Loading...
HomeMy WebLinkAbout2025 06 23 Consent 301 - Sheoah BLVD Water Main Replacement ProjectCONSENT AGENDA ITEM 301 CITY COMMISSION AGENDA | JUNE 23, 2025 REGULAR MEETING TITLE Sheoah Boulevard Water Main Replacement Project Engineering Services SUMMARY The City owns and operates a potable water treatment and distribution system consisting of groundwater supply wells, disinfection systems, and potable water lines that transmit treated drinking water to customers within its service area. The City intends to repave Sheoah Boulevard as part of its regular roadway resurfacing. However, an existing water main is located on the eastern side of Sheoah Boulevard with many areas of the water main located under or near the pavement surface. Previous investigation discovered the depth of the underlying water main is shallow in many of these areas, which would place the integrity of the pipeline at risk during the repaving process. There have been multiple failures of this main due to its condition and location. Therefore, prior to repaving this street, the City intends to design and construct a replacement water main along Sheoah Boulevard from W. State Road 434 to Shepard Road (approximately 1.3 miles). Staff recommends that Carollo Engineers provide all design, permitting, bidding and construction administration services for this project. FUNDING SOURCE The funding source for this project will be provided from 4th Generation Sales Tax revenue. During the midyear budget amendment the initial revenue that has been collected YTD of $708,000 was recognized. This project will be increasing the CIP expenditure budget in the amount of $345,960. This project is on the 4th Generation Sales Tax list. RECOMMENDATION Staff requests City Commission approval a task order for Carollo Engineers to provide design, permitting, bidding and construction administration services related to the Sheoah Boulevard Water Main Replacement Project in the amount of $345,955.33. In addition, requests an increase in the expenditure budget in the 4th generation sales tax division in the same amount from the revenues recognized YTD during the mid year budget amendment. 65 200 East Robinson Street, Suite 1400, Orlando, Florida 32801 P. 407.478.4642 F. 407.478.4643 City of Winter Springs Sheoah Blvd Water Main Replacement April 2025 SCOPE OF SERVICES GENERAL The City of Winter Springs (CITY) owns and operates a potable water treatment and distribution system consisting of groundwater supply wells, disinfection systems, and potable water lines which transmit treated drinking water to customers within its service area. The City intends to repave Sheoah Blvd as part of its regular roadway resurfacing. However, an existing water main is located on the eastern side of Sheoah Blvd with many areas of the water main located under or near pavement. Previous investigation indicates that water main is shallow in many of these areas, which puts the pipeline at risk during the repaving process. There have been multiple failures of this main due to its condition and location. Therefore, prior to repaving, the City intends to design and construct and replacement water main along Sheoah Blvd (from W. State Road 434 to Shepard Road). Carollo Engineers Inc. (CONSULTANT) will provide these engineering services to the CITY under the terms of the Agreement for Continuing Civil Engineering Services. This scope of services is an effort to provide an encompassing but not all-inclusive list of duties and responsibilities that may be requested from the CONSULTANT under this task authorization. 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 1.1 – Project Management and Communications The CONSULTANT will provide overall project management and communication between the SUBCONTRACTOR, CONTRACTOR, and the CITY. The CONSULTANT will track and manage the budget, project tasks, and schedule. Task 1.2 – Project Kickoff and Progress Meetings The CONSULTANT will facilitate a Kickoff Meeting to review the project, including the project tasks, schedule, lines of communication, and quality management procedures. The Kickoff Meeting will be a working meeting to discuss project needs, goals, and other items necessary to begin the project. 