 4
www.LSsurveyor.com
t
i k - 14 #
LL
m'. a
Alk
o
' O
J
_a
i
i
'r
' J
5` F :--{CayLlga,De _ �
• ` � /t nit �c-� � �'�� 'h �'r � �' sy�,+
cc
T — Se en a BI,vZi
•j41 .AA
^•J; v
�Aa
b
'1
lf�
Shepard�Rd
L
I m f
uj m
+ 1 ,
a a ra s
VA
i
C
O
C
O.
U
rn ,
Mal—
Olt
JO
40
c
kr s w
� A
N 7 • C]. _
CDO
• � t fa 1w•
—; — 1 ;
� rI
' 41
`'A f w
� o
OD
i .a •� 44 p' �� i{
i
Y.
i
r 7.,
-Alm,
40,
" ° Ll
4
a
�'4j "
Ak
lob
S
ZA
4r' -
O
O ,
ti
a �
k'
• L
LU
rnrn
�d
� 1.111
r
a)
M
M
v 0 0 0 0 0 LL o w( 0 0 0 0 0 0 0 0 0 o 0 0 0 0 o m 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 O O O
cr C lc�o N I i oC O m
76m a � m m � o! �n n m m 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0
O Q 0 0 0 V w O w N N 0 t0 O
= N l0 � 00 l0 N = m Ol lfl lD N m a0
N N O
N
O O �
L �
N � w
_ K
O � O
V1 O O
m =
a
m
o � o
o � o
v o 0
m =
a
`o
uo
m
v o 0 0 0 0 o v 0 0 0 0 0 0
v o 0 0 0 0 o w 0 0 0 0 0 0
0 0 0 o o o 0 0 0 0 0 0
v}1/T VT N N U? tD �O l0 l0 l0 O
n n r r r OJ
N
r O j O O j 0 0 0 0 0 0
QS O O 0 O m W m w 00 O
3 ~
O O
O N
a a
a
v 3 v o
N V
m v v v
ii U O d
W � i
o
Q m N m N
O O O 0 0 0 0 0 0
t0 N O o N V N O g N
N N
N
N
v a
V W
W
O j o O O 3 0 0 0 0 0 0
Ill oo O O Oco a: �O N 00 l0 N V
v? iA
m
3
v
u
v
v� a
o o 0 o o o o � o o 0 0 0 o 0
o 0 0 0 0 0 0 . 0 0 0 0 0 0 0
0 o a o o a oo o o N of v . o o ri
R = N tp a 1p o0 0 0 = .� f N m w o
N .-1 N -
N
�y C
L
3 a
v r
> c
a �
n ci
v v
m m
T T
w w
o
O Vt O G O �U O C
a.a a'a
E U j n u ,a j a g
i T
w T bD vt w T m w
u N w O
O
7 t0 I� O o o
8 op O N C
O O O N rl O O