Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutItem 11 Approval of the Starke Lake 4E Nutrient Reduction Assessment with Wood Environment & Infrastructure Solutions, Inc 11N_
ocoee
florida
AGENDA ITEM COVER SHEET -
Meeting Date: February15, 2022
Item # I J
Reviewed By:
Contact Name: Stephen C. Krug Department Director
Contact Number: 6002 City Manager: /
•
Subject: Starke Lake 4E Nutrient Reduction Assessment with Wood'En ironment &
Infrastructure Solutions,:Inc. Commissioner Wilsen, District 2. - '
Background Summary:
The City has been working with the Florida Department of Environmental Protection (FDEP) under a
Nutrient Reduction 4e program to determine why Lake Prima Vista had been experiencing elevated
nutrient concentrations. The 4e designation allows the City to implement restoration activities on the
lake within a 5 year.time frame before being placed on the Verified List of unpaired waterbodies. Due to
the navigable connection between Starke Lake and Lake Prima Vista, FDEP is requiring the City
expand the Nutrient Reduction Plan (NRP) to include Starke Lake. The City contracted, with Wood
Environment & Infrastructure Solutions,. Inc. (Wood) to determine the source of the Lake Prima Vista
impairment and implement the subsequent NRP. Public Works recommends continuing this expanded
scope of work with Wood. The Wood team has additional local experience with similar issues,
particularly with the Lake County Water Authority on the chain of lakes taking effluent from Lake
Apopka.
The first step is to complete a thorough "Category 4e Assessment" for Starke Lake in order to jointly
develop the NRP with FDEP. Public Works is requesting Commission. approval to utilize Wood through
Orange County's Contract No. Y20-906C for Continuing Water Quality Professional Services to provide
the Starke Lake Nutrient Reduction Assessment. Public Works' has been in contact with other
municipalities to verify_the pricing is in line with the scope of work. The $97,327.80:negotiated for these
services fall within industry standards and is adequately funded in the Stormwater Division.
Issue:
Contract with Wood Environment & Infrastructure Solutions, Inc. through Orange County's Contract No.
Y20-906C for Continuing Water Quality Professional Services for the Starke Lake Nutrient Reduction
Assessment.
Recommendations:
Recommend approval to issue a purchase order to Wood Environment & Infrastructure Solutions, Inc.
through Orange County's Contract No. Y20-906C for Continuing Water Quality Professional Services
for the Starke Lake. Nutrient Reduction Assessment for a not to exceed amount of $97,327.80,
approve to extend the services with Wood under the conditions of the existing Orange County
Contract to the end of the contract term and through any extensions by the County and authorize the
City Manager and staff to approve and execute change orders to the work in accordance with the
limits established in the Purchasing Code.
Attachments:
Wood Environment & Infrastructure Solutions, Inc:Task Proposal
Orange County's Contract No. Y20-906C for Continuing Water Quality Professional Services
Financial Impact:
The work is adequately funded in the Stormwater Division budget for professional services.
Type of Item: (please mark with an`x)
Public Hearing FT Clerks Dept Use.-
Ordinance First Reading Consent Agenda
Ordinance Second Reading ;. Public Hearing
Resolution `Regular Agenda
X Commission Approval
Discussion&Direction
Original,Document/Contract Attached for Execution by City Clerk
Original Document/Contract Held by Department for Execution
Reviewed by City Attorney N/A
Reviewed by Finance Dept. SI-`0 . N/A
Reviewed by ( ) N/A
2
w.
Wood Environment.& Infrastructure Solutions, Inc.
550 Northlake Blvd., Suite 1000
Altamonte Springs, FL 32701
T:407-253-5438
www.woodplc.com
November 12, 2021
Richard Campanale
Public Works Department
City Of Ocoee
301 Maguire Blvd.
Ocoee, FL 43761 Via Email: rchard.campanalePci.ocoee.fl.us
Re: Starke Lake Assessment
Wood Project No.600713.2
Dear Mr.Campanale:
Wood Environment& Infrastructure Solutions, Inc. (Wood) is pleased to provide the City of Ocoee
("City")with the following revised proposal for the Starke Lake Assessment.
INTRODUCTION
Starke Lake (WBID 3002D), is a 210-acre lake located within the Wekiva River Watershed in the City
of Ocoee (Figure 1). Over the past 20 years,the lake has experienced declining water quality which
is likely a combination of multiple factors that have led to loss of beneficial submerged vegetation
and persistent algae blooms. Starke Lake is currently on the Department of Environmental
Protection's (FDEP) Impaired Waters list for nutrients (total nitrogen and chlorophyll-a) and FDEP
intends to develop a Total Maximum Daily Load (TMDL)for the lake unless an alternative, such as a
4e Nutrient Reduction Plan,can be implemented.
The City has requested Wood Environment& Infrastructure Solutions, Inc. (Wood) evaluate water =. =
quality conditions for Starke Lake using Numeric Nutrient Criteria and other relevant limnological
assessment methods and to characterize the hydrology and water quality of Starke Lake to identify
the primary sources of nutrient pollution. In addition,the City also requests identification and
Wood'is a trading name for John Wood Group PLC and its subsidiaries
conceptual evaluation of potential Best Management Practices designed to reduce the sources of
nutrient pollutant loading within the Starke Lake watershed.The City requested Wood to prepare
the following Scope of Services to perform a hydrological and nutrient loading assessment and lake
management plan intended to characterize and ultimately improve the water quality in Starke Lake.
All fieldwork performed by Wood will conform to the FDEP's Standard Operating Procedures for
Field Activities, DEP-SOP-001/01, dated January 2017, effective April 16,2018.All laboratory
analyses will be conducted based on requirements described in Chapter 62-160, FAC. Specific work
efforts to achieve these objectives are described below.
Wood will, at a minimum, perform the following specific tasks for the Starke Lake project:
TASK 1 -ATTEND PROJECT KICK-OFF MEETING
Wood will coordinate and attend a project start-up call with representatives of the City to review
the overall project objectives,the scope of services, and the project schedule.Copies of all previous
water quality investigations and data; engineering studies, and other information related to Starke
Lake and the surrounding watershed areas will be provided to Wood by the City.Wood will provide
a meeting agenda and an initial data request before the kick-off meeting. Wood will provide
summary meeting minutes for review and approval by the City.
TASK 2 REVIEW AVAILABLE DATA
Wood has been collecting stormwater runoff data from several Starke Lake:outfall locations which
will be utilized to estimate site-specific runoff conditions. In addition,.Wood has received historic
water quality data for Stake Lake as part of previous efforts to assist the City with National Pollution
Discharge Elimination.System (NPDES) reporting requirements. Wood will review these data
together with the City to determine if additional data is available from the City. In addition,Wood
will seek and utilize additional data, as available, including Orange County Water Atlas or
STORET/WIN data.Water quality data will be compiled,and, if the data are sufficient,trend
analyses will be conducted using the.Seasonal Mann-Kendall method.Wood anticipates the
evaluation of the last ten years of data.Analyses will be conducted using parameters including, but
not limited to,total phosphorus,total nitrogen, nitrate-N (NO3 + NO2), ammonia-N,chlorophyll-a,
and Secchi depth. Long-term geometric means for the available period of record will be calculated
for color and.alkalinity.Annual geometric means will be calculated for chlorophyll-a,total nitrogen,
and total phosphorus.Wood will provide an assessment of Starke Lake water quality using NNC
criteria and will compare results to the FDEP's findings.TN/TP ratios and TSI values will be
Page 2
developed to help describe water quality conditions.The City will provide Wood with available lake
level data, if available.
TASK 3 - PERFORM FIELD RECONNAISSANCE AND ID BMPS
Wood personnel will perform field reconnaissance, including recording GPS coordinates
(provided in ArcGIS), of the major drainage features of the Starke Lake basin. Wood will attempt
to locate the outfall structures to Starke Lake, but this may not always be possible if the
structures are submerged or on private property.
A field reconnaissance will be conducted to identify and locate (using GPS) conveyance systems
and related stormwater structures/facilities within public rights-of-way.A figure of the drainage
conveyance systems, including the observable direction of flow,will be generated which
identifies major structures, piping, ditches, and other conveyance mechanisms that may be
present.The approximate sizes of conveyance structures will be recorded.This task does not
include any field survey or information related to elevations of structures or conveyance
systems. Stormwater collection systems associated with developments will be included in the
figure.when drainage designs are available through the St.Johns River Water Management
District website.
Wood will prepare a summary table and photographs of existing BMPs and conveyance systems
within the public rights-of-way and City Of Ocoee property easements in the Starke Lake basin.This
information will include the type and condition of the system and GPS coordinates.The information
will be recorded and provided in ArcGIS format.
TASK 4 DELINEATE WATERSHED SUB-BASINS
Wood will delineate the Starke Lake watershed sub-basins based upon information in Task 3 and
information provided by, but not limited to,the City.This task involves using the data collected in
Task 3 to delineate the-sub-basin boundaries in GIS.The drainage basin area will be summarized
for all sub-basins in both graphical and tabular formats.
Page 3
TASK 5 -QUANTIFY.GROUNDWATER SEEPAGE
Groundwater seepage can have a significant influence on the lakes hydrologic and nutrient
budget.Wood will perform the following tasks to estimate the contribution from groundwater
seepage:
Installation of seepage meters: A maximum of four groundwater seepage meters will be installed
in the approximate locations shown in Figure 3.The final locations of the seepage meters will be
determined mutually by Wood and the City.Seepage meter locations will be selected in areas of
minimal emergent vegetation, and recreational interference. Placement in these locations typically.
provides the best performance and least chance of disturbance.Wood anticipates the installation
of meters within 30 meters of the shoreline and two meters of depth since most of the seepage
occurs within this zone ("Estimation of Downward Leakage in Florida Lakes", (Deevey, 1988)).The
proposed seepage meter locations will be determined cooperatively with the City, based on a
review of the Lakewatch bathymetry map. The City will notify the adjacent property owners prior to
the installation of the seepage meters. Final seepage meter locations will be determined on the
day of installation depending on actual bottom conditions.Wood will provide the GPS location of
the meters to the City following installation.Once installed, seepage meters will remain open to the
water column for the first week to allow the water to equilibrate in the sampling meters. Following
this,Wood will install seepage meter bags containing a known quantity of water.
Collection of water from seepage meters: Seepage meters will be sampled approximately every
two months, or as needed,for a period of up to one year for a total of six sampling events. During
each collection event,the volume of water will be measured,and water samples will be collected
and transported, on ice,to the laboratory for physio-chemical analysis.Seepage bags containing
less than the starting volume will not be used for analysis.Wood anticipates that up to 24 sets of
water samples (4 seepage meters x 6 samples/year)will be collected.The water quality analyses will
be performed by Southern Research Laboratories ("SRL", NELAP certification number E83484) and
will include:
(1) Total Kjeldahl Nitrogen (2)Total Nitrogen (calculated)
(3) Total Ammonia Nitrogen (4) Orthophosphate
(5) NOX(nitrite + nitrate) (6) Total Phosphorus
(7) Total Suspended Solids
Provided there is adequate volume, a field meter will be used to measure temperature, pH, ORP,
and specific conductance.Also,
Page 4
TASK 6- CHARACTERIZATION OF SURFACE AND STORMWATER RUNOFF QUALITY
Surface Water Quality-Wood will collect twelve surface water samples (once per month,for up to
twelve months)from one location in the center of the lake (Figure 3).Water samples will be
delivered on ice to SRL for the following analyses:
(1) Total Kjeldahl Nitrogen (TKN) (2) Total Ammonia Nitrogen(TAN).
(3) NOx(nitrite + nitrate) (4) Total Nitrogen (TKN+TAN)
(5) Orthophosphate (6) Total Phosphorus
(7) Chlorophyll-a (8) Total Suspended Solids.
(9) Total Alkalinity (10) Turbidity
(11) Color
A total of 12 surface water sample sets will be collected (1 location x 1 sample/month x 12
months). Secchi depth measurements will also be collected at the same time as water quality
sampling.
At the time of water sampling,water quality depth profiles will be conducted during each
sampling event. Using a multimeter,water quality parameters will be collected in 0.5 m intervals
beginning 0.5 m from the surface and terminating 0.5 m from the bottom.The parameters will
include pH, specific conductance,temperature, dissolved oxygen (%saturation and concentration).
Calibration logs and field notes will be provided to the City every month with each invoice.
Stormwater Quality—No additional stormwater data collection is proposed as part of this effort.
Wood will characterize select stormwater inputs to the lake, using data collected during NPDES
outfall monitoring efforts.
TASK 7—SEDIMENT PHOSPHORUS FRACTIONATION AND FLUX
_Internal cycling from sediments can be a major source of nutrient loading to lakes.Therefore,
quantifying sediment nutrient loading is critically important for limnological investigations. Thus,
Wood proposes to conduct the following tasks:
Sediment Phosphorus Fractionation: Wood will collect up to three surficial (top 10 cm) sediment
cores in locations that are most representative of sediment conditions.After collection,the
sediment samples will be sent to DB Labs. DB Labs will conduct a sequential digestion of the
Page 5
sediments.This procedure will result in a quantitative fractionation of six forms of phosphorus
ranging from labile to tightly adsorbed phosphorus. Percent moisture and bulk density will also be
measured.
Flux study:To determine the flux of nutrients from (or to)the sediments, intact cores will be
collected, and incubated under aerobic and anoxic conditions in the Wood laboratory.The flux of
nutrients from sediments is typically greater under anaerobic conditions, and lake sediments can
frequently be:anoxic.Thus,this assessment provides an accurate measurement of nutrient flux
under multiple lake conditions.A total of 6 cores [three locations x 2 treatments (aerobic and
anoxic treatments)] will be collected.
Laboratory analytes that will be measured as part of the intact sediment flux core incubations
include ammonia-nitrogen and total phosphorus. Previous work conducted by Wood and others
has shown that ammonia-nitrogen is an effective proxy for TN. In the laboratory,two (2) cores
from each site will be incubated in the dark under a controlled temperature range that is
consistent with ambient conditions at the collection site.The cores will be exposed to different
redox treatments. One replicate will be randomly chosen from the duplicate set of cores,incubated, and analyzed under aerobic conditions,while the remaining replicate will be
incubated and analyzed under anoxic conditions.Two additional core tubes containing only
water (one aerobic and:one anoxic) will be incubated at the same time as the experimental cores
as water controls. For the aerobic incubation treatment, atmospheric air will be bubbled into the
water column of the core. N2 gas will be used for the anoxic treatment.Water samples from the
water column in the:core will be removed from each core at the proposed approximate pre-
determined intervals, preserved appropriately, and transported to the laboratory.The water that
was removed at each sampling time interval will be replaced with an equivalent volume of
filtered ambient site water.
The cores will be incubated within the Wood laboratory for a period of up to two weeks with up
to six discrete time intervals for a total of 48 [(6 cores x 6 sampling events) + (2 water control
cores x 6.events)] sample sets.The exact time intervals will be based on lab operating hours
after the sampling date is determined.Water quality samples will be delivered to and analyzed
by SRL.
TASK 8- DEVELOP A HYDROLOGIC BUDGET
Hydrologic budgets will be developed for each sub-basin, based on hydrologic inputs and outputs
including direct precipitation,stormwater runoff, evapotranspiration,and groundwater seepage.
Page 6
Estimates of annual stormwater runoff inputs to Starke Lake from the contributing sub-watershed
areas will be developed using computer spreadsheet modeling techniques.The modeling will be
performed using site-specific hydrologic characteristics for each drainage sub-basin area, including
basin size, percentage of impervious areas, land use, soil characteristics, and conveyance system
types. Estimates of annual runoff inputs to the lake will be generated for each contributing sub-
basin area.Wood will use the most recent land use available.
TASK 9 DEVELOP A NUTRIENT BUDGET
A nutrient budget will be developed based on the aforementioned hydrologic budget. Loading
inputs will include aerial deposition (from literature values),flux estimates from sediment cores,
seepage loading estimates from seepage meters, and modeled and measured stormwater runoff.
input estimates.The budget will account for existing BMPs and the associated nutrient load
reductions.
TASK 10 - EVALUATE ALTERNATIVES FOR WATER QUALITY IMPROVEMENT
Various in-lake solutions and watershed BMPs will be identified, evaluated, and ranked in a
summary table.This proposal assumes three structural alternatives, but more may be added if
necessary. Estimated costs (including land costs, design,-construction, and operation and
maintenance)for the ranked BMP options will be presented, along with anticipated water quality
benefits. Load reductions from proposed BMPs will be evaluated using BMPTrains.Cost efficiencies
will be developed for each alternative based on a 20-year life cycle. Non-structural alternatives will
be reviewed and included as appropriate, but at a minimum will include compliance with Orange
County s fertilizer ordinance, regular maintenance of septic tanks and drainfields, and relevant
components of the Florida Yards and Neighborhoods Homeowner Program.
TASK 11 PREPARE DRAFT FINAL REPORT
A Draft Final Report will be prepared and submitted electronically to the City.This report will
include the results from Tasks 1-14.This report will include copies of Chain-of-Custody forms,
laboratory reports, calibration logs, and field datasheets. GIS data produced during the project will
also be provided to the City.
Page 7
TASK 12 - PREPARE FINAL REPORT
After receiving comments from the City,a Final Report will be prepared for the project and
submitted electronically with the relevant supporting documentation.
Lump-Sum for Scope of Services: $97,327.80
Completion Date: 14 months from issuance of purchase order
The attached budget summary includes Wood's current hourly rates provided to Orange County
under Contract Y20-906C for Continuing Water Quality Professional Services.
We look forward to continuing our work with the City of Ocoee on this project. If you have any
questions, please don't hesitate to contact me.
Sincerely,
Wood Environment& Infrastructure Solutions, Inc.
ex-4/4, 0
Lance Lumbard Christine Mehle, PE, CFM:
Project Manager Service Line Lead
LL/CM:alh
Attachments
Page 8
FIGURES
Figure 1 —Starke Lake
�`►:. P!� . re� ✓ °a ,1 . end g.�
c e e e,". : i •• ♦ °care
44:4.. .01
4,' ,A.le .. :' e�? L • Surface Water samvie sae
. A •� w" l �l I ; t
\ 9
a yi.;hue fi „ �,. �, .,.'! o
n e_ (Surface Water Sample Site - a - y F'R
'ri
n-' r tos ., d
jX ,eel ::w„` { wake Cake -,t e.� y '
il
0 -Ir A " ra -C
k ,r ;i7r r y b ;y.
r r Ur t ' i� '+. ► y Les. °' -
llC d r .. •,nre - 2 '
}sue
FIGURES
BUDGET
Project Name:Starke Lake Assessment
Budget Details
Contract:
Firm Name:Wood Project#600449.13
Task 2--Review Available Task 3--Field Task 4--Delineate
Task Number and Name Task 1--Kick Off Meeting Data Reconnaissance/ID BMPs Watershed sub-basins
Labor Cost: Raw Rate
Title #hours Total #hours Total #hours Total #hours Total
Principal(Discounted) $214.80 $0.00 $0.00 $0.00 $0.00
Associate $174.36 3 $523.08 2 $348.72 2 $348.72 2 $348.72
Senior 2/Project Mgr $144.62 $0.00 $0.00 $0.00 $0.00
Senior 1/Project Mgr $120.66 3 $361.98 4 $482.64 8 $985.28 2 $241.32
Professional Engineer/Scientist 3 $91.44 $0.00 $0.00 16 $1,463.04 $0.00
Professional Engineer/Scientist 2 $83.22 $0.00 18 $1,331.52 4 $332.88 4 $332.88
Professional Engineer/Scientist 1 $74.65 $0.00 $0.00 16 $1,194.40 $0.00
Sr.Designer $104.41 $0.00 $0.00' $0.00 12 $1,252.92
CADD Tech $64.08 $0.00 $0.00. $0.00 $0.00
Sr.Technician $68.61 $0.00 $0.00• $0.00 $0.00
Technician $55.33 $0.00 $0.00• $0.00 $0.00
Admin $55.49 $0.00 2 $110.98 2 5110.98 2 $110.98
Labor.Task Total 6 $885.06 24 $2,273.86 48 $4,415.30 22 $2,286.82
Out-of-Pocket
Item Description unit Price Qty Total Qty Total Clty Total Qty Total
Seepage Meter $500.00
Sediment Core Incubation(each) $150.00
Jon boat 16'and trailer $165,00
Peristaltic Pump $45.00
YSI Pro DSS Rental $130.00
Cartridge Filters(0.45 urn) $33.00
Out-of-Pocket.Task $$0.00 S0.00 $0.00 $0.00
Miscellaneous Subcontractor Cost(a):
Subcontractor Name 1ot4! total Total Total
D8 Environmental
SRL 00 0fi 0` $0.00 $0.00
Subcontractors.Task $0.00 S0.00 AWL
50.000�0 $0.00
!Total Task Cost I $885.061 $2'273.861 ` - -
i,i,lt 1 nl 3
Project Name:Starke Lake Assessment
Budget Details
Contract:
Firm Name:Wood Project#600449.13
Task 6--Characterize Task 7--Sediment
Task 5--Quantify Surface and Stormwater Phosphorus Task 8--Develop
Task Number and Name Groundwater Seepage Quality Fractionation and Flux Hydrologic Budget
Labor Cost: Raw Rate
Title #hours Total #hours Total #hours Total #hours Total
Principal(Discounted) $214.80 i $0.00 $0.00 $0.00 $0.00
Associate 5174.36` 5 $871.80 5 $871.80 20 $3,487.20 6 51 046.16
Senior 2/Project Mgr $144.62 $0.00 $0.00 $0.00 $0.00
Senior 1/Project Mgr $120.66 5 $603.30 5 $603.30 8 $96528 8 $965.28
Professional Engineer/Scientist 3 $91.44 30 $2,743.20 48 $4,369.12 $0.00 0 $0.00
Professional Engineer/Scientist 2 $83.22 $0.00 $0.00 $0.00 32 $2,663.04
Professional Engineer/Scientist 1 $74.65 30 $2 239.50 48 $3,583.20 112 $8,360.80 $0.00
Sr.Designer $104.41 0 $0.00 $0.00 16 $i 670.56 $0.00
CADD Tech $64.08 $0.00 $0.00 $0.00 $0.00
Sr.Technician $68.61 $0.00 $0.00 $0.00 $0.00
Technician $55.33 0 $0.00 $0.00 $000 $0.00
Admin $55.49 2 $110.98 $0.00 $000 $0.00
Labor.Task Total 72 $6,568.78 106 $9,447.42 156 $14,483.84 46 34,674.48
Out-of-Pocket
Item Description Unit Price Qty Total Qty Total Qty Total Qty Total
Seepage Meter $500.00 4 $2,000.00
Sediment Core Incubation(each) $150.00 6 $900.00
Jon boat 16'and trailer $165.00 6 $990.00 6 $990.00
Peristaltic Pump $45.00 6 $270.00 6 $270.00
YSI Pro DSS Rental $130.00 6 $780.00 6 $780.00
Cartridge Filters(0.45 um) $33.00 24 $792.00 12 $396.00
Out-of-Pocket.Task $4,832.00 $2,436.00 $900.00 $0.00
Miscellaneous Subcontractor Cost(a):
Subcontractor Name Total Total Total Total
DB Environmental $2.131.564
SRL $3,480.00 $3,720.00 $2,73600 $0.00
Subcontractors.Task $3,480.00 $3,720.00 $4,867.50 $0.00
Total Task Cost $14,880.78 $15,603.42 $20,251.34 $4,674.48
"ago 2 of 3
Project Name:Starke Lake Assessment wood.
Budget Details
Contract:
Firm Name:Wood Project#600449.13
Task 10--Evaluate
Task 9--Develop Nutrient Alternatives for Water
Task Number and Name Budget Quality Improvement Task 11-Draft Report Task 12--Final Report Total
Labor Cost: Raw Rate
Title #hours Total #hours Total #hours Total #hours Total hours Total
i
Principal(Discounted) $214.80 $0.00 $0.00 S0.00 $0.00 0 $0.00
Associate $174.36 6 $1,046.16 10 $1,74360 31 $5,405.16 4 $697.44 t 96 $16,738,56
Senior 2/Project Mgr $144.62 $0.00 $0.00 $0.00 $0.00 i 0 $0 00
Senior 1/Project Mgr $120.66 8 $965.28 10 $1,206.60. 36 $4,343.76 20 $2,413.20 117 $14,117.22
Professional Engineer/Scientist 3 $91.44 0 $0.00 $0.00 $0.00 $0.00 94 $8,595.36
Professional Engineer/Scientist 2 $83.22 34 $2,829.48 40 $3,328.80 50 $4.161.00 12 $998.64 ': 192 $15,978.24
Professional Engineer/Scientist 1 $74.65 $0.00 $0.00 $0.00 $0.00 ' 206 $15.377.90
Sr.Designer $104.41 $0.00 $0.00 12 $1,252.92 $0.00'"• 40 $4,176.40
CADD Tech $64.08 $0.00 $0.00 $0.00 $0.00 0 $0.00
Sr.Technician $68.61 $0.00 $0.00 $0.00 $0.00 0 $0.00
Technician $55.33 $0.00 SO 00 0 $0.00 $0.00( 0 $0.00
Admin $55.49 $0.00 50 00 20 $1,109.80 10 $554.90 38 $2.108.62
Labor.Task Total 48 $4,840.92 60 $6,279.00 149 $16,272.64 46 $4,684.18 783 $77,092.30
Out-of-Pocket
Item Description Unit Price Qty Total Qty Total Qty Total Qty Total Qty Total
Seepage Meter $500.00 4 $2,000.00
Sediment Core Incubation(each) $150.00 6 $900.00
Jon boat 16'and trailer $165.00 12 $1,980.00
Peristaltic Pump $45.00 12 $540.00
YSI Pro DSS Rental $130.00 12 $1,560.00
Cartridge Filters(0.45 um) $33.00 36 $1,188.00
Out-of-Pocket.Task $0.00 S0.00 $0.00 $0.00 $8,168.00
Miscellaneous Subcontractor Cost(a):
Subcontractor Name Total Total Total Total Total
DB Environmental $2,131.50
SRL $0.00 SO 00 $0.00 S0.00 $9,936.00
Subcontractors.Task $0.00 $0.00 $0.00 $0.00 $12,067.50
(Total Task Cost I $4,840.921 $6,279.001 $16,272.641 $4,664.181 $97,327.80
Page 3 of 3
SUBCONSULTANT
PROPOSALS
DB Environmental
r
DB Environmental
October 26, 2021
Craig Duxbury
Wood PLC
Re: Wood Project 600449.13
Dear Craig:
DB Environmental is pleased to submit a quotation for the parameters listed below.
Report Turn-Around: 30 Business Days
Matrix: Sediment
#of Extended
Parameter Analysis Method Unit Cost# Samples Cost
%Dry Weight, Bulk Density ASA 21-2, ASA 13 $22.75 3 $68.25
Grinding (processing) n/a $15.50 3 $46.50
Total Phosphorus DBE SOP TP $28.50 3 $85.50
P fractionation referenced in Meis et al., 2012 (Modified) $702.00 3 $2,106.00
NH4C1 TSP` DBE SOP TP
NaHCO3/Na2S204 TSP** DBE SOP TP
NaOH SRP*** DBE SOP OPO4
NaOH TSP DBE SOP TP
NaOH TSP minus NaOH SRPt Calculation
HCI TSPtt DBE SOP TP
Residual TP DBE SOP TP
#Unit cost subject to change if fewer samples are submitted. $2,306.25
Reference
Meis,S.,Spears,B.M.,Maberly,S.C.,O'Malley,M.B.,Perkins,R.G. 2012. Sediment amendment with Phoslock`in Clatto Reservoir(Dundee,
UK): Investigating changes in sediment elemental composition and phosphorus fractionation.J Environ. Manag.:93, 185-193.
NH,CI TSP=Labile P
**NaHCO3/Na2S2O4 TSP=Reductant-Soluble P
"'NaOH SRP=Metal-Oxide Adsorbed P
tNaOH TSP minus NaOH SRP=Organic P
ttHCl TSP=Apatite Bound P
If you have any questions or concerns, please contact me at nancy@dbenv.com.
Sincerely,
417 t -!%!cam
Nancy Chan
Laboratory Manager
DB Environmental 365 Gus Hipp Boulevard,Rockledge,FL 32955 Phone: 321.639.4896 Fax: 321.631.3169 e-mail: info@dbenv.com
Southern Research
Laboratories, Inc.
Southern Research Laboratories,Inc. Estimate
2251 Lynx Lane, Suite 1
Orlando,Florida 32804 DATE ESTIMATE NO.
(407)522-7100 Fax: (407) 522-7043
10/27/2021 1245
Estimate for:
Wood Env&Infrastructure Solutions,Inc.
550 Northlake Blvd., Suite 1000
Altamonte Springs,FL. 32701
Phone: 407.446.2144 Fax: NA
CONTACT: Craig Duxbury
PROJECT: Orange County Starke Lake
QTY DESCRIPTION COST TOTAL
PROJECT NUMBER: 600449.13
84 Nitrogen,Ammonia(350.1) 20.00 1,680.00
36 Total Suspended Solids/Non-Filterable Residue(SM2540D) 15.00 540.00
12 Turbidity 180.1 20.00 240.00
36 SM 4500NO3 H-201 (NOX) 30.00 1,080.00
36 Total Kjeldahl Nitrogen,Water(351.2) 35.00 1,260.00
36 Nitrogen,Total((Calculation) 0.00 0.00
12 Chlorophyll A(SM 10200H) 100.00 1,200.00
36 Ortho Phosphate 20.00 720.00
84 Phosphorus,Total(365.4)Low-Level 25.00 2,100.00
48 Iron(Fe),Water 12.00 576.00
12 Alkalinity,Total(CaCO3)(310.2) 25.00 300.00
12 Color(SM2120B) 20.00 240.00
It's been a pleasure working with you!
TOTAL $9,936.00
BOARD • COUNTY COMMISSIONERS
ORANGE COUNTY, FLORIDA
AMENDMENT NO. I / • NO. Y20-906C
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
Wood Environment & Infrastructure Solutions, Inc.
550 Northlake Boulevard, Suite 1000
Altamonte Springs, FL 32701
EFFECTIVE DATE: December 15, 2021
This Amendment is issued in accordance with Section Vill of this contract, entitled:
TERM OF CONTRACT, as follows:
The term of this contract is hereby extended for one (1) additional year
from December 15, 2021 through December 14, 2022, at the same hourly
rates and terms and conditions.
All other terms and conditions of the original Contract remain the same.
BOARD OF COUNTY COMMISSIONERS
ORAIN GE COUNTY, FLORIDA
Rolando Melo, Contracting Agent
Procurement Division
DATE: 10/13/2021
Wood Environment & Infrastructure Solutions, Inc.
ORLANDO, FLORIDA
(Oct 12, 20211.4 32 EDT}
Signature
Mark C. Diblin
Type or Print Name
Y20-906C Amendment #1 Page I of I
THIS CONTRACT made and entered into this 15th day of December , 2020 , by
and between the:
ORANGE COUNTY, FLORIDA
201 S. ROSALIND AVENUE
ORLANDO, ORANGE COUNTY, FLORIDA
a political subdivision of the State of Florida, hereinafter referred to as the COUNTY, and:
Wood Environment & Infrastructure Solutions, Inc.
550 Northlake Boulevard, Suite 1000
Altamonte Springs, FL 32701
FEDERAL I.D. #91-1641772
hereinafter referred to as the CONSULTANT.
RECITALS
WHEREAS, the COUNTY desires to retain the services of the CONSULTANT to provide
continuing engineering services, to be issued as Task Authorizations under individual
Purchase Orders; and;
NOW, THEREFORE, in consideration of the mutual covenants and agreements
hereinafter contained, upon the terms and conditions hereinafter set forth, and the
CONSULTANT is desirous of obtaining such employment and of performing such
services upon said terms and conditions; it is agreed by and between the parties hereto
as follows:
I
SCOPE OF SERVICES
The CONSULTANT shall, diligently and timely, perform professional engineering services
as described in Exhibit A - Scope of Professional Services, entitled, "CONTINUING
WATER QUALITY PROFESSIONAL SERVICES " which is attached hereto and made a
part hereof by reference. As the COUNTY generates individual projects, a detailed scope
of work will be prepared for each project and furnished to the CONSULTANT. Upon
receipt of the scope of services, the CONSULTANT will submit a cost Proposal to the
COUNTY with the following:
a. Position classification, total hours, hourly rate and extended total amount.
b. Subcontracted services including information in "a" above
c. Performance period for the services
d. Out-of-pocket expenses
Proposal shall be submitted within fifteen (15) days after receipt of written request for
proposal.
0
This Contract is a continuing Contract as defined in Section 287.055 (2) (g), Florida
Statutes. Task Authorizations to be performed by the CONSULTANT under this Contract
shall be approved and authorized by the COUNTY in writing by issuance of
County approved Purchase Orders, pursuant to the CONSULTANT'S Proposal and fee,
whether or not modified by negotiation. The CONSULTANT'S authority to proceed with
the specified scope of work will be either the County approved Purchase Orders or a
County issued written Notice to Proceed to be determined by the County Project
Manager.
The COUNTY will pay to the CONSULTANT for duly authorized services performed by
the CONSULTANT and accepted by the County as follows:
A. FEES: For services performed under Article I, a firm fixed fee (lump sum) will be
agreed upon prior to commencement of services; or, if a firm fixed fee cannot be
determined, a not -to -exceed maximum dollar amount will be agreed upon; however,
in either case, the fee shall be calculated in accordance with the hourly rate schedule
identified as Exhibit B, which is attached and made a part of this Contract.
B. PAYMENT: The COUNTY shall pay the CONSULTANT in accordance with the
Florida Local Government Prompt Payment Act, Chapter 218, Florida Statutes.
Payment will be due and payable monthly in proportion to the percentage of work
approved and accepted by the COUNTY. All invoices shall be prepared in the
format prescribed by the COUNTY. When an invoice includes charges from a
subconsultant, the subconsultant's invoice/backup shall accompany the
CONSULTANT'S invoice. A separate Pay Item Breakdown sheet for the
CONSULTANT and each subconsultant shall accompany each invoice. The
CONSULTANT'S Pay Item Breakdown sheet shall include, in aggregate, the
CONSULTANT'S and subconsultant's pay items. All requests for payment must
be accompanied by a narrative description of the scope of services from Exhibit A
performed by the CONSULTANT and subconsultants during the period covered by
the invoice. The narrative shall also describe the work to be performed during the
next billing period
C. PAYMENT IN EVENT OF TERMINATION BY COUNTY: In the event this
Contract is terminated or canceled prior to completion of any project in progress,
payment shall be made in accordance with the provisions of Article IX.
D. CHANGES WITHIN SCOPE; ALLOWANCE OF ADDITIONAL
COMPENSATION: If instructed to do so by the COUNTY, the CONSULTANT
shall change or revise work that has been performed, and if such work is not
required as a result of error, omission or negligence of the CONSULTANT, the
CONSULTANT may be entitled to additional compensation. In all disputes arising
over the right to additional compensation,
2
the COUNTY shall be the party to determine whether substantial acceptable work
has been done on documents such that changes, revisions or preparation of
additional documents will result in additional compensation to the CONSULTANT.
The additional compensation shall be computed by the CONSULTANT on a
revised fee quotation Proposal that must be submitted to the COUNTY for prior
approval. The fee shall be agreed upon before commencement of any additional
work and shall be incorporated by Change Order to the coeresponding Purchase
Order issued against this Contract.
E. SUBCONSULTANTS: The CONSULTANT shall, upon requiring the services
of various sub -consultants, be responsible for the integration of all sub -consultants'
work into the documents and for all payments to such sub -consultants out of the
lump sum fee agreed to. Services rendered by the CONSULTANT in connection
with the coordination of any such sub -consultants or other personnel services shall
be considered within the scope of the basic contract and no additional fee will be
due the CONSULTANT for such work.
F. TRAVEL AND PER DIEM: Travel and per diem charges shall not exceed the
limits as set forth in Section 112.061 Florida Statutes, as set forth in Exhibit C,
which is attached to this Contract.
G. COMPENSATION: The CONSULTANT'S compensation shall be established
and authorized for each Task Authorization on the basis of the CONSULTANT'S
personnel hourly billable rates and related allowable costs as set forth in the basic
Contract. The CONSULTANT'S personnel hourly billable rates and multiplier shall
remain in effect and unchanged during the duration of the Contract and any
extensions thereto, except as provided by Article 11, paragraph I, Price Adjustment.
Compensation for any authorized cost that is not set forth in the basic Contract
shall be negotiated prior to issuance of the Task Authorization and shall be
supported by the appropriate cost and pricing data.
H. MULTIPLIERS: The following multipliers are applicable to this contract and
shall remain in effect and unchanged for the duration of the contract, including any
extensions thereto:
Prime Consultant
Multiplier
Wood Environment & Infrastructure Solutions 2.66
2. Sub -Consultants
Multiplier
AMDrill, Inc.
Fixed Price
Beta Analytic
Fixed Price
Barnes, Ferland & Associates, Inc.
2.99
Drummond Carpenter, PLLC
2.2042
Eurofins TestAmerica
Fixed Price
G.E.A.R
2.87
Hydro Modeling, Inc.
2.42
Microbial Insights
Fixed Price
MSE Group
2.91
Southern Research Laboratories, Inc.
Fixed Price
I' m�_Ti111Tk'�i�ilil
Written request for a price adjustment may be made only under the following
conditions:
If a project specific contract's performance period exceeds three
years a price adjustment may be requested not more than 60 days
after the end of the three year period and for each annual period
thereafter or for the remaining period of the contract if less than one
year.
For continuing contracts with a performance period that exceeds
three years, an adjustment may be requested not more than 60 days
after the end of three years.
iii Retroactive requests for price adjustments will -not be considered.
The provisions of this clause shall not apply to contracts with fees based on
ranges. Retroactive requests for price adjustments will not be considered.
Any request for a price adjustment will be subject to negotiation and must be
approved by the Manager, Procurement Division. Any request for such increase
shall be supported by adequate justification to include Consumer Price Index (CPI)
documentation.
The CPI documentation shall be based on the All Items, CPI-U, U.S. City Average,
not seasonally adjusted index.
The prevailing CPI in the month when the contract was executed by the County
shall be the base period from which changes in the CPI will be measured for the
initial request for a price adjustment. Any subsequent requests for a price
adjustment shall be based on the CPI prevailing in the month when an amendment
affecting a previous price adjustment was executed by the County. The maximum
allowable increase shall not exceed the percent change in the CPI from the base
period (either the month when the contract was executed by the County or the
month when an amendment effecting a price adjustment was executed by the
County) to the CPI prevailing at time of request for a price adjustment and in no
case shall it exceed 4%. Any price adjustment shall only be effective upon the
execution of a written amendment to the contract executed by both parties.
III
DESIGN WITHIN FUNDING LIMITATIONS
The following provisions are applicable to contracts for design services:
A. The CONSULTANT shall accomplish the design services under this Contract,
when applicable, so as to permit the award of a contract (using standard Orange
County procedures for the construction of the facilities) at a price that does not
exceed the estimated construction contract price as set forth in paragraph (c)
below. When bids or Proposals for the construction contract are received that
exceed the estimated price, the CONSULTANT shall perform such redesign and
other services as are necessary to permit contract award within the funding
limitation. These additional services shall be performed at no increase in the price
of this Contract. However, the CONSULTANT shall not be required to perform
such additional services at no cost to the COUNTY, if the unfavorable bids or
Proposals results from conditions beyond the CONSULTANT'S reasonable
control. The COUNTY shall exercise reasonable commercial judgment in making
the controlling determination as to whether such conditions are within the
reasonable control of the CONSULTANT.
B. The CONSULTANT will promptly advise the COUNTY if it finds that the project
being designed will exceed or is likely to exceed the funding limitations and it is
unable to design a usable facility within these limitations. Upon receipt of such
information, the COUNTY will review the CONSULTANT'S revised estimate of
construction cost. The COUNTY may, if it determines that the estimated
construction contract price set forth in this Contract is so low that award of a
construction contract not in excess of such estimate is improbable, authorize a
change in scope or materials as required to reduce the estimated construction cost
to an amount within the estimated construction contract price set forth in paragraph
(c) below, or the COUNTY may adjust such estimated construction contract price
via amendment to this Contract. When bids or Proposals are not solicited or are
unreasonably delayed, the COUNTY shall prepare an estimate of constructing the
design submitted and such estimate shall be used in lieu of bids or Proposals to
determine compliance with the funding limitation.
C. The estimated construction cost for any project under this contract shall not exceed
$2,000,000, Each Task Authorization shall specifically indicate the project's
estimated construction cost. Task Authorizations issued for study activities may
not exceed $200,000.
D. The CONSULTANT and its subsidiaries or affiliates who designed the project shall
be ineligible for the award of the construction contract for that project.
IV
RESPONSIBILITY OF THE CONSULTANT
A. The CONSULTANT shall be responsible for the professional quality, technical
accuracy, and the coordination of all designs, drawings, specifications, and other
services furnished by the CONSULTANT under this contract.
5
The CONSULTANT shall, without additional compensation, correct or revise any
errors or deficiencies in its designs, drawings, specifications, and other services.
B. The Project Manager and the Project Engineer must be two different individuals.
Both must be currently employed by the Prime Consultant. The Project Engineer
must be a Professional Engineer registered in the State of Florida.
C. Substitution of the Project Manager, Project Engineer or Other Key Personnel: The
CONSULTANT shall not substitute any key personnel without the prior written
approval of the Manager of the Procurement Division. Any such requests shall be
supported by comprehensive documentation outlining the reason(s) for the
proposed substitution to include the specific qualifications of the proposed
substitute. Approval of the request shall be at the discretion of the COUNTY.
Further, the COUNTY, in lieu of approving a substitution, may initiate other actions
under the contract, including termination.
D. Neither the County's review, approval or acceptance of, nor payment for, the
services required under this contract shall be construed to operate as a waiver of
any rights under this contract or of any cause of action arising out of the
performance of this contract, and the CONSULTANT shall be and remain liable to
the COUNTY in accordance with applicable law for all damages to the COUNTY
caused by the CONSULTANT'S negligent performance of any of the services
furnished under this contract.
E. The rights and remedies of the COUNTY provided for under this contract are in
addition to any other rights and remedies provided by law.
F. If the CONSULTANT is comprised of more than one legal entity, each such entity
shall be jointly and severally liable hereunder.
G. For contracts requiring design services, the CONSULTANT shall comply with the
following requirements:
Concurrent with the submission of the 100% design submittal to the user
division, the CONSULTANT shall submit a complete breakdown of the
subcontracting opportunities for the project based on traditional industry
practices and their expertise to the Business Development Division, 400 E.
South St., Orlando, FL 32801. This information will identify subcontracting
elements such as electrical, trucking, sodding, surveying, etc. with the
estimated percentage of the total project represented by each
subcontracting element.
2. Upon submission of the 100% submittals to the user department, the
CONSULTANT shall provide to the Business Development Division an
estimate of the percentage of work to be performed under each standard
CSI division heading, the total of which shall in all cases equal 100%.
H. The CONSULTANT shall maintain an adequate and competent staff of
professionally qualified persons during the term of this Contract for the purpose
of rendering the required services hereunder. The CONSULTANT shall not
sublet, assign or transfer any services under this agreement without the written
consent of the COUNTY.
The COUNTY may require in writing that the CONSULTANT remove from the
Work any of the CONSULTANT'S personnel that the COUNTY determines to be
incompetent, careless or otherwise objectionable. No claims for an increase in
Contract Amount or Contract Time based on the COUNTY'S use of this provision
will be valid. CONSULTANT shall indemnify and hold the County harmless from
and against any claim by CONSULTANT'S personnel on account of the use of this
provision.
J. All final plans and documents prepared by the CONSULTANT must bear the
endorsement of a person in the full employ of the CONSULTANT and currently
registered as a professional in the State of Florida.
V
COLINTY'S RIGHTS AND RESPONSIBILITIES
The COUNTY shall:
A. Furnish the CONSULTANT with existing data, plans, profiles, and other
information necessary or useful in connection with the planning of the program that
is available in the COUNTY'S files, all of which shall be and remain the property of
the COUNTY and shall be returned to the COUNTY upon completion of the
services to be performed by the CONSULTANT,
B. Make COUNTY personnel available on a time -permitting basis, where required
and necessary to assist the CONSULTANT. The availability and necessity of said
personnel to assist the CONSULTANT shall be determined solely within the
discretion of the COUNTY,
C. Be entitled, upon request and without additional cost, to any documents as
requested by the COUNTY for any project on which the CONSULTANT is working.
COUNTY'SVI
'DESIGNATED' --
It is understood and agreed that the COUNTY designates the County Administrator or
their designated representative, in writing, to represent the COUNTY in all technical
matters pertaining to and arising from the work and performance of this Contract. The
County Administrator or designated representative shall have the following
responsibilities:
A. Examination of all reports, sketches, drawings, estimates, Proposals, and other
documents presented by the CONSULTANT and rendering, in writing, decisions
indicating the COUNTY'S approval or disapproval within a reasonable time so as
not to materially delay the work of the CONSULTANT.
B. Transmission of instructions, receipt of information, and interpretation and
definition of COUNTY policies and decisions with respect to design, materials
and other matters pertinent to the work covered by this Contract.
C. Giving prompt written notice to the CONSULTANT whenever the COUNTY
observes, or otherwise becomes aware of, any defects or changes necessary
in a project.
VII
CONTRACT TYPE
This is a Requirements Contract and the COUNTY'S intent is to order from the
CONSULTANT all of the goods or services specified in Exhibit A, Scope of
Professional Services of the Contract at the established hourly rates shown in Exhibit
B of the Contract, required to be purchased by the COUNTY. If the COUNTY urgently
requires delivery of goods or services before the earliest date that delivery may be
required under this contract, and if the CONSULTANT will not accept an order
providing for accelerated delivery, the COUNTY may acquire the goods or services
from another source.
Moreover, if the Manager of the Procurement Division determines that the
CONSULTANTS' performance is less than satisfactory, the COUNTY may order the
goods or services from other sources until the deficient performance has been cured
or the contract terminated.
VIII
TERM OF CONTRACT
The term of this contract shall be for one (1) year from date of execution; however, by
mutual consent, the contract may be extended for two additional one year terms, not to
exceed a total of three (3) years.
Any Purchase Orders for Task Authorizations issued during the effective period of this
contract and not completed within that period, shall be completed by the CONSULTANT
within the time specified in the order. The contract shall govern the CONSULTANT'S and
the COUNTY'S rights and obligations with respect to that order to the same extent as if
the order were completed during the contract's effective period.
IX
TERMINATION OF CONTRACT
The COUNTY may, by written notice to the CONSULTANT, terminate this contract
for default in whole or in part (task authorizations, if applicable) if the
CONSULTANT fails to:
1. provide products or services that comply with the specifications herein or fails
to meet the County's performance standards
2. deliver the supplies or to perform the services within the time specified in this
contract or any extension.
3. make progress so as to endanger performance of this contract
4. perform any of the other provisions of this contract.
Prior to termination for default, the COUNTY will provide adequate written notice
to the CONSULTANT through the Manager, Procurement Division, affording
him/her the opportunity to cure the deficiencies or to submit a specific plan to
resolve the deficiencies within ten (10) days (or the period specified in the notice)
after receipt of the notice. Failure to adequately cure the deficiency shall result in
termination action.
Such termination may also result in suspension or debarment of the
CONSULTANT in accordance with the County's Procurement Ordinance. The
CONSULTANT shall be liable for any damage to the COUNTY resulting from the
CONSULTANT'S default of the contract. This liability includes any increased costs
incurred by the COUNTY in completing contract performance.
In the event of termination by the COUNTY for any cause, the CONSULTANT will
have, in no event, any claim against the COUNTY for lost profits or compensation
for lost opportunities. After a receipt of a Termination Notice and except as
otherwise directed by the COUNTY the CONSULTANT shall:
Stop work on the date and to the extent specified.