66 City of Winter Springs Sheoah Blvd Water Main Replacement Scope of Services Page 2 The CONSULTANT will conduct two (2) meetings throughout the project to inform City staff on the project’s progress, issues, findings, and recommendations. The agenda, meeting materials, meeting minutes, and action/decision logs for each meeting will be prepared by the CONSULTANT and distributed to all project stakeholders. Task 1.3 – Monthly Progress Reports The CONSULTANT will provide monthly progress reports that identify what work has been performed during the month and an itemized list of work anticipated to be completed in the upcoming month. These reports will be delivered as part of the monthly progress payment request. The project schedule will be updated monthly and delivered as part of the monthly progress reports. The CONSULTANT will maintain a Decision and Action Log that will be updated as part of each monthly progress report and delivered as part of the monthly progress report. Task 1.4 - Quality Assurance/ Control The CONSULTANT will coordinate quality control and quality assurance review of the project including review of all deliverables, and oversight/facilitation of communication. Task 1 Deliverables:  Meeting agenda and supplemental materials (electronic)  Meeting minutes (electronic pdf)  Monthly progress reports (electronic pdf)  Monthly schedule updates (electronic pdf)  Monthly decision and action log (electronic pdf) TASK 2 – FIELD INVESTIGATION This task will include topographic survey services, subsurface utility engineering, and geotechnical services. Task 2.1 – Topographic Survey L&S Diversified (SURVEYOR) will provide the topographic survey services. Some portions of the route were previously surveyed during the investigation effort. However, it is intended to survey the Northern portion of Sheoah Blvd that was not previously surveyed. The two topographic surveys must be combined to provide one complete survey for the entire project area. The base scope of services includes survey of the eastern right of way from edge of pavement to the edge of right of way. The SURVEYOR’s proposal is in Exhibit B. The CONSULTANT will review survey data collected for completeness and accuracy in supporting the design and provide a copy of the survey results to the CITY. The SURVEYOR will obtain the MOT permit for lane closures during the survey (as necessary). 67 City of Winter Springs Sheoah Blvd Water Main Replacement Scope of Services Page 3 It is assumed that the previous survey as well as the survey scoped above shall be sufficient for design, however, a contingency fee for additional survey has been added to the proposal. This contingency will be used to further improve the design should any connections need to be expanded on. Additional survey conducted under the contingency will be reviewed and approved by the CITY before services are rendered. The CONSULTANT will:  Coordinate with the SURVEYOR to define project extent and locate soft dig and geotechnical boring locations to tie into the survey.  Review the survey and associated materials from the SURVEYOR to facilitate the design.  SURVEYOR coordination and QA/QC. Task 2.2 – Subsurface Utility Engineering SURVEYOR will identify and mark the subsurface utilities and verify the utility locations as well as characteristics of the water line. Locations of the utilities will be determined via test holes utilizing plan and profile view drawings. It is estimated that up to twenty-five (25) test holes will be performed, though all test holes may not be performed. The CITY will not receive invoicing for test holes not performed. SURVEYOR’s proposal for these services is provided in Exhibit B. The CONSULTANT will review results collected for completeness and accuracy in supporting the design and provide a copy of results to the CITY. The SURVEYOR will obtain the MOT permit for lane closures during the subsurface utility engineering (as necessary). Task 2.3 – Geotechnical Services Nadic Engineering Services (GEOTECH) will provide the required geotechnical services. One boring will be completed approximately every 500 linear feet. It is estimated that up to 15 soil borings will be performed. GEOTECH’s proposal for these services is provided in Exhibit C. The CONSULTANT will review the geotechnical data collected for completeness and accuracy in supporting the final design and provide the CITY with the final geotechnical report. The CONSULTANT will:  Coordinate with GEOTECH to define project extent, proposed location of water main, and location of different construction activities and pipe installation methodologies.  