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