2. Terminate and settle all orders and subcontracts relating to the
performance of The terminated work
3. Transfer all work in process, completed work, and other materials
related to the terminated work as directed by the COUNTY.
4. Continue and complete all parts of that work that have not been
terminated. -
If the CONSULTANT'S failure to perform the contract arises from causes beyond
the control and without the fault or negligence of the CONSULTANT, the contract
shall not be terminated for default. Examples of such causes include (1) acts of
God or the public enemy, (2) acts of a government in its sovereign capacity, (3)
fires, (4) floods, (5) epidemics, (6) strikes and (7) unusually severe weather.
The COUNTY, by written notice, may terminate this contract, in whole or in part,
when it is in the COUNTY'S interest. If this contract is terminated, the COUNTY
shall be liable only for goods or services delivered and accepted. The COUNTY
Notice of Termination shall provide the Consultant thirty (30) days prior notice
before it becomes effective.
A termination for convenience may apply to individual purchase/delivery orders or
to the contract in its entirety.
Ca]
LC
1MANk1 1:1LN111
If a Task Authorization or Purchase Order is terminated for the convenience of the
COUNTY, a settlement will be negotiated. This settlement shall not exceed the total
amount due for services rendered and accepted by the COUNTY in accordance with
the payment terms of the Contract. If the Contract is terminated for convenience in its
entirety, the CONSULTANT shall be paid an amount not in excess of all services
rendered and accepted under the various orders issued against the Contract.
However, if the termination is for cause, no amount shall be allowed for anticipated
profit on unperformed services or other work, and the payment may be adjusted to
take into account any additional costs to be incurred by the COUNTY due to such
default.
The Manager, Procurement Division, shall issue any and all notices involving
termination of this contract.
X
INDEMNITY/INSURANCE AND SAFETY REQUIREMENTS
Consultant agrees to maintain on a primary basis and at its sole expense, at all times
throughout the duration of this contract the following types of insurance coverage with limits
and on forms (including endorsements) as described herein. These requirements, as well
as the County's review or acceptance of insurance maintained by Consultant is not
intended to and shall not in any manner limit or qualify the liabilities assumed by Consultant
under this contract. Consultant is required to maintain any coverage required by federal
and state workers' compensation or financial responsibility laws including but not limited to
Chapter 324 and 440, Florida Statutes, as may be amended from time to time.
The Consultant shall require and ensure that each of its sub -consultants providing services
hereunder (if any) procures and maintains until the completion of their respective services,
insurance of the types and to the limits specified herein.
Insurance carriers providing coverage required herein must be licensed to conduct
business in the State of Florida and must possess a current A.M. Best's Financial Strength
Rating of A- Class VIII or better.
(Note: State licenses can be checked via www.floir.cgM1coir�z anysearchl and A.M. Best
Ratings are available at w.ambest.com�
10
Required Coverage:
® Commercial General Liability - The Consultant shall maintain coverage issued on
the most recent version of the ISO form as filed for use in Florida or its equivalent,
with a limit of liability of not less than $1,000,000 per occurrence. Consultant further
agrees coverage shall not contain any endorsement(s) excluding or limiting
Product/Completed Operations, Contractual Liability, or Separation of Insureds.
The General Aggregate limit shall either apply separately to this contract or shall be
at least twice the required occurrence limit.
Required Endorsements:
® Additional Insured- CG 20 26 or CG 20 10/CG 20 37 or their equivalents.
Note: CG 20 10 must be accompanied by CG 20 37 to include products/completed
operations
® Waiver of Transfer of Rights of Recovery- CG 24 04 or its equivalent.
Note: If blanket endorsements are being submitted please include the entire
endorsement and the applicable policy number.
® Business Automobile Liability - The Consultant shall maintain coverage for all
owned; non -owned and hired vehicles issued on the most recent version of the ISO
form as filed for use in Florida or its equivalent, with limits of not less than $500,000
(five hundred thousand dollars) per accident. In the event the Consultant does not
own automobiles the Consultant shall maintain coverage for hired and non -owned
auto liability, which may be satisfied by way of endorsement to the Commercial
General Liability policy or separate Business Auto Liability policy.
® Workers' Compensation - The Consultant shall maintain coverage for its employees
with statutory workers' compensation limits, and no less than $100,000 each
incident of bodily injury or disease for Employers' Liability. Elective exemptions as
defined in Florida Statute 440 will be considered on a case -by -case basis. Any
Consultant using an employee leasing company shall complete the Leased
Employee Affidavit.
Required Endorsements:
® Waiver of Subrogation- WC 00 03 13 or its equivalent
11
M Professional Liability- with a limit of not less than $1,000,000 per occurrence/claim
When a self -insured retention or deductible exceeds $100,000 the COUNTY reserves
the right to request a copy of Consultant most recent annual report or audited financial
statement. For policies written on a "Claims -Made" basis the Consultant agrees to
maintain a retroactive date prior to or equal to the effective date of this contract. In the
event the policy is canceled, non -renewed, switched to occurrence form, or any other
event which triggers the right to purchase a Supplemental Extended Reporting Period
(SERP) during the life of this contract the Consultant agrees to purchase the SERP with
a minimum reporting period of not less than two years. Purchase of the SERP shall not
relieve the Consultant of the obligation to provide replacement coverage.
By entering into this contract Consultant agrees to provide a waiver of subrogation
or a waiver of transfer of rights of recovery, in favor of the County for the workers'
compensation and general liability policies as required herein. When required by
the insurer or should a policy condition not permit the Consultant to enter into a
pre -loss agreement to waive subrogation without an endorsement, then Consultant
agrees to notify the insurer and request the policy be endorsed with a Waiver of
Subrogation or a Waiver of Transfer of Rights of Recovery Against Others
endorsement.
Prior to execution and commencement of any operations/services provided under this
contract the Consultant shall provide the COUNTY with current certificates of insurance
evidencing all required coverage. In addition to the certificate(s) of insurance the
Consultant shall also provide endorsements for each policy as specified above. All
specific policy endorsements shall be in the name of the Orange County, Florida.
For continuing service contracts renewal certificates shall be submitted immediately
upon request by either the COUNTY or the COUNTY's contracted certificate compliance
management firm. The certificates shall clearly indicate that the Consultant has
obtained insurance of the type, amount and classification as required for strict
compliance with this insurance section. Consultant shall notify the COUNTY not less
than thirty (30) business days (ten business days for non-payment of premium) of any
material change in or cancellation/non-renewal of insurance coverage. The Consultant
shall provide evidence of replacement coverage to maintain compliance with the
aforementioned insurance requirements to the COUNTY or its certificate management
representative five (5) business days prior to the effective date of the replacement policy
(ies).
The certificate holder shall read:
Orange County, Florida
c/o Risk Management Division
201 S. Rosalind Avenue
Orlando, Florida 32801
12
The CONSULTANT to the extent permitted in Section 725.08, Florida Statutes shall
indemnify and hold harmless the COUNTY and its officers and employees from liabilities
damages, losses, and costs (including attorney's fees) to the extent caused by the
negligence, recklessness, or intentionally wrongful conduct of the CONSULTANT and
persons employed or utilized by the CONSULTANT in the performance of this Contract.
The remedy provided to the COUNTY by this paragraph shall be in addition to and not in
lieu of any other remedy available under this Contract or otherwise and shall survive the
termination of this Contract.
SAFETY AND PROTECTION OF PROPERTY (for services provided on the premises
of Orange County)
The Consultant shall at all times:
® Initiate, maintain and supervise all safety precautions and programs in connection
with its services or performance of its operations under this contract.
Take all reasonable precautions to prevent injury to employees, including County
employees and all other persons affected by their operations.
Take all reasonable precautions to prevent damage or loss to property of Orange
County, or of other vendors, consultants or agencies and shall be held responsible
for replacing or repairing any such loss or damage.
Comply with all ordinances, rules, regulations, standards and lawful orders from
authority bearing on the safety of persons or property or their protection from
damage, injury or loss. This includes but is not limited to:
o Occupational Safety and Health Act (OSHA)
o National Institute for Occupational Safety & Health (NIOSH)
o National Fire Protection Association (NFPA)
o American Society of Heating, Refrigeration & Air -Conditioning Engineers
(ASHRAE)
The Consultant must also comply with the guidelines set forth in the Orange County
Safety & Health Manual. The manual can be accessed online at the address listed
below:
htt :l/ _n�.oran ecount i.net0`�iendorServicesfOraneCount SafetyandHe
althManual.as x
13
XI
TRUTH IN NEGOTIATION AND MAINTENANCE AND EXAMINATION OF RECORDS
A. The Consultant hereby represents, covenants and warrants that wage rates and
other factual unit costs supporting the compensation provided for in this Contract are
accurate, complete and current as of the date of contracting. It is further agreed that
the Contract price shall be adjusted to exclude any amounts where the County
determines the Contract price was increased due to inaccurate, incomplete or non-
current wage rates and other factual unit costs.
B. The Consultant shall keep adequate records and supporting documents applicable
to this Contract. Said records and documentation shall be retained by the
Consultant for a minimum of five (5) years from the date of final payment on this
contract. If any litigation, claim or audit is commenced prior to the expiration of
the five (5) year period, the records shall be maintained until all litigation, claims or
audit findings involving the records have been resolved.
C. If applicable, time records and cost data shall be maintained in accordance with
generally accepted accounting principles. This includes full disclosure of all
transactions associated with the contract. Also, if applicable, all financial
information and data necessary to determine overhead rates in accordance with
Federal and State regulatory agencies and the contract shall be maintained.
D. Consultant's "records and supporting documents" as referred to in this Contract
shall include any and all information, materials and data of every kind and
character, including without limitation, records, books, papers, documents,
subscriptions, recordings, agreements, purchase orders, invoices, leases,
contracts, commitments, arrangements, notes, daily diaries, superintendent
reports, drawings, receipts, vouchers and memoranda, and any and all other
agreements, sources of information and matters that may in the County's judgment
have any bearing on or pertain to any matters, rights, duties or obligations under
or covered by any Contract document.
Such records and documents shall include (hard copy, as well as computer
readable data, written policies and procedures; time sheets; payroll registers;
cancelled checks; subcontract files (including proposals of successful and
unsuccessful bidders, bid recaps, etc.); original estimates; estimating worksheets;
correspondence; change order files (including pricing data used to price change
proposals and documentation covering negotiated settlements); back -charge logs
and supporting documentation; general ledger entries detailing cash and trade
discounts earned, insurance rebates and dividends; and any other Consultant
records which may have a bearing on matters of interest to the County in
connection with the Consultant's dealings with the County (all foregoing hereinafter
referred to as "records and supporting documents") to the extent necessary to
adequately permit evaluation and verification of:
1) Consultant compliance with contract requirements; or
2) Compliance with provisions for pricing change orders; or
3) Compliance with provisions for pricing invoices; or
14
4) Compliance with provisions regarding pricing of claims submitted by the
Consultant or his payees; or
5) Compliance with the County's business ethics; or
6) Compliance with applicable state statutes and County Ordinances and
regulations.
E. Records and documents subject to audit shall also include those records and
documents necessary to evaluate and verify direct and indirect costs, (including
overhead allocations) as they may apply to costs associated with this Contract. In
those situations where Consultant's records have been generated from
computerized data (whether mainframe, mini -computer, or PC based computer
systems), Consultant agrees to provide the County's representatives with extracts
of data files in computer readable format on data disks or suitable alternative
computer exchange formats.
F. The County and its authorized agents shall have the right to audit, inspect and
copy records and documentation as often as the County deems necessary
throughout the term of this contract and for a period of five (5) years after final
payment. Such activity shall be conducted during normal business working hours.
The County, or any of its duly authorized representatives, shall have access within
forty-eight (48) hours to such books, records, documents, and other evidence for
inspection, audit and copying.
G. The County, during the period of time defined by the preceding paragraph, shall
have the right to obtain a copy of and otherwise inspect any audit made at the
direction of the Consultant as concerns the aforesaid records and documentation.
H. Records and documentation shall be made accessible at the Consultant's local
place of business. If the records are unavailable locally, it shall be the Consultant's
responsibility to insure that all required records are provided at the Consultant's
expense including payment of travel and maintenance costs incurred by the
County's authorized representatives or designees in accessing records maintained
out of the county. The direct costs of copying records, excluding any overhead
cost, shall be at the County's expense.
The Consultant shall require all payees (examples of payees include sub
Consultants, insurance agents, material suppliers, etc.) to comply with the provisions
of this article by including the requirements hereof in a written contract agreement
between Consultant and payee. Such requirements include a flow -down right of
audit provisions in contracts with payees, which shall also apply to Sub Consultants
and Sub -sub Consultants, material suppliers, etc.
15
The Consultant shall cooperate fully and shall cause all aforementioned parties and
all of Consultant's sub Consultants (including those entering into lump sum
subcontracts and lump sum major material purchase orders) to cooperate fully in
furnishing or in making available to the County from time to time whenever requested
in an expeditious manner any and all such records, documents, information,
materials and data.
The County's authorized representatives or designees shall have reasonable
access to the Consultant's facilities, shall be allowed to interview all current or
former employees to discuss matters pertinent to the performance of this Contract
and shall have adequate and appropriate work space, in order to conduct audits in
compliance with this article.
K. Even after a change order proposal has been approved, Consultant agrees that if
the County later determines the cost and pricing data submitted was inaccurate,
incomplete, not current or not in compliance with the terms of the Contract
regarding pricing of change orders, then an appropriate contract price reduction
will be made. Such post -approval contract price adjustment will apply to all levels
of Consultants and/or sub Consultants and to all types of change order proposals
specifically including lump sum change orders, unit price change orders, and cost-
plus change orders.
L. If an audit inspection or examination by the County, or its designee, in accordance
with this article discloses overpricing or overcharges (of any nature) by the
Consultant to the County in excess of one-half of one percent (.5%) of the total
contract billings, the reasonable actual cost of the County's audit shall be
reimbursed to the County by the Consultant. Any adjustments and /or
payments that must be made as a result of any such audit or inspection of the
Consultant's invoices and/or records and supporting documents shall be made
within a reasonable amount of time (not to exceed 90 days) from presentation of
the County's findings to the Consultant.
XII
OWNERSHIP OF DOCUMENTS
It is understood and agreed that all documents, including detailed reports, plans, original
drawings, "as built", specifications, original field survey, data notes, and all other data,
prepared or obtained by the CONSULTANT in connection with its services hereunder
shall be delivered to, and shall become the property of the COUNTY prior to final payment
to the CONSULTANT.
The CONSULTANT shall not be liable for any use by the COUNTY of said documents or
data if they are modified in any manner without written approval of the CONSULTANT.
XIII
SUSPENSION OF WORK BY COUNTY
Right of COUNTY to Suspend Work and Order Resumption - The performance of
CONSULTANT'S services hereunder may be suspended by the COUNTY at any time.
16
However, in the event the COUNTY suspends the performance of CONSULTANT'S
services hereunder, it shall so notify the CONSULTANT in writing, such suspension
becoming effective upon the date of its receipt by CONSULTANT. The COUNTY shall
promptly pay to the CONSULTANT all fees that have become due and payable to the
CONSULTANT prior to the effective date of such suspension. COUNTY shall thereafter
have no further obligation for payment to the CONSULTANT unless and until the
COUNTY notifies the CONSULTANT that the services of the CONSULTANT called for
hereunder are to be resumed.
Upon receipt of written notice from the COUNTY that CONSULTANT'S services
hereunder are to be resumed, CONSULTANT shall complete the services of
CONSULTANT called for in this Contract and CONSULTANT, shall, in that event, be
entitled to payment of the remaining unpaid compensation which becomes payable to him
under this Contract, same to be payable in the manner specified herein.
In no event will the compensation or any part thereof become due or payable to
CONSULTANT under this Contract unless and until CONSULTANT has attained that
stage of work where the same would be due and payable to CONSULTANT under the
provision of this Contract.
XIV
STANDARDS OF CONDUCT
A. The CONSULTANT represents that he has not employed or retained any company
or person, other than a bona fide employee working solely for the CONSULTANT,
to solicit or secure this Contract and that he has not paid or agreed to pay any
person, company, corporation, individual or firm other than a bona fide employee
working solely for the CONSULTANT any fee, commission, percentage, gift, or any
other consideration, contingent upon or resulting from the award or making of this
Contract.
B. The CONSULTANT shall comply with all Federal, State and local laws and
ordinances applicable to the work or payment for work thereof, and shall not
discriminate on the grounds of race, religion, sex, sexual orientation and gender
expression/identity, color, age, disability or national origin in the performance of
work under this Contract.
C. The CONSULTANT hereby certifies that no undisclosed conflict of interest exists
with respect to the present Contract, including any conflicts that may be due to
representation of other clients, other Contractual relationships of the
CONSULTANT, or any interest in property that the CONSULTANT may have. The
CONSULTANT further certifies that any apparent conflict of interest that arises
during the term of this Contract will be immediately disclosed in writing to the
COUNTY. Violation of this section will be considered as justification for immediate
termination of this Contract under the provisions of Article VIII.
D. The CONSULTANT and its subsidiaries or affiliates who designed the project, shall
be ineligible for the award of the construction contract for that project.
17
The CONSULTANT shall not assign any interest in this Contract, and shall not transfer
any interest in the same without prior written approval of the COUNTY, provided that
claims for the money due or to become due the CONSULTANT from the COUNTY under
this Contract may be assigned to a bank, trust company, or other financial institution
without such approval. Notice of any such assignment or transfer shall be furnished
promptly to the COUNTY.
XVI
MINORITY[WOMEN EMPLOYMENT PARTICIPATION
A. The CONSULTANT shall be responsible for reporting Minority/Women Business
Enterprise (M/WBE) sub -consultant Contract dollar amount(s) for the M/WBE
SUBCONSULTANT(s) listed in this document, by submitting the appropriate
documents, which shall include but not limited to fully executed sub -contract
agreements and/or purchase orders evidencing contract award of work, to the
Business Development Division. Submittal of these sub -contract
agreements/purchase orders is a condition precedent to execution of the prime
contract with the County. Quarterly updated MWWBE utilization reports and Equal
Opportunity Workforce Schedule reports are to be submitted every quarter during
the term of the contract. Additionally, the Consultant shall ensure that the MWWBE
participation percentage proposed in the Consultant's Proposal submitted for this
Contract is accomplished.
B. Subsequent amendments to this contract shall be submitted with the appropriate
documentation evidencing contractual change or assignment of work to the
Business Development Division, with a copy to the COUNTY'S designated
representative, within ten (10) days after COUNTY'S execution.
C. The CONSULTANT shall be responsible for reporting local minority/women
employment percentage levels within the firm and the minority/women
employment percentage levels that the firm anticipates utilizing to fulfill the
obligations of this Contract. The report(s) shall be submitted to the Business
Development Division, on a quarterly basis during the life of the Contract.
D. The awarded prime consultant shall furnish written documentation evidencing actual
dollars paid to all sub -consultants utilized by the prime consultant on the project.
This will include, but not limited to: copies of cancelled checks, approved invoices,
and signed affidavits certifying the accuracy of payments so that the County may
determine actual MWBE participation achieved by the Prime Consultant prior to the
issuance of final payment.
E. The awarded prime Contractor's responsibilities and requirements are listed below
and shall be included in the sub -agreement:
1. Whereas the prime contractor is being paid in accordance with the Local
Government Prompt Payment Act, contractor shall incorporate a 72-hour
prompt payment assurance provision and payment schedule in all sub-
contracts between the prime and sub -contractors.
M.
Note: The County reserves the right to verify that all sub -contractors are
being paid within 72 hours of the County's remittance to the prime
contractor.
2. File copies of all executed subcontractor agreement/contracts between the
prime and all M/WBE subcontractors on the project to Orange County
Business Development Division one-time for the duration of the contract.
3. The awarded prime Contractor shall furnish written documentation
evidencing actual dollars paid to each subcontractor utilized by the prime
Contractor on the project. This will include, but not limited to: copies of
cancelled checks, approved invoices, and signed affidavits certifying the
accuracy of payments so that the County may determine actual participation
achieved by the prime Contractor prior to the issuance of final payment.
4. The sub -contract agreement shall include: (a) the percentage of the overall
contract value to be sub -contracted; and (b) the dollar amount based on the
percentage of the contract value to be sub -contracted (if available at time
of sub -contract agreement).
5. The prime Contractor shall submit an updated quarterly MWBE utilization
report and the Equal Opportunity Workforce Schedule report for all
professional service contracts. The required reports are to be submitted to
the Business Development Division no later than the fifth day after end of
reporting period.
6. All sub -contracts shall include the following statement: "It is the MWWBE
responsibility to submit the required Quarterly M/WBE utilization reports to
the prime and Final M/WBE payment verification form to Business
Development Division denoting the percentage of the overall contract fees"
The M/WBE's failure to submit the required documents could negatively
impact their M/WBE certification.
7. The awarded prime Contractor shall not substitute, replace or terminate any
M/WBE firm without prior written authorization of the Business Development
Division, nor shall the prime reduce the scope of work or monetary value of
a subcontractor without written authorization of the Business Development
Division.
8. Upon execution of any renewal or extension to this contract, the Prime
Contactor shall execute renewals with all approved specified sub-
contractors for the full duration of the contract.
9. The prime Contractor shall expeditiously advise all M/WBE's and the
Business Development Division of all change orders, contract
modifications, additions and deletions to any and all contracts issued to the
M/WBE firm on their team.
10. The COUNTY may at its discretion require copies of subcontracts/purchase
19
orders for the non-M/WBE's listed on the Project Team Form (FORM B)
and or utilized on the project. However, if this option is not exercised the
awarded Proposer shall provide a list of all non-M/WBE sub -Contractors
certifying that a prompt payment clause has been included in that contract
or purchase order.
The M/WBE's failure to submit the required documents could negatively
impact their M/WBE recertification.
F. By entering into this contract, the CONSULTANT affirmatively commits to comply
with the M/WBE subcontracting requirements submitted with his/her Proposal.
The failure of the CONSULTANT to comply with this commitment during the
Contract's performance period may be considered a breach of Contract. The
County may take action up to and including termination for default if this condition
is not remedied within the time period specified by the Manager, Procurement
Division.
The COUNTY may take action up to and including termination for default if this condition
is not remedied within the time period specified by the Manager, Procurement.
XVI I
INDEPENDENT CONSULTANT STATUS
The CONSULTANT shall be an independent Consultant and neither CONSULTANT nor
anyone employed by CONSULTANT shall be deemed for any purpose to be the
employee, agent, servant or representative of the COUNTY in the performance of the
work hereunder. The COUNTY shall have no direction or control of CONSULTANT or
CONSULTANT'S employees and agents, except in the results to be obtained.
XVlll
EQUAL OPPORTUNITY
The County's policies of equal opportunity and non-discrimination are intended to assure
equal opportunities to every person, regardless of race, religion, sex, color, age, disability
or national origin, in securing or holding employment in a field of work or labor for which
the person is qualified, as provided and enforced by Section 17-314 of the Orange County
Code and the County's relevant Administrative Regulations. It is also the county policy
that person(s) doing business with the County shall recognize and comply with this policy
and that the County shall not extend public funds or resources in a manner as would
encourage, perpetuate or foster discrimination. As such:
1. The Association shall adopt and maintain, or provide evidence to the County that
Association has adopted and maintains, a policy of nondiscrimination as defined
by Section 17-288, Orange County Code, throughout the term of this Agreement.
20
2. The Association agrees that, on written request, the Association shall permit
reasonable access to all business records or employment, employment
advertisement, applications forms, and other pertinent data and records, by the
County, for the purpose of investigating to ascertain compliance with the non-
discrimination provisions of this contract; provided, that the Contractor shall not be
required to produce for inspection records covering periods of time more than one
year prior to the date of this Agreement.
3. The Agency agrees that, if any obligations of this contract are to be performed by
subcontractor(s), the provisions of subparagraphs 1 and 2 of this Section shall be
incorporated into and become a part of the subcontract.
XIX
INDEMNIFICATION FOR TORT
A. The provisions of Florida Statute 768.28 applicable to Orange County, Florida
apply in full to this Contract.
Any legal actions to recover monetary damages in tort for injury or loss of property,
personal injury, or death caused by the negligent or wrongful act or omission of
any employee of the COUNTY acting within the scope of his/her office or
employment are subject to the limitations specified in this statute.
B. No officer, employee or agent of the COUNTY acting within the scope of his/her
employment or function shall be held personally liable in tort or named as a
defendant in any action for any injury or damage suffered as a result of any act,
event, or failure to act.
C. The COUNTY shall not be liable in tort for the acts or omissions of an officer,
employee, or agent committed while acting outside the course and scope of his/her
employment. This exclusion includes actions committed in bad faith or with
malicious purpose, or in a manner exhibiting wanton and willful disregard of human
rights, safety, or property.
XX
ASBESTOS FREE MATERIALS
For contracts for design services, CONSULTANT shall provide a written and notarized
statement on company letterhead to certify and warrant that the project was designed
with asbestos free materials. Such statement shall be submitted with the final payment
request.
Final payment shall not be made until such statement is submitted. CONSULTANT
agrees that if materials containing asbestos are subsequently discovered at any future
time to have been included in the design, CONSULTANT shall be liable for all costs
related to the redesign or modification of the construction of the project so that materials
containing asbestos are removed from the design, plans or specifications or construction
contract documents, and, in addition, if construction has begun or has been completed
pursuant to a design that includes asbestos containing materials, the CONSULTANT shall
also be liable for all costs related to the abatement of such asbestos.
21
me "k.. 0r,
This Contract shall be governed by the laws of the State of Florida. Any and all legal
action necessary to enforce the provisions of this Contract will be held in Orange County,
Florida. Venue for any litigation involving this contract shall be the Ninth Circuit Court in
and for Orange County, Florida.
XXI I
AVAILABILITY OF FUNDS
The obligations of Orange County under this Contract are subject to need and
availability of funds lawfully appropriated for its purpose by the Board of County
Commissioners, or other specified funding source for this contract.
N/A
XXIV
REGISTERED SERVICE -DISABLED VETERAN •
A. The CONSULTANT shall be responsible for reporting Registered Service -Disabled
Veteran (SDV) sub -consultant Contract dollar amount(s) for the SDV
SUBCONSULTANT(s) listed in this document, by submitting the appropriate
documents, which shall include but not limited to fully executed sub -contract
agreements and/or purchase orders evidencing contract award of work, to the
Business Development Division. Submittal of these sub -contract
agreements/purchase orders is a condition precedent to execution of the prime
contract with the County. Quarterly updated SDV utilization reports Schedule of
Minorities and Women reports are to be submitted every quarter during the term
of the contract. Additionally, the Consultant shall ensure that the SDV participation
percentage proposed in the Consultant's Proposal submitted for this Contract is
accomplished.
B. Subsequent amendments to this contract shall be submitted with the appropriate
documentation evidencing contractual change or assignment of work to the
Business Development Division, with a copy to the COUNTY'S designated
representative, within ten (10) days after COUNTY'S execution.
C. The awarded prime consultant shall furnish written documentation evidencing actual
dollars paid to all sub -consultants utilized by the prime consultant on the project.
This will include, but not limited to: copies of cancelled checks, approved invoices,
and signed affidavits certifying the accuracy of payments so that the County may
determine actual SDV participation achieved by the Prime Consultant prior to the
issuance of final payment.
D. The awarded prime consultant shall not substitute, replace or terminate any M/WBE
firm without prior written authorization from the Business Development Manager. In
M
the event a certified SDV sub -Consultant's sub -contract is terminated for cause, the
CONSULTANT shall justify the replacement of that sub -consultant, with another
certified M/WBE firm in writing to the Business Development Division, accompanied
by the Project Manager's recommendation.
E. It is the intent of the COUNTY to insure prompt payment of all sub -consultants
working on COUNTY projects. The CONSULTANT shall:
1. Submit copies of executed contracts between the CONSULTANT and all of
its SDV sub -consultants to the Business Development Division.
2. The County may at its discretion require copies of subcontracts/purchase
orders for the non-SDV's listed on Form B and or utilized on the project.
However, if this option is not exercised the awarded Proposer shall
provide a list of all non-SDV subConsultants certifying that a prompt
payment clause has been included in that contract or purchase order.
3. Incorporate a prompt payment assurance provision and payment schedule
in all contracts between the CONSULTANT and sub -consultants (including
those with non-SDV's) stating that payment will be made to the
sub -consultant within 72 hours of receipt of payment from the COUNTY.
The CONSULTANT shall pay each sub -consultant for all work covered
under an invoice within the 72 hour time frame.
The Proposer shall contact the Business Development Division Liaison at
407-836-8363 for any questions and/or concerns as it relates to Registered
Service -Disabled Veterans.
F. By entering into this contract, the CONSULTANT affirmatively commits to comply
with the SDV subcontracting requirements submitted with his/her Proposal. The
failure of the CONSULTANT to comply with this commitment during the Contract's
performance period may be considered a breach of Contract. The County may
take action up to and including termination for default if this condition is not
remedied within the time period specified by the Manager, Procurement Division.
"Claim" as used in this provision means a written demand or written assertion by one of
the contracting parties seeking as a matter of right, the payment of a certain sum of
money, the adjustment or interpretation of contract terms, or other relief arising under or
relating to this contract.
Claims made by a Consultant against the County relating to a particular contract shall be
submitted to the Procurement Division Manager in writing clearly labeled "Contract Claim"
requesting a final decision. The Consultant also shall provide with the claim a certification
as follows: "I certify that the claim is made in good faith; that the supporting data are
accurate and complete to the best of my knowledge and belief; that the amount requested
23
accurately reflects the contract adjustment for which the Consultant believes the County
is liable; and that I am duly authorized to certify the claim on behalf of the Consultant."
Failure to document a claim in this manner shall render the claim null and void.
Moreover, no claim shall be accepted after final payment of the contract.
The decision of the Procurement Division Manager shall be issued in writing and shall be
furnished to the Consultant. The decision shall state the reasons for the decision reached.
The Procurement Division Manager shall render the final decision within sixty (60) days
after receipt of Consultant's written request for a final decision. The Procurement Division
Manager's decision shall be final and conclusive.
The Consultant shall proceed diligently with performance of this contract pending final
resolution of any request for relief, claim, appeal or action arising under the contract and
shall comply with any final decision rendered by the Manager of the Procurement Division.
T;IT'll
COUTtlIGEUT FEES
The Consultant warrants that they have not employed or retained any company or
person, other than a bona fide employee working solely for the Consultant, to solicit or
secure this Contract and that they have not paid or agreed to pay any person, company,
corporation, individual or firm other than a bona fide employee working solely for the
Consultant any fee, commission, percentage, gift or any other consideration, contingent
upon or resulting from the award of this Contract. For the breach or violation of this
provision, the County shall have the right to terminate the Contract at its sole discretion,
without liability and to deduct from the Contract price, or otherwise recover, the full
amount of such fee, commission, percentage, gift or consideration.
XXVII
TOBACCO FREE CAMPUZ-5
All Orange County operations under the Board of County Commissioners shall be tobacco
free. This policy shall apply to parking lots, parks, break areas and worksites. It is also
applicable to Consultants and their personnel during contract performance on county -owned
property. Tobacco is defined as tobacco products including, but not limited to, cigars,
cigarettes, e-cigarettes, pipes, chewing tobacco and snuff. Failure to abide by this policy
may result in civil penalties levied under Chapter 386, Florida Statutes and/or contract
enforcement remedies.
XXVIII
VERIFICATION OF EMPLOYMENT STATUS
Prior to the employment of any person performing services under this contract, the
CONSULTANT shall utilize the U.S. Department of Homeland Security's E-Verify system
to verify the employment eligibility of: (a) all employees within the State of Florida that
are hired by the CONSULTANT after the execution of the contract who are providing labor
24
under the contract during the contract term; and, (b) all employees within the State of
Florida of any of the CONSULTANT'S sub -consultants that are hired by those sub -
consultants after the execution of the contract who are providing labor under the contract
during the contract term. Please refer to USCIS.gov for more information on this process.
DEBARMENT,XXIX
• • - O.
By executing this agreement the Bidder affirms that it is in compliance with the
requirements of 2 C.F.R. Part 180 and that neither it, its principals, nor its subcontractors
are presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participation in this transaction by any Federal department or
agency.
XXX
FLORIDA CONVICTED/SUSPENDED/DISCRIMINATORY COMPLAINTS:
By executing this agreement the Bidder affirms that it is not currently listed in the Florida
Department of Management Services Convicted/Suspended/Discriminatory Complaint
Vendor List.
The provisions of this Agreement are declared by the parties to be severable. However,
the material provisions of this Agreement are dependent upon one another, and such
interdependencies a material inducement for the parties to enter into this Agreement.
Therefore, should any material term, provision, covenant or condition of this Agreement
be held invalid or unenforceable by a court of competent jurisdiction, the party protected
or benefited by such term, provision, covenant, or condition may demand that the parties
negotiate such reasonable alternate contract language or provisions as may be
necessary either to restore the protected or benefited party to its previous position or
otherwise mitigate the loss of protection or benefit resulting from holding.
Orange County is a public agency subject to Chapter 119, Florida Statutes. The
Consultant agrees to comply with Florida's Public Records Law. Specifically, the
Consultant shall:
Keep and maintain public records required by Orange County to perform the
service.
2. Upon request from Orange County's custodian of public records, provide Orange
County with a copy of the requested records or allow the records to be inspected
or copied within a reasonable time at a cost that does not exceed the cost provided
in this chapter or as otherwise provided by law.
25
3. Ensure that public records that are exempt or confidential and exempt from the
public records disclosure requirements are not disclosed except as authorized by
law for the duration of the contract term and following completion of the contract if
the Consultant does not transfer the records to Orange County.
4. Upon completion of the contract, Consultant agrees to transfer at no cost to
Orange County all public records in possession of the Consultant or keep and
maintain public records required by Orange County to perform the service. If the
Consultant transfers all public record to Orange County upon completion of the
contract, the Consultant shall destroy any duplicate public records that are exempt
or confidential and exempt from public records disclosure requirements. If the
Consultant keeps and maintains public records upon completion of the contract,
the Consultant shall meet all applicable requirements for retaining public records.
All records stored electronically must be provided to Orange County, upon request
from Orange County's custodian of public records, in a format that is compatible
with the information technology systems of Orange County.
5. A Consultant who fails to provide the public records to Orange County within a
reasonable time may be subject to penalties under section 119.10, Florida
Statutes.
6. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT:
400 E. South Street, 2"d Floor, Orlando, FL 32801
407-836-5897
ProcurernentRecordsocfl.net
WOOD ENVIRONMENT & BOARD OF COUNTY COMMISSIONERS
INFRASTRUCTURE SOLUTIONS, INC ORANGE COUNTY, FLORIDA
ALTAMONTE SPRINGS, FLORIDA
Signature
Marls C. Diblin, CFM
Name Typed
�2�,
Carrie Mathes, MPA, CFC , CPPO, C.P.M.
CPPB, APP, Manager, Procurement Division
Date: 12/16/2020
Florida Operations Office Manager - Vice President
Title
(for County use only)
l
90,.h
PROFESSIONALCONTINUING WATER QUALITY
ScopeEXHIBIT A
of
PART I GENERAL INFORMATION
BACKGROUND:
As a result of changes in land use, pollutant loads delivered to water bodies have
demonstrably and continually increased. Orange County Environmental Protection
Division (Division) will utilize these services for Total Maximum Daily Load (TMDL)
and National Pollutant Discharge Elimination System Municipal Separate Storm Sewer
System (NPDES MS4) Permit regulatory program compliance, management of
waterbodies with MSTUs or MSBUs, and protection of Orange County's water
resources. The Division will utilize data and conclusions originating from these
services to develop and recommend non-structural Best Management Practices
(BMPs), such as ordinances, policies, and programs, and structural BMP projects to
the Board of County Commissioners (BCC).
The Scope of Services herein includes professional services to implement water
quality projects throughout Orange County. Services may include but are not limited
to the following project phases:
® Assessments: The goal of the assessment report is to evaluate current water
quality and hydrologic conditions and then identify and rank conceptual
structural and non-structural water quality improvement BMP projects to restore
or maintain water quality. These recommended concepts may feed into the
Feasibility Study phase.
Feasibility studies: Evaluate constructability, feasibility, and cost effectiveness
of BMP projects and provide all necessary information to proceed to design and
construction. Data gaps remaining from the assessment phase may require
monitoring, modeling, survey, geological studies, and/or ecological studies.
Refined project layouts, pollutant reductions, and costs shall be developed.
Feasibility may include assembling, submitting, and tracking environmental
resource or other project -specific permits, property acquisition, defining
easement requirements, input from adjacent land owners/HOA, operation and
maintenance, wetland mitigation, ecological impacts, and potential flooding.
• Performance monitoring: Monitoring of water quality parameters, velocity and
discharge, mass removal, and/or other parameters of interest associated with
BMP projects or adjacent waterbodies in order to evaluate performance from an
upstream/downstream or waterbody perspective.
Technical support projects: These projects may include some or all tasks
included in an assessment, feasibility study, and/or performance monitoring
project applied to the full or partial watershed. They may also include technical
tasks associated with, but not directly required by the other project types or
support of regulatory programs or design and construction projects.
In order to assemble scientifically sound and defensible data, sample collection and
analysis shall be performed in accordance with Florida Department of Environmental
Protection Standard Operating Procedures per Chapter 62-160 of the Florida
Administrative Code (FAC), or other documented methods generally accepted by the
scientific community.
Analytical laboratory services shall be provided for samples collected from various
environmental matrices at a frequency as needed to appropriately characterize
watershed and / or sources of nutrient loading behavior in the assessment area. Sub-
contracted laboratories shall hold a National Environmental Laboratory Accreditation
Certification (NELAC) and be certified for the applicable methods. In addition, the
contracted laboratory shall provide quality assurance/quality control information
including, but not limited to: matrix spike concentrations, method detection limits,
practical quantifiable limits, duplicate reproducibility, the results from equipment blank
testing, in conformance with NELAC standard operating and reporting procedures and
Chapter 62-160, FAC.
The professional services described herein are not intended to consist of all services
required on any single project. In general, the actual scope of services for any
individual project will be dependent on the nature of the project, the project status with
regard to available data and analyses, and the project phases and work tasks that the
County determines to contract.
1. Assessment Services:
The final product of the assessment phase is a report, which documents the existing
conditions within the study area, contains hydrologic and nutrient pollutant budgets that
describe sources and sinks of water and pollutants within the study area, uses
previously accepted models, contains basin -specific data, and produces a list of
potential best management projects intended to _remove or mitigate pollutant loads
within the study area. The list shall rank the BMPs by the cost per pound removed of
total phosphorous (TP), total nitrogen (TN), total suspended sediment (TSS), or other
pollutant of concern as identified during the assessment process. Descriptions of the
BMPs shall include conceptual layouts that the County may move to the Feasibility
phase.
Potential tasks, submittals, and meetings might include some or all of the following:
A. Kickoff Meeting: Project kickoff meetings are held prior to the commencement
of the project. The intent of the kickoff meeting is to review known data
sources, identify data gaps, review the negotiated scope of work for the
project, establish and/or modify a proposed project timeline, and discuss the
project to a fuller extent.
B. Review of Existing Data: Procurement, review, and analysis of relevant prior
studies and available data sources. Evaluation of previous analyses, areas
where updated analyses may be necessary, data gap analyses, data collection
methods, and data modeling. Reports, plans, calculations, permits, historical
hydrologic / meteorological records as well as stormwater infrastructure and
other GIS feature layers (soils, land use, wetlands, hydrography, aerial
photography) relevant to characterizing the study area.
C. Field ReconnaissanceNerification of Existing Data: Perform office and field
inspections to compare original model drainage conditions to present day field
conditions.
D. Delineate Watershed and Sub -Basin Topography: Generate / revise available
digital elevation models (DEMs), LIDAR elevations, or other sources of
topography in the study area using compiled data. Delineate major and sub -
watershed drainage boundaries.
E. Bathymetric Survey for Total Depth and Soft Sediment Depth: estimation of
lake water and muck volumes
F. Field Data Collection and Analysis: may occur in, but not be limited to, the
water column, sediment column, stormwater, adjacent lands, wetlands or other
environmental matrices and locations as required to characterize the fate and
transport of pollutant loads within the water body and surrounding watershed.
The consultant shall provide photographs and narrative survey of field
conditions during sampling events. dissolved oxygen profiles and / or other
water quality parameters (e.g., pH, conductivity, turbidity, temperature,
oxidation-reduction potentials, etc.) in the water column or sediment, nutrient
and / or pollutant concentrations in sediments. Analytical laboratory services
shall be provided for samples collected with various environmental matrices at
a frequency as required to accomplish and appropriately characterize locations
identified in the project. Laboratory shall be NELAC certified for applicable
methods and provide quality assurance / quality control information including,
but not limited to: matrix spike concentrations, method detection limits,
practical quantifiable limits, duplicate reproducibility, the results from
equipment blank testing, in conformance with NELAC standard operating and
reporting procedures and Chapter 62-160, Florida Administrative Code.
1) Surface Water Monitoring: profiles of field meter parameters from water
surface to total depth at defined depth intervals, collection of surface
and/or deep water quality analytical samples. episodic seasonal
turnover, and identification of stratification if present
2) Stormwater Runoff Monitoring: event grab or autosampler collection of
water quality samples and/or velocity and discharge monitoring
3) Groundwater Monitoring: seepage, recharge, well or other water
sources within the waterbody or the watershed
4) Sediment Monitoring: speciation of nutrient pollutants, internal
recycling/flux analysis
5) Biological Monitoring: Analysis of impacts of pollutants to the existing
flora and fauna, using generally accepted methodologies (Lake
Vegetation Index, Stream Condition Index, or other generally accepted
biological -integrity methods as established by professional societies),
inhabiting the watershed or waterbody.
G. Hydrologic Budget: identify hydrologic sources and sinks, which may include,
but are not limited to: direct precipitation and evaporation, stormwater runoff,
groundwater seepage and recharge, inflows and outflows, and drainwells.
Characterization of the hydraulic flow regime shall include, but not be limited
to, calculated water residence times for each lake or water body, identification
of periods of peak and minimum hydraulic flows.
H. Nutrient/Pollutant Budget: establish pollutant sources and sinks and allocate
the loads among the sources and sinks, identify unquantified loads and
estimate their impact on the overall budget. Pollutant sources will include, but
are not limited to surface water runoff, septic systems, internal cycling of
nutrients within sediment/water interface, groundwater seepage/recharge,
uncontrollable sources, and background sources.
Water Quality Model: Run-off coefficients based on the present and projected
land use. Soil type/hydrologic group and cover. Establish the fate, transport,
and partitioning of pollutant loads within the watershed, forecast changes in
pollutant loading commensurate with proposed changes in land use, and
estimate pollutant load reductions due to BMP projects.
J. Interim and Final Meetings:
1) County staff - consultant provides interim updates on project progress,
discussion of specific tasks in order to review interim data and / or
provide feedback.
2) Stakeholder - consultant provides interim updates or final summary of
project for stakeholder groups, which may include, but are not limited to:
Homeowner's Associations; Lake Advisory Boards; local citizen groups;
environmental organizations; builders and developers;
3) BCC - consultant provides interim updates or final summary of project
for the Board of County Commissioners, Mayor, County Administrator,
and/or interested Commissioner. Note that Board of County
Commissioner meetings are open to public attendance and
participation.
K. Identify and Conceptualize potential Structural and Non-structural BMPs:
conceptual layout of potential projects, conceptual cost estimates and pollutant
reduction efficiencies, ranking based on these parameters and
implementability. Conceptual cost estimate should include design, land
acquisition/relocation and easement needs, permitting, construction and
construction management, and operation and maintenance. Analyses of
stormwater improvement projects (BMPs), including but not limited to: possible
locations, recommended pollution abatement systems at specific locations,
pollutant load reductions in pounds (Ibs) per year, pollutant removal costs in
dollars per pound removed, recommended use of Best Management Practices
and provide engineering cost estimate for design and construction. This
should include the quantity and quality of existing wetlands in the basin and
recommendations for planned mitigation or avoidance of impacts, the objective
being to preserve, and if possible, enhance the ecosystem. Assess
maintenance and erosion and sedimentation issues related to the study area.
Alternatives should evaluated and ranked on the following factors: probable
costs (including land acquisition, capital cost, etc.); anticipated ecological
impacts; expected water quality impacts (surface and ground water);
implementation considerations (practicality); social acceptability; expected
reliability; estimates of probable operation and maintenance costs; permitting
feasibility; and anticipated flood mitigation
L. Draft and Final Reports: Mapping services to include, but not be limited to,
creating and analyzing isocontours or isopleths of nutrients and / or pollutant
concentrations or other pertinent water quality data on aerials, isocontours of
lake bottoms to illustrate the sources of those nutrients and / or pollutants
within the water body. Consultant shall also provide copies of all GIS and
supporting files used to generate figures in a useable format or geodatabase.
Please note the horizontal and vertical datum used in map projections shall be
the same datum currently in use by Orange County, Florida (viz, NAVD88).
Notifications and deliverables: Project progress updates will be provided in a format and
at a frequency as directed by the EPD project manager. Frequency may be variable
depending on the current project activity level.
Consultant will provide written notification (email acceptable) of field activities prior to
staff or subcontractor work onsite. Timeframes for these notifications will be determined
during preparation of the Scope of Services supporting preparation of each Purchase
Request.
Field and lab deliverables and schedule updates will be provided monthly to provide
support for invoicing purposes. Field deliverables may include: field notebook pages and
sampling forms (PDF), photos (PDF, jpeg, tif), raw data files and/or supporting
calculation files for field measurements (excel, .csv or delimited format, as applicable),
and calibration documentation (PDF). Laboratory analytical deliverables may include:
quality assurance/quality control (QA/QC) documentation and reporting limits.
Draft and Final Reports will be submitted as a complete PDF document accompanied by
Models (ICPR4, Bathtub, HSPF, or appropriate), GIS Data (ArcMap 10.2 or appropriate),
calculations/spreadsheets (excel). Reports shall include, but not be limited to, an
analysis of historic and current data characterizing water quality. Reports will include
information from pertinent, peer -reviewed literature with citation(s), digital copies of
spreadsheets used during analyses, field data forms, copies of instrument pre- and post -
calibration reports, chain -of -custody forms, analytical laboratory reports, copies of field
notebooks, all GIS files used for mapping and analysis, input and output files from
modeling analyses, as appendices. Reports shall be delivered as a draft and a final
within the timeframes specified in the cost proposal and agreed upon scope of work.
Consultant shall provide one (1) hard copy of the report and supporting documentation
and one (1) digital copy, preferably PDF, of the final report or deliverable and supporting
documentation prior to payment of final invoice.
2. Feasibility Studies:
The goal of the Feasibility Study is typically a report, which provides all information
needed to proceed with the engineering/design of the project. The report will
summarize the findings of the Assessment Report, and provide: results of any additional
data collection to fill identified gaps; required surveys; refined models, pollutant
reduction estimates and costing; and potential constructability, permitting, and flooding
issues.
Consultant shall perform evaluations of BMPs as required by EPD. These evaluations
shall include a detailed review of engineering and biological BMPs in order to determine
their usefulness and appropriateness to water body nutrient and / or pollutant mitigation
management. requirements. Evaluations shall include but not be limited to, literature
reviews, design reviews, establishing nutrient and / or pollutant removal efficiencies,
cost of BMP operation and maintenance and size of BMP carbon footprint identifying
alternative energy sources.
The final product of this phase of work is typically a report, which establishes the
design objectives and design concept for the next phase of work. Design criteria shall
be established, as will be a preliminary estimate of cost and the project design,
permitting and construction schedule. Right-of-way and easement acquisition
requirements shall be preliminarily identified. Any necessary regulatory variances
shall be identified and investigated. The overall project feasibility and anticipated
effectiveness shall be clearly established. Public information meetings shall be held,
public input taken and, where appropriate, modifications made to the conceptual
plan.