Review the geotechnical engineering report and incorporate recommendations and findings regarding soil and groundwater conditions into the design.  Review the draft and final geotechnical report for consistency and accuracy of reporting.  GEOTECH coordination and QA/QC. 68 City of Winter Springs Sheoah Blvd Water Main Replacement Scope of Services Page 4 Task 2 Deliverables:  Topographical survey results (electronic pdf)  Subsurface utility engineering results (electronic pdf)  Geotechnical report (electronic pdf) TASK 3 – Design This task provides for preparation of project bid documents, including plans and specifications. The design is for the replacement of the existing watermain along Sheoah Blvd. The design limits for this project will be run parallel to the east side of Sheoah Blvd. beginning at W. State Road 434, as the southern limit, and approximately fifty (50) feet north of Shepard Rd. in Winter Springs. Task 3.1 – 60% Design Documents CONSULTANT will generate draft construction plans and specifications for the construction of the new water main pipe and abandonment of the existing water main pipe. The plan will depict all located underground utilities and other potential conflicts in the vicinity of the proposed water main route. The plan will also include transfer of services and connections to the existing mains. At the end of the 60% document completion, CONSULTANT will assemble and submit contract documents to the CITY for review. One review meeting will be held to discuss City comments on the design documents. Task 3.2 – 90% Design Documents CONSULTANT will revise documents in accordance with 60% review comments provided by the City. Prepare design documents to a 90% completion level. Prepare an opinion of probable construction cost for the approved 90% drawings and technical specifications. At the end of the 90% document completion, CONSULTANT will assemble and submit contract documents to the CITY for review. One review meeting will be held to discuss City comments on the design documents. Task 3.3 – 100% Design Documents CONSULTANT will revise documents in accordance with 90% review comments provided by the City. Prepare final design documents to a 100% completion level. Prepare an opinion of probable construction cost for the approved 100% drawings and technical specifications. 69 City of Winter Springs Sheoah Blvd Water Main Replacement Scope of Services Page 5 Task 3 Deliverables:  60%, 90%, and 100% design plans and specifications for review (electronic pdf )  100% signed and sealed drawings at bid (electronic pdf)  100% signed and sealed specifications (electronic pdf)  Opinion of probable construction cost for 60% and 90% (electronic pdf)  Meeting minutes (electronic pdf) TASK 4 – Permitting Services Permitting services includes preparation and submittal of project related permit applications and support documentation required for construction and operation of the water main installation. Task 4.1 – FDEP Permit CONSULTANT will prepare and submit the general permit for construction of water main extensions for public water systems application. Includes up to one (1) request for additional information (RAI). The CITY will be responsible for paying the FDEP permit application fee. Task 4.2 – City Right-of-Way Permit CONSULTANT will prepare and submit City ROW permit application. Includes up to one (1) request for additional information (RAI). The CITY will be responsible for paying the City ROW application fee. Task 4 Deliverables:  FDEP Permit Application  City ROW Permit Application TASK 5 – Bidding Services This task includes services to be provided during the pre-bid and bidding period. Task 5.1 – Issued for Bid Documents CONSULTANT will prepare and submit electronic Issued for Bid documents, based on purchasing department requirements. 