Potential required tasks, submittals and meetings might include some or all of the
following:
A. Kickoff Meeting: Identification of existing data sources and review of project
plan and schedule.
B. Review Existing Data and Identification of Data Gaps: Procurement, review
and analysis of relevant prior analysis and studies. Evaluation of previous
analysis, and where added detail is necessary, new analysis, data gathering
and modeling. This work shall lead to either agreement or adoption of the prior
conclusions, or development of alternative conclusions and/or a
recommendation or project conceptual design. Review past flooding
complaints and rules, regulations, ordinances and laws (local, state, federal)
pertinent to the study area. Generate / revise digital elevation model (DEM) of
watershed area using compiled data.
C. Supplemental Field Tasks: may include Field Data Collection and Analysis as
described under Assessment Services to address data gaps or to provide a
current dataset after significant time lapse or change in conditions within the
watershed. This may include additional data collection, sampling, installation
of monitoring equipment.
D. Surveys and Studies: Topographic Survey, Survey of Existing Structures,
Geotechnical Study, Ecological Survey and other field investigations.
E. ICPR Hydologic & Hydraulic Model Updates: evaluation of potential impacts of
proposed projects to the watershed, including upstream flooding, land use
change impacts, or other inputs that may affect a proposed pollutant removal
project.
F. BMP Perm itabiIity/Constructability: All necessary permits, assessments and
land use approval requirements shall be identified. Necessary submittal
requirements and deadlines should be identified and the proper sequence of
processing established. Processing time should be estimated. Evaluation of
environmental conditions and constraints affecting the project should be
identified. Pre -application meetings with applicable regulatory agencies and
Water Management District should also be included. permitting requirements /
costs, right-of-way needs / costs, construction costs,
G. Preliminary Design and Costing: Schematic representation of design and
supporting analysis documentation, Conceptual cost estimate, including
design, land acquisition/relocation and easement needs, permitting,
construction and construction management.
H. Meetings: Prepare project brochures, administer mailing invitations, provide
meeting presentation materials, hold public information meetings for the project
and submit post -public meeting input when applicable. Modify the conceptual
design as necessary and agree on a project's conceptual design, purpose and
effectiveness based on the information developed during this phase.
Report: Generate a project report, technical memorandum, or design
memorandum summarizing data collection and evaluation, providing .
3. Performance Monitoring:
The final product of this project phase is typically a report, which establishes empirical
pollutant loads and pollutant reduction estimates for specific BMP projects. This may be
utilized to support grant requirements, BMAP reporting of pollutant reductions, and/or
evaluation or support of generalized reduction efficiencies estimated for a type of BMP.
Potential required tasks, submittals and meetings might include some or all of the
following:
A. Kickoff Meeting: Identification of existing data sources and review. of project
plan and schedule.
B. Review Existing Data: Determine gaps in data that are necessary for
evaluation of pollutant loads and placement of appropriate BMPs.
C. Field Tasks: collection of analytical samples for analysis of pollutants.
estimation of influent and effluent loads, mass reduction of pollutant and
pollutant removal efficiency, estimate of cost per pound of pollutant and cost
per pound of pollutant per acre of watershed served.
D. Analysis of data: Report findings of analytical results and impact on proposed
pollutant load reduction BMPs.
4. Technical Support Services:
The final product of this project phase varies, but will typically include summary report,
data compilation, or technical memo with or without recommendations and conclusions.
Potential required tasks, submittals and meetings might include some or all of the
following:
A. Kickoff Meeting: Identification of existing data sources and review of project
plan and schedule.
B. Review Existing Data and Identification of Data Gaps
C. Supplemental Field Tasks
D. Construction Services: Full or part time construction inspection services when
requested. Services to make measured drawings of or to investigate existing
conditions or facilities, or to verify the accuracy of drawings, or other information
furnished by the County, when such services are not required as a part of the
project development phase, design and permitting phase or the construction
services phase of a project
E. Services necessary to obtain operating permits, development and design of
discharge monitoring plans and preparation of operating and staffing manuals,
when such services are not required as a part of the project development
phase, design and permitting phase or the construction services phase of a
project.
F. Partial or supplemental environmental assessments: performance of some or
all of the assessment tasks for a full or partial watershed. May include, but is
not limited to, sampling, modeling, pollutant load estimation identification of
pollutant load reduction project options.
G. Wetland delineations, restoration evaluations, mitigation plans, and dredge and
fill permits, when such services are not required as a part of the project
development phase, design and permitting phase or the construction services
phase of a project.
H. Furnishing services of other independent professional or technical associates in
such fields as biological assessment and forestry.
I. Preparations for applications and supporting documents for grants.
J. Provide services to fulfill permit conditions of the County's NPDES (National
Pollutant Discharge Elimination System) MS4 Permit.
K. Peer review services: Peer review services to evaluate the accuracy and validity
of reports, prior analyses, geodatabases and/or computer simulations provided
to or by the County, when such services are not required as a part of the project
development phase, design and permitting phase or the construction services
phase of a project. This includes post -project reviews to identify best practices
and lessons learned.
L. Professional stormwater engineering services; to include the review and
analysis of various BMP designs (including new and innovative technologies);
defend recommendations in legal proceedings, if needed; and identify pollutant
loads and conduct source allocations within the various subbasin watersheds.
M. Services resulting from significant changes in the general scope, extent or
character of an individual project or its design including, but not limited to,
changes in size, revising previously accepted studies, reports, designs
documents of contract documents when such revisions are required by
changes in laws, codes, rules, regulations, policies, or orders enacted
subsequent to the preparation of such documents.
N. The project may also include the review and analysis of data used to designate
a water body as impaired,
O. Total Maximum Daily Load (TMDL) program services: necessary services to
fulfill the conditions and requirements to comply with the Florida Department of
Environmental Protection (FDEP) TMDL program. Analyzing adopted or
proposed TMDLs,
P. providing general support within a Basin Management Action Plan (BMAP)
area
Q. Pollutant load analysis: use of regulatory and/or industry standard software
models to provide source allocations of nutrients and / or pollutants of interest.
Please note that software models must be approved for use with the
appropriate regulatory agency or be utilized as an industry standard.
R. Assistance in connection with bid protests arising from technical specifications,
re -bidding or re -negotiating contracts for construction, materials, equipment, or
services.
S. Property acquisition support: Providing property surveys, related to
engineering, appraisal and real estate services needed in connection with
acquiring needed interests in real property for the County.
T. Preparing to serve or serving as a consultant or witness for the County in
litigation, arbitration or other legal or administrative proceeding, when such
services are not required as a part of the project development phase, design
and permitting phase or the construction services phase of a project.
U. Performing constructability reviews of project plans in order to minimize
construction change orders.
V. Database development related to projects.
W. Field surveys and data collection in support of roadway, drainage, and mowing
activities.
X. Project scheduling and project budget tracking services.
Y. Project management services.
Z. Services such as inspection of roadway and drainage infrastructure
maintenance activities. Evaluation of current level of service the existing
infrastructure
AA. Manual preparation for projects and division operations. Operation and
maintenance
BB. Preparation of presentations, figures and exhibits for projects and public
meetings.
CC. GIS related services for the implementation of Stormwater projects or
programs, and other miscellaneous activities such as a stormwater website.
DD. Floodplain management services including delineation of the floodplain,
letter of map revision (LOMR) services (review and approval), GIS work for
FEMA floodplain layer, and repetitive loss properties.
EE. Services related to FEMA's Community Rating System series 100 through
700. Services to include, but not limited to; Public Information, Mapping &
Regulations, Flood Damage Reduction, and Warning & Response.
FF.Services necessary to review, revise, and approve change to Orange County
Ordinances and Codes to meet Federal or State requirements.
GG. Services related to drainage wells including retrofitting, replacement, and
analysis of drainwell systems. This also includes continuous simulation
analysis and evaluation of drainwells for the purpose of permitting, regulatory
approvals needed, and water use master planning.
HH. Services related to the evaluation of pump stations and major control
structures, and retrofit recommendations. This also includes drawdown
analysis and evaluation of drainwells for the purpose of permitting, regulatory
approvals needed, and water use master planning.
II. Services related to surface feature failures (e.g., washouts, sinkholes and
pavement failures) and retrofit recommendations.
JJ. Services related to sandbar removal, canal bank protection, pond restoration,
and sediment/erosion control including survey, evaluation, final design,
permitting and construction.
KK. Services related to stormwater service rate analysis, determination and
codification.
LL. Low impact and sustainable design: Services related to low impact
development (LID), green infrastructure (GI) engineering, sustainability and
resiliency design for stormwater systems.
r
Re: Orange County
Continuing Water Quality Professional Services
#Y20-906-C
As requested, the following is our information regarding overhead multipliers and personnel hourly rates for
projects with Orange County. These rates will be used throughout the duration of the contract:
Base Rate
100%
Overhead & Fringe Benefits
134.75%
Less Unallowable Expenses
3.15%
Subtotal
231.60%
Profit
0.3474%
OVERALL MULTIPLIER 2.66
Individual classifications for personnel hourly rates are as follows:
Classification Base Hourly Rate Overall Multiplier Billable
Principal
$80.75
2.66
$214.80
Associate
$65.55
2.66
$174.36
Senior 2/Project Mgr
$54.37
2.66
$144.62
Senior 1/Project Mgr
$45.36
2.66
$120.66
Professional Engineer/Scientists 3
$34.38
2.66
$91.44
Professional Engineer/Scientists 2
$31.29
2.66
$83.22
Professional Engineer/Scientists 1
$28.06
2.66
$74.65
Sr. Designer
$39.25
2.66
$104.41
CADD Tech
$24.09
2.66
$64.08
Sr. Technician
$25.80
2.66
$68.61
Technician
$20.80
2.66
$55.33
Admin
$20.86
2.66
$55.49
4 Person Survey Crew
$84.71
2.66
$225.33
3 Person Survey Crew
$61.71
2.66
$164.15
2 Person Survey Crew
$44.71
2.66
$188.93
Under penalty of perjury, I declare that I have read the foregoing and the facts stated in it are true. False
statements may result in criminal prosecution for a felony of the third degree as provided for in Section
92.525 (3), Florida Statures
Michael D. Phelps, Contract Manager
Print Name and Title
a!"-Z-Z� Ji
Signature
Date: September 1, 2020
FEE SCHEDULE wood.
Rates Effective through 12/31/20
FIELD / SURVEY / CONFINED SPACE AND
MISCELLANEOUS EQUIPMENT RATES
Equipment
Rates
4 Wheel ATV
$125
per day
2" PVC Temporary Monitor Wells. 4-6' deep
$193
each
Atmospheric testing/monitoring Equip (M404 Gas Monitor)
$75
per day
$300
per wk
Auto Sampler (ISCO3700 & 3710)/1 Week
$200
per week
Auto Sampler (ISCO3700 & 3710)/2-3 Week Duration
$175
per week
Auto Sampler (ISCO3700 & 3710)/4-11 Week Duration
$150
per week
Auto Sampler (ISCO3700 & 3710) > 3 Month Duration
$500
per month
Backpack Electrofisher (3 Gallon)
$350
per day
$1,520
per wk
Backpack Sprayer
$35
per day
Carolina Skiff (17') and Trailer
$200
per day
Confined Space Equipment
$200
per day
$660
per wk
Confined Space Equipment
$660
per wk
Continuous Recording Staff Gauge
$270
per wl<
Digital Depth Finder
$66
per day
Dissolved Oxygen Meter
$39
per day
Double Ring Infiltrometer
$25
per day
$100
per wk
Field Test Kit Storm Water
$13
per test site
Field Test Kit Surface Water
$8
per test site
Foxboro OVA/PID
$125
per day
$475
per wk
Generator
$66
per day
$225
per wk
GPR Equipment
$450
per test site
GPS Equipment
$110
per day
$375
per wk
GPS R.T.K. Positioning Data(per unit)
$16.50
per day
$115.50
per wk
Ground Water Sample Bailers (Decontaminated)
$28
each
Ground Water Sampling Pump (Disposable Tubing)
$66
per day
$180
per wk
Grunfos Sampling Pump
$275
per day
$950
per wk
Herbicide
$12
gal
Honda Water Pump (2")
$110
per day
Hydrographic Survey Vessel & Equipment
$650
per day
Infrared Camera
$110
each
Inline 45 micron water filter
$33
each
Jon Boat 16' Motor and Trailer
$165
per day
Kayak
$50
per day
$150
per wk
Maintenance of Traffic (MOT)
$500
per day
Metal Detector
$28
per day
$SS
per wk
Microscope (Compound)
$28
per day
$55
per wk
Multimeter Hydrolab Surveyor 4
$85
per day
$290
per wk
Multimeter — YS1556
$85
per day
$290
per wk
Nuclear Density Gauge
$25
per day
$100
per wk
Open Channel FlowMeter and Datalogger
$495
per wk
Photo Vac OVA/PID
$66
per day
$240
per wk
Piston Tube Sampler
$25
per day
$100
per wk
Multimeter - ProDSS
$130
per day
Q-Liner Stream Profiler
$185
per day
-
FEE SCHEDULE wood.
Rates Effective through 12/31/20
FIELD / SURVEY / CONFINED SPACE AND
MISCELLANEOUS EQUIPMENT RATES
Equipment
Rates
Pore Pressure Probe
$39
per day
$120
per wk
Pressure Transducer/Data Logger
$50
per day
$200
per wk
Pressure Transducer/Data Logger (Telemetry)
$125
per day
$450
per wk
Rock Core Box
$25
each
Sample Jars (Box of 12)
$15
each
Sample Storage
$120
one time charge
Sandpipe Field Permeability Equipment
$25
per day
$100
per wk
Seepage Meter
$500
each
Soft -Dig Excavation Unit
$400
per day
Soil Auger
$25
per day
$100
per wk
Staff Gauges
$28
each
Stream Flow Meter
$110
per day
$298
per wk
Survey Equipment
$127
per day
Terrestrial Laser Scanning Unit
$1000
per day
Temp. pH. Conductivity Meter
$28.
per day
$100
per wk
Tipping Bucket Rain Gauge
$50
per month
Turbidity Meter. Digital (Portable) Hack 2100P
$30
per day
$100
per wk
Vacuum Pump
$66
per day
$230
per wk
Vane Shear Equipment
$28
per day
$100
per wk
Vibration & Noise Monitoring Equipment
$130
per day
$350
per wk
Water Level Indicator (Electric)
$28
per day
$85
per wk
Weed Eater -Gas, Chain Saw
$28
per day
$100
per wk
*Expendables are in addition to the equipment rates (Bottles, fuel, tubing, suction line..etc) at the current market
price.
**Rates are for equipment only. Additional labor charges may be necessary for equipment setup, calibration, and
maintenance.
FEE SCHEDULE
Rates Effective through 12/31/20 wood.
SUPPLEMENTAL LABORATORY TESTS
Classification Tests
Natural soil moisture content
ASTM D2216
$10
Each
Soils finer than #200 Sieve (wet wash)
ASTM D1140
$40
Each
Combined analysis, moisture and % fines
ASTM D2216
$50
Each
+ D1140
Sieve Analysis (excl. #200 wash)
ASTM D422
$60
Each
Sieve Analysis with #200 wash
ASTM D422
$90
Each
or D6913
Sieve analysis with hydrometer (assumed specific gravity)
ASTM D422
$140
Each
Hydrometer
ASTM D422
$90
Each
Specific Gravity
ASTM D854
$60
Each
Atterberg Liquid and Plastic Limits
ASTM D4318
$90
Each
Soil unit weight with moisture content
ASTM D2+ 937
$60
Each
D2937
Organic Content
ASTM D2974
$40
Each
Shrinkage Limit, Mercury Method
ASTM D427
$90
Each
Consolidation & Swell Tests
Swell or settlement potential with unit weight, spgravity and moist
ASTM D4546
$450
Each
Expansion Index
ASTM D4829
$240
Each
Consolidation test, square root of time method (up to 12 loads)
ASTM D2435
$450
Each
Consolidation test, log time method up to 12 Loads)
ASTM D2435
$450
Each
Consolidation test, additional load increment
$50
Each
Remolding/trimming for swell, settlement or consolidation test
$30
Each
Permeability Test
Constant Head (per point sand)
ASTM D2434
$180
Each
Falling Head (clay)
ASTM D5084
$240
Each
Remolding/trimming/compaction of sample
$30
Each
Strength Tests
Unconsolidated, undrained triaxial test per specimen (one confining
pressure)
ASTM D2850
$175
Each
Unconsolidated, undrained triaxial test (three confining pressure)
ASTM D2851
$525
Each
Consolidated, undrained triaxial test w/ pore pressure measurement
per specimen (one confining pressure)
ASTM D4767
$175
Each
Consolidated, undrained triaxial test w/ pore pressure measurement
per specimen (three confining pressure)
ASTM D4767
$525
Each
Consolidated, drained triaxial test per specimen (one confining
ASTM D3080 or
$175
Each
pressure)
USCOE Method
Consolidated, drained triaxial test( three confining pressure)
ASTM IVI D3080 or
$525
Each
US Method
Remolding / trimming triaxial specimen
$30
Each
Unconfined compressive strength
ASTM D2166
$90
Each
Unconfined compressive strength, undisturbed sample
ASTM D2166
$90
Each
Unconfined compressive strength remolded/compacted sample
ASTM D2166
$120
Each
Direct Shear - 2.5in Box / 1 Normal Load
ASTM D3080
$200
Each
Direct Shear - 12in Box / 1 Normal Load
ASTM D3080
$240
Each
FEE SCHEDULE
Rates Effective through 12/31/20 wood.
SUPPLEMENTAL LABORATORY TESTS
Proctor/Compaction Tests
Standard Proctor
ASTM D698 or
$120
Each
AASHTO T99
Modified Proctor
ASTM D1557
$120
Each
or AASHTO T180
Relative Density, dry method(max. and min.)
ASTM D4253+
$150
Each
D4254
Relative Density, wet and dry (min and max)
ASTM D4253+
$150
Each
D4254
Relative density, min only
ASTM D4254
$60
Each
Relative density, dry method (max only)
ASTM D4253
$90
Each
Relative density, wet method (max only)
ASTM D4253
$90
Each
Limerock Bearing Ratio (LBR)
FDOT FM 5-515
$360
Each
Rock Tests
Unconfined compressive strength of intact rock core (Method D)
ASTM D7012
$90
Each
Splitting tensile strength of intact rock core
ASTM D3967
$90
Each
Density of rock core
USCOE Test Method
$60
Each
Specific Gravity and Absorption
USCOE Test Method
$60
Each
Soundness by sodium sulfate up to 7 cycles
ASTM C88
$360
Each
LA Abrasion
ASTM C131 or C535
$240
Each
Electro-Chemical Tests
Soil pH
ASTM D4972
$30
Each
Water soluble chloride testing
ASTM C1218
$150
Each
Acid soluble Chloride testing
ASTM C1152
$150
Each
Sulphate Content
ASTM D516
$90
Each
Total Carbonate of soil or sediment sample
ASTM D4373
$90
Each
Electrical Resistivity (remolded or undisturbed)
ASTM G57
$90
Each
pH testing (carbonation) freshly broken concrete surface (incl.
$60
Each
crushing)
Asphalt Testin
Ignition of sample to determine Asphalt content and gradation
ASTM D-6307
$150
Each
/AASHTO T-308
Pavement Thickness determination
ASTM D5361
$30
Each
Bulk specific gravity/density of core
ASTM D-6752
$30
Each
/AASHTO
Bituminous concrete stability, Marshall stability and flow
ASTM D-6927
$150
Each
Theoretical Max. specific gravity (Rice Method)
ASTM ASTM
$150
Each
/AASHTO
Gyratory Compaction, set of 2
ASTM D-6925
$150
Each
/AASHTO T-312
Aggregate Testing
Flat/Elongated Particles
ASTM D-4971
$150
Each
Clay Lumps/Friable particles
ASTM C-142
$150
Each
FEE SCHEDULE
Rates Effective through 12/31/20 wood.
SUPPLEMENTAL LABORATORY TESTS
Lightweight pieces
ASTM C-123
$150
Each
Sieve analysis - fine
ASTM C-136
$60
Each
Sieve analysis - coarse
ASTM C-136
$60
Each
Sieve analysis - fine and coarse
ASTM C-136/C117
$90
Each
Fractured and angular pieces
ASTM D-5821
$150
Each
Moisture content
ASTM D-2216
$10
Each
/D-4643
Organic Impurities - Fine
ASTM C-40
$40
Each
Reducing Field samples to testing size
ASTM D-75
$30
Each
Specific gravity and absorption/ coarse
ASTM C-127
$90
Each
Specific gravity and absorption/ Fine
ASTM C-127
$90
Each
Unit weight
ASTM C-29
$60
Each
L.A. Abrasion
ASTM C-31/C-535
$240
Each
Soundness by sodium or magnesium sulfate up to 5 cycles
ASTM C-88
$360
Each
Calcium Carbonate percent by weight
ASTM D-3042
$150
Each
Carbonates and organic matter in Limerock
FDOT FM 5-514
$90
Each
Concrete Tests
Compressive strength testing of cylinders
ASTM C39 C39
$15
Each
/AASHTO
Compressive strength testing cubes/grout specimens
ASTM C109
$12
Each
Flexural strength of concrete (simple beam with three point loading)
ASTM C78
$40
Each
Compressive strength of concrete core (incl end trim)
$40
Each
Tailings & Sediment Tests
Column Settling Test
USCOE Test Method
$150
Each
#140 Sieve wash
USCOE Test Method
$40
Each
Slurry Consolidation
USCOE Test Method
$600
Each
Hand vane shear or penetrometer
USCOE Test Method
$10
Each
Soil -Cement
Soil -Cement Mixing & Prep (per mix)
$90
Each
Moisture -Density Test / Pill Compaction (5 points)
ASTM D-588
$150
Each
Curing & Compressive Strength
ASTM D-1633
$20
Each
Freeze -Thaw (per mix)
ASTM D-560
$300
Each
Wet -Dry Durability (per mix)
ASTM D-559
$300
Each
Specialty testing can be arranged and quoted on request including:
Large scale shear, consolidation and permeability testing
Geosynthetic materials (HDPE, composites, grids, fabrics, revetments)
Geo-chemical tests (regulatory test suites, metals, leachates)
Seismic parameters (cyclical shear and liquefaction potential)
Expenses
Reproduction / Plotting
8 112" x 11 " $0.10
11 X 17 $0.20
24 X 36 $2.00
Mobilization
0 - 50 Miles................................................................................................... $300.00
50 - 100 Miles............................................................................................... $400.00
101 + Miles................................................................................................... Call for quote
CPT
0-200'.............................................................
DailyRate .........................................................
Difficult Access .................................................
StandbyTime ...................................................
DPT 2" Monitoring Well Installation
...................................... $10.50/ft.
...................................... $2,800.00/day
...................................... $279.95/hr.
...................................... $279.95/hr.
0-50'........................................................................................................... $25.00/ft.
(Includes PVC Riser, Sand and Grout)
2" x 5' Prepacked Screens............................................................................ $85.00/ea.
Well Completion - Flush Mount................................................................... $350.00/ea.
(Includes 2' x 2' Well Pad, Manhole Cover and up to 30 minutes of Well Development
Time)
Miscellaneous
Grout............................................................................................................ $5.30/ft.
BentoniteChips............................................................................................ $30.00/per bag
55 Gallon Drums.......................................................................................... $55.00/ea.
Per Diem (2 Man Crew)................................................................................ $350.00/day
Client is responsible for obtaining all permits and utility clearance.
For any additional work or changes not quoted, Amdrill's standard schedule of fees will
apply.
A finance charge of 1.5% per month will be charged to all invoices over 30 days old.
P.O. BOX 10278 — BROOKSVILLE, FLORIDA 34603 1
PHONE: (352) 540-9666 — FAX: (352) 796-1666
@0 Beta Analytic
USD Pricing Effective January 1, 2020
Standard AMS 14 Business Days or Less
$595
Priority AMS I 6 Business Days or Less j
$795
Radiocarbon
ri3Ort Time Guide AMS (rot applicable to bones) 2 3 Bus less gays
$1,7 35
Dating All Radiocarbon Dating Services Include 613C Measurements
613C + 615N, C:N, %C, and %N free with AMS Dating of Bones & Teeth (except cremated bones)
613C + 6180 free with AMS Dating of Shell, Coral, and CaCO3
j bD + 613C + 6180 free with AMS Dating of Groundwater DIC
'i
Additional Fees for all Banes & Teeth (without ultrafiltration)
collagen Extraction
jApplied
to Uncha=red and Heated/Burned Bones Only
$90
Bone Carbonate Extraction
jApplied
to Cremated Bones Only
S90
Additional Fee Applies if Service Is Requested
_..
Applicable to Uncharred Bones ,fee includes collagen
Uitraf'sltration
extraction}
$20
(Applicable to nenburned wood and museum samples
Pretreatment
2lID!¢35e Extraction
contaminated with furnigants, preserfaflves, or
significant handling.
$90
_....
Applicable to materials contaminated with varnishes,
Solvent Extraction
pr'eservatives oils, tar, etc.
$185
DOC Concentration Measurement
Applicable to all Incoming samples for DOC
$50
Water Sample- 5 rng/I- or higher (FAT - 30 Business
Dissolved Organic Carbon (DOC)
(Days)
$150
Water Sample - 2 mg/L to 5 mg/L (TAT- 30 Business
Dissolved Organic Carbon (DOC)
Days)
Please consult the laboratory
Bones (Cremated}
�
fi13C
i
$1 ;5
Bones (Non -cremated}
__ _
513C+515N+„C+ ,N +C:Pd
$175
( Carbonates
�513C +8180
$15
$125
Organics / Plant Material
t(3IO
513C
$65
$115
Isotope
�WaterDIC
513C
$65
$115
Analysis
I Water
bD
$65
Water
L
fit 80
S65
Water
� hD + 6180
75
l Wate8180
1 + 613C
$95
Nits ate Gource
1 2 samples
3Business Days
5360
Tracking
3-10 samples
30 Business Days
$3 6
b15N and £1 H0
1 t-26 samples
30 Business Days
$275
analysis of dins lved
120+samples
30 Bns4iess Days
$25
nitrate In water
Nitrate Concentration
Only in conlunctio vnUt Nitrate Source 1 racking
$50
Other I Report Modification Fee
Any type of material
To request for a price list in EUR, GBP, JPY, KRW, RMB or TWD, please email: lah(�sradiocarbon.corn
If you need an estimate or quotation, please fill out our contact form at: itip,u.L wi,�iram, iocar on com,show-mucb-do or -dating cost htm
Turnaround time — Our quoted turnaround time starts following day of receipt at the Miami laboratory excluding weekends.
150
Environmental Consultants
Barnes, Fertand and Associates, Inc.
Re: BFA Fee Quotation Proposal
®range County Professional Services Contract ® Y20-906
As requested, the following is our information regarding overhead multiplier and personnel
hourly rates for projects with Orange County. These rates will be used throughout the duration
of the contract.
Base Rate:
Overhead & Fringe Benefits:
Subtotal:
Profit (12%):
Multiplier:
Orange County Overall Allowable Multiplier
100
168
268%
0.30
3.00 (use capped multiplier as shown below)
2.99
Individual classifications for personnel hourly rates are as follows:
Classification
Hourly
Rate
Overall
Multiplier
Billable Rate
Principal Hydrogeologist
$70.98
2.99
$212.23
Principal Engineer
$65.00
2.99
$194.35
Senior Project Manager
$60.00
2.99
$179.40
Construction Manager
$50.00
2.99
$149.50
Project Manager
$50.00
2.99
$149.50
Engineer V
$60.00
2.99
$179.40
Engineer IV
$50.00
2.99
$149.50
Engineer III
$40.00
2.99
$119.60
Engineer II
$31.00
2.99
$92.69
Engineer 1
$25.00
2.99
$74.75
Construction Engineer
$33.50
2.99
$100.17
CAD IV (Designer)
$33.50
2.99
$100.17
CAD III
$25.00
2.99
$74.75
CAD II
$21.00
2.99
$62.79
CAD 1
$18.00
2.99
$53.82
GIS Senior Specialist
$60.00
2.99
$179.40
GIS Tech III
$40.00
2.99
$119.60
GIS Tech II
$31.50
2.99
$94.19
GIS Tech 1
$25.00
2.99
$74.75
Hydrogeologist V
$51.49
2.99
$153.96
Hydrogeologist IV
$40.48
2.99
$121.04
Hydrogeologist III
$36.38
2.99
$108.78
Hydrogeologist II
$28.39
2.99
$84.89
Hydrogeologist 1
$22.08
2.99
$66.02
1230 Hillcrest Street - Suite 100 - Orlando, Florida 32803
September 9, 2020
Page 2
Classification
Hourly
Rate
Overall
Multiplier
Billable Rate
Environmental Scientist IV
$36.38
2.99
$108.78
Environmental Scientist III
$29.77
2.99
$89.01
Environmental Scientist II
$23.13
2.99
$69.16
Environmental Scientist 1
$17.87
2.99
$53.43
Field Technician IV
$28.39
2.99
$84.89
Field Technician III
$23.13
2.99
$69.16
Field Technician II
$20.00
2.99
$59.80
Field Technician 1
$14.27
2.99
$42.67
Sr. Surveyor and Mapper
$50.00
2.99
$149.50
Surveyor and Mapper
$45.50
2.99
$136.05
Survey Technician
$30.00
2.99
$89.70
2 Person Survey Crew
$47.00
2.99
$140.53
3 Person Survey Crew
$61.00
2.99
$182.39
Utility Coordinator
$27.30
2.99
$81.63 ,.
S.U.E. 2 Person Crew
$48.62
2.99
$145.37
S.U.E. 3 Person Crew
$61.00
2.99
$182.39
Administrative Support III
$31.74
2.99
$94.90
Administrative Support II
$21.03
2.99
$62.88
Administrative Support 1
$14.04
2.99
$41.98
Barnes, Ferland and Associates (BFA)
Other Direct Costs Table
Y20-906
2020
Description
Units
Unit Cost 1
Reproduction
B&W Copy (8.5" x 11") (Per Side)
Each
$
0.05
B&W Copy (8.5" x 14")
Each
$
0.12
B&W Copy (11" x 17")
Each
$
0.20
Blackline Copy (24"x 36" or 22"x 34")
Each
$
2.00
Color Copy (8.5" x 11") (Per Side)
Each
$
0.74
Color Copy (85' x 14") (Per Side)
Each
$
0.74
Color Copy (11" x 17")
Each
$
1.25
Color Copy (24"x 36" or 22"x 34")
Each
$
12.00
Lamination (8.5" x 11")
Each
$
1.75
Materials
Binders
Each
$
At Cost
September 9, 2020
Page 3
Barnes, Ferland and Associates (BFA)
Other Direct Costs Table
Y20-906
2020
Description
Units
Unit Cost 1
Bond Plots (24"x 36" or 22"x 34")
Each
$
0.72
Communications
Facsimile (Long Distance)
Each
At Cost
Phone Calls (Long Distance)
Minute
At Cost
Mail
Courier
Each
$
At Cost
Express Delivery
Each
At Cost
US Mail
Each
At Cost
Travel z
Lodging ($80.00 maximum)
Day
At Cost
Mileage 3
Mile
0.445
Per Diem ($36.00 maximum)
Day
At Cost
Rental Car
Day
At Cost
Tolls
Each
At Cost
Miscellaneous
Legal Notices
Each
At Cost
Permit Application Fees
Each
At Cost
Water Quality Analysis
At Cost
Field Supplies
Each
At Cost
Water Level analysis Equipment
Day
At Cost
Water Quality Analysis Equipment
Day
At Cost
Specialty Software
Each
At Cost
Electronic Media
Compact Disc
Each
1.00
DVD
Each
1.50
1 "At Cost" Items will be billed without markup.
2 Travel Costs in accordance with Orange County Travel Policy.
3 Orange County maximum mileage cost. Local mileage will only be considered if included
in cost proposal and justified.
September 9, 2020
Page 4
Under penalty of perjury, I declare that I have read the foregoing and the facts stated in it are true. False
statements may result in criminal prosecution for a felony of the third degree as provided for in Section
95.525(3), Florida Statutes.
Sincerely,
D
Willie E. Thomas, P.E.
President
9/9/2020
Date
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
CONTRACT #Y20-906
Drummond Carpenter, PLLC
Billable Rates and Multiplier
Position Category/Grade
Hourly Rate
Multiplier
Billable Rate
Engineer/Scientist VII VIII
$92.95
2.2042
$204.88
Engineer/Scientist VI
$83.66
2.2042
$184.40
Engineer/Scientist
$70.75
2.2042
$155.95
Engineer/Scientist I
$52.71
2.2042
$116.18
En ineer Scientist III
$34.66
2.2042
$76.40
Engineer/Scientist I II
$31.37
2.2042
$69.15
Field Technician
$30.00
2.2042
$66.13
Senior Designer
$50.00
2.2042
$110.21
Clerical
$29.54
2.2042
$65.11
Senior Graphics Renderings
$28.75
2.2042
$63.37
In the most recent reporting period, which consisted of the 12-month period of the year 2019, Drummond
Carpenter, PLLC had the below -listed multipliers, which are submitted to Orange County to be used on this
contract. A copy of the firm's audited Statement of Direct Labor and Indirect Costs is attached.
General Overhead Rate
76.536%
Fringe Benefit Rate
20.264%
Fringe + General Overhead Rate
96.800%
Salary + Fringe + General Overhead Rate
196.800%
Profit Margin (12%)
23.616%
Overall Multiplier
220.42% (2.43<2.99)
MAX ALLOWABLE MULTIPLIER
2.99
ORANGE COUNTY APPROVED MULTIPLIER 2.2042
This is to certify that the above information is accurate as of 15 September 2020.
Chad Drummond President 9/15/2020
Name of Company Officer, Title Date
REIMBURSEABLE EXPENSES
Prime Contractor: Drummond Carpenter, PLLC
Orange County Contract: Continuing Services Professional Services
Orange County Contract Number: Y20-906
Photocopies
Units
Rate per Unit
B/W Copies - 8.5" x I "
copy
$0.05
B/W Copies - 11" x 17"
copy
$0.10
Color Copies - 8.5" x 11"
copy
$1.00
Color Copies - 11" x 17"
copy
$2.00
Scans
Units
Rate per Unit
Large Format - 24"x36"
sheet
$30.00
Large Format - 36" x 48"
sheet
$60.00
Full Size Plots
Units
Rate per Unit
Color Plots (up to 48" x 48")
sq.ft
$6.00
B/W Plots (up to 48" x 48")
sq. ft
$0.75
Gator Board (up to 48" x 48")
sq. ft
$12.00
Miscellaneoue Reproduction
Units
Rate per Unit
Flash Drive/ USB Drive
each
$20.00
Cloud Storage of Project Data
month
$50.00
Report Binders up to 1.5"
each
$20.00
Report Binders 2" - 3"
each
$25.00
Report Binders 3"-4"
each
$30.00
Courier and Delivery
Units
Rate per Unit
Delivery within Orange County
delivery
$25.00
Delivery outside of Orange County
delivery
$50.00
Field Expenses (Rates Based on Usage Time)
Daily
Weekly
4 Weeks
Water Level Meter
$37.00
$65.00
$182.00
Continuous Water Level Logger (In -Situ Troll 700)
$120.00
$290.00
$783.00
Multiparameter Water Quality Meter with Flow Cell
$209.00
$576.00
$1,323.00
Turbidity Meter
$37.00
$103.00
$290.00
Consumable Field Sampling Supplies (gloves, tubing, etc)
$50.00
N/A
N/A
Stormwater Autosampler (ISCO 6712)
$72.00
$193.00
$547.00
Rain Gage (ISCO)
$45.00
$125.00
$307.00
Area Velocity Flow Module (ISCO 750)
$45.00
$125.00
$307.00
ISCO Bubbler Flow Module (730)
$45.00
$125.00
$307.00
Hydrologic Flow/ Stage Meter (ISCO 2150)
$108.00
$301.00
$894.00
GPS Unit (Trimble R1 Unit)
$100.00
$300.00
$750.00
GPS Unit (Trimble GeoExplorer 6000)
$279.00
$765.00
$1,803.00
Schonstedt Magnetic Pipe & Cable Locator
$68.00
$244.00
$602.00
Mobile Data Collector Tablet (iPad Pro)
$50.00
$125.00
$250.00
Peristalitc Pump
$37.00
$97.00
$271.00
Trash Pump, 2"
$50.00
$136.00
$380.00
Generator
$65.00
$174.00
$489.00
Battery, Marine (w/charger)
$23.00
$60.00
$164.00
Hand Auger
$23.00
$60.00
$164.00
AMS Split Core Sampler, 2" x 6" or 2" x 12"
$44.00
$116.00
$326.00
Drainage Structure Inventory Tools (manhole key, gloves, etc.)
$10.00
$25.00
$60.00
Field truck
$100.00
N/A
N/A
Field Expenses (Rates Based on Usage Time)
Daily
Weekly
4 Weeks
Row Boat with Trolling Motor
$73.00
$196.00
$544.00
Pontoon Boat
$250.00
N/A
N/A
SCUBA Diving Gear (per person)
$100.00
N/A
N/A
Lake Seepage Meter
N/A
N/A
$125.00
Passive Flux Meter
N/A
N/A
$350.00
Pushpoint Pore Water Sampler
$150.00
$450.00
$1,350.00
Multi -gas Monitor (02/CO/CO2/PID)
$105.00
$256.00
$872.00
Tripod Rescue System (tripod and winch)
$143.00
$452.00
$1,456.00
Confined Space Blower
$50.00
$136.00
$380.00
Full -Body Harness
$15.00
$45.00
$90.00
Power Tool Set for Major Equipment Installation
$75.00
$150.00
$250.00
Sontek FlowTracker Handheld ADV
$221.00
$619.00
$1,532.00
Davis Vantage Pro Weather Station
$65.00
$174.00
$488.00
Field Expenses (Miscellaneous)
Units
Rate per Unit
Field Sampling Filter (0.2/0.45 micron)
each
$50.00
eurofins
August 12, 2020
�',-1,vlrorirm, vi ye tip
r i e r i .
Lance Lumbard
Wood E&I Solutions Inc
550 Northlake Blvd
Suite 1000
Altamonte Spr, FL 32701
lance.Iumbard@woodplc.com
Tel: (407) 592-3235
Subject: Analytical Services Proposal - Orange County
Eurofins TestAmerica Quotation Number 66015071
Dear Lance,
Eurofins TestAmerica, Tampa
6712 Benjamin Road
Suite 100
Tampa, FL 33634
Tel: (813) 885-7427
Fax: (813) 885-7049
www.testamericainc.com
We appreciate the opportunity to provide your company with a quotation for your Orange County project. Eurofins TestAmerlce
has a unique combination of full service capabilities, technical expertise, local service options, and online resources necessary
to ensure successful project outcomes.
At Eurofins TestAmerica, quality is the hallmark of our business. To ensure your project's data quality objectives are met, we
offer experienced personnel who are trained and committed to completing your analytical project on time, a fully documented
QA/QC program, and state-of-the-art laboratory equipment and facilities. In addition to being a full service laboratory, we are
part of the nation's largest environmental laboratory network. This provides access to an unparalleled spectrum of capabilities
and turnaround time options, all through a single point of contact. Mark Gudnason has been assigned as your Project
Manager for this work and can be reached by phone at 813 280-8342 or via email at Haukur.Gudnason@Eurofinset.com.
® Total Access: a web portal offering you customizable, real time access to data. With 24 hour access you can perform
data trending, compare data to industry or project limits, track CoCs, invoices, reports and much more.
® Level IV Deliverables/Customizable EDDs: high resolution, text searchable reports, available in virtually any format.
® Extensive Experience: Project Managers with in-depth knowledge of regulatory protocols and procedures.
® Nationwide Logistical Support: bringing you an extensive courier network, service centers and shipping options
throughout the U.S. and abroad.
® PFAS, Dioxins/Furans, Air, Radiochemistry, IH and other specialty analyses are offered alongside routine soil and
water methods with seamless reports and consolidated EDDs.
The following quotation includes a detailed price breakdown, as well as any notes and clarifications pertaining to your project,
and is subject to Eurofins TestAmerica's Standard Terms and Conditions, unless otherwise agreed upon in writing.
We thank you for choosing Eurofins TestAmerica, and we look forward to working with you on this project.
Sincerely,
Deb Carey Coursey
Client Relations Manager
Deb.Coursey@Eurofinset.com
cc: Rhonda Moll; Mark Gudnason
Issued on: 8/12/2020 Page 1 of 10
Eurofins TestAmerica, Tampa
6712 Benjamin Road
Suite 100
Tampa, FL 33634
Prepared for:
Lance Lumbard
Prepared by Coursey, Deb Carey
Wood E&I Solutions Inc
Date 8/12/2020
550 Northlake Blvd
Expiration Date 11/11/2020
Suite 1000
Est. Start Date
Altamonte Spr, FL 32701
lance.Iumbard@woodpic.com
Tel: (407) 592-3235
Pro "ect. Oran e Coun
Quote Number.- 66015071- 0
Groundwater General Chemistry TAT:7_Days (Business Days)
Matrix
Method
Test Description
Quantity
Unit
Extended
Price
Price
Water
353.2
Nitrate & Nitrate/Nitrite
1
$ 15.00
$ 15.00
Water
365.2
Orthophosphate - Assumes Field Filtered
1
$ 18.00
$ 18.00
Water
213OB-2011
Turbidity
1
$ 10.00
$ 10.00
Water
2540 D-2011
Solids, Total Suspended (TSS)
1
$ 10.00
$ 10.00
Water
365.1
Total Phosphorus
1
$ 20.00
$ 20.00
Groundwater General Chemistry TAT:7_Days (Business Days)
(to be analyzed by Eurofins
TestAmerica, Savannah)
Matrix
Method
Test Description
Quantity
Unit
Extended
Price
Price
Water
310.1-1978
Alkalinity
1
$ 15.00
$ 15.00
Water
350.1-1993 R2.0
Ammonia
1
$ 18.00
$ 18.00
Water
351.2-1993 R2.0
Total Kjeldahl Nitrogen, (TKN)
1
$ 15.00
$ 15.00
Water
5310 B-2011
Total Organic Carbon, (TOC)
1
$ 25.00
$ 25.00
Total Groundwater General Chemistry
$ 146.00
Groundwater - N/O & Boronl1 TAT: 5_Days (Business Days)
Matrix
Method
Test Description
Quantity
Unit
Extended
Price
Price
Water
200.7 Rev 4.4
Boron - Required for Boron 11 Analysis
1
$ 15.00
$ 15.00
Groundwater - N/O & Boron11 TAT: 25_Days (Business Days)
(to be analyzed by
Isotech
Laboratories Inc)
Matrix
Method
Test Description
Quantity
Unit
Extended
Price
Price
Water
Subcontract
15N/14N (d15N) and 180/160 (d180) - (10-Day TAT is
1
$ 395.00
$ 395.00
available @ $595)
Groundwater - N/O & Boronl1 TAT:25_Days (Business Days)
(to be analyzed by
Isotope Tracer
Technologies Inc)
Matrix
Method
Test Description
Quantity
Unit
Extended
Price
Price
Water
Subcontract
Boron 11
1
$ 402.50
$ 402.50
Total Groundwater - N/O & Boron11
$ 812.50
Issued on: 8/12/2020 Page 2 of 10
Eurofins TestAmerica, Tampa
6712 Benjamin Road
Suite 100
Tampa, FL 33634
Prepared for:
Lance Lumbard
Prepared by Coursey, Deb Carey
Wood E&I Solutions Inc
Date 8/12/2020
550 Northlake Blvd
Expiration Date 11/11/2020
Suite 1000
Est. Start Date
Altamonte Spr, FL 32701
lance.]umbard@woodplc.com
Tel: (407) 592-3235
Pro "e -t.• Oran e Coun
Quote /Number. 66015071- 0
Quote Other Charges
Description
Quantity
Unit
Extended
Price
Price
Safe and Environmentally Responsible Waste Management (per sample)
1
$ 2.50
$ 2.50
Shipping Charges to Isotope Tracer - $50 (Waterloo, Ontario)
0
$ 50.00
$ 0.00
Supplies - 0.45 Micron In -Line Filter; if needed
0
$ 15.00
$ 0.00
Services - Lab Filtering; If Needed
0
$ 10.00
$ 0.00
Minimum Total Invoice per analytical receipt (for details see T&Cs)
0
$ 150.00
$ 0.00
Total Other Charge
$2.50
Total Other Charges $ 2.50
Total Analysis Charges $ 958.50
Grand Total for Quote 66015071 $ 961.00
*Quoted charges do not include sales tax. Applicable sales tax will be added to invoices where required by lain.
Issued on: 8/12/2020 Page 3 of 10
Eurofins TestAmerica, Tampa
6712 Benjamin Road
Suite 100
Tampa, FL 33634
Prepared for:
Lance Lumbard
Wood E&I Solutions Inc
550 Northlake Blvd
Suite 1000
Altamonte Spr, FL 32701
lance.Iumbard@woodplc.com
Tel: (407) 592-3235
Prepared by Coursey, Deb Carey
Date 8/12/2020
Expiration Date 11/11/2020
Est. Start Date
Pro "ect Orange County Quote Number 66015071- 0
Eurofins TestAmerica Business Confidentiality -
T&Cs This quote has been prepared by TestAmerica Laboratories, Inc. dba Eurofins TestAmerica
(Eurofins TestAmerica), solely for the use of the customer to whom it is addressed in evaluating
Eurofins TestAmerica's qualifications and capabilities in connection with a particular project.
The user of this document agrees by its acceptance to return it to Eurofins TestAmerica upon
request and not to reproduce, copy, lend, or otherwise disclose its contents, directly or
indirectly, and not to use it for any purpose other than that for which it was specifically provided.
The user also agrees that where consultants or other outside parties are involved in the
evaluation process, access to this document shall not be given to said parties unless those
parties also specifically agree to these conditions. In the absence of signed acceptance,
submittal of samples will indicate acceptance of this quotation.
Terms and Conditions -
This quotation is based solely upon Eurofins TestAmerica's standard product (routine QA/QC,
detection limits, deliverables and standard turnaround times) and noted exceptions herein. The
discounts incorporated into the pricing are based upon the sample quantity, test method, and
schedule quoted. Any deviations may impact pricing and/or the acceptance of work. Final
acceptance of this work is contingent upon a mutually agreed Sample Delivery Schedule. All
sales are subject to Eurofins TestAmerica's Terms and Conditions unless alternative terms
have been agreed to in writing. Submittal of samples will indicate acceptance of this
quotation.
Quote Expiration -
Pricing listed in the proposal will expire 90 days from the quote date unless the project is
awarded/confirmed within that time period. Unless otherwise set forth in this quotation, Eurofins
TestAmerica reserves the right to re-evaluate pricing for extended length projects on an annual
basis.
SERWM -
A fee, notated as Safe and Environmentally Responsible Waste Management (SERWM), will be
applied to all invoices for each sample processed by the laboratory.
PROJECT SETUP
Field Sampling Products -
Eurofins TestAmerica can provide field sampling products upon request and these products are
billable to the client at the time of shipment.
Field sampling products may include, but are not limited to:
® VOA sampling devices, preservation kits, ISM supplies, tubing and filters
® Industrial Hygiene media, surface sampling wipes, source sampling traps
The cost of the soil sampling devices is not included in the quoted rates for volatile analysis.
Core Samplers
® 5 gram Core N' One and EnCore samplers are available at $10 each (three required per
sample).
® Disposable Core N' One T-Handles are available at $15 each.
® Eurofins TestAmerica does not supply EnCore T-Handles.