70 City of Winter Springs Sheoah Blvd Water Main Replacement Scope of Services Page 6 Task 5.2 – Pre-Bid Meeting CONSULTANT will attend one pre-bid meeting to answer contractor questions. Up to two (2) technical narratives to form addenda(s) will be prepared for issuance by CITY. The CITY will be responsible for organizing the pre-bid meeting and providing the meeting space. Task 5.3 – Conformed Documents CONSULTANT will prepare and submit conformed documents, including clarifications and revisions issued through addenda and the Contractor’s executed documents. Up to two (2) full size signed and sealed conformed drawings and project manuals and three (3) half size sets of conformed drawings will be provided. A digital set of conformed documents will also be provided. Task 5 Deliverables:  Issued for bid documents (electronic pdf)  Pre-bid meeting minutes (electronic pdf)  Conformed documents (electronic pdf, 2 full size, and 3 half-size hard copies) TASK 6 – Construction Administration This task includes services to be provided during the construction period. Task 6.1 – Services During Construction The following services are for the construction of a new water main and abandonment of asbestos cement water main along the eastern side of Sheoah Blvd. CONSULTANT’s construction phase services are based upon an eight (8) month construction contract time including the following tasks:  Attend pre-construction conference and distribute Conformed Contract Documents.  Provide construction inspection services. The inspector will be onsite a minimum of 6 hours per week for the duration of the project construction.  Review shop drawings and product submittals for conformance with the Contract Documents and maintain a log of submittals.  Review and respond to up to five (5) Contractor’s requests for information (RFI) and maintain a log of RFIs.  Attend up to eight (8) monthly construction progress meetings. Meeting minutes to be provided and distributed by the Contractor. 71 City of Winter Springs Sheoah Blvd Water Main Replacement Scope of Services Page 7  Conduct eight (8) site overview visits, to be completed on the same day as the construction progress meeting to observe construction activity. Communicate any concerns with the CITY.  Provide part-time Resident Project Representative services estimated at one (1) hour a week work the estimated eight (8) months of construction.  Assist the CITY with preparing up to one (1) change order. Review the proposed change order for scope and increases/decreases to contract price and contract time.  Conduct a substantial and final completion inspection with the CITY. Review punch list(s) to be submitted to the Contractor.  Prepare record drawings based on as-built drawings and information provided by the Contractor’s licensed surveyor. Two (2) hard copies of signed and sealed as-built drawings are to be provided along with a digital AutoCAD file by the Contractor to the CONSULTANT for review and use in record drawing preparation. The CONSULTANT will then provide two (2) sets of prints of the record drawings and an electronic PDF file of the record drawings to the CITY.  Prepare documents to obtain approval for release of the water main for use. Task 6 Deliverables:  RFI responses (electronic pdf)  Shop drawing reviews (electronic pdf)  Record drawings (electronic pdf and two hard copies) TASK 7 – As-Needed Additional Services Task 7.1 – As-Needed Services The purpose of this task is to provide an as-needed budget to respond to additional requests related to this scope of work. These services will assist the CITY in additional planning and/or design of the project. Additional services include but are not limited to additional meetings, data collection, COUNTY coordination, design services, bidding services, additional survey coordination, and construction services. This task will be utilized on an as-needed basis as approved from the CITY. 72 City of Winter Springs Sheoah Blvd Water Main Replacement Scope of Services Page 8 CITY RESPONSIBILITIES Because of the nature of this project, certain assumptions apply to 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 facilities 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.  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.  