Field Preservation
Issued on: 8/12/2020 Page 4 of 10
Eurofins TestAmerica, Tampa
6712 Benjamin Road
Suite 100
Tampa, FL 33634
Prepared for:
Lance Lumbard
Wood E&I Solutions Inc
550 Northlake Blvd
Suite 1000
Altamonte Spr, FL 32701
lance.Iumbard@woodplc.com
Tel: (407) 592-3235
Prepared by Coursey, Deb Carey
Date 8/12/2020
Expiration Date 11/11/2020
Est. Start Date
Project Orange Coun Quote Number. 66015071- 0
® TerraCore Kits (varied) - quoted based on client required configurations
® Disposable Lock N' Load Handles are available at $12 each.
If any sampling supplies for soil VOCs are requested, they will be included in the quote under
Other Charges.
Coolers and Sampling Supplies -
® Sampling Supplies: Eurofins TestAmerica will provide sample containers and coolers to
support the sampling of water and soil samples. Extra bottles may be provided (up to 10%)
in case of breakage. Eurofins TestAmerica expects that samples and supplies will be
returned to the lab, including empty coolers and a reasonable percentage of the projected
sample load - 70% or higher of the expected/quoted sample number. Coolers not received
back by the projected deadline or as agreed with the PM may be charged at $30 per
cooler. Similarly, if the sample containers received as samples are less than 90% of the
containers provided, the sample containers not received as samples will be charged at a
flat rate of $1 per container.
® Sample Container Shipping: The containers and preservatives required by the project shall
be delivered via ground transportation. A minimum of 5 business days advance notice is
required in order to achieve shipment by ground"transportation. Supply shipments
requiring priority delivery due to insufficient lead time for ground transportation shall be
charged to the client at Eurofins TestAmerica's cost. Alternatively, Eurofins TestAmerica
can ship the supplies via carrier of choice by the client using the client's shipping account.
Eurofins TestAmerica does not supply wet ice or blue ice for shipments. If shipping
containers are not returned within 60 days, a charge for the containers will be billed at the
current market rate. Please contact your PM for the current charges.
Courier Services and Sample Pick -Up -
Courier Services are offered by some Eurofins TestAmerica facilities. Where offered, the cost
of the services will vary based on the distance traveled, the scope of the project being
supported, and whether sufficient notice (typically 48 hours) is provided,to facilitate efficient
scheduling. If no details are described in this quotation and you are interested in learning more
about courier options, please contact your Client Relations Manager or Project Manager to
inquire about availability and cost.
Minimum Log -In Charges -
Eurofins TestAmerica's minimum charge is $150 for a group of samples received together for
analysis. Our minimum invoice value is $150.
QC Limit Disclaimer -
The laboratory's reporting limits, detection limits, and control limits are subject to change as
these values are updated periodically to reflect analytical sensitivity and capability.
Turnaround Time -
® Quoted Turnaround Time - Data will be delivered at the proposed turnaround time in
Business Days from Sample Receipt unless otherwise agreed upon. TAT begins the day
the laboratory performing analyses receives the samples (day of lab receipt = day zero).
Samples received after 11 AM will be considered received the next business day.
® Expedited Turnaround Time: Expedited turnaround times may be available and must be
Issued on: 8/12/2020 Page 5 of 10
Eurofins TestAmerica, Tampa
6712 Benjamin Road
Suite 100
Tampa, FL 33634
Prepared for:
Lance Lumbard Prepared by Coursey, Deb Carey
Wood E&I Solutions Inc Date 8/12/2020
550 Northlake Blvd Expiration Date 11/11/2020
Suite 1000 Est. Start Date
Altamonte Spr, FL 32701
lance. Iumbard@woodplc,com
Tel: (407) 592-3235
pre -approved by the laboratory. Expedited turnaround delivery is contingent upon meeting
the agreed upon delivery date/time and number of samples. Samples received after 11 AM
will be considered received the next business day. Results will be provided via e-mail or
TotalAccess by close of business in the lab's time zone unless another time has been
agreed to in advance.
Expedited turnaround time surcharges for standard analyses are:
- 5 Business Days TAT = 30%
- 4 Business Days TAT = 45%
- 3 Business Days TAT = 60%
- 2 Business Days TAT = 75%
- 1 Business Day TAT = 100%
Different surcharges may apply for specialty analyses. These will be provided in your
quotation. Weekend TAT can be arranged on a project -specific basis at an additional cost.
Please contact your PM to inquire about availability and cost.
PROJECT DELIVERABLES
Eurofins TestAmerica will provide two analytical report formats, a final report in PDF format and
a standard Eurofins TestAmerica EDD. Both electronic report formats will be delivered via
email or web portal. If additional formats or retroactive deliverables are requested, costs of
report generation will be billable. Charges will be based on labor and materials cost of report
generation and data retrieval. Please contact your PM to inquire about availability and the price
of additional deliverables.
® Report Format: Unless a level III or IV deliverable is specifically listed on the pricing page,
this quotation includes delivery of a Level I or II report. Level III or IV reports are available
at an additional charge.
Electronic Data Deliverable Format: Eurofins TestAmerica has many EDD formats
available to our clients including the most widely used commercial formats. Eurofins
TestAmerica offers data using a standard EDD, Other EDD formats are available for a
minimal cost of $25 per format (if not included as part of the report options listed in the
quotation). The development of EDD formats that are not already available, including
modification to existing formats to fit client specific needs, can be provided for a fee starting
at $100. Additional fees will be estimated by the lab and approved by the client. Additional
programming fees are billed at $50/hour.
PROJECT SPECIFICATIONS
Cancellation Fee -
A fee will be charged for cancellation of samples/analyses after a project is received in the
laboratory. The fee will be based on the status of analysis at the time of cancellation in
accordance with the following categories:
® Received - 35%
® Prepped - 50%
® Analyzed - 95%
Changes in Scope and Work Revisions -
Project requirements must be agreed upon prior to sample receipt. Samples will be logged
according to the chain of custody received with the samples. Changes after initiation of the
project will be subject to additional charges, including labor time required to reset project,
communicate changes to laboratory staff, and rework data. Turnaround time will be reset or
Issued on: 8/12/2020 Page 6 of 10
Eurofins TestAmerica, Tampa
6712 Benjamin Road
Suite 100
Tampa, FL 33634
Prepared for:
Lance Lumbard
Wood E&I Solutions Inc
550 Northlake Blvd
Suite 1000
Altamonte Spr, FL 32701
lance.Iumbard@woodpic.com
Tel: (407) 592-3235
Prepared by Coursey, Deb Carey
Date 8/12/2020
Expiration Date 11/11/2020
Est. Start Date
Pro ect Oran e Coun Quote Number.- 66015071- 0
rush surcharges will be assessed where applicable. Analyses added with less than 1/2 of the
analytical hold time remaining will incur rush turnaround charges. Your project manager will
evaluate project specific charges at the time a change order is received.
Held Samples -
® Held samples not analyzed: Samples submitted on hold will be billed at 35% of the
analysis fee (minimum $10/sample). If samples are later analyzed, the handling fee will be
waived and only the analysis price will be charged. Samples taken off hold with less than
1/2 of the analytical hold time remaining may incur rush turnaround charges. Samples will
be disposed of 30 days after the report for analyzed samples in the same job is issued,
unless alternate archival arrangements are made in advance.
® Extracted/Prepped and Held samples: Samples submitted for prep and hold will be billed at
60% of the analysis fee for each prepped sample (minimum $30/sample). Samples taken
off hold with less than 1/2 of the analytical hold time remaining may incur rush turnaround
charges. Samples will be disposed of 30 days after the report for analyzed samples in the
same job is issued, unless alternate archival arrangements are made in advance.
Extended archival of samples: Extended archival of samples (including held samples) may
be available for a fee starting at $2 per container per month (minimum $10/sample). This
fee will be billed in advance on a quarterly basis for every quarter after the standard sample
retention time of 30 days after the report is issued. Fees for larger volumes, non-standard
matrices or cold storage will be negotiated on a case -by -case basis. Please contact your
PM to inquire about availability and pricing for samples that are sent to the lab and
archived.
Matrix Spike/Spike Duplication (MS/MSD) Samples -
When MS/MSDs are not specifically requested, Eurofins TestAmerica will strive to perform the
required QC using whatever sample is available but will not report the QC results unless the
client requests it. The reporting of client requested MS/MSD results will be charged at
applicable unit rates. If MS/MSDs are specifically required or requested, the client must provide
additional sample volume.
Multiple Dilutions Analyzed -
Eurofins TestAmerica strives to analyze samples without dilution or with the minimum dilution
required. Samples are diluted to bring the primary analyte within the calibration range of the
instrument, to compensate for matrix co -extractives, or to prevent instrument contamination.
Eurofins TestAmerica will report the analytical run containing the highest concentration
component/analyte in the sample within the calibrated (quantifiable) range of the method.
Analytical screening runs are not reported. If project specific data quality objectives require
additional runs, analyses will be billable unless otherwise noted in this quote. Please contact
your PM to inquire about the availability of this service for your project.
Sample Disposal -
Eurofins TestAmerica will dispose of non -hazardous samples, sample extracts and digestates
30 days after the final report is issued. Charges for disposal of non -routine or uniquely
hazardous samples will be billed to the client. Alternatively, samples can be returned to the
client for disposal. Cost of return shipping will be billable to the client.
Special Sample Handling Fees -
Unit prices assume that samples are a single-phase matrix and that analyses can be performed
Issued on: 8/12/2020 Page 7 of 10
Eurofins TestAmerica, Tampa
6712 Benjamin Road
Suite 100
Tampa, FL 33634
Prepared for:
Lance Lumbard
Wood E&I Solutions Inc
550 Northlake Blvd
Suite 1000
Altamonte Spr, FL 32701
lance.]umbard@woodplc.com
Tel: (407) 592-3235
Prepared by Coursey, Deb Carey
Date 8/12/2020
Expiration Date 11/11/2020
Est. Start Date
Pro "e -t.• Oran e Coun Quote Number
660>507> - 0
in accordance with the laboratory's standard analytical procedures. If additional handling is
required, additional fees may apply. Examples of special handling include (but are not limited
to):
• Matrices requiring additional dilutions or special clean up steps
• Multiphasic samples requiring separate preparations and/or analyses
• Particle size reduction or special sub -sampling procedures
• Extra disposal costs for unique waste streams
Trip Blanks -
Eurofins TestAmerica typically provides trip blanks with our sample kits containing volatile
analysis. When samples are received at the laboratory with trip blanks, the lab will analyze,
report and charge the unit rate for the analysis. Please add this sample to your chain of
custody. If you do not want the trip blank analyzed, please note this on the COC.
ADDITIONAL BUSINESS TERMS AND CONDITIONS
Environmental Management Fee
If this fee is included in the Other Charges section of the pricing page, a fee equal to the listed
percentage of the total invoice amount will be applied to all work done under this quotation.
The Fee will appear as a separate line item on each invoice. In the absence of any other firm
pricing agreements, your sending work to us under this quotation will signify your acceptance of
responsibility for payment of the Fee.
Field Parameters -
pH, Temperature, and Dissolved Oxygen analyses, along with Residual Chlorine screening, are
properly performed and treated in the field at the time of sample collection. Laboratory
analysis may result in a holding time exceedance qualifier.
Network or Subcontract Labs -
• Networking: Eurofins TestAmerica reserves the right to perform the services at any
laboratory in the Eurofins TestAmerica network, unless the Client has required a particular
location for the work.
Subcontracting: Eurofins TestAmerica reserves the right to subcontract services ordered
by the Client to another laboratory or laboratories, if, in Eurofins TestAmerica's sole
judgment, it is reasonably necessary, appropriate or advisable to do so. Eurofins
TestAmerica will make every effort to notify the client prior to delivering samples to an
out -of -network laboratory. Eurofins TestAmerica will in no way be liable for any
subcontracted services (outside the Eurofins TestAmerica network) except for work
performed at laboratories which have been audited and approved by Eurofins TestAmerica.
Price Surcharge Due To Sample Volume -
Unless dictated by contract, this quotation is based on the scope of work defined in the quote
request. If the volume of samples submitted is less than 70% of the projected volume, a
surcharge of 10% of the total project cost may be assessed.
Professional and Administrative Services -
A variety of professional and administrative services are available. Prices for services not
specifically detailed in this quotation will be billed in accordance with Eurofins TestAmerica's
Professional Rate Schedule.
Taxes -
Where reports are issued in or delivered to a state which assesses sales tax on Eurofins
Issued on: 8/12/2020 Page 8 of 10
Eurofins TestAmerica, Tampa
6712 Benjamin Road
Suite 100
Tampa, FL 33634
Prepared for:
Lance Lumbard
Wood E&I Solutions Inc
550 Northlake Blvd
Suite 1000
Altamonte Spr, FL 32701
lance.Iumbard@woodpic.com
Tel: (407) 592-3235
Prepared by Coursey, Deb Carey
Date 8/12/2020
Expiration Date 11/1112020
Est. Start Date
Pro "ect. Oran e Coun Quote Number- 66015071- 0
TestAmerica's services, applicable sales taxes will be added to the invoice as required by law,
unless an appropriate sales tax exemption form is on file with Eurofins TestAmerica.
Rev: 04/04/2019
Issued on: 8/12/2020 Page 9 of 10
Eurofins TestAmerica, Tampa
6712 Benjamin Road
Suite 100
Tampa, FL 33634
Prepared for:
Lance Lumbard
Prepared by Coursey, Deb Carey
Wood E&I Solutions Inc
Date 8/12/2020
550 Northlake Blvd
Expiration Date 11/11/2020
Suite 1000
Est. Start Date
Altamonte Spr, FL 32701
lance.Iumbard@woodplc.com
Tel: (407) 592-3235
Pro "ect. Oran e Coun
Quote Number 66015071- 0
Groundwater General Chemistry
Matrix Method Test Description
Analyte
RL
MDL
Units
Water
353.2
Nitrate & Nitrate/Nitrite
Nitrate Nitrite as N
0.0800
0.0267
mg/L
Nitrate as N
0.120
0.0400
mg/L
RL
MDL
Units
Water
365.2
Orthophosphate - Assumes Field Filtered
Orthophosphate
0.0200
0.00371
mg/L
RL
RL
Units
Water
213OB-2011
Turbidity
Turbidity
0.500
0.500
NTU
RL
RL
Units
Water
2540 D-2011
Solids, Total Suspended (TSS)
Total Suspended Solids
5.00
5.00
mg/L
RL
MDL
Units
Water
365.1
Total Phosphorus
Phosphorus, Total (As P)
0.0100
0.00700
mg/L
RL
RL
Units
Water
310.1-1978
Alkalinity
Alkalinity
5.00
5.00
mg/L
RL
MDL
Units
Water
350.1-1993 R2.0
Ammonia
Ammonia
0.250
0.100
mg/L
RL
MDL
Units
Water
351.2-1993 R2.0
Total Kjeldahl Nitrogen, (TKN)
Nitrogen, Kjeldahl
0.200
0.100
mg/L
RL
MDL
Units
Water
5310 B-2011
Total Organic Carbon, (TOC)
Total Organic Carbon
1.00
0.500
mg/L
Groundwater - N/O & Boronll
Matrix
Method
Test Description
Analyte
RL
MDL
Units
Water
200.7 Rev 4.4
Boron - Required for Boron 11 Analysis
Boron
0.0500
0.00300
mg/L
Issued on: 8/12/2020 Page 10 of 10
e u rofi n s
v
� k �
EUROFINS TESTAMERICA TERMS AND CONDITIONS OF SALE (Short Form)
When a purchaser (Client) places an order for laboratory, consulting or
sampling services from TestAmerica Laboratories, Inc., a Delaware
corporation (Eurofins TestAmerica), Eurofins TestAmerica shall provide the
ordered services pursuant to these Terms and Conditions and the related
Quotation or Price Schedule, or as agreed in a negotiated contract. In the
absence of a written agreement to the contrary, a client order constitutes an
acceptance by the Client of Eurofins TestAmerica's offer to do business
under these Terms and Conditions, and an agreement to be bound by these
Terms and Conditions. Receipt of a Client's samples at a Eurofins
TestAmerica laboratory constitutes acceptance of these Terms and
Conditions (in the absence of any other negotiated contract). No contrary or
additional terms and conditions expressed in a Client's document shall be
deemed to become a part of the contract created upon acceptance of these
Terms and Conditions, unless accepted by Eurofins TestAmerica in writing.
1. ORDERS AND RECEIPT OF SAMPLES
1.1 A Client may place an order (i.e., specify a Scope of Work) either by
submitting a purchase order to Eurofins TestAmerica in writing or by
telephone subsequently confirmed in writing, or by negotiated contract.
Whichever option the Client selects for placing an order, the order shall not
be valid unless it contains sufficient specification to enable Eurofins
TestAmerica to carry out the Client's requirements. In particular, samples
must be accompanied by: a) adequate Instruction on type of analysis
requested, and b) complete written disclosure of the known or suspected
presence of any hazardous substances, as defined by applicable federal or
state law. If a Client fails to provide these required disclosures
accompanying the submission of samples, and such failure results in an
interruption in the lab's ability to process work due to contamination of
instruments or work areas, the Client will be responsible for the costs of
clean-up and recovery.
1.2 The Client shall provide one week's advance notice of the sample
delivery schedule, or any changes to the schedule, whenever possible. Upon
timely delivery of samples, Eurofins TestAmerica will use its best efforts to
meet mutually agreed turnaround times. All turnaround times will be
calculated from the point in time when Eurofins TestAmerica has determined
that it can proceed with defined work following receipt, Inspection of
samples, and resolution of any discrepancies in Chain -of -Custody forms and
project guidance regarding work to be done (Sample Delivery Acceptance).
Rush turnaround times not requested in advance of the delivery of samples
and specifically agreed to by the lab are not guaranteed. If the Client
changes the sample delivery schedule prior to Sample Delivery Acceptance,
Eurofins TestAmerica reserves Its rights to modify Its turnaround time
commitment, change the date upon which Eurofins TestAmetica will accept
samples, or refuse Sample Delivery Acceptance for the affected samples.
1.3 Eurofins TestAmerica reserves the right, exercisable at any time, to
refuse or revoke Sample Delivery Acceptance for any sample which in the
sole judgment of Eurofins TestAmerica: a) is of unsuitable volume; b) may
pose a risk or become unsuitable for handling, transport, or processing for
any health, safety, environmental or other reason, whether or not due to the
presence of any hazardous substance in the sample and whether or not
such presence has been disclosed to Eurofins TestAmerica by the Client; or
c) holding times cannot be met, due to passage of more than 48 hours from
the time of sampling or 1/2 the holding time for the requested test, whichever
is less.
1.4 Prior to Sample Delivery Acceptance, the entire risk of loss or damage
to samples remains with the Client, except where Eurofins TestAmerica
provides courier services. In no event will Eurofins TestAmerica have any
responsibility or liability for the action or inaction of any carrier shipping or
delivering any sample to or from Eurofins TestAmerica's premises. Client is
responsible for assuring that any sample that contains or may contain any
hazardous substance to be delivered to Eurofins TestAmerica's premises Is
properly packaged, labeled, transported and delivered, all in accordance
with applicable laws.
1.5 Eurofins TestAmerica reserves the right to begin processing samples
upon receipt, unless the Client specifically notifies Eurofins TestAmerica in
writing prior to sample receipt that the samples are to be held without
preparation or other processing or pending receipt of a purchase order.
Eurofins TestAmerica shall under no circumstances be responsible for
missed holding times or turnaround times or for re -sampling costs if samples
are released from hold with less than 48 hours or 1/2 the holding time for the
requested test remaining, whichever is less.
2. PAYMENT TERMS
2.1 Services performed by Eurofins TestAmerica will be in accordance with
prices quoted and later confirmed in writing or as stated in the Price
Schedule. Quoted prices do not Include sales tax. Applicable sales tax will
be added to invoices where required by law.
2.2 Invoices may be submitted to Client upon completion of any sample
delivery group. Billing corrections must be requested within 30 days of
invoice date. Payment in advance is required for all clients except those
whose credit has been established with Eurofins TestAmerica. For clients
with approved credit, payment terms are net 30 days from the date of invoice
by Eurofins TestAmerica, unless alternative terms have been agreed in a
separate written agreement. Payment shall be made without retainage, and
shall not be contingent upon the receipt of funds from third parties. All
overdue payments are subject to an additional interest and service charge of
one and one half percent (1.5%) (or the maximum rate permissible by law,
whichever is less) per month or portion thereof from the due date until the
date of payment. All fees are charged or billed directly to the Client. The
billing of a third party will not be accepted without a statement, signed by the
third party, acknowledging and accepting payment responsibility in
accordance with these payment terms.
2.3 If Client fails to make timely payment of its invoices, Eurofins
TestAmerica reserves the right to pursue all appropriate remedies, including
withdrawing certifications, suspending work and withholding delivery of data
under this order without recourse. Client shall be responsible for all
reasonable fees, expenses, and costs of collection including but not limited
to arbitrator's and attorney's fees. Eurofins TestAmerica reserves the right
to refuse to proceed with work at any time based upon an unfavorable Client
credit report.
3. CHANGE ORDERS, TERMINATION
3.1 Changes to the Scope of Work, price, or result delivery date may be
initiated by Eurofins TestAmerica after Sample Delivery Acceptance due to
any condition which conflicts with analytical, QA or other protocols warranted
in these Terms and Conditions. Eurofins TestAmerica will not proceed with
such changes until an agreement with the Client Is reached on the amount of
any cost, schedule change or technical change to the Scope of Work, and
such agreement is documented in writing.
3.2 Changes to the Scope of Work, Including but not limited to increasing
or decreasing the work, changing test and analysis specification, or
acceleration In the performance of the work may be initiated by the Client
after Sample Delivery Acceptance. Such change must be documented in
writing and may result in a change in cost and turnaround time commitment.
Eurofins TestAmerica's acceptance of such changes is contingent upon
technical feasibility and operational capacity.
3.3 Suspension or termination of all or any part of the work may be initiated
by the Client. Eurofins TestAmerica will be compensated consistent with
Section 2 of these Terms and Conditions. Eurofins TestAmerica will
complete all work in progress and be paid in full for all work completed.
4. WARRANTIES AND LIABILITY
4.1 Where applicable, Eurofins TestAmerica will use appropriate and
approved analytical test methods. Eurofins TestAmerica has referenced
these methods in its Laboratory Quality Manuals and has documented them
in Standard Operating Procedures. Eurofins TestAmerica reserves the right
based on its reasonable judgment to deviate from these methodologies as
necessary or appropriate to the extent required by the nature or composition
of the sample, which deviations, if any, will be made on a basis consistent
with recognized standards of the industry and/or Eurofins TestAmerica's
Laboratory Quality Manuals. Client may request that Eurofins TestAmerica
perform according to a mutually agreed Quality Assurance Project Plan
(QAPP). If samples arrive prior to agreement on a QAPP, Eurofins
TestAmerica will proceed with analyses under its standard Quality Manuals
then in effect. Eurofins TestAmerica will not be responsible for any
resampling or other charges if work must be repeated to comply with a
subsequently finalized QAPP.
0 2019, TestArerica Laboratories, Inc., All Rights Reserved Std TC-1 (00), Page 1 of 3
fir euro-fins
L
W:
o
4.2 Eurofins TestAmerica shall start preparation and/or analysis within
holding times provided that Sample Delivery Acceptance occurs within 48
hours of sampling or 1/2 of the holding time for the test, whichever Is less,
unless the Client has specifically requested that Eurofins TestAmerica hold
the samples without preparation or other processing or pending receipt of a
purchase order. Where resolution of inconsistencies leading to Sample
Delivery Acceptance does not occur within this period, Eurofins TestAmerica
will use its best efforts to meet holding times and will proceed with the work
provided that, in Eurofins TestAmerica's judgment, the chain -of -custody or
definition of the Scope of Work provide sufficient guidance. Reanalysis of
samples to comply with Eurofins TestAmerica's Quality Manuals will be
deemed to have met holding times provided the initial analysis was
performed within the applicable holding time. Where reanalysis
demonstrates that sample matrix Interference Is the cause of failure to meet
any Quality Manual requirements, the warranty will be deemed to have been
met.
4.3 Eurofins TestAmerica warrants that it possesses and maintains all
licenses and certifications that are required to perform services under these
Terms and Conditions provided that such requirements are specified in
writing to Eurofins TestAmerica prior to Sample Delivery Acceptance.
Eurofins TestAmerica will notify the Client in writing of any decertification or
revocation of any license, or notice of either, that affects work in progress.
4.4 The warranty obligations set forth in Sections 4.1, 4.2 and 4.3 are the
sole and exclusive warranties given by Eurofins TestAmerica in connection
with any services performed by Eurofins TestAmerica or any results
generated from such services, and Eurofins TestAmerica gives and makes
NO OTHER REPRESENTATION OR WARRANTY OF ANY KIND,
EXPRESS OR IMPLIED. No representative of Eurofins TestAmerica is
authorized to give or make any other representation or warranty or modify
this warranty in anyway.
4.5 Client's sole and exclusive remedy for breach of warranty in connection
with any services performed by Eurofins TestAmerica will be limited to
repeating any services performed, contingent on the Client's providing, at the
request of Eurofins TestAmerica and at the Client's expense, additional
sample(s) if necessary. Any reanalysis requested by the Client generating
results consistent with the original results will be at the Client's expense. If
resampling is necessary, Eurofins TestAmerica's liability for resampling
costs will be limited to actual cost or one hundred and fifty dollars ($150) per
sample, whichever is less.
4.6 Eurofins TestAmerica's liability for any and all causes of action arising
hereunder, whether based in contract, tort, warranty, negligence or
otherwise, shall be limited to the lesser amount of compensation for the
services performed or $100,000. All claims, Including those for negligence,
shall be deemed waived unless suit thereon is filed within one year after
Eurofins TestAmerica's completion of the services. Under no circumstances,
whether arising in contract, tort (including negligence), or otherwise, shall
Eurofins TestAmerica be responsible for loss of use, loss of profits, or for
any special, indirect, incidental or consequential damages occasioned by the
services performed or by application or use of the reports prepared.
4.7 In no event shall Eurofins TestAmerica have any responsibility or
liability to the Client for any failure or delay in performance by Eurofins
TestAmerica that results, directly or indirectly, in whole or in part, from any
cause or circumstance beyond the reasonable control of Eurofins
TestAmerica. Such causes and circumstances include, but are not limited
to, acts of God, acts of Client, acts or orders of any governmental authority,
strikes or other labor disputes, natural disasters, accidents, wars, civil
disturbances, equipment breakdown, matrix interference or unknown highly
contaminated samples that impact Instrument operation, unavailability of
supplies from usual suppliers, difficulties or delays in transportation, mail or
delivery services, or any other cause beyond Eurofins TestAmerica's
reasonable control.
5. RESULTS, WORK PRODUCT
5.1 Data or information provided to Eurofins TestAmerica or generated by
services performed under this agreement shall only become the property of
the Client upon receipt in full by Eurofins TestAmerica of payment for the
entire order. Ownership of any analytical method, QA/QC protocols,
software programs or equipment developed by Eurofins TestAmerica for
performance of work will be retained by Eurofins TestAmerica. Client shall
not disclose such information to any third party without Eurofins
TestAmerica's express prior consent.
5.2 Data and sample materials provided by Client or at Client's request,
and the result obtained by Eurofins TestAmerica shall be held in confidence
(unless such information is generally available to the public or is in the public
domain or Client has failed to pay Eurofins TestAmerica for all services
rendered or is otherwise in breach of these Terms and Conditions), subject
to any disclosure required by law or legal process.
5.3 Should the results delivered by Eurofins TestAmerica be used by the
Client or Client's client, even though subsequently determined not to meet
the warranties described in these Terms and Conditions, then the
compensation will be adjusted based upon mutual agreement. In no case
shall the Client unreasonably withhold Eurofins TestAmerica's right to
independently defend its data.
5.4 Eurofins TestAmerica reserves the right to perform the services at any
laboratory in the Eurofins TestAmerica network. If a Client has requested a
particular location for the work, Eurofins TestAmerica will inform the Client
when operational constraints require the work to be performed at another
Eurofins TestAmerica location. In addition, Eurofins TestAmerica reserves
the right to subcontract services ordered by the Client to another laboratory
or laboratories, if, in Eurofins TestAmerica's sole judgment, it is reasonably
necessary, appropriate or advisable to do so. Eurofins TestAmerica will in
no way be liable for any subcontracted services (outside the Eurofins
TestAmerica network) except for work performed at laboratories which have
been audited and approved by Eurofins TestAmerica.
5.5 Eurofins TestAmerica will dispose of non -hazardous samples, sample
extracts and digestates 30 days after the final analytical report is Issued,
unless instructed to store them for an alternate period of time or to return
such samples to the Client, in a manner consistent with U.S. Environmental
Protection Agency regulations or other applicable federal, state or local
requirements. Charges for disposal will be billed to the client. Alternatively,
samples can be returned to the client for disposal. Cost of return shipping
will be billable to the client. Air samples in Summa canisters and tedlar bags
are used and the containers cleaned immediately after testing, such that
those samples are not retained. Longer storage periods may be requested
and may be accommodated if space allows, and for an additional charge.
Any samples for projects that are canceled or not accepted, or for which
return was requested, will be returned to the Client at its own expense.
Eurofins TestAmerica reserves the right to return to the Client any sample or
unused portion of a sample that is not within Eurofins TestAmerica's
permitted capability or the capabilities of Eurofins TestAmerica's designated
waste disposal vendor(s). ALL DIOXIN, MIXED WASTE, AND
RADIOACTIVE SAMPLES WILL BE RETURNED TO THE CLIENT, unless
prior arrangements for disposal are made.
5.6 Unless a different time period is agreed to in an order under these
Terms and Conditions, Eurofins TestAmerica agrees to retain all records for
five (5) years.
5.7 If Eurofins TestAmerica is required to respond to legal process related
to services for Client, Client agrees to reimburse Eurofins TestAmerica for
hourly charges for personnel involved in the response and attorney's fees
reasonably incurred in obtaining advice concerning the response,
preparation to testify, and appearances related to the legal process, travel
and all reasonable expenses associated with the litigation. Additional
consulting beyond that normally associated with lab reports will be billed at
Eurofins TestAmerica's current published rates.
6. INSURANCE
6.1 During the performance of services under these Terms and Conditions,
Eurofins TestAmerica shall maintain in force Workers' Compensation and
Employer's Liability Insurance in accordance with the laws of the states
having jurisdiction over Eurofins TestAmerica's employees who are engaged
in the performance of the work. Eurofins TestAmerica shall also maintain
during such period Comprehensive General and Contractual Liability (limit of
$1,000,000 per occurrence/ $2,000,000 aggregate), Comprehensive
Automobile Liability, owned and hired, ($1,000,000 combined single limit),
Professional Liability Insurance (limit of $5,000,000 per claim/ aggregate and
Pollution Liability insurance (limit of $5,000,000 per claim/aggregate).
© 2019, TestAmerica Laboratories, Inc., All Rights Reserved Std TC-1 (v10), Page 2 of 3
eurofins
7. MISCELLANEOUS PROVISIONS
7.1 These Terms and Conditions, together with any additions or revisions
which may be agreed to in writing by Eurofins TestAmerica, embody the
whole agreement of the parties and provide the only remedies available.
There are no promises, terms, conditions, understandings, obligations or
agreements other than those contained herein, and these Terms and
Conditions shall supersede all previous communications, representations, or
agreements, either verbal or written, between the Client and Eurofins
TestAmerica. These Terms and Conditions, and any transactions or
agreements to which they apply, shall be governed both as to interpretation
and performance by the laws of the state where Eurofins TestAmerica's
services are performed.
7.2 The invalidity or unenforceability, in whole or in part, of any provision,
term or condition hereof shall not affect in any way the validity or
enforceability of the remainder of these Terms and Conditions, the intent of
the parties being that the provisions be severable. The section headings of
these Terms and Conditions are Intended solely for convenient reference
and shall not define, limit or affect in any way these Terms and Conditions or
their interpretations. No waiver by either party of any provision, term or
condition hereof or of any obligation of the other party hereunder shall
constitute a waiver of any subsequent breach or other obligation.
7.3 The obligations, liabilities, and remedies of the parties, as provided
herein, are exclusive and In lieu of any others available at law or In equity.
Indemnifications, releases from liability and limitations of liability shall apply,
notwithstanding the fault, negligence or strict liability of the party to be
Indemnified, released, or whose liability is limited, except to the extent of
sole negligence or willful misconduct.
© 2019, TestAmerica Laboratories, Inc., All Rights Reserved Std TC-1 (v10), Page 3 of 3
-TAP
0 lot
I92P E'766 she 0,dc , Longwood, R 32750
Ph! 441-853-4 555 Ezs. 24 NA07.353-4556
Orange County Utilities Y20-906-C
Continuing Water Quality Professional Services
Gator Engineering & Aquifer Restoration, Inc.
Billable Rates and Multiplier
Position
Category
Hourly
Rate
Multiplier
Billable
Rate
Principle
46.44
2.87
133.28
Project Manager
40.86
2.87
117.28
Senior Engineer
39.75
2.87
114.08
Senior Geologist
37.50
2.87
107.63
Engineer/Geologist
27.13
2.87
77.86
Junior Engineer/Geologist
21.63
2.87
62.09
Scientist/Biologist
24.70
2.87
70.99
Senior Engineer Technician
22.74
2.87
65.33
Engineer Technician
18.83
2.87
54.09
Draftsmen
14.46
2.87
41.54
Student Intern
14.46
2.87
41.54
Administration
14.46
2.87
41.54
In the most recent reporting period, which consisted of the month of April of the year 2018, Gator Engineering
& Aquifer Restoration, Inc, had the following multipliers, which are submitted to Orange County to be used on
this Contract (See attached Overhead Analysis Statement).
General Overhead Rate
1,342
Fringe Benefit Rate
1.270
Fringe + General Overhead Rate
2.612
Salary + Fringe + General Overhead Rate
2.612
Profit Margin
0.261
Total Overhead Rate
2.873
This is to certify that the above information is accurate as of July 30, 2019, Under Penalty of perjury, I declare
that I have read the foregoing and the facts stated in it are true. False statement may result in criminal
prosecution for a felony of the third degree as provided in Section 92.525(3), Florida Statues.
Nelson N. Wilson President 7-28-2020
Name of Company Officer, Title Date
Signature
(Maximum multiplier allowed by Orange County: 2.99 - Maximum profit: 12%)
OfAP
Gutor Eng4icering & Aquifer Rcsforuiion, Inc,
t 92& e_ht G,dc , tonq* d, R 32750
P6r> 407-85S-4555 Cxf. ER 6x.907-ASS-3556
Field Services
Item
Unit
Cost
Item
Unit
Cost
Truck Rig Mobilization
each
$600.00
Ground Penetrating Radar
hour
$500.00
Mud Bug Rig Mobilization
each
$800.00
Drill Rig & Crew (2 person)
hour
$300.00
CPT Rig Mobilization
each
$1,500.00
Drill Rig & Crew (3 person)
hour
$400.00
Track Rig Mobilization
each
$4,500.00
Mud Rig & Crew (2 person)
hour
$500.00
GPR Mobilization
each
$500.00
Field Permeability (0-10 ft)
each
$450.00
Boat Mobilization
each
$600.00
Field Permeability (10-20 ft)
each
$550.00
Support Truck
day
$200.00
Double Ring Infiltrometer
each
$750.00
Support Boat
day
$250.00
Field Vane Shear Strength
each
$500.00
Coring Maching
day
$200.00
Pavement Cores (day no MOT)
each
$200.00
GPS Unit
day
$150.00
Pavement Cores (night no MOT)
each
$300.00
Safety Signs
day
$100.00
Roadway Cores (day no MOT)
each
$400.00
Channelization Cones (each)
day
$5.00
Roadway Cores (night no MOT)
each
$500.00
Coring Crew (2 persons)
hour
$200.00
Surcharge for Night/Weekend
lump
35%
Coring Crew (3 persons)
hour
$300.00
Surchage - Standby
lump
50%
Chainsaw
day
$75.00
Surcharge OSHA -Certified Crew
lump
10%
Piezometer
foot
$50.00
Monitoring Well, 2" 0-25'
per foot
$32.00
Per Diem (per person)
night
$125.00
Monitoring Well, 2" 25'-50'
per foot
$37.00
Item
Unit
0-50
50-100
100-150
150-200
200-250
250-300
SPT Borings
foot
$18.00
$22.00
$33.00
$45,00
$52.00
$65.00
Rotarty Wash Borings
foot
$13.00
$18.00
$21.00
$27.00
$33.00
$40.00
CPT Soundings
foot
$18.00
$20.00
$22.00
$24.00
$26.00
$28.00
Auger Borings
foot
$32.00
$43.00
$ -
$ -
$ -
$ -
HW Rock Coring
foot
$44.00
$48.00
$54.00
$61.00
$64.00
$69.00
Casing - 3-inch
foot
$12.00
$14.00
$20.00
$22.00
$26.00
$30.00
Casing - 4-inch
foot
$13.00
$15.00
$21.00
$23.00
$27.00
$33.00
Casing - 6-inch
foot
$18.00
$22.00
$24.00
$28.00
$33.00
$39.00
Additional Split Spoon Samples
foot
$50.00
$60.00
$90.00
$115.00
$135.00
$175.00
Undisturbed Samples
foot
$220.00
$240.00
$300.00
$360.00
$420,00
$490.00
Borehole Grouting
foot
$8.00
$9.00
$10.00
$14.00
$16.00
$18.00
*Multiply Truck Unit Rates by 1.25 for Mud Bug and 1.5 for Track/Barge Unit Rates
Item
Unit
Cost
Item
Unit
Cost
Unit Weight
each
$55.00
Unconfined Compression - Soil
each
$250.00
Natural Moisture Content
each
$20.00
Unconfined Compression - Rock
each
$175.00
Grain Size Analysis (sieve analysis)
each
$80.00
Splitting Tensile - Rock
each
$200.00
Percent Fines
each
$55.00
Permeability
each
$350.00
Hydrometer Analysis
each
$125.00
Permeability with Backpressure
each
$500.00
Organic Content
each
$60.00
Corrosion Series
each
$250.00
Atterberg Limits (Plastic & Liquid)
each
$125.00
Bitumen Extraction
each
$125.00
Specific Gravity
each
$90.00
Aggregate Gradation
each
$75.00
Limerock Bearing Ratio
each
$400.00
UU Triaxial Shear Strength
each
$600.00
Consolidation with Rebound (12)
each
$750.00
CU Triaxial Shear Strength
each
$700.00
Consolidation Additional Loads
each
$75.00
CD Triaxial Shear Strength
each
$800.00
Consolidation Extended Loads
each
$125.00
Pocket Penetrometer
each
$50.00
ASTM-D-689 Modified Proctor
each
$125.00
Drums, 55 gallon
each
$55.00
NPDES Groundwater Anal. Tests
lump
$2,000.00
Permits, Well
each
$220.00
NOTE: There will not be any direct costs, and report copies are covered under the unit costs
Gator Engineering G Aquifer Restoration, Inc.
165 M,ddla St— L, Stile 1351 - Luka Diary, FL 32746 - 407,073.0950
Equipment Rate Schedule
Item Name
Brand/Model
Rate
Unit Rate
OVA-PID
Mini RAE 3000
$110.00
day
OVA-FID
Mini RAE Plus
$175.00
day
Water Level Indicator
Heron di er-T
$30.00
day
Oil/Water Probe
Heron H01.6
$90.00
day
Conductivity,pH/Temp
YSI 556
$50.00
day
YSI Groundwater Meter
YSI Pro DSS
$150.00
day
Peristaltic Pump
Geotech Geopump
$75.00
day
Trash Pump
Honda WX10
$75.00
day
Grundfos submersible pump
Grundfos RediFlo Variable
$250.00
day
Dissolved Oxygen Meter
YSI Pro ODO
$50.00
day
Hand Auger - Bundle
JMC SS Bundle
$50.00
day
Turbidity meter
LaMotte 202we
$50.00
day
High Flow Pumps
Grundfos RediFlo Non Variable
$60.00
day
Moisture Meter
A uaterr M300
$35.00
day
12 V Submersible Pump
Solinst Model 410
$45.00
day
Data Logger & Pump
Proactive Abyss 220
$450.00
test
Data Logger Controller
Geotech Controller
$225.00
day
Surveying Equipment
LaserMark LMS Series
$75.00
day
Level C Safety Equipment
T vec
$90.00
da
GPS Instrument Meter
Garmin 64S
$50.00
unit
Compressor
Winco 3000
$150.00
unit
Ex endables —(See Below
Various
$30.00
day
Expendables
Absorbent pads
Alconox
Aluminum foil
Asphalt/concrete patching material
Bailer twine
Calibration gases & standards
Camera and film
Cleaning brushes
DI water
Drop cloths
Dry ice
Duct tape
Electrical engineers tool kit
Extension cords
Fire extinguishers
First aid kits
Flashlight
Fuel for light duty tools/equipment
Galvanized wash tubs
Garbage cans and bags
High pressure air line
Tee and vermiculite packing
LEL filters
Liquid hand soap
Liquinox soap
Nitrogen gas
Nitryl gloves
Paper towels
Particulate filter
pH paper
Pick axe
Plastic buckets
Plastic sheeting
Post hole digger
Pry bar
PVC fittings
Rake
Sample labels
Sample preservatives
Shovel
Soil sample jars
Spray paint
Sprayer bottles
Stainless steel buckets/bowls
Survey tape
Tedlar bags
Thermometer
Tool kit
Traffic cones
Transfer pipette
Well caps/locks/tubing
As requested, the following is our information regarding overhead multipliers and personal hourly rates
for projects with Orange County. These rates will be used throughout the duration of the contract:
Base Rate
100%
Overhead & Fringe Benefits
120%
Subtotal
220%
Profit (10%)
0.22
Overall multiplier 2.42
Individual classification for personnel hourly rates are as follows:
Classification Basic Hourly Rate Overall Multiplier Billable Rate
Dr. M. Krishnamurthy $66.12 2.42 $160.00
Under penalty of perjury, I declare that I have read the foregoing and the facts stated in it are true. False
statements may result in criminal prosecution fora felony of the third degree as provided for in Section
92.525(3), Florida Statutes.
M. Krishnamurthy, President
(Printed name and Title)
S1-9
tllre___
September 14, 2020
(Date)
7742 Glynde Hill Drive ® Orlando, Florida 32835-8159 r Phone: (407) 292-3664
Cost Proposal
Client: Lance Lumbard Phone:
Wood Environment & Infrastructure Solutions, Inc.
75 East Amelia St.
Suite 200
Orlando, 32801 Fax:
Branch: AMEC Foster Wheeler - Orlandc
Quote ID: Q2020227.0003
10515 Research Drive
Knoxville, TN 37932
Phone: (865) 573-8188
Fax: (865) 573-8133
Date Quoted: 02/27/2020
NOTICE: This cost proposal is intended only for the addressee shown above and may contain confidential or privileged
information. If the recipient of this material is not the intended recipient or if you have received this in error, please notify
Microbial Insights, Inc. immediately. Thank you for your cooperation.
Page 1 of 3
0
rMr b ffin u i .I s Cost Proposal
Client:
Wood Environment & Infrastructure Solutions, Inc.
Quote ID:
Q2020227.0003
Contact:
Lance Lumbard
Date Quoted:
02/27/2020
Following is a table detailing the per sample cost based on the objectives for this study.
Water
CENSUS -DNA (Human Associated Bacteroidetes--HF183)
CENSUS -DNA (Dog Bacteriodetes--DBACT)
CENSUS -DNA (Ruminant associated Bacteroidetes--Rum2Bac)
CENSUS -DNA (Ruminant associated Bacteroidetes--BacR)
CENSUS -DNA (Gull (Catellicoccus sp.)--GULL-CAT)
CENSUS -DNA (Canada Goose Bacteroidetes--CGBACT-1)
CENSUS -DNA (Canada Goose Bacteroidetes--CGBACT-2)
CENSUS -DNA (General Bacteroidetes--GenBac)
Sub -Total
Total of Items
$275
$75
$75
$0
$75
$75
$0
$75
$650.00 $650.00
Total Event Cost (USD):
*For all CENSUS (gPCR) analysis the 1 st target is at the higher price than each additional target thereafter.
Notes:
$650.00
$650.00
Page 2 of 3
mocrobiatir'lsigkits Important Information
Sample Cancellation Policy
We understand that on rare occasions our clients may want to cancel an order or analysis of individual samples. However,
because samples are processed promptly upon receipt, the following cancellation surcharges apply. If cancellation is
within 24 hours of sample receipt there will be no charge. If cancellation is between 24 hours up to 3 working days, there
will be a 50% surcharge to cover our processing to that point. After 3 working days the full charge will apply.
Sampling Supplies
We will gladly provide upon request at no additional charge the Bio-Flo filters (Laboratory Preferred for groundwater if using
a pump), poly bottles or Whirl -Pak bags for soil along with instructions, COC forms (w/duplicate copies) and sampling
labels for your convenience and quality assurance.
Any sample collection supplies will be shipped FedEx ground unless expedited shipping is requested.
MI does not cover any international shipping charges. For expedited (2nd day or Overnight) or international shipping, we
require client's FedEx account number prior to shipping.
It is the client's responsibility to ship samples back to laboratory. MI does not cover any return shipping costs.
Report format and EDD
This quote is for the standard MI report and standard MI EDD. Any deviation from the standard report will result in a
surcharge.
Requests for a MI Level III data package will entail an additional 15% surcharge. Allow an additional 1 - 2 weeks after the
Standard Report is completed for the Level II I data package to be sent.
Requests for a MI Level IV data package will entail an additional 25% surcharge. Allow an additional 1 - 2 weeks after the
Standard Report is completed for the Level IV data package to be sent.
EDD formats different from the standard MI EDD will entail a 5% surcharge. Please inquire to find out the availability of
the EDD being requested.
If you need an example of these formats, please contact an MI representative.
Expiration
This quote expires in 60 days from the quote date. Please contact an MI Representative for the updated pricing.
Page 3 of 3
Sent Via Email only
Lance.Lumbard@woodplc.com
August 10, 2020
Lance Lumbard, Senior Scientist II
Wood PLC
550 North Lake Boulevard, Suite 1000
Altamonte Springs, FL 32701
Reference: OC Continuing Water Quality Professional Services
Orange Contract No.: Y20-906-C
Mr. Lumbard:
MSE Group, LLC is pleased to present this rate package in accordance with the email request
received August 6, 2020 for the Continuing Water Quality Professional Services for Orange
County Contract Y20-906-C. Per the request the following items are being submitted:
1. Billable Rates & Multiplier signed by an officer of the company as Attachment A.
2. Directs costs that may be incurred by MSE under this contract as Attachment B.
We look forward to assisting you with this project. Should you have any questions, please
contact me at 407-629-8180 or jevans@msegroup.com.
Regards,
MSE Group, LLC
r'
f=
Je(�nifer Evans
Controller
Cc. Maurice Pearson, MSE Program Manager
555€3 south Semoran Blvd. Orlando, FL 32822
MSEOroup.com
Texas - Florida - North Carolina - Kentucky - Tennessee
Attachment A
Billable Rates Om Allultiplier
CONTINUING WATER QUALITY
PROFESSIONAL SERVICES
CONTRACT #Y20-906
MSE Group, LLC
Billable Rates and Multiplier
Position Category
Base Rate
Multiplier
Billable Rate
Principal
$
73.32
2.91
$
213.58
Program Manager/Associate
$
62.50
2.91
$
182.06
Senior Engineer/Scientist
$
39.90
2.91
$
116.23
Project Engineer/Scientist
$
34.17
2.91
$
99.54
Staff Engineer/Scientist
$
24.52
2.91
$
71.43
Sr. Technician
$
20.43
2.91
$
59.51
CADD Designer/Drafter
$
26.44
2.91
$
77.02
Administration/Clerical
$
18.51
2.91
$
53.92
In the most recent reporting period, which consisted of 01/01/19-12/31/19 of the year 2019,
MSE Group, LLC had the following multipliers, which are submitted to Orange County to be
used on this Contract (See attached Overhead Analysis Statement).