Note that there is inherent risk during any field investigation effort, especially when locating aged underground pipelines of unknown condition. All investigation completed by the CONSULTANT team will be “non-invasive”, but soft digs may expose pipe which is already at risk. The CITY shall coordinate with the CONSULTANT during investigation. If any system or piping failures occur during investigation, the CITY will be responsible in handling repairs and recovery. The CONSULTANT and its team will not be liable or responsible for failures which occur during field investigation.  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. 73 City of Winter Springs Sheoah Blvd Water Main Replacement Scope of Services Page 9  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 18 months from receipt of a purchase order or notice-to-proceed from the CITY. PROJECT FEE The compensation terms are based on a Lump Sum and an Hourly Not-to-Exceed basis with an upper limit of $345,955.33 as shown in Exhibit A. Labor rates are based on the contract fee schedule shown in the base contract. 74 EXHIBIT A 75 City of Winter Springs EXHIBIT A Sheoah Blvd Water Main Replacement 4/22/2025 Budget Task Project Role No.Task Description Staff Category Principal Professional Lead Project Professional ESVII Project Professional ES VI Proj Prof ES IV Assistant Professional ES II Senior Technician ET VIII Technician ET III Word Processing Total Hours L&S Diversified Nadic Engineering Services $340.00 $266.00 $244.00 $205.00 $156.00 $205.00 $120.00 $105.00 1 Project Management and QA/QC 12 30 28 0 24 0 0 12 0 $23,896.00 $1,000.00 $0.00 $0.00 $24,896.00 Lump Sum 1.1: Project Management and Communications 6 16 $5,944.00 $5,944.00 1.2: Project Kickoff and Progress Meetings 6 6 6 12 $6,972.00 $6,972.00 1.3: Monthly Progress Reports 0 6 12 12 $4,596.00 $4,596.00 1.4: Quality Assurance/ Control 24 $6,384.00 $6,384.00 2 Field Investigation 4 0 16 0 32 0 0 0 0 $10,256.00 $0.00 $34,340.00 $23,857.33 $68,453.33 Lump Sum 2.1: Topographic Survey 1 4 8 $2,564.00 $14,698.00 $17,262.00 2.2: Subsurface Utility Engineering 1 4 8 $2,564.00 $19,642.00 $22,206.00 2.3: Geotechnical Services 2 8 16 $5,128.00 $23,857.33 $28,985.33 3 Design 28 106 48 48 144 76 156 48 0 $121,072.00 $0.00 $0.00 $0.00 $121,072.00 Lump Sum 3.1: 60% Design Documents 16 60 24 24 80 40 80 24 $64,976.00 $64,976.00 3.2: 90% Design Documents 8 30 16 16 40 20 40 16 $34,704.00 $34,704.00 3.3: 100% Design Documents 4 16 8 8 24 16 36 8 $21,392.00 $21,392.00 4 Permitting Services 3 6 4 0 12 4 0 6 0 $6,914.00 $0.00 $0.00 $0.00 $6,914.00 4.1: FDEP Permit 2 4 2 8 2 4 $4,310.00 $4,310.00 4.2: City Right-of-Way Permit 1 2 2 4 2 2 $2,604.00 $2,604.00 5 Bidding Services 8 28 20 32 0 8 16 8 0 $26,008.00 $0.00 $0.00 $0.00 $26,008.00 Lump Sum 5.1: Issued for Bid Documents 2 12 8 12 4 8 4 $10,484.00 $10,484.00 5.2: Pre-Bid Meeting 4 4 4 8 $5,040.00 $5,040.00 5.3. Conformed Documents 2 12 8 12 4 8 4 $10,484.00 $10,484.00 6 Construction Administration 8 40 40 24 240 0 0 0 0 $65,480.00 $0.00 $0.00 $0.00 $65,480.00 NTE 6.1: Services During Construction 8 40 40 24 240 $65,480.00 $65,480.00 7 As-Needed Additional Services 4 16 24 0 40 0 0 4 0 $18,132.00 $0.00 $15,000.00 $0.00 $33,132.00 NTE 4 16 24 40 4 $18,132.00 $15,000.00 $33,132.00 TOTALS 67 226 180 104 492 88 172 78 0 $271,758.00 $1,000.00 $49,340.00 $23,857.33 $345,955.33 Lump Sum SubconsultantsCostHoursPM Billing MethodTask Total Labor Hours and Costs Other Direct Costs ExpensesInvestigation / Support CADQAQC Doc ProcessSupportTech Lead CAD 76 EXHIBIT B 77 January 20, 2025 SHEOAH WATER MAIN Proposal for Surveying and Mapping Services Dear Meera, We appreciate your consideration of L&S Diversified, LLC to provide professional surveying services for the above-mentioned project. Below we have outlined the scope of services, cost, and schedule for the project. Project Understanding To assist Carollo in the design for the AC Water Main Replacement Scope L&S will perform Subsurface Utility Excavations-Quality Level “A” test holes at locations determined by the client along Sheoah Blvd, from SR434 to Shepard Rd; this scope includes a total of up to 25 test holes, consisting of up to 20 soft excavation locations and up to 5 hard excavation locations. Additionally, we