General Overhead Rate
Fringe Benefit Rate
Fringe +General Overhead Rate
Sal ary+Fringe+General Overhead Rate
Profit Margin (12%)
Overall Multiplier
MAX ALLOWABLE MULTIPLIER
100.64%
59.44%
160.08%
260.08%
31.2%
291.29%
2.99
This is to certify that the above salary information is accurate as of 07/31/2020. Under penalty
of perjury, I declare tht I have read the foregoing and the facts stated in it are ture. False
statmens may result in criminal prosecution for a felony of the thrid degree as provided for in
Section 92.525(3), Florida Statutes.
Maurice L. Pearson, Vice President 7/31/2020
Name of Company Officer, Title Date
Signature
5-858 South Seaaaoa'an Blvd. Oriando, FL 32822
MSFGrotap.corn
Texas a Florida a North Carolina o Kentucky a Tennessee
Attachrnent B
Diret rosts
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
CONTRACT #Y20-906
MSE Group, LLC
Out of Pocket Expenses
VEHICLES
Day
Week
CREW VEHICLE
$ 130.00
NA
MILEAGE -per mile
$ 0.60
NA
POLARIS SIDE BYSIDE/4-WHEELER
$ 165.00
$
425.00
14' TRACKER JON BOAT
$ 100.00
$
250.00
16' ALUMACRAFT W/ MOTOR
$ 200.00
$
500.00
22' MAVERICK W/ OUTBOARD MOTOR
$ 700.00
$1,750.00
BOBCAT COMPACT EXCAVATOR
$ 275.00
$
687.50
BOBCAT COMPACT TRACK LOADER
$ 325.00
$
812.50
CONCRETE MIXER
$ 35.00
$
87.50
7TON HAULTRAILER
$ 50.00
$
12S.00
STON HAULTRAILER
$ 35.00
$
87.50
MOBILIZATION / DEMOBILIZATION - Based on availability and location
TBD
NA
ANCILLARY EQUIPMENT
Day
Week
STANDARD TOOLSET (8'ladder, cords, hand tools, LOTO, etc.)
$ 100.00
$
250.00
POWER TOOL SET (saws, drills, lights, etc.)
$ 125.00
$
312.50
DECON KIT (pressure washer, gloves, rags, detergent, etc.)
$ 200.00
$
500.00
PRESSURE WASHERS (3,000 PSI)
$ 150.00
$
375.00
GROUND MATS (each)
$ 10.00
$
25.00
AIRLESS PAINTSPRAYER
$ 115.00
$
287.50
GENERATOR 5000 WATT
$ 85.00
$
212.50
WET/DRY or DRUM VACUUM
$ 25.00
$
62.50
HEPA VACUUM
$ 125.00
$
312.50
PERSONNEL PROTECTION EQUIPMENT (PPE) - per person / day
LEVEL D (hard hat, work gloves, safety glasses, boots, safety fluids)
$ 30.00
NA
LEVEL C(level D+full face respirator)
$ 45.00
NA
MISCELLANEOUS EQUIPMENT/EXPENDABLES
RESPIRATOR CARTRIDGES (Mercury or Organic/HEPA) - per pair
$
50.00
NA
RESPIRATOR CARTRIDGES (OVAG, HEPA P100, acid/gas, or ammonia) -per pair
$
30.00
NA
RESPIRATOR CARTRIDGES (multi -gas) - per pair
$
75.00
NA
TYVEK TYCHEM QC (hoods and boots) - each
$
14.00
NA
RAIN SUIT- each
$
35.00
NA
ACI D SPLASH SUIT or TYKEK SEALED SEAM SUITES - each
$
75.00
NA
ANSELL NEOPRENE GLOVES (heavy duty) - per pair
$
30.00
NA
PVC COATED GLOVES - per pair
$
10.00
NA
VITON GLOVES - per pair
$
125.00
NA
VACUUM HEPA FILTERS - perfilter/ day
$
300.00
NA
CALIBRATION GAS KIT (Isobutylene) - per day
$
20.00
NA
5858 South 5emoran Blvd. Orlando, FL, 32822
IVISEGroup.com
Texas ® Florida • North Carolina . Kentucky a Tennessee
SAMPLING/TESTING/EQUIPMENT
OVA PI METER- (multi rae 3000)
OVA FID METER- (photovac microFID)
MULTIGAS/PID COMBO METER
YSI 63 PH/CONDUCTIVITY/TEMP METER
TURBIDITY METER
OIL/WATER INTERFACE PROBE
RADIATION METER (Vicoreen)
RAIN GAUGE
FLOW METER
AUTOSAMPLERS/SOLAR CELL RENTAL
PORTABLE FLOW METER
GROUNDWATER LEVEL METER
GROUNDWATER SAMPLING KIT (pump, battery, tubing, multi -meters)
SOIL SAMPLING KIT (augers, bowls, jars, decon equipment)
TRI MBLE GE07X W/ TERRASYNC AND RANGEFINDER
Day
Week
$ 105.00
$
262.50
$ 120.00
$
300.00
$ 140.00
$
350.00
$ 35.00
$
87.50
$ 25.00
$
62.50
$ 50.00
$
125.00
$ 125.00
$
312.50
$ 10.00
$
25.00
$ 25.00
$
62.50
$ 35.00
$
87.50
$ 25.00
$
62.50
$ 50.00
$
125.00
$ 350.00
$
875.00
$ 45.00
$
112.50
$ 150.00
$
375.00
5858 South Semoran Blvd. Orlando, FL 32822
NISEGroup.com
Texas a Florida . North Carolina < Kentucky o Tennessee
thern
tories, Inc.
July 2020 Laboratory Rates
Client: Wood Orange County Y20-906 Continuing Water Quality
Laboratory Analysis
All quotes are based on 7-10 business day turn -around
Test Parameters
Aqueous
Non -Aqueous
Antimony
$12.00
$12.00
Arsenic
$12.00
$12.00
Barium
$12.00
$12.00
Beryllium
$12.00
$12.00
Cadmium
$12.00
$12.00
Chromium
$12.00
$12.00
Chromium, Hexavalent 24hr Hold time
$35.00
NA
Copper
$12.00
$12.00
Lead
$12.00
$12.00
Mercury
$30.00
$35.00
Mercury Low Level Mercury H , Water 1631
$125.00
NA
Nickel
$12.00
$12.00
Selenium
$12.00
$12.00
Silver
$12.00
$12.00
Thallium
$12.00
$12.00
Zinc
$12.00
$12.00
RCRA 8 Metals AS,Ba,Cd,Cr,Pb,H ,Se,A
$110.00
$115.00
Micron Filters 1.0 Micron Groundwater Filter each
$25.00
NA
Volatile Organic Aromatics VOAs by GCMS
$50.00
$50.00
Volatile Organic Halocarbons VOHs by GCMS
$65.00
$65.00
VOAsNOHs by GCMS
$85.00
$85.00
Volatile Organic Compounds VOCs by GCMS
$100,00
$100.00
1,4- Dioxane Heated purge by 8260 SIM
$125.00
NA
Semi -Volatile Organic Compounds SVOCs by GCMS
$250.00
$250.00
Pol nuclear Aromatic Hydrocarbons PAH-SIM by GCMS
$100.00
$100.00
Total Petroleum Hydrocarbons (TPH)
$85.00
$85.00
EDB 1,2-Dibromoethane 8260SIIM
$50.00
$50.00
Oil and Grease 1664
$100.00
NA
Or anochlorine Pesticides 8081
$125.00
$125.00
PCBs 8082
$90.00
$90.00
Or ano hos horus Pesticides 8141
$150.00
$150.00
Chloro henox Herbicides 8151
$175.00
$175.00
2251 Lynx Lane, Suite 1
Orlando, Florida 32804
(407) 522-7100
Test Parameters
Aqueous
Non -Aqueous
Alkalinity
$25.00
NA
Ammonia, Nitrogen
$20.00
NA
BOD5 Short hold Time
$50.00
NA
Chloro h II -A
$100.00
NA
Chloride
$20.00
NA
COD
$30.00
NA
Coliform, Fecal Short hold Time
$50.00
NA
Coliform, Total Short hold Time
$35.00
NA
Color Short hold Time
$20.00
NA
Hardness, Total
$40.00
NA
Moisture Content
NA
$15.00
Nitrate NO3 Short hold Time
$25.00
NA
Nitrite NO2 Short hold Time
$25.00
NA
Nitrate/Nitrite NOX
$30.00
NA
Nitrogen, Total
$55.00
$65.00
Nitrogen, Organic Dissolved
$65.00
NA
Organic Content
NA
$40.00
H Short hold Time
$15.00
$20.00
Phosphorus, Ortho OP Short hold Time
$20.00
$25.00
Phosphorus, Total TP
$25.00
$35.00
Total Kjeldahl Nitrogen TKN
$30.00
$40.00
Total Solids TS
NA
$20.00
Total Dissolved Solids (TIDS)
$20.00
NA
Total Suspended Solids/Non-Filterable Residue (TSS)
$15.00
NA
Turbidity Short hold Time
$20.00
NA
Sediment Bulk Density
NA
$65.00
Sediment Density
NA
$65.00
Specific Conductivity
$15.00
NA
Sulfate,
$30.00
$30.00
Volatile Solids
NA
$30.00
TCLP Extraction 1311
NA
$65.00
SPLP Extraction 1312
NA
$65.00
SPLP 25g Encore (ZHE SPLP Encore Sampler)
NA
$18.00
AIR
Volatile Organic Aromatics in Air by GCMS w/TLPH (EPA-
18) Collected in Tedlar bag (3 day holding time)
Preferred No Friday samples
$100.00
NA
Extra Tedlar Bags
$15.00
NA
® Assuming Organic Content is equivalent to TOC.
2251 Lynx Lane, Suite 1
Orlando, Florida 32804
(407) 522-7100
If applicable, Scheduled Rushes are as follows 1 day 100%, 2 day 75% and 3 day 50%
Short Hold tinges (24-48 hold times) should be delivered to the laboratory Monday -Thursday.
Sampling kits are provided, we will deliver locally or ship UPS or Federal Express ground.
2251 Lynx Lane, Suite 1
Orlando, Florida 32804
(407) 522-7100
EXHIBIT "C"
ORANGE COUNTY TRAVEL AND SUBSISTENCE POLICY AND ALLOWANCES
1. Reimbursement for air fare shall be based on coach rates. First class rates will
only be approved if the County required an expeditious action and coach rates
were unavailable.
2. Maximum mileage allowance will be 44,5 cents per mile, Local mileage not
allowed,
3. Car rental reimbursement shall be for compact cars, up to two occupants, and
intermediate cars for over two occupants. The CONSULTANT shall attempt to
obtain the lowest rates available.
4. Reimbursement for lodging shall be $80,00 per diem or the actual expenses for
lodging at a single room rate at a "non -resort" type hotel located in the vicinity of
the COUNTY'S administrative offices.
5. Meals shall be reimbursed as follows:
A. Breakfast $ 6.00
B. Lunch $11.00
C. Dinner $19.00
Reimbursement for mealy shall not apply to local employees of the
CONSULTANT.
6. Other necessary identifiable travel expenses such as tolls, parking, taxis, etc., shall
also be reimbursed.
All of the above expenses shall be supported by a source document, such as a receipt or
invoice, with the employee's name, project name, and brief explanation. These should
be reconciled to the monthly invoice.
NOTE: THE COST OR EXPENSE FOR MEALS, VEHICLE MILEAGE,
TOLLS, PARKING OR TAXIS, IF INCURRED WITHIN ORANGE
COUNTY, SHALL NOT BE ELIGIBLE FOR REIMBURSEMENT.
REV:9/06
APRIL 14,2020
REQUEST PROPOSALS
1 . 1 . CONTINUING WATERPROFESSIONAL
4DDEWSWA 11
This Addendum is hereby incorporated into the documents of the project referenced above. The following items
are clarifications, corrections, additions, deletions, and/or revisions to and shall take precedence over the original
documents.
A. NOTICE: THIS SOLICITATION AND ALL ASSOCIATED DOCUMENTATION HAS BEEN MOVED TO
A NEW WEBSITE:
1. Please visit the following link to access this Request for Proposals, opportunities are listed by
number and title.
2. For all future updates please monitor the above website or subscribe to updates within the
Negometrix platform.
B. THE DEADLINE FOR RESPONDING TO THIS REQUEST FOR PROPOSALS IS CHANGED TO
TUESDAY, APRIL 28, 2020 AT 5:OOPM EST.
1. Firms are strongly encouraged to submit responses to this Request for Proposals
electronically.
2. Firms will not be permitted to fax or email offers. To maintain a secured sealed process
electronic submissions shall be made through the Negometrix platform.
C. A PUBLIC OPENING OF ALL RESPONSES TO THIS REQUEST FOR PROPOSALS WILL BE HELD
ON WEDNESDAY, APRIL 29, 2020 AT 9:OOAM EST.
1. Firms will be able to attend the public opening virtually, see the following instructions:
Visit: https://ocfl.webex.com/o125b
Meeting number: 286 177 361 Password: Go2Meeting
Join by phone Option 1: 1-408-792-6300 Access code: 286 177 361
Join by phone Option 2: 1-617-315-0740 Access code: 286 177 361
Join by phone Option 3: 1-602-666-0783 Access code: 286 177 361
4/14/2020 Page 1 of 2
Addendum No. 7 CA: RM
2. For a list of all procurement public meeting notices visit the following link:
http:I/a_p�s.acfl.net/Orangel3idslProcurement/defauit.as�
This is a formal solicitation, in whole or in part, for construction or repairs on a public building or
public work. In accordance with Florida Statute 255.0518 bid responses will be opened in a public
meeting. In an effort to help promote social distancing measures during the COVID-19 Public
Health Emergency, the bid opening will also be accessible by means of telephonic and video
conferencing.
The County will only open bid/proposal responses received prior to the due date and time, and
will use the WebEx online meeting platform during the opening. Interested parties may participate
using their computer video and computer audio, or by telephone using one of the call -in numbers
provided.
D. ACKNOWLEDGEMENT OF ADDENDA
Y20-906, Continuing Water Quality Professional Services
1. The firm shall acknowledge receipt of this addendum by completing that applicable section in the
solicitation or by completion of the acknowledgement information on the addendum. Either form
of acknowledgement must be completed and returned no later than the deadline for responding
indicated above.
2. All other terms and conditions of the Request for Proposals remain the same.
3. Receipt acknowledged by:
Authorized Signature Date
Title
Name of Firm
4/14/2020 Page 2 of 2
Addendum No. 7
CA: RM
March 26, 2020
BOARD OF COUNTY COMMISSIONERS
ORANGE COUNTY, FLORIDA
ADDENDUM NO. 6 / RFP Y20-906-RM
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
RFP OPENING DATE: APRIL 21, 2020
This Addendum is hereby incorporated into the bid documents of the project referenced above. The
following items are clarifications, corrections, additions, deletions and/or revisions to and shall take
precedence over the original documents.
A. Questions & Answers:
1) Question: Related to Form J. It is noted in the RFP document in Section 22a on page 4 that "The
Ordinance also addresses minority/women group employment levels setting goals to encourage
each Proposer to maintain 18% minority and 6% women employee work force levels in specific
categories." Could you clarify which of the employment types categories under the WORKFORCE
column on Form J are considered when determining compliance with the 18% minority and 6%
women employee work force level?
Response: The employment types categories under the WORKFORCE column on Form J which
are considered when determining compliance with the 18% minority and 6% women employee
work force level are as follows: Officials, Managers, and Supervisors, Professional, Technicians,
Apprentice and Interns/Co-Ops. All of these employment types are designated by an asterisk (*)
on Form J.
2) Questions: Under the third paragraph of Section 40. Similar Projects, on page 16, the RFP states
"Proposers shall submit a total of five Similar Projects." Can you clarify whether the PM and PE
together need to submit a total of five projects, or do the PM and PE each need to submit five
projects, for a total of 10 projects?
Response: Five Projects by the PM and Five Projects by the PE separately, they can submit the
same project if they worked on it together.
3) Questions: It is unlikely that many non -incumbents will have all six mandatory elements listed in
Project Type A within one project. In order to prevent a significant number of non -incumbent
respondents from scoring zero on Project Type A, would Orange County consider giving partial
credit if a project contains less than the six mandatory elements? For example, rather than
requiring a respondent to have all 6 items to get'/ point, would Orange County consider giving
50% credit, if the respondent has 3 of the 6 mandatory elements?
Response: Please see the Revised Project Type A: Assessments
PROJECT TYPE A: Assessments
Project Description: The goal of assessment projects is to evaluate current water quality and
hydrologic conditions and then identify and rank conceptual structural and non-structural water
quality improvement Best Management Practice (BMP) projects to restore or maintain water quality.
These recommended concepts may feed into the Feasibility Study phase. The consultant shall also
specify the duration of the project by providing project start and end dates.
■7i�7T�7I3�ilr■3�-■JiTI�\i11L
•
vMINOR I
_
March 26, 2020
Addendum #6 Page 1 of 2
Y20-906-RM
TYPE A PROJECT ELEMENTS
To be considered for one point the Type A project must contain at least three (3) of the principal
elements one U through six U plus at least three'(3) of the remaining additional elements. To be
considered for half of a point a project must contain at least three (3) of the principal elements one
1 through six (6).Projects not containing at least three (3) of the principal elements one 1) through
six (6) will not be considered for any points.
Mandatory Elements
1. Surface Water Monitoring
2. Inflow Pollutant Load Quantification: using site -specific monitoring data, describe
methods
3. Groundwater Seepage/Recharge Pollutant Load Quantification: using site -specific
monitoring data
4. Watershed and sub -basin delineation: describe methodology
5. Bathymetry and quantification of unconsolidated sediment volume
6. Modeling: Runoff modeling/hydrologic budget (including per sub -basin), pollutant load
modeling/pollutant budget (including per sub -basin), include description including
model methods if models were created or names if publicly -available models were
used.
Additional Elements for Project Type A:
7. Generate and Meet Project Schedule: agreed to schedule with client and completed
project within allotted timeframe
8. Sediment Pollutant Load Estimation/Sediment Pollutant Flux Evaluation:
9. Ranking of recommended BMPs based on pollutant reduction efficiency, and/or cost
per pound — describe criteria utilized
10. Real-time monitoring
11. If the recommendations were implemented, provide metrics (e.g.
removal efficiencies, costs per pound of removal, etc.) describing the
degree of success in achieving the goal of the recommendation
B. 1. The Proposer shall acknowledge receipt of this addendum by completing the applicable
section in the solicitation or by completion of the acknowledgement information on the
addendum. Either form of acknowledgement must be completed and returned not later than
the date and time for receipt of proposal.
2. All other terms, conditions and specifications remain the same.
Receipt acknowledged by:
Authorized Signature
Title
Date Signed
March 26, 2020
Addendum #6 Page 2 of 2
Y20-906-RM
March 19, 2020
BOARD OF COUNTY COMMISSIONERS
ORANGE COUNTY, FLORIDA
ADDENDUM NO. 5 / RFP Y20-906-RM
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
RFP OPENING DATE: APRIL 21, 2020
This Addendum is hereby incorporated into the bid documents of the project referenced above. The
following items are clarifications, corrections, additions, deletions and/or revisions to and shall take
precedence over the original documents.
B. Questions & Answers:
1) Question: Addendum 4 revised the RFP Opening date from March 24, 2020 to April 21, 2020. It
did not revise the deadline for asking questions, which is currently set as March 13, 2020, based
on Addendum 1. Should this deadline for questions have been extended? Thank you.
Response: Question deadline has been extended to 3/30/2020.
C. 1. The Proposer shall acknowledge receipt of this addendum by completing the applicable
section in the solicitation or by completion of the acknowledgement information on the
addendum. Either form of acknowledgement must be completed and returned not later than
the date and time for receipt of proposal.
2. All other terms, conditions and specifications remain the same.
Receipt acknowledged by:
Authorized Signature Date Signed
Title
March 19, 2020
Addendum #5 Page 1 of 1
Y20-906-RM
March 18, 2020
BOARD OF COUNTY COMMISSIONERS
ORANGE COUNTY, FLORIDA
ADDENDUM NO. 4 / RFP Y20-906-RM
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
REVISED RFP OPENING DATE: APRIL 21, 2020
This Addendum is hereby incorporated into the bid documents of the project referenced above. The
following items are clarifications, corrections, additions, deletions and/or revisions to and shall take
precedence over the original documents.
A. The Revised RFP Opening Date changes from March 24, 20 to April 21, 2020 at 2:00 PM
B. Questions & Answers:
1) Question: As part of the M/WBE 27% utilization goal, are there minimum goals for minority -owned
business enterprises (MBEs) and women -owned business enterprises to make up the overall 27%?
Response: No, there are not minimum goals for minority -owned business enterprises (MBEs) and
women -owned business enterprises to make up the overall 27%. The total M/WBE utilization goal
is 27%.
2) Question: If so, do proposers need to allocate sub consultants who are minority/women-owned
business enterprises (M/WBE) as either MBE or WBE for scoring purposes?
Response: No, proposers do not need to allocate sub consultants who are minority/women-owned
business enterprises (M/WBE) as either MBE or WBE for scoring purposes.
C. 1. The Proposer shall acknowledge receipt of this addendum by completing the applicable
section in the solicitation or by completion of the acknowledgement information on the
addendum. Either form of acknowledgement must be completed and returned not later than
the date and time for receipt of proposal.
2. All other terms, conditions and specifications remain the same.
Receipt acknowledged by:
Authorized Signature Date Signed
Title
March 18, 2020
Addendum #4 Page 1 of 1
Y20-906-RM
March 13, 2020
BOARD OF COUNTY COMMISSIONERS
ORANGE COUNTY, FLORIDA
ADDENDUM NO. 3 / RFP Y20-906-RM
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
RFP OPENING DATE: MARCH 24, 2020
This Addendum is hereby incorporated into the bid documents of the project referenced above. The
following items are clarifications, corrections, additions, deletions and/or revisions to and shall take
precedence over the original documents.
A. Questions & Answers:
1) Question: What is the anticipated spend on this contract annually?
Response: The expected annual contract amount is $2 million total, which would be assigned
among the three selected firms.
2) Question: Several of our employees commute to our Orlando office for work daily but reside outside
of Orange County. Will domicile location of the PM or PE count towards the location points or will
the office location alone account for the points assigned?
Response: The office location is what counts for the location points as per Form C.
3) Question: Addendum 2 appears to make allowance for the project engineer to be employed by a
company other than the prime consultant. In that event, please advise on how Form B — Project
Team can be completed since the Project Engineer is listed under the Prime Consultant part of the
form.
Response: Fill out form B as is, the information required of the Project Engineer is needed for
evaluation whether they are part of the Prime Consultant or Sub -Consultant.
4) Question: On Form B, please clarify if "City of Residence" is intended to be the City of the
individual's home address or business address.
Response: Form B City of Residence is intended for the individual's home address.
5) Question: On Form C pages 2 and 3, please clarify what is meant by "domicile" of the Project
Manager and Project Engineer. In this regard, does domicile refer to the home address of the
individual or the business address?
Response: Form C-2 & C-3 refer to Project Manager and Project Engineer home residence.
6) Question: Can the names, titles, and departments of the RFP selection committee be provided.
Response: No. There is a blackout period in effect, please refer to page 7 of the solicitation.
March 13, 2020
Addendum #3 Page 1 of 2
Y20-906-RM
B. 1. The Proposer shall acknowledge receipt of this addendum by completing the applicable
section in the solicitation or by completion of the acknowledgement information on the
addendum. Either form of acknowledgement must be completed and returned not later than
the date and time for receipt of proposal.
2. All other terms, conditions and specifications remain the same.
Receipt acknowledged by:
Authorized Signature
Title
Date Signed
March 13, 2020
Addendum #3 Page 2 of 2
Y20-906-RM
March 6, 2020
BOARD OF COUNTY COMMISSIONERS
ORANGE COUNTY, FLORIDA
ADDENDUM NO. 21 RFP Y20-906-RM
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
RFP OPENING DATE: MARCH 24, 2020
This Addendum is hereby incorporated into the bid documents of the project referenced above. The
following items are clarifications, corrections, additions, deletions and/or revisions to and shall take
precedence over the original documents.
A. Questions & Answers::
1) Question: How many consultants is the County anticipating to select under this RFP?
Response: The County anticipates selection of three consultants under this RFP.
2) Question: Per page 13 of the RFP, section 36 Key Personnel, would the County consider revising
this section by allowing the Project Engineer to be employed by the Prime Consultant's teaming
partner (i.e., employed by a subconsultant of the Prime Consultant).
Response: Please see the changes to Key Personnel below.
25. KEY PERSONNEL
The Project Manager and the Project Engineer must be two different individuals.
The Project Manager must be currently employed by the Prime Consultant. The
Protect Engineer must be a Professional Engineer registered in the State of
Florida.
B. 1. The Proposer shall acknowledge receipt of this addendum by completing the applicable
section in the solicitation or by completion of the acknowledgement information on the
addendum. Either form of acknowledgement must be completed and returned not later than
the date and time for receipt of proposal.
2. All other terms, conditions and specifications remain the same.
Receipt acknowledged by:
Authorized Signature
Title
Date Signed
March 6, 2020
Addendum #2
Y20-906-RM
Page 1 of 1
February 25, 2020
BOARD OF COUNTY COMMISSIONERS
ORANGE COUNTY, FLORIDA
ADDENDUM NO. 1 / RFP Y20-906
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
RFP OPENING DATE: MARCH 24,202
This Addendum is hereby incorporated into the bid documents of the project referenced above. The
following items are clarifications, corrections, additions, deletions and/or revisions to and shall take
precedence over the original documents.
A. Questions & Answers::
1) Question: The deadline for questions on page 3 of the RFP is listed as 4:00 PM on February 25,
2020, which is one day after the RFP was issued. This question period is shorter than typical
Orange County RFPs. Is this question deadline period accurate?
Response: The revised deadline for questions is March 13, 2020 by 4:00 PM
2) Question: The RFP references Exhibit A - but there is no Exhibit A to download. Will Exhibit A be
posted at a later date or provided at the non -mandatory pre -bid?
Response: Please see Exhibit A attached below.
B. 1. The Proposer shall acknowledge receipt of this addendum by completing the applicable
section in the solicitation or by completion of the acknowledgement information on the
addendum. Either form of acknowledgement must be completed and returned not later than
the date and time for receipt of proposal.
2. All other terms, conditions and specifications remain the same.
Receipt acknowledged by:
Authorized Signature Date Signed
Title
February 25, 2020
Addendum 1 Page 1 of 12
Y20-906-RM
Y20-906-RM
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
EXHIBIT A
Scope of Services
PART
I GENERAL INFORMATION
BACKGROUND:
As a result of changes in land use, pollutant loads delivered to water bodies have
demonstrably and continually increased. Orange County Environmental Protection
Division (Division) will utilize these services for Total Maximum Daily Load (TMDL)
and National Pollutant Discharge Elimination System Municipal Separate Storm
Sewer System (NPDES MS4) Permit regulatory program compliance, management
of waterbodies with MSTUs or MSBUs, and protection of Orange County's water
resources. The Division will utilize data and conclusions originating from these
services to develop and recommend non-structural Best Management Practices
(BMPs), such as ordinances, policies, and programs, and structural BMP projects to
the Board of County Commissioners (BCC).
B SCOPE:
The Scope of Services herein includes professional services to implement water
quality projects throughout Orange County. Services may include but are not limited
to the following project phases:
• Assessments: The goal of the assessment report is to evaluate current water
quality and hydrologic conditions and then identify and rank conceptual
structural and non-structural water quality improvement BMP projects to
restore or maintain water quality. These recommended concepts may feed
into the Feasibility Study phase.
• Feasibility studies: Evaluate constructability, feasibility, and cost effectiveness
of BMP projects and provide all necessary information to proceed to design
and construction. Data gaps remaining from the assessment phase may
require monitoring, modeling, survey, geological studies, and/or ecological
studies. Refined project layouts, pollutant reductions, and costs shall be
developed. Feasibility may include assembling, submitting, and tracking
environmental resource or other project -specific permits, property acquisition,
defining easement requirements, input from adjacent land owners/HOA,
operation and maintenance, wetland mitigation, ecological impacts, and
potential flooding.
• Performance monitoring: Monitoring of water quality parameters, velocity and
discharge, mass removal, and/or other parameters of interest associated with
BMP projects or adjacent waterbodies in order to evaluate performance from
an upstream/downstream or waterbody perspective.
February 25, 2020
Addendum 1 Page 2 of 12
Y20-906-RM
6 Technical support projects: These projects may include some or all tasks
included in an assessment, feasibility study, and/or performance monitoring
project applied to the full or partial watershed. They may also include technical
tasks associated with, but not directly required by the other project types or
support of regulatory programs or design and construction projects.
In order to assemble scientifically sound and defensible data, sample collection and
analysis shall be performed in accordance with Florida Department of Environmental
Protection Standard Operating Procedures per Chapter 62-160 of the Florida
Administrative Code (FAC), or other documented methods generally accepted by the
scientific community.
Analytical laboratory services shall be provided for samples collected from various
environmental matrices at a frequency as needed to appropriately characterize
watershed and / or sources of nutrient loading behavior in the assessment area. Sub-
contracted laboratories shall hold a National Environmental Laboratory Accreditation
Certification (NELAC) and be certified for the applicable methods. In addition, the
contracted laboratory shall provide quality assurance/quality control information
including, but not limited to: matrix spike concentrations, method detection limits,
practical quantifiable limits, duplicate reproducibility, the results from equipment blank
testing, in conformance with NELAC standard operating and reporting procedures and
Chapter 62-160, FAC.
PART II WORK REQUIREMENTS
The professional services described herein are not intended to consist of all services
required on any single project. In general, the actual scope of services for any individual
project will be dependent on the nature of the project, the project status with regard to
available data and analyses, and the project phases and work tasks that the County
determines to contract.
1. Assessment Services:
The final product of the assessment phase is a report, which documents the existing
conditions within the study area, contains hydrologic and nutrient pollutant budgets that
describe sources and sinks of water and pollutants within the study area, uses
previously accepted models, contains basin -specific data, and produces a list of
potential best management projects intended to remove or mitigate pollutant loads
within the study area. The list shall rank the BMPs by the cost per pound removed of
total phosphorous (TP), total nitrogen (TN), total suspended sediment (TSS), or other
pollutant of concern as identified during the assessment process. Descriptions of the
BMPs shall include conceptual layouts that the County may move to the Feasibility
phase.
Potential tasks, submittals, and meetings might include some or all of the
following:
February 25, 2020
Addendum 1 Page 3 of 12
Y20-906-RM
A. Kickoff Meeting: Project kickoff meetings are held prior to the commencement
of the project. The intent of the kickoff meeting is to review known data
sources, identify data gaps, review the negotiated scope of work for the
project, establish and/or modify a proposed project timeline, and discuss the
project to a fuller extent.
B. Review of Existing Data: Procurement, review, and analysis of relevant prior
studies and available data sources. Evaluation of previous analyses, areas
where updated analyses may be necessary, data gap analyses, data
collection methods, and data modeling. Reports, plans, calculations, permits,
historical hydrologic / meteorological records as well as stormwater
infrastructure and other GIS feature layers (soils, land use, wetlands,
hydrography, aerial photography) relevant to characterizing the study area.
C. Field ReconnaissanceNerification of Existing Data: Perform office and field
inspections to compare original model drainage conditions to present day field
conditions.
D. Delineate Watershed and Sub -Basin Topography: Generate / revise available
digital elevation models (DEMs), LIDAR elevations, or other sources of
topography in the study area using compiled data. Delineate major and sub -
watershed drainage boundaries.
E. Bathymetric Survey for Total Depth and Soft Sediment Depth: estimation of
lake water and muck volumes
F. Field Data Collection and Analysis: may occur in, but not be limited to, the
water column, sediment column, stormwater, adjacent lands, wetlands or
other environmental matrices and locations as required to characterize the
fate and transport of pollutant loads within the water body and surrounding
watershed. The consultant shall provide photographs and narrative survey of
field conditions during sampling events. dissolved oxygen profiles and / or
other water quality parameters (e.g., pH, conductivity, turbidity, temperature,
oxidation-reduction potentials, etc.) in the water column or sediment, nutrient
and / or pollutant concentrations in sediments. Analytical laboratory services
shall be provided for samples collected with various environmental matrices
at a frequency as required to accomplish and appropriately characterize
locations identified in the project. Laboratory shall be NELAC certified for
applicable methods and provide quality assurance / quality control information
including, but not limited to: matrix spike concentrations, method detection
limits, practical quantifiable limits, duplicate reproducibility, the results from
equipment blank testing, in conformance with NELAC standard operating and
reporting procedures and Chapter 62-160, Florida Administrative Code.
1) Surface Water Monitoring: profiles of field meter parameters from water
surface to total depth at defined depth intervals, collection of surface
and/or deep water quality analytical samples. episodic seasonal
turnover, and identification of stratification if present
2) Stormwater Runoff Monitoring: event grab or autosampler collection of
February 25, 2020
Addendum 1 Page 4 of 12
Y20-906-RM
water quality samples and/or velocity and discharge monitoring
3) Groundwater Monitoring: seepage, recharge, well or other water
sources within the waterbody or the watershed
4) Sediment Monitoring: speciation of nutrient pollutants, internal
recycling/flux analysis
5) Biological Monitoring: Analysis of impacts of pollutants to the existing
flora and fauna, using generally accepted methodologies (Lake
Vegetation Index, Stream Condition Index, or other generally accepted
biological -integrity methods as established by professional societies),
inhabiting the watershed or waterbody.
G. Hydrologic Budget: identify hydrologic sources and sinks, which may include,
but are not limited to: direct precipitation and evaporation, stormwater runoff,
groundwater seepage and recharge, inflows and outflows, and drainwells.
Characterization of the hydraulic flow regime shall include, but not be limited
to, calculated water residence times for each lake or water body, identification
of periods of peak and minimum hydraulic flows.
H. Nutrient/Pollutant Budget: establish pollutant sources and sinks and allocate
the loads among the sources and sinks, identify unquantified loads and
estimate their impact on the overall budget. Pollutant sources will include, but
are not limited to surface water runoff, septic systems, internal cycling of
nutrients within sediment/water interface, groundwater seepage/recharge,
uncontrollable sources, and background sources.
Water Quality Model: Run-off coefficients based on the present and projected
land use. Soil type/hydrologic group and cover. Establish the fate, transport,
and partitioning of pollutant loads within the watershed, forecast changes in
pollutant loading commensurate with proposed changes in land use, and
estimate pollutant load reductions due to BMP projects.
J. Interim and Final Meetings:
1) County staff - consultant provides interim updates on project progress,
discussion of specific tasks in order to review interim data and / or
provide feedback.
2) Stakeholder - consultant provides interim updates or final summary of
project for stakeholder groups, which may include, but are not limited
to: Homeowner's Associations; Lake Advisory Boards; local citizen
groups; environmental organizations; builders and developers;
3) BCC - consultant provides interim updates or final summary of project
for the Board of County Commissioners, Mayor, County Administrator,
and/or interested Commissioner. Note that Board of County
Commissioner meetings are open to public attendance and
participation.
February 25, 2020
Addendum 1 Page 5 of 12
Y20-906-RM
K. Identify and Conceptualize potential Structural and Non-structural BMPs:
conceptual layout of potential projects, conceptual cost estimates and
pollutant reduction efficiencies, ranking based on these parameters and
implementability. Conceptual cost estimate should include design, land
acquisition/relocation and easement needs, permitting, construction and
construction management, and operation and maintenance. Analyses of
stormwater improvement projects (BMPs), including but not limited to:
possible locations, recommended pollution abatement systems at specific
locations, pollutant load reductions in pounds (Ibs) per year, pollutant removal
costs in dollars per pound removed, recommended use of Best Management
Practices and provide engineering cost estimate for design and construction.
This should include the quantity and quality of existing wetlands in the basin
and recommendations for planned mitigation or avoidance of impacts, the
objective being to preserve, and if possible, enhance the ecosystem. Assess
maintenance and erosion and sedimentation issues related to the study area.
Alternatives should evaluated and ranked on the following factors: probable
costs (including land acquisition, capital cost, etc.); anticipated ecological
impacts; expected water quality impacts (surface and ground water);
implementation considerations (practicality); social acceptability; expected
reliability; estimates of probable operation and maintenance costs; permitting
feasibility; and anticipated flood mitigation
L. Draft and Final Reports: Mapping services to include, but not be limited to,
creating and analyzing isocontours or isopleths of nutrients and / or pollutant
concentrations or other pertinent water quality data on aerials, isocontours of
lake bottoms to illustrate the sources of those nutrients and / or pollutants
within the water body. Consultant shall also provide copies of all GIS and
supporting files used to generate figures in a useable format or geodatabase.
Please note the horizontal and vertical datum used in map projections shall
be the same datum currently in use by Orange County, Florida (viz, NAVD88).
Notifications and deliverables: Project progress updates will be provided in a format and
at a frequency as directed by the EPD project manager. Frequency may be variable
depending on the current project activity level.
Consultant will provide written notification (email acceptable) of field activities prior to
staff or subcontractor work onsite. Timeframes for these notifications will be determined
during preparation of the Scope of Services supporting preparation of each Purchase
Request.
Field and lab deliverables and schedule updates will be provided monthly to provide
support for invoicing purposes. Field deliverables may include: field notebook pages
and sampling forms (PDF), photos (PDF, jpeg, tif), raw data files and/or supporting
calculation files for field measurements (excel, .csv or delimited format, as applicable),
and calibration documentation (PDF). Laboratory analytical deliverables may include:
quality assurance/quality control (QA/QC) documentation and reporting limits.
Draft and Final Reports will be submitted as a complete PDF document accompanied
by Models (ICPR4, Bathtub, HSPF, or appropriate), GIS Data (ArcMap 10.2 or
February 25, 2020
Addendum 1 Page 6 of 12
Y20-906-RM
appropriate), calculations/spreadsheets (excel). Reports shall include, but not be limited
to, an analysis of historic and current data characterizing water quality. Reports will
include information from pertinent, peer -reviewed literature with citation(s), digital copies
of spreadsheets used during analyses, field data forms, copies of instrument pre- and
post -calibration reports, chain -of -custody forms, analytical laboratory reports, copies of
field notebooks, all GIS files used for mapping and analysis, input and output files from
modeling analyses, as appendices. Reports shall be delivered as a draft and a final
within the timeframes specified in the cost proposal and agreed upon scope of work.
Consultant shall provide one (1) hard copy of the report and supporting documentation
and one (1) digital copy, preferably PDF, of the final report or deliverable and supporting
documentation prior to payment of final invoice.
2. Feasibility Studies:
The goal of the Feasibility Study is typically a report, which provides all information
needed to proceed with the engineering/design of the project. The report will
summarize the findings of the Assessment Report, and provide: results of any
additional data collection to fill identified gaps; required surveys; refined models,
pollutant reduction estimates and costing; and potential constructability, permitting, and
flooding issues.
Consultant shall perform evaluations of BMPs as required by EPD. These evaluations
shall include a detailed review of engineering and biological BMPs in order to determine
their usefulness and appropriateness to water body nutrient and / or pollutant mitigation
management requirements. Evaluations shall include but not be limited to, literature
reviews, design reviews, establishing nutrient and / or pollutant removal efficiencies,
cost of BMP operation and maintenance and size of BMP carbon footprint identifying
alternative energy sources.
The final product of this phase of work is typically a report, which establishes the
design objectives and design concept for the next phase of work. Design criteria shall
be established, as will be a preliminary estimate of cost and the project design,
permitting and construction schedule. Right-of-way and easement acquisition
requirements shall be preliminarily identified. Any necessary regulatory variances
shall be identified and investigated. The overall project feasibility and anticipated
effectiveness shall be clearly established. Public information meetings shall be held,
public input taken and, where appropriate, modifications made to the conceptual
plan.
Potential required tasks, submittals and meetings might include some or all of the
following:
A. Kickoff Meeting: Identification of existing data sources and review of project
plan and schedule.
B. Review Existing Data and Identification of Data Gaps: Procurement, review
and analysis of relevant prior analysis and studies. Evaluation of previous
February 25, 2020
Addendum 1 Page 7 of 12
Y20-906-RM
analysis, and where added detail is necessary, new analysis, data gathering
and modeling. This work shall lead to either agreement or adoption of the prior
conclusions, or development of alternative conclusions and/or a
recommendation or project conceptual design. Review past flooding
complaints and rules, regulations, ordinances and laws (local, state, federal)
pertinent to the study area. Generate / revise digital elevation model (DEM)
of watershed area using compiled data.
C. Supplemental Field Tasks: may include Field Data Collection and Analysis as
described under Assessment Services to address data gaps or to provide a
current dataset after significant time lapse or change in conditions within the
watershed. This may include additional data collection, sampling, installation
of monitoring equipment.
D. Surveys and Studies: Topographic Survey, Survey of Existing Structures,
Geotechnical Study, Ecological Survey and other field investigations.
E. ICPR Hydologic & Hydraulic Model Updates: evaluation of potential impacts
of proposed projects to the watershed, including upstream flooding, land use
change impacts, or other inputs that may affect a proposed pollutant removal
project.
F. BMP Perm itab i lity/Constructabil ity: All necessary permits, assessments and
land use approval requirements shall be identified. Necessary submittal
requirements and deadlines should be identified and the proper sequence of
processing established. Processing time should be estimated. Evaluation of
environmental conditions and constraints affecting the project should be
identified. Pre -application meetings with applicable regulatory agencies and
Water Management District should also be included. permitting requirements
/ costs, right-of-way needs / costs, construction costs,
G. Preliminary Design and Costing: Schematic representation of design and
supporting analysis documentation, Conceptual cost estimate, including
design, land acquisition/relocation and easement needs, permitting,
construction and construction management.
H. Meetings: Prepare project brochures, administer mailing invitations, provide
meeting presentation materials, hold public information meetings for the
project and submit post -public meeting input when applicable. Modify the
conceptual design as necessary and agree on a project's conceptual design,
purpose and effectiveness based on the information developed during this
phase.
I. Report: Generate a project report, technical memorandum, or design
memorandum summarizing data collection and evaluation, providing .
3. Performance Monitoring:
The final product of this project phase is typically a report, which establishes empirical
pollutant loads and pollutant reduction estimates for specific BMP projects. This may
February 25, 2020
Addendum 1 Page 8 of 12
Y20-906-RM
be utilized to support grant requirements, BMAP reporting of pollutant reductions,
and/or evaluation or support of generalized reduction efficiencies estimated for a type
of BMP.
Potential required tasks, submittals and meetings might include some or all of the
following:
A. Kickoff Meeting: Identification of existing data sources and review of project
plan and schedule.
B. Review Existing Data: Determine gaps in data that are necessary for
evaluation of pollutant loads and placement of appropriate BMPs.
C. Field Tasks: collection of analytical samples for analysis of pollutants.
estimation of influent and effluent loads, mass reduction of pollutant and
pollutant removal efficiency, estimate of cost per pound of pollutant and cost
per pound of pollutant per acre of watershed served.
D. Analysis of data: Report findings of analytical results and impact on proposed
pollutant load reduction BMPs.
4. Technical Support Services:
The final product of this project phase varies, but will typically include summary report,
data compilation, or technical memo with or without recommendations and conclusions.
Potential required tasks, submittals and meetings might include some or all of the
following:
A. Kickoff Meeting: Identification of existing data sources and review of project
plan and schedule.
B. Review Existing Data and Identification of Data Gaps
C. Supplemental Field Tasks
D. Construction Services: Full or part time construction inspection services when
requested. Services to make measured drawings of or to investigate existing
conditions or facilities, or to verify the accuracy of drawings, or other information
furnished by the County, when such services are not required as a part of the
project development phase, design and permitting phase or the construction
services phase of a project
E. Services necessary to obtain operating permits, development and design of
discharge monitoring plans and preparation of operating and staffing manuals,
when such services are not required as a part of the project development
phase, design and permitting phase or the construction services phase of a
project.
F. Partial or supplemental environmental assessments: performance of some or
February 25, 2020
Addendum 1 Page 9 of 12
Y20-906-RM
all of the assessment tasks for a full or partial watershed. May include, but is
not limited to, sampling, modeling, pollutant load estimation identification of
pollutant load reduction project options.
G. Wetland delineations, restoration evaluations, mitigation plans, and dredge
and fill permits, when such services are not required as a part of the project
development phase, design and permitting phase or the construction services
phase of a project.
H. Furnishing services of other independent professional or technical associates
in such fields as biological assessment and forestry.
I. Preparations for applications and supporting documents for grants.
J. Provide services to fulfill permit conditions of the County's NPDES (National
Pollutant Discharge Elimination System) MS4 Permit.
K. Peer review services: Peer review services to evaluate the accuracy and
validity of reports, prior analyses, geodatabases and/or computer simulations
provided to or by the County, when such services are not required as a part of
the project development phase, design and permitting phase or the construction
services phase of a project. This includes post -project reviews to identify best
practices and lessons learned.
L. Professional stormwater engineering services; to include the review and
analysis of various BMP designs (including new and innovative technologies);
defend recommendations in legal proceedings, if needed; and identify
pollutant loads and conduct source allocations within the various subbasin
watersheds.
M. Services resulting from significant changes in the general scope, extent or
character of an individual project or its design including, but not limited to,
changes in size, revising previously accepted studies, reports, designs
documents of contract documents when such revisions are required by
changes in laws, codes, rules, regulations, policies, or orders enacted
subsequent to the preparation of such documents.
N. The project may also include the review and analysis of data used to designate
a water body as impaired,
O. Total Maximum Daily Load (TMDL) program services: necessary services to
fulfill the conditions and requirements to comply with the Florida Department
of Environmental Protection (FDEP) TMDL program. Analyzing adopted or
proposed TMDLs,
P. providing general support within a Basin Management Action Plan (BMAP)
area
Q. Pollutant load analysis: use of regulatory and/or industry standard software
models to provide source allocations of nutrients and / or pollutants of interest.
February 25, 2020
Addendum 1 Page 10 of 12
Y20-906-RM
Please note that software models must be approved for use with the
appropriate regulatory agency or be utilized as an industry standard.
R. Assistance in connection with bid protests arising from technical
specifications, re -bidding or re -negotiating contracts for construction,
materials, equipment, or services.
S. Property acquisition support: Providing property surveys, related to
engineering, appraisal and real estate services needed in connection with
acquiring needed interests in real property for the County.
T. Preparing to serve or serving as a consultant or witness for the County in
litigation, arbitration or other legal or administrative proceeding, when such
services are not required as a part of the project development phase, design
and permitting phase or the construction services phase of a project.
U. Performing constructability reviews of project plans in order to minimize
construction change orders.
V. Database development related to projects.
W. Field surveys and data collection in support of roadway, drainage, and mowing
activities.
X. Project scheduling and project budget tracking services.
Y. Project management services.
Z. Services such as inspection of roadway and drainage infrastructure
maintenance activities. Evaluation of current level of service the existing
infrastructure
AA. Manual preparation for projects and division operations. Operation and
maintenance
BB. Preparation of presentations, figures and exhibits for projects and public
meetings.
CC. GIS related services for the implementation of Stormwater projects or
programs, and other miscellaneous activities such as a stormwater website.
DD. Floodplain management services including delineation of the floodplain,
letter of map revision (LOMR) services (review and approval), GIS work for
FEMA floodplain layer, and repetitive loss properties.
EE. Services related to FEMA's Community Rating System series 100 through
700. Services to include, but not limited to; Public Information, Mapping &
Regulations, Flood Damage Reduction, and Warning & Response.
FF.Services necessary to review, revise, and approve change to Orange County
Ordinances and Codes to meet Federal or State requirements.
February 25, 2020
Addendum 1 Page 11 of 12
Y20-906-RM
GG. Services related to drainage wells including retrofitting, replacement, and
analysis of drainwell systems. This also includes continuous simulation
analysis and evaluation of drainwells for the purpose of permitting, regulatory
approvals needed, and water use master planning.
HH. Services related to the evaluation of pump stations and major control
structures, and retrofit recommendations. This also includes drawdown
analysis and evaluation of drainwells for the purpose of permitting, regulatory
approvals needed, and water use master planning.
II. Services related to surface feature failures (e.g., washouts, sinkholes and
pavement failures) and retrofit recommendations.
JJ. Services related to sandbar removal, canal bank protection, pond restoration,
and sediment/erosion control including survey, evaluation, final design,
permitting and construction.
KK. Services related to stormwater service rate analysis, determination and
codification.
LL. Low impact and sustainable design: Services related to low impact
development (LID), green infrastructure (GI) engineering, sustainability and
resiliency design for stormwater systems.
February 25, 2020
Addendum 1 Page 12 of 12
Y20-906-RM
ISSUE DATE: February 24, 2020
1►[01IN:
IJ to] MIA aZe77el'f_1'?
FOR
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
.06 .
Orange County, Florida, is accepting sealed Proposals to be received NO LATER
THAN 2.00 P.M. (local time) on March 24, 2020, for CONTINUING WATER QUALITY
PROFESSIONAL SERVICES.
A Non -Mandatory Pre -Proposal Conference will be held March 4, 2020, at 1:00 P.M.,
at the Environmental Protection Division, Panther Conference Room, 3165
McCrory Place, Suite 200, Orlando, FL 32803. Interested Proposers are encouraged
to attend.
Proposals will be accepted at:
Orange County Procurement Division
Internal Operations Centre II
400 East South Street, Second Floor
Orlando, Florida 32801
(407) 836-5635
Copies of the Request for Proposals may be obtained from the Orange County
Procurement Division at the above address. Copies may also be requested by phone
(407) 836-5635.
NOTE: This Request for Proposals is available for downloading from the internet at
orangecountyfl. net.
Carrie Mathes, MPA, CFCM, CPPO, C.P.M.
Manager, Procurement Division
NOTICE TO PROPOSERS
To ensure that your Proposal is responsive, you are urged to request clarification or
guidance on any issues involving this solicitation before submission of your response.
Your point -of -contact for this solicitation is Rolando Melo at (407) 836-5644. You may
contact Rolando Melo at any time during this process, including during the black
out period.
RFP # Y20-906-RM
TABLE OF CONTENTS
NOTICE
PAGE
PURPOSE 1
INSTRUCTION TO PROPOSERS 1
TERMS AND CONDITIONS 4
MINORITY/WOMEN OWNED BUSINESS ENTERPRISE 5
SHORTLISTS, PROTESTS AND LOBBYING 7
ETHICS COMPLIANCE 8
PUBLIC ENTITY CRIME STATEMENT (FS 287.133) 9
SUBCONSULTANTS 9
BONUS POINTS FOR HIRING OF DISLOCATED WORKERS 10
BONUS POINTS FOR HIRING RESGISTERED 10
SERVICE -DISABLED VETERANS (SDV)
CONTRACT AWARD CRITERIA
13
KEY PERSONNEL
13
REFERENCE CHECKS
13
VERIFICATION OF EMPLOYMENT STATUS
14
WEIGHTED CRITERIA
15
SIMILAR PROJECTS
16
EXPERIENCE OF PROJECT TEAM
20
VOLUME OF WORK
21
ORAL PRESENTATIONS
22
PROCEDURES AFTER RECEIPT OF PROPOSALS
22
COST AND PRICING DATA
22
SUPPORTING DOCUMENTATION
23
DEBRIEFING OF PROPOSERS
23
PROPRIETARY INFORMATION
24
DEVELOPMENT OR ASSISTANCE IN DEVELOPMENT OF SPECIFICATIONS/
REQUIREMENTS/STATEMENTS OF WORK
24
EXHIBIT A SCOPE OF SERVICES
CONTRACT
PROPOSER INFORMATION
FORM A
PROJECT TEAM
FORM B
LOCATION
FORM C
SIMILAR PROJECTS (PROJECT MANAGER)
FORM D
SIMILAR PROJECTS (PROJECT ENGINEER)
FORM E
SKILLS & EXPERIENCE OF PROJECT TEAM
FORM F
NOT USED
FORM G
PROJECT SCOPE, APPROACH & UNDERSTANDING
FORM H
CONFLICT/NON-CONFLICT OF INTEREST STATEMENT
FORM I
EQUAL OPPORTUNITY WORKFORCE SCHEDULE
FORM J
JOINT VENTURE INFORMATION
FORM K
DRUG -FREE WORKPLACE FORM
FORM L
LETTER OF INTENT
FORM M
SPECIFIC PROJECT EXPENDITURE REPORT
FORM N
RELATIONSHIP DISCLOSURE FORM
FORM 0
E-VERIFICATION CERTIFICATION
FORM P
DISPLACED WORKERS
FORM WR
SAMPLE INSURANCE FORMS
REQUEST FOR PROPOSALS
FOR
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
RFP # Y20-906-RM
Orange County, Florida, is soliciting Proposals to provide CONTINUING WATER
QUALITY PROFESSIONAL SERVICES.
I,[11"k 1L4-1101-ki 3t71c • a00:11
1. Firms or companies desiring to provide services, as described herein, shall
submit one (1) Proposal (clearly marked), nine (9) copies (a total of 10
Proposals) and one (1) electronic copy on a USB drive for document
management purposes not later than 2:00 P.M. local time, March 24, 2020, to:
Orange County Procurement Division
Internal Operations Centre II
400 E. South Street, 2nd Floor
Orlando, Florida 32801
If your response contains any information deemed confidential, in accordance with
Chapter 119 of the Florida Statutes, provide an additional USB drive with a
redacted version of your response labeled REDACTED. Electronic copy shall be
in Microsoft Word or Adobe — the most recent software version.
Respondents are cautioned that they are responsible for delivery to the
specific location cited above. Therefore, if your Proposal is delivered by an
express mail carrier or by any other means, it is your responsibility to
ensure delivery to the above address. This office will not be responsible
for deliveries made to any place other than the specified address.
A Non -Mandatory Pre -Proposal conference will be conducted on March 4, 2020,
1:00 P.M. at Environmental Protection Division, Panther Conference Room, 3165
McCrory Place, Suite 200, Orlando, FL 32803. All interested parties are urged to
attend.
2. The time and date for receipt of Proposals will be scrupulously observed. The
County shall not be responsible for late deliveries or mail delays. The time/date
stamp clock in the Procurement Division shall serve as the official authority to
determine lateness of the Proposal.
3. The decision to refuse to consider a bid or proposal that was received
beyond the date/time established in the solicitation shall not be the basis
for a protest pursuant to the Orange County (Procurement Ordinance).
4. Proposals received after the specified time and date shall be returned unopened.
The decision to refuse to consider a bid or proposal that was received beyond
the date/time established in the solicitation shall not be the basis for a protest
pursuant to the Orange County (Procurement Ordinance). All Proposals will be
opened publicly and the names of all Proposers shall be read aloud.
1
5. Proposers must submit ONLY the attached forms, lettered A through P, in the
same order as presented herein. Failure to submit all forms may result in
disqualification of your Proposal. However, failure to submit forms B, C, D, E,
F, H and J may negatively impact the evaluation of the Proposal. This shall
also apply to Form K if the Proposer is submitting as a Joint Venture. The
County shall not be responsible for re -calculation or interpretations of information
provided on any form.
NOTE: These forms are periodically edited. Proposers must use the forms as
they appear herein for this project. Form G is not used.
6. Modification or alteration of the documents contained in this solicitation or the
contract resulting from this solicitation shall only be made upon receipt of prior
written consent of the County.
7. The submission of GSA Forms 254 or 255 are not acceptable. The submission
of these forms shall result in disqualification of your Proposal as non -responsive.
8. Proposers are instructed NOT to include pictures, drawings, graphs, dividers or
table of contents. Submittal of pictures, drawings, graphs, dividers and/or table of
contents may result in disqualification of your Proposal as non -responsive. Do
not use a cover or binder. Use one (1) staple in UPPER left-hand corner only.
9. With respect to Forms D, E, F and H, no sideways printing on pages will be
permitted. Also with respect to Forms D, E, F and H, print must be no smaller
than 12 point when using a computer, or must be 10 pitch when using a
typewriter.
10. Faxed Proposals shall be rejected as non -responsive, regardless of where the
fax is received.
11. Proposers must indicate on their Proposal envelope the following:
Request for Proposals Number Y20-906-RM
Date of Opening - March 24, 2020
Name of Proposer
Return Address of the Proposer
12. Proposers shall not contact any member of the Orange County Procurement
Committee or any staff (except as provided below) regarding this Proposal until
such time as a contract is awarded. All inquiries pertaining to this Request for
Proposal must be directed through the Procurement Division.
13. Questions concerning this Request for Proposals must be directed to Rolando
Melo, Contracting Agent, email Rolando. eloocfl.net. Any Proposer who
initiates any discussions with staff in any manner other than that described
above is subject to disqualification from this procurement.
14. Information regarding Procurement Committee scheduling and Board approvals
are available by calling the Procurement Division Reception Desk at (407)
836-5635 or by accessing the Procurement Committee schedule at
http://araps.ocfl.net/OranggBids/Procurement/default.asp. Also, an email notice of
the Procurement Committee meeting will be sent to all proposers.
K,
15. Technical concerns/questions shall be submitted in writing, no later than 4:00
P.M. on February 25, 2020 to:
Rolando Melo, Contracting Agent
Procurement Division
400 E. South Street, 2nd Floor
Orlando, Florida 32801
Rolando. Melo(c-)ocfl.net
You may contact Rolando Mello at any time during this process, including
during the black out period.
No oral interpretation of this Request for Proposals shall be considered binding.
The County shall be bound by information and statements only when such
statements are written and executed under the authority of the Manager of the
Procurement Division.
17. DRUG FREE WORKPLACE
The Drug Free Workplace Form (Form L) is attached and shall be completed
and submitted with your proposal.
18. DRAFT CONTRACT
The contract that the County intends to use for award is enclosed for reference.
Any exceptions to this standard contract must be clearly indicated by return of
the standard contract with the Proposal, with exceptions clearly noted. The
County has the right to require the selected Proposer to sign the attached
contract or to negotiate revisions to the contract language prior to execution of
the contract, at its discretion.
Any proposal may be withdrawn until the date and time set above for the
submission of the proposals. Any proposals not so withdrawn shall constitute an
irrevocable offer, for a period of one hundred and twenty (120) days, to provide
to the County the services set forth in this Request for Proposals, or until one or
more of the proposals have been awarded.
20. SOLICITATION CANCELLATIONS
Orange County reserves the right, and the Manager of the Procurement Division
has absolute and sole discretion, to cancel a solicitation at any time prior to
approval of the award by the Board of County Commissioners when such
approval is required. The decision to cancel a solicitation cannot be the basis for
a protest pursuant to the Orange County Code.
3
1. A minimum coverage of Professional Liability Insurance in the amount of
$1,000,000 (with a deductible permitted not in excess of $100,000) will be
required for this project.
2. Selection shall be in accordance with F.S. 287.055 and the County's
adopted selection procedures.
3. The County reserves the right to accept or reject any or all Proposals that
it may in its sole discretion deem non -responsive, to waive technicalities,
or to accept the Proposal which, in its sole judgment, is most
advantageous and best serves the over-all interests of the County.
4. The County reserves the right to request clarification of information
submitted and to request additional information of one or more Proposers
after the deadline for receipt of Proposals.
5. Any Proposal may be withdrawn until the date and time set above for the
submission of the Proposals.
6. By submission of a Proposal, the Proposer agrees that all costs
associated with the preparation of his/her Proposal will be the sole
responsibility of the Proposer. The Proposer also agrees that the County
bears no responsibility for any costs associated with the preparation of the
Proposal and/or any administrative or judicial proceedings resulting from
the solicitation process.
7. Proposers must not discriminate against any employee or applicant for
employment because of race, religion, color, sex, age or national origin.
8. The Proposer understands that this RFP does not constitute an
agreement or contract with the Proposer.
9. Any Proposer who submits in its Proposal to the County any information
that is determined by the County, in its sole opinion, to be substantially
inaccurate, misleading, exaggerated, or incorrect may be disqualified from
consideration.
a. Proposers must address how they intend to comply with the Orange
County M/WBE Ordinance, No. 94-02 and amended by Ordinance No.
2009-21. The goal of certified minority/women business enterprise is 27%
of the contract value for this project. The Ordinance also addresses
minority/women group employment levels setting goals to encourage each
Proposer to maintain 18% minority and 6% women employee workforce
levels in specific categories.
b. All participating MMBE firms must be currently certified by Orange
4
County. The Business Development Division's most recent M/WBE
directory is available by e-mail or through the Orange County web site at
OrangeCountyfl.net. Only firms having established offices in the
Orlando MSA (Orange, Lake, Seminole and Osceola Counties) are
eligible for Orange County certification. All firms must be Orange
County certified at time of submittal of the Proposal and must be
certified in the area(s) for which they will be used. If a firm claims to
be certified, but is not listed in the Directory the Proposer should obtain a
copy of their Orange County Certificate and/or contact the Business
Development Division at (407) 836-7317 for verification of certification.
C. The County has a graduate program whereby M/WBE firms designated as
graduates can participate in the M/WBE program only on specified
projects. All professional service solicitations for which the County has
estimated the overall contractual fees to be awarded to the prime in
excess of $500,000 are eligible for graduate M/WBE participation. The
prime consultant will receive full M/WBE credit for the use of graduate
M/WBE's that meet all other requirements.
The contract solicited through this RFP is estimated to be valued over
$500,000 and therefore, graduate M/WBE's are eligible to participate.
It is the proposing firm's responsibility to ensure that graduate M/WBE's
are not listed in proposals to meet M/WBE participation requirements on
projects in which they are not eligible to participate.
d. Proposers must submit signed Letter of Intent (Form M-1) with their
Proposal for all current Orange County certified M/WBE
sub -consultants identified on Form B. These Letters of Intent must
indicate the scope of work to be performed by every M/WBE plus the
percentage of the overall contract value for all years of the contract to be
contracted to the listed sub -consultant. Letters of Intent must be signed
by both the Proposer and the M/WBE sub -consultant.
The Consultant must include in the subcontract agreement:
1. Whereas the prime consultant is being paid in accordance with the
Local Government Prompt Payment Act, consultant shall
incorporate a 72-hour prompt payment assurance provision and
payment schedule in all sub -consultant agreements between the
prime and sub -consultants.
Note: The County reserves the right to verify that all sub -
consultants are being paid within 72 hours of the County's
remittance to the prime consultant.
2. The following statement: "It is the M/WBE's responsibility to submit
the required quarterly M/WBE utilization reports to the prime and
E
e
final MWWBE Payment Verification Form to the Business
Development Division denoting the percentage of the overall
contract fees".
3. Notwithstanding any termination provisions in this Sub -consultant
Agreement, the Prime Consultant shall not terminate this Sub -
consultant Agreement without prior written authorization of the
Orange County Business Development Division Manager, nor shall
the Prime Consultant amend this Sub -consultant Agreement, or
reduce the Scope of Work or monetary value awarded under this
Sub -consultant Agreement, without prior written authorization of the
Orange County Business Development Manager.
The awarded prime consultant's responsibilities and requirements are
itemized below:
(1) File copies of all executed sub -consultant agreementicontracts
between the prime and all M/WBE sub -consultants on the
project to Orange County Business Development Division one
time for the duration of the contract.
(2) The awarded prime consultant shall furnish written documentation
evidencing actual dollars paid to each sub -consultant utilized by the
prime consultant on the project. This will include, but not limited to:
copies of cancelled checks, approved invoices, and signed
affidavits certifying the accuracy of payments so that the County
may determine actual participation achieved by the prime
consultant prior to the issuance of final payment.
(3) The sub -consultant agreement shall include: (a) the percentage of
the overall contract value to be sub -contracted; and (b) the dollar
amount based on the percentage of the contract value to be sub-
contracted (if available at time of sub -consultant agreement).
(4) The prime consultant shall submit an updated quarterly MWBE
utilization report, Equal Opportunity Workforce Schedule and
MWWBE payment verification forms for all professional service
contracts. It is the responsibility of the Prime Consultant to submit
the payment verification forms with the referenced reports. The
required reports are to be submitted to the Business Development
Division no later than the fifth day after end of reporting period.
Payment applications, task authorizations and contract renewals
may be delayed if these reports are not submitted every quarter in
a timely manner until completion of project indicating final report.
Failure of the MWWBE to comply with the submittal of the payment
verification forms to the Prime consultant could negatively affect
their re -certification.
(5) Notwithstanding any termination provisions in this Sub -consultant
0
Agreement, the Prime Consultant shall not terminate this Sub -
consultant Agreement without prior written authorization of the
Orange County Business Development Division Manager, nor shall
the Prime Consultant amend this Sub -consultant Agreement, or
reduce the Scope of Work or monetary value awarded under this
Sub -consultant Agreement, without prior written authorization of the
Orange County Business Development Manager.
(6) Upon execution of any renewal or extension to this contract, the
Prime Contactor shall execute renewals with all approved specified
sub -contractors for the full duration of the contract. All sub -contract
agreements shall be contingent upon the term (whether terminated,
renewed, or extended) of the Prime's contract with the County.
(7) The prime consultant shall expeditiously advise all M/WBE's and
the Business Development Division of all change orders, contract
modifications, additions and deletions to any and all contracts
issued to the M/WBE firm on their team.
Execution of the contract between Orange County and the Proposer shall
be contingent upon the filing of executed contracts between the Proposer
and the M/WBE subs listed on Form B and included on Form M-1 with the
Business Development Division.
25. SHORTLISTS, PROTESTS AND LOBBYING: The recommended short list of
firms, ranked highest to lowest, will be posted for review by interested parties at
the Procurement Division and at
http://a s.ocf1.net/OrangeBids/AwardsRec/defauit.asp prior to submission
through the appropriate approval process and will remain for a period of five full
business days. Failure to file a protest to the Procurement Division Manager by
5:00 PM on the fifth full business day after the posting date shall constitute a
waiver of protest proceedings. Additional information relative to protests can be
found at the following site:
htt :// nr.oran eq countyfl.net/VendorServicesNendorProtestProcedures.aspx
Orange County Lobbyist Regulations General Information
A lobbying blackout period shall commence upon issuance of the solicitation until
the Board selects the successful Proposer. For procurements that do not require
Board approval, the blackout period commences upon solicitation issuance and
concludes upon Contract award. Additional information relative to lobbying can
be found at:
httiD://www.orain ecountyfl.net/OpenOovernment/LobbingAtOran�unt px
The Board of County Commissioners may void any Contract where the County
Mayor, one or more County Commissioners, or a County staff person has been
lobbied in violation of the blackout period restrictions of Ordinance No. 2002-15.
26, ETHICS COMPLIANCE
I
The following forms are included in this solicitation and shall be completed and
submitted as indicated below:
a. Orange County Specific Project Expenditure Report -The purpose of this
form is to document any expenses incurred by a lobbyist for the purposes
described in Section 2-351, Orange County Code. This form shall be completed
and submitted with any bid, proposal or other response to an Orange County
solicitation. The bidder, proposer or responder to the solicitation shall not be
awarded a contract unless this form has been completed and submitted.
Any questions concerning this form shall be addressed to the contracting agent
identified in the applicable solicitation. Also, a listing of the most frequently
asked questions concerning this form is attached for your information.
b. Relationship Disclosure Form — The purpose of this form is to document
any relationships between a bidder, proposer or responder to an Orange County
solicitation and the Mayor or any other member of the Orange County Board of
County Commissioners. This form shall be completed and submitted with the
applicable bid, proposal or response to an Orange County solicitation.
No contract award will be made unless this form has been completed and
submitted. Any questions concerning this form shall be addressed to the
contracting agent identified in the applicable solicitation. Also, a listing of the
most frequently asked questions concerning this form is attached for your
information.
27. JOINT VENTURES
Joint venture firms must complete and submit with their Proposal the form titled
"Information for Determining Joint Venture Eligibility", (Form K) and a copy of the
formal agreement between all joint venture parties. This joint venture agreement
must indicate the parties' respective roles, responsibilities and levels of
participation for the project. If proposing as a Joint Venture, the Joint
Venture shall obtain and maintain all contractually required insurance in
the name of the Joint Venture as required by the Contract.
Individual insurance in the name of the parties to the Joint venture will not
be accepted. Failure to timely submit a completed Form K along with an
attached written copy of the joint venture agreement may result in disqualification
of your Proposal.
28. Conflict/Non-Conflict of Interest and Litigation Statement shall be completed and
signed. Additional requested information shall be attached, if applicable.
29. PUBLIC ENTITY CRIME STATEMENT (FS 287.133)
A person or affiliate who has been placed on the convicted vendor list following a
8
conviction for a public entity crime may not submit a bid on a contract to provide
any goods or services to a public entity, may not submit a bid or Proposal on a
contract with a public entity for the construction or repair of a public building or
public work, may not submit bids on leases of real property to a public entity,
may not be awarded or perform work as a contractor, supplier, subcontractor,
consultant or subconsultant under a contract with any public entity, and may not
transact business with any public entity in excess of the threshold amount
provided in Florida State Statutes Section 287.017 for CATEGORY TWO for a
period of 36 months from the date of being placed on the convicted vendor list.
30. SUBCONSULTANTS
Proposers shall list all proposed subconsultants to be used, regardless of racial
or gender grouping. Include names, addresses, phone numbers, type of work
subcontracted (discipline, trade or commodity), proposed percentage of work,
and the M/WBE or Majority designation (M/WBE or Non-M/WBE). Form B is
provided for this information.
Proposers are expressly prohibited from substituting subconsultants projected to
perform five percent (5%) or more of the overall work as stated in the written
Proposal. Such substitution, for any reason, after opening of the Proposal, and
prior to award by the County, shall result in disqualification of the Proposal from
further consideration for award, except in extraordinary circumstances.
Examples of such circumstances are the subconsultants' firm going out of
business; death of the owner of the firm; or the inability of the subconsultant to
perform the work specified.
Should such an occurrence arise, it must be substantiated, and the
subconsultant substitution approved, by the County prior to contact execution.
Requests for substitution of subconsultants who are cumulatively scheduled to
perform less than five percent (5%) of the over-all scope of services may be
considered o� prior to final scoring of Proposals by the Procurement
Committee. Such requests for substitution must be in writing accompanied by a
written withdrawal from the originally listed subconsultant. Failure to comply with
these requirements shall result in disqualification of the Proposal from further
consideration for award. The Procurement Committee shall be the sole
determinant regarding acceptance/rejection of requested substitutions.
31. Failure of any Proposer to comply with the INSTRUCTIONS TO PROPOSERS
and TERMS AND CONDITIONS of this Request for Proposal, unless specifically
identified as a mandatory requirement by the word "shall", may render the
Proposal non -responsive and ineligible from further consideration.
32. The Proposer warrants that they have not employed or retained any company or
person, other than a bona fide employee working solely for the Proposer, to
solicit or secure this Contract and that they have not paid or agreed to pay any
person, company, corporation, individual or firm other than a bona fide employee
working solely for the Proposer any fee, commission, percentage, gift or any
other consideration, contingent upon or resulting from the award of this Contract.
0
For the breach or violation of this provision, the County shall have the right to
terminate the Contract at its sole discretion, without liability and to deduct from
the Contract price, or otherwise recover, the full amount of such fee,
commission, percentage, gift or consideration.
Proposers may be awarded a maximum of five (5) bonus points for a
commitment to hire dislocated workers residing in Orange County, Florida as
full-time employees for the duration of the contract.. One point will be awarded
for each new full-time hire up to and including a maximum of five (5) points. To
be eligible for bonus points, Proposers must complete Form WR- Section I
(attached) listing the number of dislocated workers to be hired full-time and
submit with the Proposal. Bonus points shall only be awarded once for any one
individual hired. Individuals hired may be employed in any position within the
firm but must be hired on a full-time basis.
Within five (5) days after the contract award, the Proposer shall contact the
Business Development Division Liaison at (407) 836-5484 to assist with meeting
this requirement.
The failure of the consultant to comply with these hiring commitments after
contract award shall be grounds for termination of the contract for default.
During performance of the contract, the Consultant will take appropriate steps to
ensure that individuals hired under this program are retained. However, if it
becomes necessary to replace an employee, the Consultant shall contact the
BDD Liaison. At its discretion, the County may periodically request submission
of certified payrolls to confirm the employment status of program participants.
34. BONUS POINTS FOR HIRING REGISTERED SERVICE -DISABLED
VETERANS
Additional point consideration will be available for those proposing to hire
registered service -disabled veteran business enterprises. Proposers will receive
the following point allocation:
A. Registered service -disabled veteran business enterprise proposers
competing as a prime Consultant shall receive five (5) points;
B. Registered service -disabled veteran business enterprise proposers with
registered service -disabled veteran business enterprise sub -consultants on their
team shall receive two points for each sub -consultant up to a maximum of ten
(10) points;
C. Proposers with registered service -disabled veteran business enterprise sub -
consultants on their team shall receive two points for each sub -consultant up to a
maximum of ten (10) points.
D. All SDV firms must be Orange County registered at the time of submittal of
10
the proposal and must be registered in the area(s) for which they will be used. If
a firm claims to be registered, but is not listed on the County's website, ocfl.net,
the Proposer should obtain a copy of their Orange County registration and/or
contact the Business Development Division at 407-836-7317 for verification of
registration. Only firms having established offices in the Orlando MSA (Orange,
Lake, Seminole and Osceola counties) are eligible for Orange County
registration.
E. Proposers shall submit signed Letters of Intent (Form M-2) with their
proposal for all current Orange County registered sub -consultants identified on
Form B. These letters of Intent must indicate the scope of work to be performed
by every registered SDV plus the percentage of the overall contract fees to be
contracted to the listed sub -consultant. Letters of Intent must be signed by
both the Proposer and the SDV subconsultant.
F. The Consultant's responsibilities and requirements are itemized below:
1. Incorporate a 72-hour prompt payment assurance provision and
payment schedule in all contracts between the prime and sub -
Consultants.
2. File copies of all executed sub -consultant agreement/contracts
between the prime and all SDV sub -consultants on the project to
Orange County Business Development Division.
3. The Consultant shall furnish written documentation evidencing
actual dollars paid to each sub -consultant utilized by the prime
Consultant on the project. This will include, but not limited to:
copies of cancelled checks, approved invoices, and signed
affidavits certifying the accuracy of payments so that the County
may determine actual participation achieved by the prime
Consultant prior to the issuance of final payment.
4. The Consultant shall submit an updated quarterly SDV utilization
report and the "Equal Opportunity Workforce Schedule" report for
all professional service contracts. The required reports are to be
submitted to the Business Development Division no later than the
fifth day after end of reporting period.
5. The Consultant shall not substitute, replace or terminate any SDV
firm without prior written authorization of the Business Development
Division, nor shall the Consultant reduce the scope of work or
monetary value of a sub -consultant without written authorization of
the Business Development Division.
6. The Consultant shall expeditiously advise all SDV's and the
Business Development Division of all change orders, contract
modifications, additions and deletions to any and all contracts
11
issued to the SDV firm(s) on their team.
Execution of the contract between Orange County and the Proposer shall be
contingent upon the filing of executed contracts between the Proposer and the
SDV subs listed on Form B and included on Form M-2.
Proposers are expressly prohibited from substituting sub -consultants projected to
perform five percent (5%) or more of the overall work as stated in the written
Proposal. Such substitution, for any reason, after opening of the Proposal, and
prior to award by the County, shall result in disqualification of the Proposal from
further consideration for award, except in extraordinary circumstances.
Examples of such circumstances are the sub -consultants' firm going out of
business; death of the owner of the firm; or the inability of the sub -Consultant to
perform the work specified. Should such an occurrence arise, it must be
substantiated, and the sub- substitution approved, by the County prior to contact
execution.
Requests for substitution of sub -consultants who are cumulatively scheduled to
perform less than five percent (5%) of the over-all scope of services may be
considered onl prior to final scoring of Proposals by the Procurement
Committee. Such requests for substitution must be in writing accompanied by a
written withdrawal from the originally listed sub -consultant. Failure to comply
with these requirements shall result in disqualification of the Proposal from
further consideration for award. The Procurement Committee shall be the sole
determinant regarding acceptance/rejection of requested substitutions.
The proposer understands that this RFP does not constitute an agreement or
contract with the Proposers.
Any Proposers who submits a Proposal to the County with any information that is
determined by the County, in its sole opinion, to be substantially inaccurate,
misleading, exaggerated, or incorrect may be disqualified from consideration.
When considering two (2) or more proposals, or replies for the procurement of
commodities or contractual services, where at least one is from a registered
service -disabled veteran business enterprise but which are otherwise equal
with respect to all relevant considerations, including price, quality, and service,
the Procurement Division Manager shall award such procurement or contract to
the registered service -disabled veteran business enterprise.
12
If a registered SDV, entitled to the vendor preference and one (1) or more other
M/WBE businesses also entitled to this preference, or another vendor preference
provided by the Orange County Code, submits bids, proposals, or replies for the
procurement of goods or services which are otherwise equal with respect to all
relevant considerations, including price, quality and service, then the
Procurement Division Manager will award the procurement or contract to the
business having the smallest net worth.
The Proposer shall contact the Business Development Division Liaison at 407-
836-8363 for any questions and/or concerns as it relates to Registered Service -
Disabled Veterans.
The County reserves the right to award one or more contracts for this service if
this action is determined to be in its best interest.
36. KEY PERSONNE
The Project Manager and the Project Engineer must be two different individuals.
Both must be currently employed by the Prime Consultant. The Project Engineer
must be a Professional Engineer registered in the State of Florida.
37. REFERENCE CHECKS
The contact person listed as a reference shall be someone who has personal
knowledge of the Proposer's performance during the referenced project. Contact
persons must have been informed that they are being used as a reference and
that the County may be calling or emailing them. More than one person can be
listed but all must have knowledge of the project. DO NOT list principals or
officers who will not be able to answer specific questions regarding the project.
Failure of references listed to respond to the County's inquiries may negatively
impact the rating of the Proposal. The reference shall be the owner or a
representative of the owner. An owner's representative is defined as a firm or
individual hired by the owner to oversee the design or construction oversight
services performed by the prime consultant. Consultants or contractors who
provided services under the referenced project (contract) shall not be accepted
as references unless they were hired as the owner's representative for the
referenced project (contract).
13
Prior to the employment of any person under this contract, the Consultant shall
utilize the U.S. Department of Homeland Security's E-Verify system to verify the
employment eligibility of all new employees hired by the Consultant during the
contract term, and an express requirement that Consultants include in such
subcontracts the requirement that subConsultants performing work or providing
services pursuant to the state contract utilize the E-Verify system to verify the
employment eligibility of all new employees hired by the subConsultant during
the contract term.
For more information on this process, please refer to United States Citizenship
and Immigration Service site at:
htti)://www.uscis.qov/portal/site/uscis.
Only those employees determined eligible to work within the United States
shall be employed under this contract.
By submission of a bid in response to this solicitation, the Consultant affirms that
all employees in the above categories shall undergo e-verification before
placement on this contract. The Consultant shall commit to comply with this
requirement by completing the E-Verification certification, attached to this
solicitation.
14
The following criteria and weights shall be utilized in the evaluation of the
Proposals:
Criteria Weight
Similar Projects Completed by the Proposed 15
Project Manager (Form D)
Similar Projects Completed by the Proposed 10
Project Engineer (Form E)
Skills and experience of the Project Team 15
(Form F)
M/WBE Participation 15
(Form B, J, K, M)
Location 10
(Form C)
Volume of Work Previously Awarded by the County 5
Approach, Understanding, Scope Response 30
(Form H)
TOTAL 100
Dislocated Worker Hires 5 Bonus Points
Registered SDV SubConsultant Hires 10 Bonus Points
Registered SDV Prime proposers 5 Bonus Points
15
"Similar Projects" for the purposes of this Request for Proposals has been
defined as:
A project successfully completed within the last fifteen (15) years which matches a
Project Type, described in detail below, involving a waterbody. A waterbody is
defined to include surface waters including: lakes, ponds, streams, natural
impoundments, and only those canals and wetlands connected to larger
waterbodies with the same normal high water elevation, or ordinary high water
elevation. Isolated canals or isolated wetlands, by themselves, are not considered
to meet the waterbody definition for this RFP.
Proposers shall submit a total of five Similar Projects. The Project Manager and
Project Engineer must each submit at least one similar project submitted for each
Project Type A, B, C and D. The remaining project may represent any of the
aforementioned project types.
Under this similar project description, the project may have been performed
under a specific contract. Also, a specific project (task authorization) performed
under a continuing contract may be submitted. However, the continuing contract
is not acceptable as a similar project. If a specific project (task authorization) is
submitted to represent any similar project, all details on the similar project form
shall be limited to the specific project (task authorization). All elements of a
similar project shall be demonstrated within the specific project (task
authorization) and not the continuing contract. Continuing contracts submitted
as a similar project will receive a score of zero points. Task authorizations
completed under a continuing contract may be submitted as a similar project.
PROJECT TYPE A: Assessments
Project Description: The goal of assessment projects is to evaluate current water
quality and hydrologic conditions and then identify and rank conceptual structural
and non-structural water quality improvement Best Management Practice (BMP)
projects to restore or maintain water quality. These recommended concepts may
feed into the Feasibility Study phase. The consultant shall also specify the
duration of the project by providing project start and end dates.
TYPE A PROJECT ELEMENTS
To be considered for one point, the Type A project must contain required
elements one (1) through six (6) plus at least three (3) of the remaining additional
elements. To be considered for half of a point, a project must contain elements
one (1) through six (6). Projects not containing mandatory elements one (1)
through six (6) will not be considered for any points.
16
Mandatory Elements
1. Surface Water Monitoring
2. Inflow Pollutant Load Quantification: using site -specific monitoring
data, describe methods
3. Groundwater Seepage/Recharge Pollutant Load Quantification: using
site -specific monitoring data
4. Watershed and sub -basin delineation: describe methodology
5. Bathymetry and quantification of unconsolidated sediment volume
6. Modeling: Runoff modeling/hydrologic budget (including per sub -
basin), pollutant load modeling/pollutant budget (including per sub -
basin), include description including model methods if models were
created or names if publicly -available models were used.
Additional Elements for Project Type A:
7. Generate and Meet Project Schedule: agreed to schedule with client
and completed project within allotted timeframe
8. Sediment Pollutant Load Estimation/Sediment Pollutant Flux
Evaluation:
9. Ranking of recommended BMPs based on pollutant reduction
efficiency, and/or cost per pound — describe criteria utilized
10. Real-time monitoring
11. If the recommendations were implemented, provide metrics (e.g.
removal efficiencies, costs per pound of removal, etc.) describing the
degree of success in achieving the goal of the recommendation
PROJECT TYPE (B) Feasibility Studies:
Project Description: Feasibility Study projects evaluate constructability, feasibility,
and cost effectiveness of Best Management Practice (BMP) projects and provide
all necessary information to proceed to design and construction. Data gaps
remaining from the assessment phase may require monitoring, modeling, survey,
geological studies, and/or ecological studies. Refined project layouts, pollutant
reductions, and costs are developed. Feasibility may include assembling,
submitting, and tracking environmental resource or other project -specific permits,
property acquisition, defining easement requirements, input from adjacent land
owners/HOA, operation and maintenance, wetland mitigation, ecological impacts,
and potential flooding.
TYPE B PROJECT ELEMENTS
To be considered for one point, the Type B project must contain required
elements one (1) through six (6) plus at least one (1) of the remaining additional
element. To be considered for half of a point, the Type A project must contain
elements one (1) through six (6). Projects not containing mandatory elements
one (1) through six (6) will receive zero points.
17
Mandatory Elements
1. Topographic survey
2. Geotechnical evaluation
3. Ecological survey
4. Constructability evaluation: describe processes and results of evaluation
of construction logistics including consideration of utilities and rights -of -
way
5. Cost estimation and/or cost -benefit analysis, pollution reduction efficiency
evaluation
6. Existing Infrastructure Conditions analysis, including processes and
results of evaluation of potential flooding
Additional Elements for Project Type B:
7. Operation and Maintenance (O&M): describe how O&M factored into the
feasibility of the project
8. Wetland Mitigation: describe processes and results of evaluation
9. Modeling (e.g., spreadsheets, BATHTUB, HSPF, ICPR etc.): including the
version of the model, if applicable.
10. If the recommendations were implemented, provide metrics (e.g. removal
efficiencies, costs per pound of removal, etc.) describing the degree of
success in achieving the goal of the recommendation.
PROJECT TYPE (C) Performance Monitoring:
Project Description: Monitoring of water quality parameters, velocity and
discharge, mass removal, and/or other parameters of interest associated with
Best Management Practice (BMP) projects or adjacent waterbodies in order to
evaluate performance from an upstream/downstream or waterbody perspective.
The final product of this project phase is typically a report, which establishes
empirical pollutant loads and pollutant reduction estimates for specific BMP
projects. This may be utilized to support grant requirements, Basin Management
Action Plan (BMAP) program and/or National Pollutant Discharge Elimination
System (NPDES) program reporting of pollutant reductions, and/or evaluation or
support of generalized reduction efficiencies estimated for a type of BMP.
TYPE C PROJECT ELEMENTS
To be considered for one point, the Type C project must contain required
elements one (1) and two (2) plus at least one (1) of the remaining additional
element. To be considered for half of a point, the Type B project must contain
elements one (1) and two (2). Projects not containing mandatory elements one
(1) and two (2) will receive zero (0) points.
:
Mandatory Elements
1. Data: type of data collected, methods of collection, and reporting
2. Data Defensibility: Explain how the field data collection and Quality
Assurance / Quality Control (QA/QC) processes ensure the integrity and
legal defensibility of the resultant data. Describe whether collection
methods utilized Florida Department of Environmental Protection (FDEP)
Standard Operating Procedures for Field Activities (DEP-SOP-001/01) or
generally accepted methods and procedures.
Additional Elements for Project Type C:
3. If FDEP and generally accepted methods and procedures were not
available, and innovative or non-standard methods were used, describe
these methods in detail, why they were used to investigate the specific
problem(s), and how the data is defensible.
4. Describe how the data were used to estimate pollutant load reductions,
evaluate reduction efficiencies, or otherwise evaluate performance.
Explain how the conclusions from the investigation were supported by the
data and its analysis.
PROJECT TYPE (D) Technical Support Projects:
Project Description: Identify the purpose of the project and how it relates to the
specific problem(s) under investigation. Describe the investigative approach
intended to evaluate the problem(s) and the rationale for choosing the specific
investigative approach(es). Provide a timeline of the project investigation
activities including, but not limited to, submittal of interim project deliverables as
well as the final project deliverable.
TYPE D PROJECT ELEMENTS
To be considered for one point, the Type D project must contain two (2) of the
elements below. To be considered for half of a point, a project must contain one
(1) element from below. Projects not containing at least one (1) element will
receive zero (0) points.
1. Partial or supplemental environmental assessments: performance of
some or all of the assessment tasks for a full or partial watershed. May
include, but is not limited to, sampling, modeling, pollutant load estimation
identification of pollutant load reduction project options.
2. Peer review services: evaluation of the accuracy and validity of reports,
prior analyses, geodatabases and/or computer simulations provided to or
by the client. This includes post -project reviews to identify best practices
and lessons learned.
3. Total Maximum Daily Load (TMDL) and/or NPDES program services:
necessary services to fulfill the conditions and requirements to comply
with the Florida Department of Environmental Protection (FDEP) TMDL
program. Analyzing adopted or proposed impairments, TMDLs, and
19
Basin Management Action Plans (BMAPs) and/or any associated data or
modeling. Include RAPs, Alternative Restoration Plans.
4. Pollutant load analysis: use of regulatory or industry standard software
models to provide source allocations of nutrients and / or pollutants of
interest. Please note that software models must be approved for use with
the appropriate regulatory agency or be utilized as an industry standard.
5. Low impact and sustainable design: Services related to low impact
development (LID), green infrastructure (GI) engineering, sustainability
and resiliency design for stormwater systems.
Definitions:
Project Manager: Defined as the individual who managed the administrative
elements of the project, was the primary point of contact for the client, and
directed the production of the work products.
Project Engineer: Defined as the individual who assisted a Project Manager as
the lead technical supervisor of project design activities as described in the
similar project criteria. This position also serves as the point of contact for the
client in the Project Manager's absence. The Project Engineer must be a
registered professional engineer in the State of Florida
The Proposer shall ensure that the basic description of the similar project,
including all required performance requirements and/or dimensions are
identified and that the elements are adequately explained in the text. The
description shall document how the particular element was performed in
conjunction with the overall project. The mere listing of elements without
specific details in the body of the description will negatively impact the
scoring for the project.
Failure to identify the specific performance requirements and/or
dimensions of the project to ensure it meets the similar project description
shall negatively impact that project's score.
Note: Determination of a project as similar shall be at the sole discretion of the County.
41. EXPERIENCE OF THE PROJECT TEAM
It is the responsibility of the Proposer to verify sub consultants and/or other team
member's satisfactory performance on previous Orange County projects.
42. VOLUME OF WORK
The county shall evaluate information in its "Volume of Work" database to
determine the Proposers' scores for the Volume of Work criteria. This
information is available on-line at:
httlumeofWorkReport.aspx
This database includes only the award amounts specifically attributable to
20
the consultant, either as a prime or as a sub -consultant or as a member of
a joint venture under previously awarded contracts, contract amendments,
purchase orders, task authorizations, and change orders to those purchase
orders and task authorizations. In the case of mergers between two or
more firms or a parent subsidiary relationship the combined fee for all
companies involved will be considered. Fees will be counted towards the
Volume of Work at the time of award (not invoices paid). Total fees under
negotiation are based on the budget amount for professional services. The
end date for volume of work calculations is the date set for receipt of
proposal.
Volume of Work is calculated using the following formula:
CONTRACT PERIOD
TOTAL FEE AWARDED TO
PRIME CONSULTANT
FACTOR
ADJUSTED FEE AMOUNT
(1) From October 1, 2018 to April 1,
2020
$
X
1.0
=
$
(2) First Year Past: 10/01/17- 9/30/18
$
X
0.75
=
$
(3) Second Year Past: 10/01/16-
09/30/17
$
X
0.50
=
$
(4) Third Year Past: 10/01/15-09/30/16
$
X
0.25
=
$
(5) Total Fees Under Negotiation
$
X
0.90
=
$
TOTAL FEE CONSIDERED
$
Proposers are cautioned that they are responsible for confirming the accuracy of their
volume of work data prior to the time and date set for receipt of proposals.
Points will be awarded as follows:
Firms with no previous work with the County as a prime consultant or
sub -consultant during the current fiscal year and previous fiscal years 5 Points
Firms with adjusted fees of $1 through $2,000,000
4 Points
Firms with adjusted fees of $2,000,001 through $3,000,000 3 Points
Firms with adjusted fees of $3,000,001 through $4,000,000 2 Points
Firms with adjusted fees of $4,000,001 through $5,000,000 1 Point
Firms with adjusted fees exceeding $5,000,000
0 Points
When a Joint Venture submits a proposal, the volume of work awarded by the County to
each Joint Venture firm will be multiplied by the percentage of participation in the Joint
Venture by that firm and those adjusted figures totaled to determine the total dollar amount
to be used in the category.
21
At this time, oral presentations are not contemplated for this procurement.
CI!�7 T0141MoIll0* _13NZI77x•7 1 • • - •
A. Proposals will be evaluated, scored and short-listed by a Procurement
Committee based on the weighted criteria described herein.
B. After the Procurement Committee completes its evaluation, the evaluation
results and the short-listed firms will be posted at the Public Notice Board
at the Procurement Division office, 400 E. South St., Second Floor,
Orlando, FL 32801 and at
htto://aoos.ocfl.net/OranaeBids/AwardsRec/default.aso.
C. Upon expiration of the period allowed for protests, the item will be
scheduled for consideration at an upcoming Board of County
Commissioners' meeting. If oral presentations are required, the short-
listed firms will be notified of the presentation procedures and schedule. If
oral presentations are not required, the short-list will be provided to the
Board for discussion and approval.
45. COST AND PRICING DATA
The County shall require the selected Consultant to provide any or all of the
following documentation to support the negotiated fee Proposal as a condition
precedent to the execution of the contract:
A. A certified audited financial statement for the most recently completed
fiscal period, or within the last 12 months, clearly showing the costs (not
percentage) of direct labor, indirect labor, fringe benefits, general
administrative and overhead costs and a statement of profit or operating
margin requested. A detailed general ledger that is reconciled to the
statement of direct labor, indirect labor, fringe benefits, general
administrative and overhead costs shall be furnished upon request
of the County.
All indirect costs shall be computed in accordance with 48 CFR
Federal Acquisition Regulations.
B. A detailed summary of any transactions between organizations under
common control that are included in the indirect costs reported in
paragraph "a." above.
C. Raw labor rates by labor classification certified as accurate by an officer of
the company. Billable hourly rates for the Consultant developed by
multiplying the raw labor rates by the breakeven multiplier. Breakeven
multiplier includes direct and indirect labor, general administrative and
overhead costs.
D. The profit or operating margin must be clearly indicated.
E. Schedule of reimbursable/out-of-pocket charges and or direct expenses to
be utilized during the term of the contract.
22
F. Scope of service as revised during contract negotiations. Note that
changes should serve to clarify the scope and not add or delete from the
scope of work as contained in the Request for Proposals.
G. Breakeven multiplier statement from each subconsultant (breakeven
multiplier includes direct and indirect labor, general administrative and
overhead costs) and the profit or operating margin clearly indicated.
H. If any costs for local travel are included, there must be compelling reasons
for such costs that must be adequately supported with specific
justification.
46. SUPPORTING DOCUMENTS
The County shall require the selected Consultant to provide the following
documentation to support the negotiated proposal:
A. Billable hourly rates for each proposed sub -consultant developed by
multiplying the raw labor rates by the breakeven multiplier. This
information must be certified by an officer of the firm. Breakeven
multiplier includes direct and indirect labor, general administrative and
overhead costs. The profit or operating margin must be clearly indicated.
B. Scope of service as revised during contract negotiations.
Note that changes should serve to clarify the scope and not add or delete
from the scope of work as contained in the Request for Proposals.
C. Valid insurance certificate(s) evidencing contractually required coverage.
47. DEBRIEFING OF PROPOSERS
Not later than thirty (30) days after Board approval of a selection or shortlist, a
Proposer may submit a written request to the applicable contracting agent for a
debriefing on the evaluation of their proposal. The contracting agent will
schedule a meeting with the Proposer for the debriefing. However, at the
Proposer's request, the debriefing may be conducted via telephone conference.
The debriefing shall include the following minimum information:
a. Key requirements of the solicitation.
b. The overall ranking of all proposals.
C. The significant weaknesses or deficiencies in the proposal in response to
the requirements of the solicitation.
d. If requested, an explanation of the score received for each evaluation
criteria will be provided, including costs, if applicable.
e. If applicable, a summary of the rationale for award.
f. Responses to any relevant questions of the proposer.
Untimely debriefing requests will also be considered.
In accordance with Chapter 119 of the Florida Statutes (Public Records Law),
and except as may be provided by other applicable State or Federal Law, all
bidders/proposers should be aware that formal solicitations and the responses
23
thereto are in the public domain. Requests for confidential treatment will not
supersede the County's legal obligation to provide records to the public
consistent with public records law. Bidders/proposers must cite specific,
applicable legal grounds to support a request for confidential treatment, of any
portion of a bid/proposal. Requests by bidders/proposers to keep entire
bids/proposals confidential are generally not supported by public records laws.