will deliver a Topographic Survey and Subsurface Utility Designation-Quality Level “B” on an area along the intersection of Sheoah Boulevard and Shepard Road as designated by the client, see Exhibit A-Survey Limits. A contingency option for additional survey items that might be required will be established for up to $15,000. Attachments and Exhibits - Exhibit A-Survey Limits - Proposal Fee Table To Meera McKie, PE Engineer Carollo 200 E Robinson St, Ste 1400 Orlando, FL 32801 (407) 455-3798 78 SURVEYING SCOPE OF SERVICES L & S Diversified will provide all labor, equipment and resources necessary to provide the following scope of services. Survey Control L & S will establish horizontal and vertical control monuments at acceptable intervals to facilitate project engineering. Horizontal coordinates will be referenced to Florida State Plane, North American Datum of 1983 (NAD83). Elevations will be referenced to North American Vertical Datum of 1988 (NAVD88). Topographic Survey (50 -Grid and/or Cross Sections) The Topographic Survey will include the horizontal location and elevation of all above ground improvements, utilities, and accessible gravity systems, along an area approximately 11,400 sq ft. on the intersection of Sheoah Blvd and Shepard Rd, as described in Exhibit “A”-Survey Limits. The survey will be displayed at 1-foot contour intervals. Survey Deliverables • Survey(s) in Civil 3D 2024 • Survey(s) in PDF Printed hard copies will be billed at an additional cost. SUB-SURFACE UTILITY SCOPE OF SERVICES Subsurface Utility Excavation (Quality Level A ) L & S will perform up to 25 excavations at locations determined by the client; this scope included up to 20 soft excavation test holes and up to 5 hard excavations test holes. 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 79 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. Each location will include a Sub-Surface Utility Report. The Report will include the horizontal location, pipe size, elevation, and depth of top of pipe from natural ground. The material will be noted only if visible. A reference nail and disk, and stake will be set at ground level for each excavation. Subsurface Utility Designation (Quality Level B ) L & S will field mark (paint & flag) all public sub-surface utility mains discovered within the additional survey limits, see Exhibit A-Survey Limits. 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. The paint and flags will be surveyed and mapped. See Sub-Surface Utility Scope Notes below for more information on the above scope of services. Sub -Surface Utility Engineering Deliverables • Field Sketches in PDF • 811 Excavation and Design Tickets in PDF • Sub-Surface Utility Report in PDF • Survey of Designated Utilities in Civil 3D Printed hard copies will be billed at an additional cost. PROPOSED COST See Proposal Fee Table (Page 7) 80 SCHEDULE It is anticipated that L & S Diversified will begin work on the proposed scope of services within 10 days of receipt of your executed Notice to Proceed. The proposed cost and schedule is valid for 45 days from the date submitted. NOTES & EXCLUSIONS If the client desires to change the proposed scope of services an additional fee will be negotiated. Reimbursables such as shipping, printing, or overtime will be Billed as an Extra Cost on a Time and Materials Basis. L & S will request approval from the client for these services. Public entity or jurisdictional agency fees are to be paid directly by the client. 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. Sub -Surface Utility Engineering Exclusions 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. Task Duration (Weeks) Field 3 Office 1 QA/QC 1 Total Duration 5 81 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 Maria S. Santamarina Project Manager Client Date 82 Test Hole Scope Area Topographic and SUE Scope Area 83 Proposal Fee Table L&S Diversified Survey Crew (1-2)Survey Crew (3)SUE Crew (1-2)SUE Crew (3) $181.00 $225.00 $189.00 $256.00 Hours Fee Hours Fee Hours Fee Hours Fee Subtotal - Hours Subtotal - Fee Service Item Survey Control 8.00 $1,448.00 $0.00 $0.00 $0.00 8.00 $1,448.00 Topographic Survey 8.00 $1,448.00 $0.00 $0.00 $0.00 8.00 $1,448.00 Utility Designation 8.00 $1,448.00 $0.00 8.00 $1,512.00 $0.00 16.00 $2,960.00 Utility Testholes 24.00 $4,344.00 $0.00 $0.00 50.00 $12,800.00 74.00 $17,144.00 48.00 $8,688.00 0.00 $0.00 8.00 $1,512.00 50.00 $12,800.00 106.00 $23,000.00 Mapping Technician PSM Survey PM Survey Coord SUE Coord $97.00 $234.00 $134.00 $94.00 $94.00 Hours Fee Hours Fee Hours Fee Hours Fee Hours Fee Subtotal - Hours Subtotal - Fee Service Item Survey Control 4.00 $388.00 4.00 $936.00 4.00 $536.00 $0.00 $0.00 12.00 $1,860.00 Topographic Survey 8.00 $776.00 4.00 $936.00 4.00 $536.00 $0.00 $0.00 16.00 $2,248.00 Utility Designation 4.00 $388.00 3.00 $702.00 2.00 $268.00 $0.00 4.00 $376.00 13.00 $1,734.00 Utility Testholes 8.00 $776.00 3.00 $702.00 2.00 $268.00 $0.00 8.00 $752.00 21.00 $2,498.00 24.00 $2,328.00 14.00 $3,276.00 12.00 $1,608.00 0.00 $0.00 12.00 $1,128.00 62.00 $8,340.00 Reimbursables Quantity Rate MOT, Permits 1.00 $3,000.00 $3,000.00 Contingency 1.00 $15,000.00 $15,000.00 $18,000.00 Total Fee $49,340.00 Service Items 201-220 84 EXHIBIT C 85 February 5, 2025 Carollo 200 Robinson Street, Suite 1400 Orlando, Florida 32801 Attention: Ms. Meera A. Joshi, E.I. RE: Geotechnical Engineering Fee Proposal for Sheoah Boulevard Water Main Replacement City of Winter Springs NADIC Proposal No. PQ.GEO-CV24041 Dear Ms. Joshi: Nadic Engineering Services, Inc. (NADIC) is pleased to provide this Fee Proposal for design and construction of a proposed Water Main Pipeline Replacement along the eastern side of Sheoah Boulevard, between SR 434 and Shepard Rd, in the City of Winter Springs, Florida. This proposal presents our understanding of the project, our recommended scope of services, cost and schedule for providing these services. The purpose of this investigation will be to explore the soil and groundwater conditions at the site and to use the information obtained to provide geotechnical engineering recommendation for engineering design and construction effort for the proposed Water Main. Our recommended scope of services includes the following: 1) Coordinate boring location, including field reconnaissance, mark boring location at the sites. 2) Coordinate clearance and meetings with utility locators 3) Mobilize truck mounted drill rig and personnel. 4) Provide maintenance of Traffic (MOT) during the drilling operations. 5) Perform 10 Standard Penetration Test (SPT) borings to a depth of 15 feet below grade and five (5) SPT borings to a depth of 25 feet below grade. 6) Collect groundwater level measurement and estimate normal wet seasonal high groundwater table. 7) Backfill soil borings with like insitu materials removed. 8) Visually examine all recovered soil samples in accordance to ASTM D2487 and perform laboratory tests on selected representative soil samples. The laboratory testing shall include Sieve analysis, Atterberg limits, organic content and natural moisture content, as appropriate. 9) Incorporate the results of the field and laboratory testing in a formal report with engineering evaluation and recommendations for site preparation, fill placement and compaction, including: • Site preparation including excavation techniques, expectations, depth of removal and over excavation, safe slopes for any permanent cuts or fills, and improvements of in -situ soils, if applicable. 86 Carollo Sheoah Boulevard Water Main Replacement NADIC Project No. PQ.GEO-CV24041 February 5, 2025 Page 2 of 3 NADIC • Support of excavations including protection of existing adjacent utilities/structures during construction, lateral pressures for design of excavation support systems and any displacement monitoring recommendations. • Constructability considerations including temporary excavation slopes, sheeting and shoring/cofferdams, traffic control/maintenance, excavatability, possibility of heave of excavation bottoms, and applicable dewatering issues and methods. • Influence of expansive soils, if encountered, on foundation design and recommendations to mitigate harmful effects. • Backfill materials including onsite availability, recommended index properties, aggregate gradations, classifications in accordance with ASTM D2487 and moisture and density compaction criteria. • Compaction characteristics and suitability of onsite soils for use as engineered and other fills and other