At a minimum, the County will disclose the successful bidder's/proposer's name,
the substance of the bid/proposal, and the price.
If the bidder/proposer requests confidential treatment, bidder/proposer must
submit an additional copy of the bid/proposal with the proposed confidential
information redacted. This copy must include a general description of the
information redacted, and shall only be redacted in the least expansive manner
necessary to effectuate the requested exemption(s). In a separate attachment,
bidder/proposer shall supply a listing of the provisions identified by section
number for which it seeks confidential treatment and identify the statutory basis
under Florida law, including a detailed justification for exempting the information
from public disclosure.
Bidder/proposer shall hold harmless and indemnify the County for all claims,
actions, suits, judgments, fines, costs or damages the County may incur as a
result of bidder's/proposer's request for confidential treatment of its bid/proposal.
Bidder/proposer agrees and understands that the County may make copies of,
and distribute, the bid/proposal without any requested redactions, to facilitate
evaluation. Bidder/proposer warrants that such copying will not violate the rights
of any third party.
49. DEVELOPMENT OR ASSISTANCE IN DEVELOPMENT OF SPECIFICATIONS/
REQUIREMENTS/STATEMENTS OF WORK
Firms and/or individuals that assisted in the development or drafting of the
specifications, requirements, statements of work, or solicitation documents
contained herein are excluded from competing for this solicitation.
This shall not be applicable to firms and/or individuals providing responses to a
publicly posted Request for Information (RFI) associated with a solicitation.
24
CONTRACT
Y20-906
THIS CONTRACT made and entered into this day of 20 , by
and between the:
ORANGE COUNTY,FLORIDA
201 S. ROSALIND AVENUE
ORLANDO, ORANGE COUNTY,FLORIDA
a political subdivision of the State of Florida, hereinafter referred to as the COUNTY,
and:
FEDERAL I.D. #>
hereinafter referred to as the CONSULTANT.
RECITALS
WHEREAS, the COUNTY desires to retain the services of the CONSULTANT to
provide continuing engineering services, to be issued as Task Authorizations under
individual Purchase Orders; and;
NOW, THEREFORE, in consideration of the mutual covenants and agreements
hereinafter contained, upon the terms and conditions hereinafter set forth, and the
CONSULTANT is desirous of obtaining such employment and of performing such
services upon said terms and conditions; it is agreed by and between the parties hereto
as follows:
The CONSULTANT shall, diligently and timely, perform professional engineering
services as described in Exhibit A - Scope of Professional Services, entitled,
"CONTINUING WATER QUALITY PROFESSIONAL SERVICES " which is attached
hereto and made a part hereof by reference. As the COUNTY generates individual
projects, a detailed scope of work will be prepared for each project and furnished to the
CONSULTANT. Upon receipt of the scope of services, the CONSULTANT will submit a
cost Proposal to the COUNTY with the following:
a. Position classification, total hours, hourly rate and extended total amount.
b. Subcontracted services including information in "a" above
c. Performance period for the services
d. Out-of-pocket expenses
Proposal shall be submitted within fifteen (15) days after receipt of written request for
proposal.
1
This Contract is a continuing Contract as defined in Section 287.055 (2) (g), Florida
Statutes. Task Authorizations to be performed by the CONSULTANT under this
Contract shall be approved and authorized by the COUNTY in writing by issuance of
County approved Purchase Orders, pursuant to the CONSULTANT'S Proposal and fee,
whether or not modified by negotiation. The CONSULTANT'S authority to proceed with
the specified scope of work will be either the County approved Purchase Orders or a
County issued written Notice to Proceed to be determined by the County Project
Manager.
7IVA-1h ZIW1
The COUNTY will pay to the CONSULTANT for duly authorized services performed by
the CONSULTANT and accepted by the County as follows:
A. FEES: For services performed under Article I, a firm fixed fee (lump sum) will be
agreed upon prior to commencement of services; or, if a firm fixed fee cannot be
determined, a not -to -exceed maximum dollar amount will be agreed upon;
however, in either case, the fee shall be calculated in accordance with the hourly
rate schedule identified as Exhibit B, which is attached and made a part of this
Contract.
B. PAYMENT: The COUNTY shall pay the CONSULTANT in accordance with the
Florida Local Government Prompt Payment Act, Chapter 218, Florida Statutes.
Payment will be due and payable monthly in proportion to the percentage of work
approved and accepted by the COUNTY. All invoices shall be prepared in the
format prescribed by the COUNTY. When an invoice includes charges from a
subconsultant, the subconsultant's invoice/backup shall accompany the
CONSULTANT'S invoice. A separate Pay Item Breakdown sheet for the
CONSULTANT and each subconsultant shall accompany each invoice. The
CONSULTANT'S Pay Item Breakdown sheet shall include, in aggregate, the
CONSULTANT'S and subconsultant's pay items. All requests for payment must
be accompanied by a narrative description of the scope of services from Exhibit
A performed by the CONSULTANT and subconsultants during the period
covered by the invoice. The narrative shall also describe the work to be
performed during the next billing period
C. PAYMENT IN EVENT OF TERMINATION BY COUNTY: In the event this
Contract is terminated or canceled prior to completion of any project in progress,
payment shall be made in accordance with the provisions of Article IX.
D. CHANGES WITHIN SCOPE; ALLOWANCE OF ADDITIONAL
COMPENSATION: If instructed to do so by the COUNTY, the CONSULTANT
shall change or revise work that has been performed, and if such work is not
required as a result of error, omission or negligence of the CONSULTANT, the
CONSULTANT may be entitled to additional compensation. In all disputes
arising over the right to additional compensation,
PA
the COUNTY shall be the party to determine whether substantial acceptable
work has been done on documents such that changes, revisions or preparation
of additional documents will result in additional compensation to the
CONSULTANT. The additional compensation shall be computed by the
CONSULTANT on a revised fee quotation Proposal that must be submitted to
the COUNTY for prior approval. The fee shall be agreed upon before
commencement of any additional work and shall be incorporated by Change
Order to the corresponding Purchase Order issued against this Contract.
E. SUBCONSULTANTS: The CONSULTANT shall, upon requiring the services
of various sub -consultants, be responsible for the integration of all sub -
consultants' work into the documents and for all payments to such sub -
consultants out of the lump sum fee agreed to. Services rendered by the
CONSULTANT in connection with the coordination of any such sub -consultants
or other personnel services shall be considered within the scope of the basic
contract and no additional fee will be due the CONSULTANT for such work.
F. TRAVEL AND PER DIEM: Travel and per diem charges shall not exceed the
limits as set forth in Section 112.061 Florida Statutes, as set forth in Exhibit C,
which is attached to this Contract.
G. COMPENSATION: The CONSULTANT'S compensation shall be established
and authorized for each Task Authorization on the basis of the CONSULTANT'S
personnel hourly billable rates and related allowable costs as set forth in the
basic Contract. The CONSULTANT'S personnel hourly billable rates and
multiplier shall remain in effect and unchanged during the duration of the
Contract and any extensions thereto, except as provided by Article II, paragraph
I, Price Adjustment. Compensation for any authorized cost that is not set forth in
the basic Contract shall be negotiated prior to issuance of the Task Authorization
and shall be supported by the appropriate cost and pricing data.
H. MULTIPLIERS: The following multipliers are applicable to this contract and
shall remain in effect and unchanged for the duration of the contract, including
any extensions thereto:
1. Prime Consultant Multiplier
2. Sub -Consultants Multiplier
3
Written request for a price adjustment may be made only under the following
conditions:
If a project specific contract's performance period exceeds three
years a price adjustment may be requested not more than 60 days
after the end of the three year period and for each annual period
thereafter or for the remaining period of the contract if less than
one year.
ii. For continuing contracts with a performance period that exceeds
three years, an adjustment may be requested not more than 60
days after the end of three years.
iii Retroactive requests for price adjustments will not be considered.
The provisions of this clause shall not apply to contracts with fees based
on ranges. Retroactive requests for price adjustments will not be
considered.
Any request for a price adjustment will be subject to negotiation and must be
approved by the Manager, Procurement Division. Any request for such increase
shall be supported by adequate justification to include Consumer Price Index
(CPI) documentation.
The CPI documentation shall be based on the All Items, CPI-U, U.S. City
Average, not seasonally adjusted index.
The prevailing CPI in the month when the contract was executed by the County
shall be the base period from which changes in the CPI will be measured for the
initial request for a price adjustment. Any subsequent requests for a price
adjustment shall be based on the CPI prevailing in the month when an
amendment affecting a previous price adjustment was executed by the County.
The maximum allowable increase shall not exceed the percent change in the CPI
from the base period (either the month when the contract was executed by the
County or the month when an amendment effecting a price adjustment was
executed by the County) to the CPI prevailing at time of request for a price
adjustment and in no case shall it exceed 4%. Any price adjustment shall only
be effective upon the execution of a written amendment to the contract executed
by both parties.
4
The following provisions are applicable to contracts for design services:
A. The CONSULTANT shall accomplish the design services under this Contract,
when applicable, so as to permit the award of a contract (using standard Orange
County procedures for the construction of the facilities) at a price that does not
exceed the estimated construction contract price as set forth in paragraph (c)
below. When bids or Proposals for the construction contract are received that
exceed the estimated price, the CONSULTANT shall perform such redesign and
other services as are necessary to permit contract award within the funding
limitation. These additional services shall be performed at no increase in the
price of this Contract. However, the CONSULTANT shall not be required to
perform such additional services at no cost to the COUNTY, if the unfavorable
bids or Proposals results from conditions beyond the CONSULTANT'S
reasonable control. The COUNTY shall exercise reasonable commercial
judgment in making the controlling determination as to whether such conditions
are within the reasonable control of the CONSULTANT.
B. The CONSULTANT will promptly advise the COUNTY if it finds that the project
being designed will exceed or is likely to exceed the funding limitations and it is
unable to design a usable facility within these limitations. Upon receipt of such
information, the COUNTY will review the CONSULTANT'S revised estimate of
construction cost. The COUNTY may, if it determines that the estimated
construction contract price set forth in this Contract is so low that award of a
construction contract not in excess of such estimate is improbable, authorize a
change in scope or materials as required to reduce the estimated construction
cost to an amount within the estimated construction contract price set forth in
paragraph (c) below, or the COUNTY may adjust such estimated construction
contract price via amendment to this Contract. When bids or Proposals are not
solicited or are unreasonably delayed, the COUNTY shall prepare an estimate of
constructing the design submitted and such estimate shall be used in lieu of bids
or Proposals to determine compliance with the funding limitation.
C. The estimated construction cost for any project under this contract shall not
exceed $2,000,000. Each Task Authorization shall specifically indicate the
project's estimated construction cost. Task Authorizations issued for study
activities may not exceed $200,000.
D. The CONSULTANT and its subsidiaries or affiliates who designed the project
shall be ineligible for the award of the construction contract for that project.
IV
RESPONSIBILITY OF THE CONSULTANT
A. The CONSULTANT shall be responsible for the professional quality, technical
accuracy, and the coordination of all designs, drawings, specifications, and other
services furnished by the CONSULTANT under this contract.
0
The CONSULTANT shall, without additional compensation, correct or revise any
errors or deficiencies in its designs, drawings, specifications, and other services.
B. The Project Manager and the Project Engineer must be two different individuals.
Both must be currently employed by the Prime Consultant. The Project Engineer
must be a Professional Engineer registered in the State of Florida.
C. Substitution of the Project Manager, Project Engineer or Other Key Personnel:
The CONSULTANT shall not substitute any key personnel without the prior
written approval of the Manager of the Procurement Division. Any such requests
shall be supported by comprehensive documentation outlining the reason(s) for
the proposed substitution to include the specific qualifications of the proposed
substitute. Approval of the request shall be at the discretion of the COUNTY.
Further, the COUNTY, in lieu of approving a substitution, may initiate other
actions under the contract, including termination.
D. Neither the County's review, approval or acceptance of, nor payment for, the
services required under this contract shall be construed to operate as a waiver of
any rights under this contract or of any cause of action arising out of the
performance of this contract, and the CONSULTANT shall be and remain liable
to the COUNTY in accordance with applicable law for all damages to the
COUNTY caused by the CONSULTANT'S negligent performance of any of the
services furnished under this contract.
E. The rights and remedies of the COUNTY provided for under this contract are in
addition to any other rights and remedies provided by law.
F. If the CONSULTANT is comprised of more than one legal entity, each such
entity shall be jointly and severally liable hereunder.
G. For contracts requiring design services, the CONSULTANT shall comply with the
following requirements:
1. Concurrent with the submission of the 100% design submittal to the user
division, the CONSULTANT shall submit a complete breakdown of the
subcontracting opportunities for the project based on traditional industry
practices and their expertise to the Business Development Division, 400
E. South St., Orlando, FL 32801. This information will identify
subcontracting elements such as electrical, trucking, sodding, surveying,
etc, with the estimated percentage of the total project represented by each
subcontracting element.
2. Upon submission of the 100% submittals to the user department, the
CONSULTANT shall provide to the Business Development Division an
estimate of the percentage of work to be performed under each standard
CSI division heading, the total of which shall in all cases equal 100%.
6
H. The CONSULTANT shall maintain an adequate and competent staff of
professionally qualified persons during the term of this Contract for the purpose
of rendering the required services hereunder. The CONSULTANT shall not
sublet, assign or transfer any services under this agreement without the written
consent of the COUNTY.
The COUNTY may require in writing that the CONSULTANT remove from the
Work any of the CONSULTANT'S personnel that the COUNTY determines to be
incompetent, careless or otherwise objectionable. No claims for an increase in
Contract Amount or Contract Time based on the COUNTY'S use of this provision
will be valid. CONSULTANT shall indemnify and hold the County harmless from
and against any claim by CONSULTANT'S personnel on account of the use of
this provision.
J. All final plans and documents prepared by the CONSULTANT must bear the
endorsement of a person in the full employ of the CONSULTANT and currently
registered as a professional in the State of Florida.
V
COUNTY'S RIGHTS AND RESPONSIBILITIES
The COUNTY shall:
A. Furnish the CONSULTANT with existing data, plans, profiles, and other
information necessary or useful in connection with the planning of the program
that is available in the COUNTY'S files, all of which shall be and remain the
property of the COUNTY and shall be returned to the COUNTY upon completion
of the services to be performed by the CONSULTANT,
B. Make COUNTY personnel available on a time -permitting basis, where required
and necessary to assist the CONSULTANT. The availability and necessity of
said personnel to assist the CONSULTANT shall be determined solely within the
discretion of the COUNTY,
C. Be entitled, upon request and without additional cost, to any documents as
requested by the COUNTY for any project on which the CONSULTANT is
working.
VI
COUNTY'S 'DESIGNATED' REPRESENTATIVE
It is understood and agreed that the COUNTY designates the County Administrator or
their designated representative, in writing, to represent the COUNTY in all technical
matters pertaining to and arising from the work and performance of this Contract. The
County Administrator or designated representative shall have the following
responsibilities:
A. Examination of all reports, sketches, drawings, estimates, Proposals, and other
documents presented by the CONSULTANT and rendering, in writing, decisions
indicating the COUNTY'S approval or disapproval within a reasonable time so as
not to materially delay the work of the CONSULTANT.
N
B. Transmission of instructions, receipt of information, and interpretation and
definition of COUNTY policies and decisions with respect to design, materials
and other matters pertinent to the work covered by this Contract.
C. Giving prompt written notice to the CONSULTANT whenever the COUNTY
observes, or otherwise becomes aware of, any defects or changes necessary
in a project.
VII
CONTRACT TYPE
This is a Requirements Contract and the COUNTY'S intent is to order from the
CONSULTANT all of the goods or services specified in Exhibit A, Scope of
Professional Services of the Contract at the established hourly rates shown in
Exhibit B of the Contract, required to be purchased by the COUNTY. If the
COUNTY urgently requires delivery of goods or services before the earliest date that
delivery may be required under this contract, and if the CONSULTANT will not
accept an order providing for accelerated delivery, the COUNTY may acquire the
goods or services from another source.
Moreover, if the Manager of the Procurement Division determines that the
CONSULTANTS' performance is less than satisfactory, the COUNTY may order the
goods or services from other sources until the deficient performance has been cured
or the contract terminated.
VIII
TERM OF CONTRACT
The term of this contract shall be for one (1) year from date of execution; however, by
mutual consent, the contract may be extended for two additional one year terms, not to
exceed a total of three (3) years.
Any Purchase Orders for Task Authorizations issued during the effective period of this
contract and not completed within that period, shall be completed by the
CONSULTANT within the time specified in the order. The contract shall govern the
CONSULTANT'S and the COUNTY'S rights and obligations with respect to that order to
the same extent as if the order were completed during the contract's effective period.
8
TERMINATIONIx
OF CONTRACT
A. TERMINATION FOR DEFAULT:
The COUNTY may, by written notice to the CONSULTANT, terminate this
contract for default in whole or in part (task authorizations, if applicable) if the
CONSULTANT fails to:
1. provide products or services that comply with the specifications herein or fails
to meet the County's performance standards
2. deliver the supplies or to perform the services within the time specified in this
contract or any extension.
3. make progress so as to endanger performance of this contract
4. perform any of the other provisions of this contract.
Prior to termination for default, the COUNTY will provide adequate written notice
to the CONSULTANT through the Manager, Procurement Division, affording
him/her the opportunity to cure the deficiencies or to submit a specific plan to
resolve the deficiencies within ten (10) days (or the period specified in the notice)
after receipt of the notice. Failure to adequately cure the deficiency shall result
in termination action.
Such termination may also result in suspension or debarment of the
CONSULTANT in accordance with the County's Procurement Ordinance. The
CONSULTANT shall be liable for any damage to the COUNTY resulting from the
CONSULTANT'S default of the contract. This liability includes any increased
costs incurred by the COUNTY in completing contract performance.
In the event of termination by the COUNTY for any cause, the CONSULTANT
will have, in no event, any claim against the COUNTY for lost profits or
compensation for lost opportunities. After a receipt of a Termination Notice and
except as otherwise directed by the COUNTY the CONSULTANT shall:
1. Stop work on the date and to the extent specified.
2. Terminate and settle all orders and subcontracts relating to the
performance of The terminated work
3. Transfer all work in process, completed work, and other materials
related to the terminated work as directed by the COUNTY.
4. Continue and complete all parts of that work that have not been
terminated.
J
If the CONSULTANT'S failure to perform the contract arises from causes beyond
the control and without the fault or negligence of the CONSULTANT, the contract
shall not be terminated for default. Examples of such causes include (1) acts of God
or the public enemy, (2) acts of a government in its sovereign capacity, (3) fires, (4)
floods, (5) epidemics, (6) strikes and (7) unusually severe weather.
The COUNTY, by written notice, may terminate this contract, in whole or in part,
when it is in the COUNTY'S interest. If this contract is terminated, the COUNTY
shall be liable only for goods or services delivered and accepted. The COUNTY
Notice of Termination shall provide the Consultant thirty (30) days prior notice before
it becomes effective.
A termination for convenience may apply to individual purchase/delivery orders or to
the contract in its entirety.
C. PAYMENT
If a Task Authorization or Purchase Order is terminated for the convenience of the
COUNTY, a settlement will be negotiated. This settlement shall not exceed the total
amount due for services rendered and accepted by the COUNTY in accordance with
the payment terms of the Contract. If the Contract is terminated for convenience in
its entirety, the CONSULTANT shall be paid an amount not in excess of all services
rendered and accepted under the various orders issued against the Contract.
However, if the termination is for cause, no amount shall be allowed for anticipated
profit on unperformed services or other work, and the payment may be adjusted to
take into account any additional costs to be incurred by the COUNTY due to such
default.
The Manager, Procurement Division, shall issue any and all notices involving
termination of this contract.
INDEMNITY/INSURANCE AND SAFETY REQUIREMENTS
Consultant agrees to maintain on a primary basis and at its sole expense, at all times
throughout the duration of this contract the following types of insurance coverage with
limits and on forms (including endorsements) as described herein. These requirements,
as well as the County's review or acceptance of insurance maintained by Consultant is
not intended to and shall not in any manner limit or qualify the liabilities assumed by
Consultant under this contract. Consultant is required to maintain any coverage
required by federal and state workers' compensation or financial responsibility laws
including but not limited to Chapter 324 and 440, Florida Statutes, as may be amended
from time to time.
10
The Consultant shall require and ensure that each of its sub -consultants providing
services hereunder (if any) procures and maintains until the completion of their
respective services, insurance of the types and to the limits specified herein.
Insurance carriers providing coverage required herein must be licensed to conduct
business in the State of Florida and must possess a current A.M. Best's Financial
Strength Rating of A- Class VI I I or better.
(Note: State licenses can be checked via www, floir, corn/compan ysearch/ and A. M. Best
Ratings are available at www.ambest.com
Required Coverage:
® Commercial General Liability - The Consultant shall maintain coverage issued on
the most recent version of the ISO form as filed for use in Florida or its
equivalent, with a limit of liability of not less than $1,000,000 per occurrence.
Consultant further agrees coverage shall not contain any endorsement(s)
excluding or limiting Product/Completed Operations, Contractual Liability, or
Separation of Insureds. The General Aggregate limit shall either apply separately
to this contract or shall be at least twice the required occurrence limit.
Required Endorsements:
M Additional Insured- CG 20 26 or CG 20 10/CG 20 37 or their equivalents.
Note: CG 20 10 must be accompanied by CG 20 37 to include
products/completed operations
® Waiver of Transfer of Rights of Recovery- CG 24 04 or its equivalent.
Note: If blanket endorsements are being submitted please include the entire
endorsement and the applicable policy number.
® Business Automobile Liability - The Consultant shall maintain coverage for all
owned; non -owned and hired vehicles issued on the most recent version of the
ISO form as filed for use in Florida or its equivalent, with limits of not less than
$500,000 (five hundred thousand dollars) per accident. In the event the
Consultant does not own automobiles the Consultant shall maintain coverage for
hired and non -owned auto liability, which may be satisfied by way of
endorsement to the Commercial General Liability policy or separate Business
Auto Liability policy.
Required Endorsement&-
9 MCS 9nvv—for operations governed by the- ections 29 S2 30 of the Mete-
C4rj-iorAct Of 1990
® Workers' Compensation - The Consultant shall maintain coverage for its
employees with statutory workers' compensation limits, and no less than
$100,000 each incident of bodily injury or disease for Employers' Liability.
Elective exemptions as defined in Florida Statute 440 will be considered on a
case -by -case basis. Any Consultant using an employee leasing company shall
complete the Leased Employee Affidavit.
11
Required Endorsements:
® Waiver of Subrogation- WC 00 03 13 or its equivalent
® Professional Liability- with a limit of not less than $1,000,000 per occurrence/claim
When a self -insured retention or deductible exceeds $100,000 the COUNTY reserves
the right to request a copy of Consultant most recent annual report or audited financial
statement. For policies written on a "Claims -Made" basis the Consultant agrees to
maintain a retroactive date prior to or equal to the effective date of this contract. In the
event the policy is canceled, non -renewed, switched to occurrence form, or any other
event which triggers the right to purchase a Supplemental Extended Reporting Period
(SERP) during the life of this contract the Consultant agrees to purchase the SERP
with a minimum reporting period of not less than two years. Purchase of the SERP
shall not relieve the Consultant of the obligation to provide replacement coverage.
By entering into this contract Consultant agrees to provide a waiver of
subrogation or a waiver of transfer of rights of recovery, in favor of the County for
the workers' compensation and general liability policies as required herein. When
required by the insurer or should a policy condition not permit the Consultant to
enter into a pre -loss agreement to waive subrogation without an endorsement,
then Consultant agrees to notify the insurer and request the policy be endorsed
with a Waiver of Subrogation or a Waiver of Transfer of Rights of Recovery
Against Others endorsement.
Prior to execution and commencement of any operations/services provided under this
contract the Consultant shall provide the COUNTY with current certificates of
insurance evidencing all required coverage. In addition to the certificate(s) of
insurance the Consultant shall also provide endorsements for each policy as specified
above. All specific policy endorsements shall be in the name of the Orange County,
Florida.
For continuing service contracts renewal certificates shall be submitted immediately
upon request by either the COUNTY or the COUNTY's contracted certificate
compliance management firm. The certificates shall clearly indicate that the
Consultant has obtained insurance of the type, amount and classification as required
for strict compliance with this insurance section. Consultant shall notify the COUNTY
not less than thirty (30) business days (ten business days for non-payment of
premium) of any material change in or cancellation/non-renewal of insurance
coverage. The Consultant shall provide evidence of replacement coverage to maintain
compliance with the aforementioned insurance requirements to the COUNTY or its
certificate management representative five (5) business days prior to the effective date
of the replacement policy (ies).
The certificate holder shall read:
Orange County, Florida
c/o Risk Management Division
201 S. Rosalind Avenue
Orlando, Florida 32801
12
The CONSULTANT to the extent permitted in Section 725.08, Florida Statutes shall
indemnify and hold harmless the COUNTY and its officers and employees from liabilities
damages, losses, and costs (including attorney's fees) to the extent caused by the
negligence, recklessness, or intentionally wrongful conduct of the CONSULTANT and
persons employed or utilized by the CONSULTANT in the performance of this Contract.
The remedy provided to the COUNTY by this paragraph shall be in addition to and not in
lieu of any other remedy available under this Contract or otherwise and shall survive the
termination of this Contract.
SAFETY AND PROTECTION OF PROPERTY (for services provided on the
premises of Orange County)
The Consultant shall at all times:
® Initiate, maintain and supervise all safety precautions and programs in connection
with its services or performance of its operations under this contract.
® Take all reasonable precautions to prevent injury to employees, including County
employees and all other persons affected by their operations.
® Take all reasonable precautions to prevent damage or loss to property of Orange
County, or of other vendors, consultants or agencies and shall be held
responsible for replacing or repairing any such loss or damage.
® Comply with all ordinances, rules, regulations, standards and lawful orders from
authority bearing on the safety of persons or property or their protection from
damage, injury or loss. This includes but is not limited to:
o Occupational Safety and Health Act (OSHA)
o National Institute for Occupational Safety & Health (NIOSH)
o National Fire Protection Association (NFPA)
o American Society of Heating, Refrigeration & Air -Conditioning Engineers
(ASHRAE)
® The Consultant must also comply with the guidelines set forth in the Orange
County Safety & Health Manual. The manual can be accessed online at the
address listed below:
13
XI
TRUTH IN NEGOTIATION AND MAINTENANCE AND EXAMINATION OF RECORDS
A. The Consultant hereby represents, covenants and warrants that wage rates and
other factual unit costs supporting the compensation provided for in this Contract
are accurate, complete and current as of the date of contracting. It is further
agreed that the Contract price shall be adjusted to exclude any amounts where the
County determines the Contract price was increased due to inaccurate, incomplete
or non -current wage rates and other factual unit costs.
B. The Consultant shall keep adequate records and supporting documents
applicable to this Contract. Said records and documentation shall be retained by
the Consultant for a minimum of five (5) years from the date of final payment on
this contract. If any litigation, claim or audit is commenced prior to the expiration
of the five (5) year period, the records shall be maintained until all litigation,
claims or audit findings involving the records have been resolved.
C. If applicable, time records and cost data shall be maintained in accordance with
generally accepted accounting principles. This includes full disclosure of all
transactions associated with the contract. Also, if applicable, all financial
information and data necessary to determine overhead rates in accordance with
Federal and State regulatory agencies and the contract shall be maintained.
D. Consultant's "records and supporting documents" as referred to in this Contract
shall include any and all information, materials and data of every kind and
character, including without limitation, records, books, papers, documents,
subscriptions, recordings, agreements, purchase orders, invoices, leases,
contracts, commitments, arrangements, notes, daily diaries, superintendent
reports, drawings, receipts, vouchers and memoranda, and any and all other
agreements, sources of information and matters that may in the County's
judgment have any bearing on or pertain to any matters, rights, duties or
obligations under or covered by any Contract document.
Such records and documents shall include (hard copy, as well as computer
readable data, written policies and procedures; time sheets; payroll registers;
cancelled checks; subcontract files (including proposals of successful and
unsuccessful bidders, bid recaps, etc.); original estimates; estimating
worksheets; correspondence; change order files (including pricing data used to
price change proposals and documentation covering negotiated settlements);
back -charge logs and supporting documentation; general ledger entries detailing
cash and trade discounts earned, insurance rebates and dividends; and any
other Consultant records which may have a bearing on matters of interest to the
County in connection with the Consultant's dealings with the County (all
foregoing hereinafter referred to as "records and supporting documents") to the
extent necessary to adequately permit evaluation and verification of:
1) Consultant compliance with contract requirements; or
2) Compliance with provisions for pricing change orders; or
3) Compliance with provisions for pricing invoices; or
14
4) Compliance with provisions regarding pricing of claims submitted by the
Consultant or his payees; or
5) Compliance with the County's business ethics; or
6) Compliance with applicable state statutes and County Ordinances and
regulations.
E. Records and documents subject to audit shall also include those records and
documents necessary to evaluate and verify direct and indirect costs, (including
overhead allocations) as they may apply to costs associated with this Contract.
In those situations where Consultant's records have been generated from
computerized data (whether mainframe, mini -computer, or PC based computer
systems), Consultant agrees to provide the County's representatives with
extracts of data files in computer readable format on data disks or suitable
alternative computer exchange formats.
F. The County and its authorized agents shall have the right to audit, inspect and
copy records and documentation as often as the County deems necessary
throughout the term of this contract and for a period of five (5) years after final
payment. Such activity shall be conducted during normal business working
hours. The County, or any of its duly authorized representatives, shall have
access within forty-eight (48) hours to such books, records, documents, and
other evidence for inspection, audit and copying.
G. The County, during the period of time defined by the preceding paragraph, shall
have the right to obtain a copy of and otherwise inspect any audit made at the
direction of the Consultant as concerns the aforesaid records and
documentation.
H. Records and documentation shall be made accessible at the Consultant's local
place of business. If the records are unavailable locally, it shall be the
Consultant's responsibility to insure that all required records are provided at the
Consultant's expense including payment of travel and maintenance costs
incurred by the County's authorized representatives or designees in accessing
records maintained out of the county. The direct costs of copying records,
excluding any overhead cost, shall be at the County's expense.
The Consultant shall require all payees (examples of payees include sub
Consultants, insurance agents, material suppliers, etc.) to comply with the
provisions of this article by including the requirements hereof in a written contract
agreement between Consultant and payee. Such requirements include a flow -
down right of audit provisions in contracts with payees, which shall also apply to
Sub Consultants and Sub -sub Consultants, material suppliers, etc.
15
The Consultant shall cooperate fully and shall cause all aforementioned parties
and all of Consultant's sub Consultants (including those entering into lump sum
subcontracts and lump sum major material purchase orders) to cooperate fully in
furnishing or in making available to the County from time to time whenever
requested in an expeditious manner any and all such records, documents,
information, materials and data.
J. The County's authorized representatives or designees shall have reasonable
access to the Consultant's facilities, shall be allowed to interview all current or
former employees to discuss matters pertinent to the performance of this
Contract and shall have adequate and appropriate work space, in order to
conduct audits in compliance with this article.
K. Even after a change order proposal has been approved, Consultant agrees that
if the County later determines the cost and pricing data submitted was
inaccurate, incomplete, not current or not in compliance with the terms of the
Contract regarding pricing of change orders, then an appropriate contract price
reduction will be made. Such post -approval contract price adjustment will apply
to all levels of Consultants and/or sub Consultants and to all types of change
order proposals specifically including lump sum change orders, unit price change
orders, and cost-plus change orders.
L. If an audit inspection or examination by the County, or its designee, in
accordance with this article discloses overpricing or overcharges (of any nature)
by the Consultant to the County in excess of one-half of one percent (.5%) of the
total contract billings, the reasonable actual cost of the County's audit shall be
reimbursed to the County by the Consultant. Any adjustments and /or
payments that must be made as a result of any such audit or inspection of the
Consultant's invoices and/or records and supporting documents shall be made
within a reasonable amount of time (not to exceed 90 days) from presentation of
the County's findings to the Consultant.
XII
OWNERSHIP OF DOCUMENTS
It is understood and agreed that all documents, including detailed reports, plans,
original drawings, "as built", specifications, original field survey, data notes, and all
other data, prepared or obtained by the CONSULTANT in connection with its services
hereunder shall be delivered to, and shall become the property of the COUNTY prior to
final payment to the CONSULTANT.
The CONSULTANT shall not be liable for any use by the COUNTY of said documents
or data if they are modified in any manner without written approval of the
CONSULTANT.
XIII
SUSPENSION OF WORK BY COUNTY
Right of COUNTY to Suspend Work and Order Resumption - The performance of
CONSULTANT'S services hereunder may be suspended by the COUNTY at any time.
16
However, in the event the COUNTY suspends the performance of CONSULTANT'S
services hereunder, it shall so notify the CONSULTANT in writing, such suspension
becoming effective upon the date of its receipt by CONSULTANT. The COUNTY shall
promptly pay to the CONSULTANT all fees that have become due and payable to the
CONSULTANT prior to the effective date of such suspension. COUNTY shall
thereafter have no further obligation for payment to the CONSULTANT unless and until
the COUNTY notifies the CONSULTANT that the services of the CONSULTANT called
for hereunder are to be resumed.
Upon receipt of written notice from the COUNTY that CONSULTANT'S services
hereunder are to be resumed, CONSULTANT shall complete the services of
CONSULTANT called for in this Contract and CONSULTANT, shall, in that event, be
entitled to payment of the remaining unpaid compensation which becomes payable to
him under this Contract, same to be payable in the manner specified herein.
In no event will the compensation or any part thereof become due or payable to
CONSULTANT under this Contract unless and until CONSULTANT has attained that
stage of work where the same would be due and payable to CONSULTANT under the
provision of this Contract.
XIV
STANDARDS OF CONDUCT
A. The CONSULTANT represents that he has not employed or retained any
company or person, other than a bona fide employee working solely for the
CONSULTANT, to solicit or secure this Contract and that he has not paid or
agreed to pay any person, company, corporation, individual or firm other than a
bona fide employee working solely for the CONSULTANT any fee, commission,
percentage, gift, or any other consideration, contingent upon or resulting from the
award or making of this Contract.
B. The CONSULTANT shall comply with all Federal, State and local laws and
ordinances applicable to the work or payment for work thereof, and shall not
discriminate on the grounds of race, religion, sex, sexual orientation and gender
expression/identity, color, age, disability or national origin in the performance of
work under this Contract.
C. The CONSULTANT hereby certifies that no undisclosed conflict of interest exists
with respect to the present Contract, including any conflicts that may be due to
representation of other clients, other Contractual relationships of the
CONSULTANT, or any interest in property that the CONSULTANT may have.
The CONSULTANT further certifies that any apparent conflict of interest that
arises during the term of this Contract will be immediately disclosed in writing to
the COUNTY. Violation of this section will be considered as justification for
immediate termination of this Contract under the provisions of Article VIII.
D. The CONSULTANT and its subsidiaries or affiliates who designed the project,
shall be ineligible for the award of the construction contract for that project.
17
The CONSULTANT shall not assign any interest in this Contract, and shall not transfer
any interest in the same without prior written approval of the COUNTY, provided that
claims for the money due or to become due the CONSULTANT from the COUNTY
under this Contract may be assigned to a bank, trust company, or other financial
institution without such approval. Notice of any such assignment or transfer shall be
furnished promptly to the COUNTY.
,T
MINORITY/WOMEN- • •
A. The CONSULTANT shall be responsible for reporting Minority/Women Business
Enterprise (MWWBE) sub -consultant Contract dollar amount(s) for the MWWBE
SUBCONSULTANT(s) listed in this document, by submitting the appropriate
documents, which shall include but not limited to fully executed sub -contract
agreements and/or purchase orders evidencing contract award of work, to the
Business Development Division. Submittal of these sub -contract
agreements/purchase orders is a condition precedent to execution of the prime
contract with the County. Quarterly updated MWWBE utilization reports and Equal
Opportunity Workforce Schedule reports are to be submitted every quarter
during the term of the contract. Additionally, the Consultant shall ensure that the
M/WBE participation percentage proposed in the Consultant's Proposal
submitted for this Contract is accomplished.
B. Subsequent amendments to this contract shall be submitted with the appropriate
documentation evidencing contractual change or assignment of work to the
Business Development Division, with a copy to the COUNTY'S designated
representative, within ten (10) days after COUNTY'S execution.
C. The CONSULTANT shall be responsible for reporting local minority/women
employment percentage levels within the firm and the minority/women
employment percentage levels that the firm anticipates utilizing to fulfill the
obligations of this Contract. The report(s) shall be submitted to the Business
Development Division, on a quarterly basis during the life of the Contract.
D. The awarded prime consultant shall furnish written documentation evidencing
actual dollars paid to all sub -consultants utilized by the prime consultant on the
project. This will include, but not limited to: copies of cancelled checks, approved
invoices, and signed affidavits certifying the accuracy of payments so that the
County may determine actual MWBE participation achieved by the Prime
Consultant prior to the issuance of final payment.
E. The awarded prime Contractor's responsibilities and requirements are listed below
and shall be included in the sub -agreement:
1. Whereas the prime contractor is being paid in accordance with the Local
Government Prompt Payment Act, contractor shall incorporate a 72-hour
18
prompt payment assurance provision and payment schedule in all sub-
contracts between the prime and sub -contractors.
Note: The County reserves the right to verify that all sub -contractors are
being paid within 72 hours of the County's remittance to the prime
contractor.
2. File copies of all executed subcontractor agreement/contracts between
the prime and all M/WBE subcontractors on the project to Orange County
Business Development Division one-time for the duration of the contract.
3. The awarded prime Contractor shall furnish written documentation
evidencing actual dollars paid to each subcontractor utilized by the prime
Contractor on the project. This will include, but not limited to: copies of
cancelled checks, approved invoices, and signed affidavits certifying the
accuracy of payments so that the County may determine actual
participation achieved by the prime Contractor prior to the issuance of
final payment.
4. The sub -contract agreement shall include: (a) the percentage of the
overall contract value to be sub -contracted; and (b) the dollar amount
based on the percentage of the contract value to be sub -contracted (if
available at time of sub -contract agreement).
5. The prime Contractor shall submit an updated quarterly MWBE utilization
report and the Equal Opportunity Workforce Schedule report for all
professional service contracts. The required reports are to be submitted
to the Business Development Division no later than the fifth day after end
of reporting period.
6. All sub -contracts shall include the following statement: "It is the M/WBE
responsibility to submit the required Quarterly M/WBE utilization reports to
the prime and Final M/WBE payment verification form to Business
Development Division denoting the percentage of the overall contract
fees"
The M/WBE's failure to submit the required documents could negatively
impact their M/WBE certification.
7. The awarded prime Contractor shall not substitute, replace or terminate
any M/WBE firm without prior written authorization of the Business
Development Division, nor shall the prime reduce the scope of work or
monetary value of a subcontractor without written authorization of the
Business Development Division.
8. Upon execution of any renewal or extension to this contract, the Prime
Contactor shall execute renewals with all approved specified sub-
contractors for the full duration of the contract.
19
9. The prime Contractor shall expeditiously advise all M/WBE's and the
Business Development Division of all change orders, contract
modifications, additions and deletions to any and all contracts issued to
the M/WBE firm on their team.
10. The COUNTY may at its discretion require copies of
subcontracts/purchase orders for the non-M/WBE's listed on the Project
Team Form (FORM B) and or utilized on the project. However, if this
option is not exercised the awarded Proposer shall provide a list of all
non-M/WBE sub -Contractors certifying that a prompt payment clause has
been included in that contract or purchase order.
The M/WBE's failure to submit the required documents could negatively
impact their M/WBE re -certification.
F. By entering into this contract, the CONSULTANT affirmatively commits to comply
with the M/WBE subcontracting requirements submitted with his/her Proposal.
The failure of the CONSULTANT to comply with this commitment during the
Contract's performance period may be considered a breach of Contract. The
County may take action up to and including termination for default if this
condition is not remedied within the time period specified by the Manager,
Procurement Division.
The COUNTY may take action up to and including termination for default if this
condition is not remedied within the time period specified by the Manager,
Procurement.
XVI I
INDEPENDENT CONSULTANT STATUS
The CONSULTANT shall be an independent Consultant and neither CONSULTANT nor
anyone employed by CONSULTANT shall be deemed for any purpose to be the
employee, agent, servant or representative of the COUNTY in the performance of the
work hereunder. The COUNTY shall have no direction or control of CONSULTANT or
CONSULTANT'S employees and agents, except in the results to be obtained.
20
XVIII
i • . •
The County's policies of equal opportunity and non-discrimination are intended to
assure equal opportunities to every person, regardless of race, religion, sex, color, age,
disability or national origin, in securing or holding employment in a field of work or labor
for which the person is qualified, as provided and enforced by Section 17-314 of the
Orange County Code and the County's relevant Administrative Regulations. It is also
the county policy that person(s) doing business with the County shall recognize and
comply with this policy and that the County shall not extend public funds or resources in
a manner as would encourage, perpetuate or foster discrimination. As such:
1. The Association shall adopt and maintain, or provide evidence to the County that
Association has adopted and maintains, a policy of nondiscrimination as defined
by Section 17-288, Orange County Code, throughout the term of this Agreement.
2. The Association agrees that, on written request, the Association shall permit
reasonable access to all business records or employment, employment
advertisement, applications forms, and other pertinent data and records, by the
County, for the purpose of investigating to ascertain compliance with the non-
discrimination provisions of this contract; provided, that the Contractor shall not
be required to produce for inspection records covering periods of time more than
one year prior to the date of this Agreement.
3. The Agency agrees that, if any obligations of this contract are to be performed by
subcontractor(s), the provisions of subparagraphs 1 and 2 of this Section shall
be incorporated into and become a part of the subcontract.
INDEMNIFICATIONXIX
FOR •- ACTIONS/LIMITATION OF
A. The provisions of Florida Statute 768.28 applicable to Orange County, Florida
apply in full to this Contract.
Any legal actions to recover monetary damages in tort for injury or loss of
property, personal injury, or death caused by the negligent or wrongful act or
omission of any employee of the COUNTY acting within the scope of his/her
office or employment are subject to the limitations specified in this statute.
B. No officer, employee or agent of the COUNTY acting within the scope of his/her
employment or function shall be held personally liable in tort or named as a
defendant in any action for any injury or damage suffered as a result of any act,
event, or failure to act.
C. The COUNTY shall not be liable in tort for the acts or omissions of an officer,
employee, or agent committed while acting outside the course and scope of
his/her employment. This exclusion includes actions committed in bad faith or
with malicious purpose, or in a manner exhibiting wanton and willful disregard of
human rights, safety, or property.
21
xx
ASBESTOS
For contracts for design services, CONSULTANT shall provide a written and notarized
statement on company letterhead to certify and warrant that the project was designed
with asbestos free materials. Such statement shall be submitted with the final payment
request.
Final payment shall not be made until such statement is submitted. CONSULTANT
agrees that if materials containing asbestos are subsequently discovered at any future
time to have been included in the design, CONSULTANT shall be liable for all costs
related to the redesign or modification of the construction of the project so that
materials containing asbestos are removed from the design, plans or specifications or
construction contract documents, and, in addition, if construction has begun or has
been completed pursuant to a design that includes asbestos containing materials, the
CONSULTANT shall also be liable for all costs related to the abatement of such
asbestos.
XXI
This Contract shall be governed by the laws of the State of Florida. Any and all legal
action necessary to enforce the provisions of this Contract will be held in Orange
County, Florida. Venue for any litigation involving this contract shall be the Ninth Circuit
Court in and for Orange County, Florida.
XXI I
VAILABILITY OF FUNDS
The obligations of Orange County under this Contract are subject to need and
availability of funds lawfully appropriated for its purpose by the Board of County
Commissioners, or other specified funding source for this contract.
CONSULTANT has committed to hire (_) CareerSource participants residing in
Orange County, Florida. Therefore, within five (5) days after contract award,
CONSULTANT shall contact the Orange County Business Development Liaison at
(407) 836-7317 to assist with meeting this requirement. The BDD Liaison will work with
the CareerSource staff and the Consultant to ensure that the process is properly
adhered until all requirements have been met. CareerSource participants may be
employed in any position within the firm but must be hired on a full-time basis.
The failure of the CONSULTANT to comply with these hiring commitments after
contract award shall be grounds for termination of the contract for default.
During performance of the contract, the CONSULTANT will take appropriate steps to
ensure that individual hired under this program are retained. However, if it becomes
necessary to replace an employee, the CONSULTANT shall contact the BDD Liaison.
At its discretion, COUNTY may periodically request submission of certified payrolls to
confirm the employment status of program participants.
22
XXIV
REGISTERED SERVICE -DISABLED VETERAN PARTICIPATION
A. The CONSULTANT shall be responsible for reporting Registered Service -
Disabled Veteran (SDV) sub -consultant Contract dollar amount(s) for the SDV
SUBCONSULTANT(s) listed in this document, by submitting the appropriate
documents, which shall include but not limited to fully executed sub -contract
agreements and/or purchase orders evidencing contract award of work, to the
Business Development Division. Submittal of these sub -contract
agreements/purchase orders is a condition precedent to execution of the prime
contract with the County. Quarterly updated SDV utilization reports Schedule of
Minorities and Women reports are to be submitted every quarter during the term
of the contract. Additionally, the Consultant shall ensure that the SDV
participation percentage proposed in the Consultant's Proposal submitted for this
Contract is accomplished.
B. Subsequent amendments to this contract shall be submitted with the appropriate
documentation evidencing contractual change or assignment of work to the
Business Development Division, with a copy to the COUNTY'S designated
representative, within ten (10) days after COUNTY'S execution.
C. The awarded prime consultant shall furnish written documentation evidencing
actual dollars paid to all sub -consultants utilized by the prime consultant on the
project. This will include, but not limited to: copies of cancelled checks, approved
invoices, and signed affidavits certifying the accuracy of payments so that the
County may determine actual SDV participation achieved by the Prime Consultant
prior to the issuance of final payment.
D. The awarded prime consultant shall not substitute, replace or terminate any
M/WBE firm without prior written authorization from the Business Development
Manager. In the event a certified SDV sub -Consultant's sub -contract is terminated
for cause, the CONSULTANT shall justify the replacement of that sub -consultant,
with another certified M/WBE firm in writing to the Business Development Division,
accompanied by the Project Manager's recommendation.
E. It is the intent of the COUNTY to insure prompt payment of all sub -consultants
working on COUNTY projects. The CONSULTANT shall:
1. Submit copies of executed contracts between the CONSULTANT and all
of its SDV sub -consultants to the Business Development Division.
2. The County may at its discretion require copies of subcontracts/purchase
orders for the non-SDV's listed on Form B and or utilized on the project.
However, if this option is not exercised the awarded Proposer shall
provide a list of all non-SDV subConsultants certifying that a prompt
payment clause has been included in that contract or purchase order.
3. Incorporate a prompt payment assurance provision and payment
23
schedule in all contracts between the CONSULTANT and sub -consultants
(including those with non-SDV's) stating that payment will be made to the
sub -consultant within 72 hours of receipt of payment from the COUNTY.
The CONSULTANT shall pay each sub -consultant for all work covered
under an invoice within the 72 hour time frame.
The Proposer shall contact the Business Development Division Liaison at
407-836-8363 for any questions and/or concerns as it relates to
Registered Service -Disabled Veterans.
F. By entering into this contract, the CONSULTANT affirmatively commits to comply
with the SDV subcontracting requirements submitted with his/her Proposal. The
failure of the CONSULTANT to comply with this commitment during the
Contract's performance period may be considered a breach of Contract. The
County may take action up to and including termination for default if this
condition is not remedied within the time period specified by the Manager,
Procurement Division.