pertinent earthwork recommendations, including shrinkage factors. • Possible effects of pipeline or tunnel construction on the surface and subsurface facilities in the alignment and recommended measures to control detrimental effects or ground subsidence. • Any other geological or geotechnical recommendations considered by the geotechnical engineer to be pertinent to the project. Schedule: We anticipate completing the itemized work in three (3) to four (4) working weeks from your written notice to proceed. We will mobilize within four (4) days of your authorization to proceed. Field exploration should be completed within one (1) week after utility clearance. Laboratory and report preparation should be completed within three (3) weeks after completion of field work. Service Fee: In accordance with the proposed scope of services and unit prices, we estimate the total (Not -To- Exceed) cost for our geotechnical services to be $23,028.05. 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. Limitations: This proposal is subject to the following limitations: (1) The site is accessible to the drilling equipment assumed in this proposal. If other type of drill rig is required due to site and/or weather condition, appropriate adjustments to the fees will be made. (2) Nadic bears no responsibility for damages to underground utilities and/or structures that are not located by the owner or Sunshine State One-Call. (3) Undisturbed samples, hydrometer, consolidation and triaxial tests are not included unless stated in Attachment A. (4) Environmental condition exploration and evaluation are not included in this study. 87 Carollo Sheoah Boulevard Water Main Replacement NADIC Project No. PQ.GEO-CV24041 February 5, 2025 Page 3 of 3 NADIC NADIC appreciates the opportunity of working with you, Carollo and the City of Winter Springs on this project. If you have any questions regarding this proposal, or if we may be of further assistance, please do not hesitate to contact the undersigned. Sincerely, NADIC ENGINEERING SERVICES, INC. Godwin N. Nnadi, Ph.D., P.E. Principal Engineer Attachment: Attachment A – Computation of Geotechnical Cost 88 PQ.GEO-CV24041 ATTACHMENT A - COMPUTATION OF GEOTECHNICAL COST SHEOAH BLVD WATER MAIN WINTER SPRINGS, FLORIDA Page 1 2/5/2025 Component/Unit Description UNIT PIPELINE QTY RATE PIPELINE TOTAL COST I. FIELD EXPLORATION: 1. Crew & Equipment Mobilization: 612-Mobilization Drill Rig Truck Mount Ea. 1.0 1 $550.00 $550.00 $550.00 610-Mobilization Drill Rig Track Mount Ea. 0 $3,000.00 $0.00 $0.00 614-Mobilization Mudbug/All Terrain Vehicle Ea. 0 $750.00 $0.00 $0.00 706-MOT Portable Sign Ea. 6 6 $55.00 $330.00 $330.00 700-MOT Arrow Board/Advance Warning Vehicle Ea. 0 $120.00 $0.00 $0.00 708-MOT Provide Channeling Devices - Cone Ea. 45 45 $6.00 $270.00 $270.00 712-MOT Support Vehicle Hr. 12 12 $120.00 $1,440.00 $1,440.00 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 275 275 $22.00 $6,050.00 $6,050.00 479-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 9. Truck and Crew: Drill Rig and Crew – Truck/Mud Bug (2 person) Hr. 3 3 $300.00 $900.00 $900.00 Drill Rig and Crew – Truck/Mud Bug (3 person) Hr. 0 $375.00 $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. 6 6 $74.00 $444.00 $444.00 Totals for Field Exploration $10,280.68 $10,280.68 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 Hy Ea. 15 15 $120.00 $1,800.00 $1,800.00 812 -Soils Material Finer then 200 Sieve FM 1-T011 Ea. 0 $55.00 $0.00 $0.00 819-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. 15 15 $18.50 $277.50 $277.50 805-Soils Corrosion Series FM 5-550 through 5-553 Ea. 0 $215.00 $0.00 $0.00 Totals for Laboratory Testing $3,362.52 $3,362.52 III. ENGINEERING AND TECHNICAL SERVICES: 1. Principal Engineer hrs. 5 5 $214.35 $1,071.75 $1,071.75 2. Senior Project Manager hrs. 0 $181.13 $0.00 $0.00 3. Project Engineer hrs. 30 30 $162.09 $4,862.70 $4,862.70 4. Engineer: hrs. 15 15 $98.34 $1,475.10 $1,475.10 5. Senior Engineering Technician hrs. 15 15 $74.00 $1,110.00 $1,110.00 6. Senior CADD/GIS Support hrs. 10 10 $86.53 $865.30 $865.30 7. Secretarial/Clerical: hrs. 0 $54.36 $0.00 $0.00 Totals for Engineering and Technical Services $9,384.85 $9,384.85 Totals for all Services $23,028.05 $23,028.05 89