XXV
CONTRACT CLAIMS
"Claim" as used in this provision means a written demand or written assertion by one of
the contracting parties seeking as a matter of right, the payment of a certain sum of
money, the adjustment or interpretation of contract terms, or other relief arising under or
relating to this contract.
Claims made by a Consultant against the County relating to a particular contract shall
be submitted to the Procurement Division Manager in writing clearly labeled "Contract
Claim" requesting a final decision. The Consultant also shall provide with the claim a
certification as follows: "I certify that the claim is made in good faith; that the supporting
data are accurate and complete to the best of my knowledge and belief; that the
amount requested accurately reflects the contract adjustment for which the Consultant
believes the County is liable; and that I am duly authorized to certify the claim on behalf
of the Consultant."
Failure to document a claim in this manner shall render the claim null and void.
Moreover, no claim shall be accepted after final payment of the contract.
The decision of the Procurement Division Manager shall be issued in writing and shall
be furnished to the Consultant. The decision shall state the reasons for the decision
reached. The Procurement Division Manager shall render the final decision within sixty
(60) days after receipt of Consultant's written request for a final decision. The
Procurement Division Manager's decision shall be final and conclusive.
The Consultant shall proceed diligently with performance of this contract pending final
resolution of any request for relief, claim, appeal or action arising under the contract
and shall comply with any final decision rendered by the Manager of the Procurement
Division.
24
The Consultant warrants that they have not employed or retained any company or
person, other than a bona fide employee working solely for the Consultant, to solicit or
secure this Contract and that they have not paid or agreed to pay any person,
company, corporation, individual or firm other than a bona fide employee working solely
for the Consultant any fee, commission, percentage, gift or any other consideration,
contingent upon or resulting from the award of this Contract. For the breach or violation
of this provision, the County shall have the right to terminate the Contract at its sole
discretion, without liability and to deduct from the Contract price, or otherwise recover,
the full amount of such fee, commission, percentage, gift or consideration.
All Orange County operations under the Board of County Commissioners shall be
tobacco free. This policy shall apply to parking lots, parks, break areas and worksites. It
is also applicable to Consultants and their personnel during contract performance on
county -owned property. Tobacco is defined as tobacco products including, but not limited
to, cigars, cigarettes, e-cigarettes, pipes, chewing tobacco and snuff. Failure to abide by
this policy may result in civil penalties levied under Chapter 386, Florida Statutes and/or
contract enforcement remedies.
XXVIII
VERIFICATION OF EMPLOYMENT STATUS
Prior to the employment of any person performing services under this contract, the
CONSULTANT shall utilize the U.S. Department of Homeland Security's E-Verify
system to verify the employment eligibility of: (a) all employees within the State of
Florida that are hired by the CONSULTANT after the execution of the contract who are
providing labor under the contract during the contract term; and, (b) all employees
within the State of Florida of any of the CONSULTANT'S sub -consultants that are hired
by those sub -consultants after the execution of the contract who are providing labor
under the contract during the contract term. Please refer to USCIS.gov for more
information on this process.
XXIX
SUSPENSION,c VOLUNTARY EXCLUSION:
By executing this agreement the Bidder affirms that it is in compliance with the
requirements of 2 C.F.R. Part 180 and that neither it, its principals, nor its
subcontractors are presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction by any Federal
department or agency.
25
XXX
By executing this agreement the Bidder affirms that it is not currently listed in the
Florida Department of Management Services Convicted/Suspended/Discriminatory
Complaint Vendor List.
XXXI
SEVEV,
provisions of this Agreement are declared by the parties to be severable. However,
the material provisions of this Agreement are dependent upon one another, and such
interdependencies a material inducement for the parties to enter into this Agreement.
Therefore, should any material term, provision, covenant or condition of this Agreement
be held invalid or unenforceable by a court of competent jurisdiction, the party protected
or benefited by such term, provision, covenant, or condition may demand that the
parties negotiate such reasonable alternate contract language or provisions as may be
necessary either to restore the protected or benefited party to its previous position or
otherwise mitigate the loss of protection or benefit resulting from holding.
XXXII
PUBLIC RECORDS COMPLIANCE (APPLICABLE OSERVICE CONIRACTS)
-
Orange County is a public agency subject to Chapter 119, Florida Statutes. The
Consultant agrees to comply with Florida's Public Records Law. Specifically, the
Consultant shall:
1. Keep and maintain public records required by Orange County to perform the
service.
2. Upon request from Orange County's custodian of public records, provide Orange
County with a copy of the requested records or allow the records to be inspected
or copied within a reasonable time at a cost that does not exceed the cost
provided in this chapter or as otherwise provided by law.
3. Ensure that public records that are exempt or confidential and exempt from the
public records disclosure requirements are not disclosed except as authorized by
law for the duration of the contract term and following completion of the contract
if the Consultant does not transfer the records to Orange County.
4. Upon completion of the contract, Consultant agrees to transfer at no cost to
Orange County all public records in possession of the Consultant or keep and
maintain public records required by Orange County to perform the service. If the
Consultant transfers all public record to Orange County upon completion of the
contract, the Consultant shall destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements.
If the Consultant keeps and maintains public records upon completion of the
26
contract, the Consultant shall meet all applicable requirements for retaining
public records. All records stored electronically must be provided to Orange
County, upon request from Orange County's custodian of public records, in a
format that is compatible with the information technology systems of Orange
County.
5. A Consultant who fails to provide the public records to Orange County within a
reasonable time may be subject to penalties under section 119.10, Florida
Statutes.
CONSULTANT6. IF THE QUESTIONS REGARDING THE APPLICATIOR OF
FLORIDACHAPTER 119,
PROVIDEORDTO THIS CONTRACT, CONTACT
Name Typed
Title
400 E. South Street, 2nd Floor, Orlando, FL 32801
407-836-5897
Procurement ecords ocf1.net
Carrie Mathes, MPA, CFCM, CPPO, C.P.M.
CPPB, APP, Manager, Procurement Division
Date:
(for County use only)
27
REQUEST FOR PROPOSALS
4Y20-906-RM
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
DUE 2:00 P.M. — March 24, 2020
PROPOSER INFORMATION:
NAME OF FIRM:
ADDRESS:
PHONE:
FAX:
AUTHORIZED SIGNITORY:
SIGNATURE:
CONTACT'S E-MAIL ADDRESS:
TIN#
(Street Address)
(PO Box)
(City, County, State, Zip)
Naive) TITLE:
NOTE: COMPANY NAME MUST MATCH LEGAL NAME ASSIGNED TO TIN NUMBER. CURRENT
W9 MUST BE SUBMITTED WITH PROPOSAL.
IDENTIFICATION OF BUSINESS ORGANIZATION:
Check the appropriate box that describes the organization of the firm proposing:
[ ] Sole Proprietorship [ ] Partnership [ ] Joint Venture [ ] Corporation
State of Incorporation:
Principal Place of Business (Florida Statute Chapter 607):
Check all that apply:
[ ] Mergers [ ] Parent Company [ ] Subsidiary
If a merger, a parent company or subsidiary relationship applies, list all entities in the relationships:
The proposer represents that the following principals are authorized to sign and/or negotiate
Contracts and related documents to which the bidder or proposer will be duly bound. Principal is
defined as an employee, officer or other technical or professional in a position capable of
substantially influencing the development or outcome of an activity required to perform the
covered transaction.
Name Title Phone Number
1 t1l e
ADDENDUM ACKNOWLEDGEMENT:
The Proposer shall acknowledge receipt of any addenda issued to the solicitation by completing the
blocks below or by completion of the applicable information on the addendum and returning it not later
than the date and time for receipt of the Proposal. Failure to acknowledge an addendum that has a
material impact on the solicitation may negatively impact the responsiveness of your Proposal. Material
impacts include but are not limited to changes to scope of work, delivery time, performance period,
quantities, bonds, letters of credit, insurance, qualifications, etc.
Addendum No.
Date
Addendum No.
Date
Addendum No.
Date
I Date
PROJECT TEAM
RFP Project Number:
TEAM NAME:
Federal I. D. Number:
Is Prime Consultant: an O.C. certified M/WBE Firm Yes No
An O.C. registered SDV Firm Yes No
PRIME
Role
Name and City of Residence of Individual
Assigned to the Project
Number of Years Experience
Education,
Degree(s)
Florida Active Registration Numbers
Principle -in -Charge
Project Manager
Project Engineer
Project Construction Administrator
Other Key Member
Other Key Member
SUBCONSULTANT
Role
Company Name and Address of Office
Handling this Project
If Certified M/WBE specify which;
Or
If Registered SDV indicate
Projected % of Overall work on
the entire project
Name of Individual Assigned to the
Project
Architecture
Mechanical Engineering
Electrical Engineering
Structural Engineering
Civil Engineering
Landscape Architecture
Other Key Member ( )
Other Key Member ( )
Note: Percentages indicated must conform to percentages indicated on Form C
LOCATION
Proposers shall complete and submit the information below to clearly identify the location and applicable percentage
of the work to be performed at each location listed. Also, proposers shall complete and sign the attached pages, 2
through 4, concerning location. NOTE: THE AFFIDAVIT/NOTARIZATION REQUIREMENT (page 4).
PRIME CONSULTANT/ CITY COUNTY STATE PERCENTAGE
CONTRACTOR ZIP OF WORK
(Name & Address) ASSIGNED
1. %
2.
3.
SUBCONSULTANT/SUBCONTRACTOR
(Name & Address)
1.
2.
3.
4.
5.
6.
7.
Use additional pages if necessary - Total Percentage must equal 100%
Revised 5/6/04 FORM C
LOCATION (continued)
1. Current domicile of Project Manager.
Name of Project Manager
City & County
State
2. Will Project Manager relocate to an Orange County address to facilitate contract
performance? (check appropriate line)
No
Not Applicable
If Project Manager will not relocate, explain how the Project Manager will manage the project
and maintain close communication with the County.
Yes
Not Applicable
If yes, please explain when relocation will occur in relationship to contract award.
FORM C
2
LOCATION (continued)
3. Current domicile of Project Engineer.
Name of Project Engineer
City & County
State
4. Will Project Engineer relocate to an Orange County address to facilitate contract
performance? (check appropriate line)
Not Applicable
If Project Engineer will not relocate, explain how the Project Engineer will manage the project
and maintain close communication with the County.
Yes
Not Applicable
If yes, please explain when relocation will occur in relationship to contract award.
FORM C
3
LOCATION (continued)
AFFIDAVIT
Under penalties of perjury, I swear affirm that the preceding location information is true and
correct. I also acknowledge that any material misrepresentation will be grounds for
terminating for default any contract, which may have been awarded due in whole or part to
such misrepresentation. I also understand that false statements may result in criminal
prosecution for a felony of the third degree per Section 92.525(3), Florida Statutes.
Authorized Signatory Name of
Proposer
Typed or Printed Full Name Date
Title
STATE OF FLORIDA )
ss:
COUNTY OF )
The foregoing instrument was acknowledged before me by means of ❑ physical presence, or ❑ online notarization, this
day of 20, by [NAME OF PERSON], as
[TYPE OF AUTHORITY,... e.g. officer, trustee, etc.)] for
[NAME OF PARTY ON BEHALF OF WHOM INSTRUMENT WAS
EXECUTED].
❑ Personally Known; OR
❑ Produced Identification. Type of identification produced:
[CHECK APPLICABLE BOX TO SATISFY IDENTIFICATION REQUIREMENT OF FLA. STAT. § 117.05]
Notary Public
My Commission Expires:
(Printed, typed or stamped commissioned name of Notary Public)
FORM C
4
SIMILAR PROJECTS
PROJECT MANAGER
USING PAGES D1 - D5 only - List up to five SIMILAR PROJECTS, (one project per page), for
which services have been SUCCESSFULLY COMPLETED WITHIN THE PAST FIFTEEN
Q 5) YEARS, immediately preceding the due date proposals in response to the Request for
Proposals, which most closely match the scope of work in this RFP, as identified in similar
project description, wherein the proposed Project Manager has performed IN THE SAME
CAPACITY with your firm, or other firms.
LIST THE ONE PROJECT MANAGER ONLY AS INDICATED ON FORM B. Proposers must
explain and emphasize how each element of the similar project description was performed in
conjunction with the project listed.
The Proposer shall ensure that the basic description of the similar project, including all required
performance requirements and/or dimensions are identified and that the elements are adequately
explained in the text. The description shall document how the particular element was performed
in conjunction with the overall project. The mere listing of elements without specific details in
the body of the description will negatively impact the scoring for the project.
In addition, the Proposer should provide a narrative of what skills were used that are similar in
nature to what is required in the scope of services for this RFP.
FORM D
1/26/00
Proposed Project Manager:
1. Proiect Name:
Project Type O A O B O C O D Waterbody Size:
Firm: Consulting Fee:
Consulting Start (month/year): Completion (month/year):-
Owner:
Reference Name, Address, Phone Number, Fax Number, Email Address:
Summary of Work:
FORM D-1
10/6/99
Proposed Project Manager:
2. Proiect Name:
Project Type O A O B O C O D Waterbody Size:
Firm: Consulting Fee:
Consulting Start (month/year): Completion (month/year):-
Owner:
Reference Name, Address, Phone Number, Fax Number, Email Address:
Summary of Work:
FORM D-2
10/6/99
Proposed Project Manager:
3. Project Name:
Project Type O A O B O C O D Waterbody Size: _
Firm: Consulting Fee:_
Consulting Start (month/year): Completion (month/year):
Owner:
Reference Name, Address, Phone Number, Fax Number, Email Address:
Summary of Work
FORM D-3
10/6/99
Proposed Project Manager:
4. Project Name:
Project Type O A O B O C O D Waterbody Size:
Firm: Consulting Fee:
Consulting Start (month/year): Completion (month/year):
Owner:
Reference Name, Address, Phone Number, Fax Number, Email Address:
Summary of Work:
FORM D-4
10/6/99
Proposed Project Manager:
5. Project Name:
Project Type O A O B O C O D
Firm:
Consulting Start (month/year)
Owner:
Waterbody Size: _
Consulting Fee:_
Completion (month/year):
Reference Name, Address, Phone Number, Fax Number, Email Address:
Summary of Work:
FORM D-5
10/6/99
SIMILAR PROJECTS
PROJECT ENGINEER
USING PAGES E1 - E5 only - List up to five SIMILAR PROJECTS, (one project per page), for
which services have been SUCCESSFULLY COMPLETED WITHIN THE PAST FIFTEEN
(15) YEARS, immediately preceding the due date proposals in response to the Request for
Proposals, which most closely match the scope of work in this RFP, as identified in similar
project description, wherein the proposed project engineer has performed IN THE SAME
CAPACITY with your firm, or other firms.
LIST THE ONE PROJECT ENGINEER ONLY AS INDICATED ON FORM B. Proposers must
explain and emphasize how each element of the similar project description was performed in
conjunction with the project listed.
The Proposer shall ensure that the basic description of the similar project, including all required
performance requirements and/or dimensions are identified and that the elements are adequately
explained in the text. The description shall document how the particular element was performed
in conjunction with the overall project. The mere listing of elements without specific details in
the body of the description will negatively impact the scoring for the project.
In addition, the Proposer should provide a narrative of what skills were used that are similar in
nature to what is required in the scope of services for this RFP.
FORM E
Proposed Project Envineer: Florida PE License #
1. Project Name:
Project Type O A O B O C O D Waterbody Size: _
Firm: Consulting Fee:
Consulting Start (month/year): Completion (month/year):-
Owner:
Reference Name, Address, Phone Number, Fax Number, Email Address:
Summary of Work:
FORM E-1
Proposed Project Engineer: Florida PE License #
2. Proiect Name:
Project Type O A O B O C O D Waterbody Size: _
Firm: Consulting Fee:
Consulting Start (month/year): Completion (month/year):-
Owner:
Reference Name, Address, Phone Number, Fax Number, Email Address:
Summary of Work:
FORM E-2
Proposed Project Engineer: Florida PE License #
3. Project Name:
Project Type O A O B O C O D Waterbody Size:
Firm: Consulting Fee:
Consulting Start (month/year): Completion (month/year):_
Owner:
Reference Name, Address, Phone Number, Fax Number, Email Address:
Summary of Work:
FORM E-3
Proposed Project Engineer: Florida PE License 4
4. Pro iect Name:
Project Type O A O B O C O D Waterbody Size: _
Firm: Consulting Fee:
Consulting Start (month/year): Completion (month/year):-
Owner:
Reference Name, Address, Phone Number, Fax Number, Email Address:
Summary of Work:
FORM EA
Proposed Project Engineer:
5. Project Name:
Project Type O A O B O C O D
Firm:
Consulting Start (month/year):
Florida PE License #
Waterbody Size:
Consulting Fee:
Completion (month/year):
Owner:
Reference Name, Address, Phone Number, Fax Number, Email Address:
Summary of Work:
FORM F-5
SKILLS AND EXPERIENCE OF THE PROJECT TEAM
Using a maximum of three pages, 8 1/2" X 11", labeled "Form F-1" through "Form F-3
describe the experience of the entire project team as it relates to this project. Title the first page
"Skills and Experience of the Project Team" and label each page as described above. Include the
experience of the prime consultant, as well as other members of the project team; i.e., additional
personnel, sub -consultants, branch offices, team members, and other resources anticipated to be
utilized for this project. Name specific projects (successfully completed within the past ten
years) where the team members have performed similar projects previously.
Specifically identify the management plan. The management plan shall describe, at a minimum,
the Proposer's basic approach to the management of the project, to include reporting hierarchy of
staff and sub -consultants, clarify the individual(s) responsible for the co-ordination of the
separate components of the scope of work and describe the quality assurance/quality control plan.
Provide an organizational chart for the team and label as "Form F-4"; the organizational chart
will be in addition to the three page maximum.
Revised 11/8/02 Form F
PROJECT SCOPE, APPROACH AND UNDERSTANDING
Using a maximum of five pages, 81/2" x 11", labeled "Form H-l" through "Form H-5",
delineate your firm's understanding of the project scope and approach or approaches to successful
completion, specialized skills available, special considerations and possible difficulties in
completing the project as specified. Describe alternate approaches to the project, if applicable.
Title the first page "Project Scope, Approach and Understanding" and label each page as
described above.
CONFLICT / NON -CONFLICT OF INTEREST STATEMENT
CHECK ONE
[ ] To the best of our knowledge, the undersigned firm has no potential conflict of interest
due to any other clients, contracts, or property interest for this project.
[ ] The undersigned firm, by attachment to this form, submits information which may be a
potential conflict of interest due to other clients, contracts, or property interest for this project.
LITIGATION STATEMENT
CHECK ONE
[ ] The undersigned firm has had no litigation and/or judgments entered against it by any
local, state or federal entity and has had no litigation and/or judgments entered against such
entities during the past ten (10) years.
[ ] The undersigned firm, BY ATTACHMENT TO THIS FORM, submits a summary and
disposition of individual cases of litigation and/or judgments entered by or against any local,
state or federal entity, by any state or federal court, during the past ten (10) years.
COMPANY NAME
AUTHORIZED SIGNATURE
NAME (PRINT OR TYPE)
TITLE
Failure to check the appropriate blocks above may result in disqualification of your proposal.
Likewise, failure to provide documentation of a possible conflict of interest, or a summary of
past litigation and/or judgments, may result in disqualification of your proposal.
Rev:1/29/03 FORM I
tur lNumDer & litie:
rroposer iName:
EQUAL OPPORTUNITY WORKFORCE SCHEDULE
See: Sec. 17-322 (Establishment of goals; employment), Orange County Code of Ordinances
Directions: Review the definition of "minority" in Sec. 17-319 (Definitions), Orange County Code of Ordinances, and record the demographics of your workforce by inserting the number of
applicable employees in each box below. The County will only consider your total workforce ("TWF") that falls within the "employee lYpes" designated by an asterisk M when evaluating this
Bid/Proposal Response. For data collecting purposes, record any applicable employees located in the Orlando Metropolitan Statistical Area ("OMSA") of Lake, Orange, Osceola, and Seminole
rnnntiac Tf a Tnint VPntlirP is hirlrlina, e.nrh entity mast fill cart a. senarate schedule.
African American
Asian American
Hispanic American
Native American
Caucasian/Other
TOTAL
WORKFORCE
TWF
OMSA
TWF
OMSA
TWF
OMSA
TWF
OMSA _
TWF
OMSA
TWF
OMSA
Officials, Managers, and Supervisors*
Professionals*
�.
Technicians*
W
a
Sales Workers
Office and Clerical
Craftsman (Skilled)
E-
Operatives (Semi -Skilled)
cLaborers
(Unskilled)
Service Workers
Apprentice*
Interns,
Displaced Workers
MALE SUBTOTAL
Officials, Managers, and Supervisors*
Professionals*
W
Technicians*
a
Sales Workers
wOffice
and Clerical
Craftsman (Skilled)
Operatives (Semi -Skilled)
8
Laborers (Unskilled)
Service Workers
WApprentice*
Tnterns/Co-Ops*
Displaced Workers
FEMALE SUBTOTAL—������—���
TOTAL
Form Completed by (Print): Signature:
Form Approved by (Print): Signature:
FORM J
INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY
If the proposer is submitting as a joint venture, please be advised that this form [3 pages] MUST
be completed and the REQUESTED written joint -venture agreement MUST be attached and
submitted with this form.
However, if the proposer is not a joint venture, check the following block: ( ) NOT
APPLICABLE and proceed to Form L.
1. Name of joint venture:
2. Address of joint venture:
3. Phone number of joint venture:
4. Identify the firms which comprise the joint venture:
5. Describe the role of the MBE firm (if applicable) in the joint venture:
6. Provide a copy of the joint venture's written contractual agreement.
7. What is the claimed percentage of ownership and identify any MWBE partners (if
applicable)?
8. Ownership of joint venture: (This need not be filled in if described in the joint venture
agreement provided by question 6.)
(a) Profit and loss sharing:
(b) Capital contributions, including equipment:
(c) Other applicable ownership interests:
9. Control of and participation in this contract. Identify by name, race, sex, and "firm" those
individuals (and their titles) who are responsible for day-to-day management and policy decision
malting, including, but not limited to, those with prime responsibility for:
(a) Financial decisions:
Revised 7/21/04 FORM K-1
(b) Management decisions, such as:
(1) Estimating:
(2) Marketing and sales:
(3) Hiring and firing of management personnel:
(4) Purchasing of major items or supplies:
(c) Supervision of field operations:
NOTE: If, after filing this form and before the completion of the joint venture's work on
the subject contract, there is any significant change in the information submitted,
the joint venture must inform the County in writing.
Joint venture must be properly registered with the Florida Division of
Corporations before the contract award and the name of the Joint Venture must be
the same name used in the RFP Proposal.
AFFIDAVIT
"The undersigned swear or affirm that the foregoing statements are correct and include all
material information necessary to identify and explain the terms and operation of our joint
venture and the intended participation by each joint venturer in the undertaking. Further, the
undersigned covenant and agree to provide to the County current, complete and accurate
information regarding actual joint venture work and the payment therefore and any proposed
changes in any of the joint venture. Also permit authorized representatives of the county to audit
and examine records of the joint venture. Any material misrepresentation will be grounds for
terminating any contract which may be awarded and for initiating action under Federal or State
laws concerning false statements."
Name of Firm:
Signature:
Name:
Title:
Date:
Revised 7/21/04
FORM K-2
Name of Firm:
Signature:
Name:
Title:
Date:
Date
State of
County of
STATE OF FLORIDA
COUNTY OF )
AFFIDAVIT
ss:
The foregoing instrument was acknowledged before me by means of ❑ physical presence, or ❑
online notarization, this day of , 20_, by
[NAME OF PERSON], as
[TYPE OF AUTHORITY,... e.g. officer, trustee,
etc.)] for [NAME OF PARTY ON BEHALF OF WHOM
INSTRUMENT WAS EXECUTED].
❑ Personally Known; OR
❑ Produced Identification. Type of identification produced:
[CHECK APPLICABLE BOX TO SATISFY IDENTIFICATION REQUIREMENT OF FLA.
STAT. § 117.05]
Notary Public
My Commission Expires:
(Printed, typed or stamped commissioned
name of Notary Public)
FORM K-3
DRUG -FREE WORKPLACE FORM
The undersigned vendor, in accordance with Florida Statute 287.087, hereby certifies that
does:
Name of Proposer
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace
and specifying the actions that will be taken against employees for violations of such
prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's policy
of maintaining a drug -free workplace, any available drug counseling, rehabilitation,
employee assistance programs and the penalties that may be imposed upon employees for
drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that
are under bid a copy of the statement specified in Paragraph 1.
4. In the statement specified in Paragraph 1, notify the employees that, as a condition of
working on the commodities or contractual services that are under bid, the employee will
abide by the terms of the statement and will notify the employer of any convictions of, or
plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled
substance law of the United States or any state, for any violation occurring in the
workplace, no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance
or rehabilitation program, if such is available in the employee's community, by any
employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free work -place through
implementation of Paragraphs 1 through 5.
As the person authorized to sign this statement, I certify that this firm complies fully with the
above requirements.
Proposer's Signature:
Date:
IIM NO I I
LETTER OF INTENT
(VERIFICATION OF M/WBE UTILIZATION)
*INSTRUCTIONS* Proposers shall place the following on their letterhead, executed by their
authorized agent. Signed Letters of Intent must be submitted with the Proposal for each M/WBE
Subconsultant(s) listed by the Proposer on Form B, Project Team. If percentages or dollar values
listed on this agreement differ from percentages or dollar values listed on Form B and C of the
proposal, the values listed on this Letter of Intent will supercede for RFP scoring/evaluation.
The subcontract will reflect a 72 hour prompt payment clause.
Failure to complete and submit these forms may result in finding of the submittals non -responsive.
M/WBE Subconsultant
Certified Scope(s) of Work
Subcontract Percentage/Amount (ONLY USED TOWARDS MIWBE UTILIZATION)
I understand that I shall not be allowed to substitute or change subconsultants without prior written
approval of the Business Development Division. Such approval shall in no way relieve my
obligations pursuant to Orange County's M/WBE requirements and goals contained in the Orange
County Minority/Women Business Enterprise Ordinance, No. 94-02, as amended by Ordinance No.
2009-21 and any subsequent amendments.
Under penalty of perjury, I declare that I have read the foregoing and the facts stated in it are true.
False statements may result in criminal prosecution for a felony of the third degree as provided for
in Section 92.525(3), Florida Statutes.
I, ,(M/WBE Sub -Consultant) understand that "It is my
responsibility to submit the required quarterly M/WBE utilization reports to the Prime and the final
M/WBE payment verification form to the Business Development Division."
Failure to submit the required documents could negatively impact my M/WBE certification.
Authorized Agent of Prime Consultant
Printed Name & Title
Date
Authorized Agent of M/WBE Subconsultant Date
Printed Name & Title
M/WBE Address
Phone Number
Fax Number
FORM M-1
LETTER OF INTENT
(VERIFICATION OF SERVICE -DISABLED VETERAN UTILIZATION)
`INSTRUCTIONS* Proposers shall place the following on their letterhead, executed by their
authorized agent. Signed Letter must be submitted with the Proposal for each Registered Service -
Disabled Veteran Sub-consultant(s) listed by the Proposer of Form B, Project Team. If percentages
or dollar values listed on this agreement differ from percentages or dollar values listed on Form B and
C of the proposal, the values listed on this Letter of Intent will supersede for RFP scoring/evaluation.
The subcontract will reflect a 72 hour prompt payment cause.
Failure to complete and submit these forms may result in finding of the submittals non -responsive.
SDV Sub -consultant
Registered Scope(s) of Work
Subcontract Percentage/Amount (ONLY USED TOWARDS BONUS POINTS)
I understand that I shall not be allowed to substitute or change SubConsultants, without the express
prior approval of the Business Development Division. Such approval shall in no way relieve my
obligations pursuant to Orange County's Registered Service -Disable Veteran Business Program
requirements contained in the Orange County Ordinance, Orange County Code, Chapter 17, Article
III, Division 5.
Under penalty of perjury, I declare that I have read the foregoing and the facts stated in it are true.
False statements may result in criminal prosecution for a felony of the third degree as provided for in
Section 92.525(3), Florida Statutes.
Authorized Agent of Prime Consultant
Printed Name & Title
Authorized Agent of SDV Sub -consultant
Printed Name & Title
SDV Address
Phone Number
Fax Number
Date
Date
FORM M-2
Fof^ Staff Use Only:
Specific Project Expenditure Report (Revised November 5, 2010) Initially submitted on
For use as of March 1, 2011 Updated On
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
Case or Bid No. Y20-906 -RM
ORANGE COUNTY SPECIFIC PROJECT EXPENDITURE REPORT
This lobbying expenditure form shall be completed in full and filed with all application submittals.
This form shall remain cumulative and shall be filed with the department processing your application.
Forms signed by a principal's authorized agent shall include an executed Agent Authorization Form.
This is the initial Form:
This is a Subsequent Form:
Part I
Please complete all of the following:
Name and Address of Principal (legal name of entity or owner per Orange County tax rolls):
Name and Address of Principal's Authorized Agent, if applicable:
List the name and address of all lobbyists, consultants, contractors, subcontractors, individuals or business
entities who will assist with obtaining approval for this project. (Additional forms may be used as necessary.)
1. Name and address of individual or business entity:
Are they registered Lobbyist? Yes _ or No
2. Name and address of individual or business entity:
Are they registered Lobbyist? Yes _ or No
3. Name and address of individual or business entity:
Are they registered Lobbyist? Yes or No
4. Name and address of individual or business entity:
Are they registered Lobbyist? Yes or No
5. Name and address of individual or business entity:
Are they registered Lobbyist? Yes _ or No
6. Name and address of individual or business entity:
Are they registered Lobbyist? Yes _ or No
7. Name and address of individual or business entity:
Are they registered Lobbyist? Yes _ or No
8. Name and address of individual or business entity:
Are they registered Lobbyist? Yes or No
FORM N
PAGE 1 of 3
For Staff Use Only. -
Specific Project Expenditure Report (Revised November 5, 2010) Initially submitted on
For use as of March 1, 2011 Updated On
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
Case or Bid No. Y20-906 -RM
Company Name:
Part II
Expenditures:
For this report, an "expenditure" means money or anything of value given by the principal and/or his/her lobbyist
for the purpose of lobbying, as defined in section 2-351, Orange County Code. This may include public relations
expenditures including, but not limited to, petitions, fliers, purchase of media time, cost of print and distribution
of publications. However, the term "expenditure" does not include:
• Contributions or expenditures reported pursuant to chapter 106, Florida Statutes;
• Federal election law, campaign -related personal services provided without compensation by
individuals volunteering their time;
a Any other contribution or expenditure made by or to a political party;
• Any other contribution or expenditure made by an organization that is exempt from taxation
under 26 U.S.C. s. 527 or s. 501(c)(4), in accordance with s.112.3215, Florida Statutes; and/or
• Professional fees paid to registered lobbyists associated with the project or item.
The following is a complete list of all lobbying expenditures and activities (including those of lobbyists, contractors,
consultants, etc.) incurred by the principal or his/her authorized agent and expended in connection with the above -
referenced project or issue. You need not include de minimus costs (under $50) for producing or reproducing
graphics, aerial photographs, photocopies, surveys, studies or other documents related to this project.
Date of Name of Party Description of Activity Amount
Expenditure Incurring Paid
Expenditure
TOTAL EXPENDED THIS REPORT $
FORM N
PAGE 2 of 3
For Staff Use Only:
Specific Project Expenditure Report (Revised November 5, 2010) Initially submitted on
For use as of March 1, 2011 Updated On
CONTINUING WATER QUALITY PROFESSIONAL SERVICES
Case or Bid No. Y20-906 -RM
Company Name:
Part III
ORIGINAL SIGNATURE AND NOTARIZATION REQUIRED
I hereby certify that information provided in this specific project expenditure report is true and correct based on
my knowledge and belief. I acknowledge and agree to comply with the requirement of section 2-354, of the Orange
County code, to amend this specific project expenditure report for any additional expenditure(s) incurred relating to
this project prior to the scheduled Board of County Commissioner meeting. I further acknowledge and agree that
failure to comply with these requirements to file the specific expenditure report and all associated amendments may
result in the delay of approval by the Board of County Commissioners for my project or item, any associated costs
for which I shall be held responsible. In accordance with s. 837.06, Florida Statutes, I understand and acknowledge
that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the
performance of his or her official duty shall be guilty of a misdemeanor in the second degree, punishable as
provided in s. 775.082 or s. 775.083, Florida Statutes.
Date
Signature of n Principal or n Principal's Authorized Agent
(check appropriate box)
PRINT NAME AND TITLE:
STATE OF FLORIDA )
ss:
COUNTY OF 1
The foregoing instrument was acknowledged before me by means of ❑ physical presence, or ❑ online notarization, this day of
20, by [NAME OF PERSON], as
[TYPE OF AUTHORITY,... e.g. officer, trustee, etc.)] for
[NAME OF PARTY ON BEHALF OF WHOM INSTRUMENT WAS EXECUTED].
❑ Personally Known; OR
❑ Produced Identification. Type of identification produced:
[CHECK APPLICABLE BOX TO SATISFY IDENTIFICATION REQUIREMENT OF FLA. STAT. § 117.05]
Notary Public
My Commission Expires:
(Printed, typed or stamped commissioned name of Notary Public)
FORM N
PAGE 3 OF 3
FREQUENTLY ASKED QUESTIONS (FAQ) ABOUT THE SPECIFIC PROJECT
EXPENDITURE REPORT
Updated 3-1-11
WHAT IS A SPECIFIC PROJECT EXPENDITURE REPORT (SPR)?
A Specific Project Expenditure Report (SPR) is a report required under Section 2-354(b)
of the Orange County Lobbying Ordinance, codified at Article X of Chapter 2 of the
Orange County Code, reflecting all lobbying expenditures incurred by a principal and
his/her authorized agent(s) and the principal's lobbyist(s), contractor(s), subcontractor(s),
and consultant(s), if applicable, for certain projects or issues that will ultimately be
decided by the Board of County Commissioners (BCC).
Matteis specifically exempt from the SPR requirement are ministerial items, resolutions,
agreements in settlement of litigation matters in which the County is a party, ordinances
initiated by County staff, and some procurement items, as more fully described in 2.20 of
the Administrative Regulations.
Professional fees paid by the principal to his/her lobbyist for the purpose of lobbying need
not be disclosed on this form. (See Section 2-354(b), Orange County Code.)
WHO NEEDS TO FILE THE SPR?
The principal or his/her authorized agent needs to complete and sign the SPR and warrant
that the information provided on the SPR is true and correct.
A principal that is a governmental entity does not need to file an SPR.
HOW ARE THE KEY RELEVANT TERMS DEFINED?
Expenditure means "a payment, distribution, loan, advance, reimbursement, deposit, or
anything of value made by a lobbyist or principal for the purpose of lobbying. This may
include public relations expenditures (including but not limited to petitions, flyers,
purchase of media time, cost of print and distribution of publications) but does not
include contributions or expenditures reported pursuant to Chapter 106, Florida Statutes,
or federal election law, campaign -related personal services provided without
compensation by individuals volunteering their time, any other contribution or
expenditure made by or to a political party, or any other contribution or expenditure made
by an organization that is exempt from taxation under 26 U.S.C. s. 527 or s. 501(c)(4)."
(See Section 112.3215, Florida Statutes.) Professional fees paid by the principal to
his/her lobbyist for the purpose of lobbying are not deemed to be "expenditures." (See
Section 2-354, Orange County Code.)
Lobbying means seeking "to encourage the approval, disapproval, adoption, repeal,
rescission, passage, defeat or modification of any ordinance, resolution, agreement,
development permit, other type of permit, franchise, vendor, consultant, contractor,
recommendation, decision or other foreseeable action of the [BCC]," and "include[s] all
communications, regardless of whether initiated by the lobbyist or by the person being
lobbied, and regardless of whether oral, written or electronic." (See Section 2-351,
Orange County Code.) Furthermore, lobbying means communicating "directly with the
FORM N
FAQs
County Mayor, with any other member of the [BCC], or with any member of a
procurement committee." (See Section 2-351, Orange County Code.) Lobbying also
means communicating "indirectly with the County Mayor or any other member of the
[BCC]" by communicating with any staff member of the Mayor or any member of the
BCC, the county administrator, any deputy or assistant county administrator, the county
attorney, any county department director, or any county division manager. (See Section
2-351, Orange County Code.) Lobbying does not include the act of appearing before a
Sunshine Committee, such as the Development Review Committee or the Roadway
Agreement Committee other than the BCC.
Principal means "the person, partnership, joint venture, trust, association, corporation,
governmental entity or other entity which has contracted for, employed, retained, or
otherwise engaged the services of a lobbyist." Principcil may also include a person,
partnership, joint venture, trust, association, corporation, limited liability corporation, or
other entity where it or its employees do not qualify as a lobbyist under the definition set
forth in Section 2-351 of the Orange County Code but do perform lobbying activities on
behalf of a business in which it has a personal interest.
DOES THE SPR NEED TO BE UPDATED IF INFORMATION CHANGES?
Yes. It remains a continuing obligation of the principal or his/her authorized agent to
update the SPR whenever any of the information provided on the initial form changes.
WHERE DO THE SPR AND ANY UPDATES NEED TO BE FILED?
The SPR needs to be filed with the County Department or County Division processing the
application or matter. If and when an additional expenditure is incurred subsequent to the
initial filing of the SPR, an amended SPR needs to be filed with the County Department
or County Division where the original application, including the initial SPR, was filed.
WHEN DO THE SPR AND ANY UPDATES NEED TO BE FILED?
In most cases, the initial SPR needs to be filed with the other application forms. The SPR
and any update must be filed with the appropriate County Department or County Division
not less than seven (7) days prior to the BCC hearing date so that they may be
incorporated into the BCC agenda packet. (See Section 2-354(b), Orange County Code.)
When the matter is a discussion agenda item or is the subject of a public hearing, and any
additional expenditure occurs less than 7 days prior to BCC meeting date or updated
information is not included in the BCC agenda packet, the principal or his/her authorized
agent is obligated to verbally present the updated information to the BCC when the
agenda item is heard or the public hearing is held. When the matter is a consent agenda
item and an update has not been made at least 7 days prior to the BCC meeting or the
update is not included in the BCC agenda packet, the item will be pulled from the consent
agenda to be considered at a future meeting.
FORM N
FAQs
WHO WILL BE MADE AWARE OF THE INFORMATION DISCLOSED ON THE SPR
AND ANY UPDATES?
The information disclosed on the SPR and any updates will be a public record as defined by
Chapter 119, Florida Statutes, and therefore may be inspected by any interested person. Also, the
information will be made available to the Mayor and the BCC members. This information will
accompany the other information for the principal's project or item.
CONCLUSION:
We hope you find this FAQ useftil to your understanding of the SPR. Please be informed that in
the event of a conflict or inconsistency between this FAQ and the requirements of the applicable
ordinance governing specific project expenditure reports, the ordinance controls.
Also, please be informed that the County Attorney's Office is not permitted to render legal
advice to a principal, his/her authorized agent, or any other outside party. Accordingly, if after
reading this FAQ the principal, his/her authorized agent or an outside party has any questions,
he/she is encouraged to contact his/her own legal counsel.
FORM N
FAQS
OC CE FORM 2P
For Staff Use Only. -
Date Submitted
FOR PROCUREMENT -RELATED ITEMS (November 5, 2010) Date Updated
For use after March 1, 2011 RFP Number Y20-906 -RM
RELATIONSHIP DISCLOSURE FORM
FOR USE WITH PROCUREMENT ITEMS EXCEPT THOSE WHERE THE COUNTY
IS THE PRINCIPAL OR PRIMARY APPLICANT
For procurement items that will come before the Board of County Commissioners for final approval, this
form shall be completed by the bidder, offerer, quotes or respondent and shall be submitted to the
Procurement Division by the bidder, offerer, quoter or respondent.
In the event any information provided on this form should change, the applicant must file an amended
form on or before the date the item is considered by the appropriate board or body.
Part I
INFORMATION ON APPLICANT (BIDDER, OFFEROR, QUOTER,
PROPOSER, OR RESPONDENT):
Legal Name of Applicant:
Business Address (Street/P.O. Box, City and Zip Code):
Business Phone (
Facsimile (
INFORMATION ON APPLICANT'S AUTHORIZED AGENT, IF APPLICABLE:
(Agent Authorization Form also required to be attached)
Name of Applicant's Authorized Agent:
Business Address (Street/P.O. Box, City and Zip Code):
Business Phone (
Facsimile (
FORM O
PAGE 1 of 3
OC CE FORM 2P
For Staff Use Only:
Date Submitted
FOR PROCUREMENT -RELATED ITEMS (November 5, 2010) Date Updated
For use after March 1, 2011 RFP Number Y20-906 -RM
Company Name:
Part II
IS THE APPLICANT A RELATIVE OF THE MAYOR OR ANY MEMBER
OF THE BCC?
YES NO
IS THE MAYOR OR ANY MEMBER OF THE BCC THE APPLICANT'S
EMPLOYEE?
YES NO
IS THE APPLICANT OR ANY PERSON WITH A DIRECT BENEFICIAL
INTEREST IN THE OUTCOME OF THIS MATTER A BUSINESS
ASSOCIATE OF THE MAYOR OR ANY MEMBER OF THE BCC?
YES NO
If you responded "YES" to any of the above questions, please state with whom and
explain the relationship:
(Use additional sheets of paper if necessary)
FORM O
PAGE 2 of 3
OC CE FORM 2P
F07' Staff Use Only:
Date Submitted
FOR PROCUREMENT -RELATED ITEMS (November 5, 2010) Date Updated
For use after Mareh 1, 2011 RFP Number Y20-906 -RM
Company Name:
Part III
ORIGINAL SIGNATURE AND NOTARIZATION RE, QUIRED
I hereby certify that information provided in this relationship disclosure form is true and
correct based on my knowledge and belief. If any of this information changes, I further
acknowledge and agree to amend this relationship disclosure form prior to any meeting at
which the above -referenced project is scheduled to be heard. In accordance with s. 837.06,
Florida Statutes, I understand and acknowledge that whoever knowingly makes a false
statement in writing with the intent to mislead a public servant in the performance of his or her
official duty shall be guilty of a misdemeanor in the second degree, punishable as provided in
s. 775.082 or s. 775.083, Florida Statutes.
Date:
Signature of Applicant
Print Name and Title of Person completing this form:
STATE OF FLORIDA )
ss:
COUNTY OF 1
The foregoing instrument was acknowledged before me by means of ❑ physical presence, or ❑ online notarization, this
day of 20_5 by [NAME OF PERSON], as
[TYPE OF AUTHORITY,... e.g. officer, trustee, etc.)] for
[NAME OF PARTY ON BEHALF OF WHOM INSTRUMENT WAS
EXECUTED].
❑ Personally Known; OR
❑ Produced Identification. Type of identification produced:
[CHECK APPLICABLE BOX TO SATISFY IDENTIFICATION REQUIREMENT OF FLA. STAT. § 117.05]
Notary Public
My Commission Expires:
(Printed, typed or stamped commissioned name of Notary Public)
FORM O
PAGE 3 of 3
OUNI
"RAN, E
AGENT AUTHORIZATION FORM
I CyFOR PROCUREMENTS IN ORANGE COUNTY, FLORIDA
GOVERNMENT
/WE, (PRINT PROPOSER NAME
DO
HEREBY AUTHORIZE TO ACT AS MY/OUR AGENT (PRINT AGENT'S NAME,
, TO EXECUTE ANY PETITIONS OR OTHER DOCUMENTS
NECESSARY TO AFFECT THE CONTRACT APPROVAL PROCESS MORE SPECIFICALLY DESCRIBED AS
FOLLOWS, RFP NO. Y20-906-RM, CONTINUING WATER QUALITY PROFESSIONAL SERVICES, AND
TO APPEAR ON MY/OUR BEHALF BEFORE ANY ADMINISTRATIVE OR LEGISLATIVE BODY IN THE COUNTY
CONSIDERING THIS CONTRACT AND TO ACT IN ALL RESPECTS AS OUR AGENT IN MATTERS PERTAINING TO
THIS CONTRACT.
Date:
Signature of Proposer
STATE OF FLORIDA )
ss:
COUNTY OF )
The foregoing instrument was acknowledged before me by means of ❑ physical presence, or ❑ online notarization, this day of
20_, by [NAME OF PERSON], as
[TYPE OF AUTHORITY,... e.g. officer, trustee, etc.)] for
[NAME OF PARTY ON BEHALF OF WHOM INSTRUMENT WAS EXECUTED].
❑ Personally Known; OR
❑ Produced Identification. Type of identification produced:
[CHECK APPLICABLE BOX TO SATISFY IDENTIFICATION REQUIREMENT OF FLA. STAT. §117.05]
Notary Public
My Connnission Expires:
(Printed, typed or stamped commissioned name of Notary Public)
FREQUENTLY ASKED QUESTIONS (FAQ)
ABOUT THE
RELATIONSHIP DISCLOSURE FORM
Updated 6-28-11
WHAT IS THE RELATIONSHIP DISCLOSURE FORM?
The Relationship Disclosure Form (form OC CE 2D and form OC CE 2P) is a form created pursuant to
the County's Local Code of Ethics, codified at Article XIII of Chapter 2 of the Orange County Code, to
ensure that all development -related items and procurement items presented to or filed with the County
include information as to the relationship, if any, between the applicant and the County Mayor or any
member of the Board of County Commissioners (BCC). The form will be a part of the backup
information for the applicant's item.
WHY ARE THERE TWO RELATIONSHIP DISCLOSURE FORMS?
Form OC CE 2D is used only for development -related items, and form OC CE 2P is used only for
procurement -related items. The applicant needs to complete and file the form that is applicable to his/her
case.
WHO NEEDS TO FILE THE RELATIONSHIP DISCLOSURE FORM?
Form OC CE 2D should be completed and filed by the owner of record, contract purchaser, or authorized
agent. Form OC CE 2P should be completed and filed by the bidder, offeror, quoter, or respondent, and,
if applicable, their authorized agent. In all cases, the person completing the form must sign the form and
warrant that the information provided on the form is true and correct.
WHAT INFORMATION NEEDS TO BE DISCLOSED ON THE RELATIONSHIP
DISCLOSURE FORM?
The relationship disclosure form needs to disclose pertinent background information about the applicant
and the relationship, if any, between, on the one hand, the applicant and, if applicable, any person
involved with the item, and on the other hand, the Mayor or any member of the BCC.
In particular, the applicant needs to disclose whether any of the following relationships exist: (1) the
applicant is a business associate of the Mayor or any member of the BCC; (2) any person involved with
the approval of the item has a beneficial interest in the outcome of the matter and is a business associate
of the Mayor or any member of the BCC; (3) the applicant is a relative of the Mayor or any member of
the BCC; or (4) the Mayor or any member of the BCC is an employee of the applicant. (See Section 2-
454, Orange County Code.)
HOW ARE THE KEY RELEVANT TERMS DEFINED?
Applicant means, for purposes of a development -related project, the owner, and, if applicable, the
contract purchaser or owner's authorized agent. Applicant means, for purposes of a procurement item,
the bidder, offeror, quoter, respondent, and, if applicable, the authorized agent of the bidder, offeror,
quoter, or respondent.
Business associate means any person or entity engaged in or carrying on a business enterprise with a
public officer, public employee, or candidate as a partner, joint venture, corporate shareholder where the
shares of such corporation are not listed on any national or regional stock exchange, or co-owner of
property. h1 addition, the term includes any person or entity engaged in or carrying on a business
enterprise, or otherwise engaging in common investment, with a public officer, public employee, or
candidate as a partner, member, shareholder, owner, co-owner, joint venture partner, or other investor,
whether directly or indirectly, whether through a Business Entity or through interlocking Parent Entities,
Subsidiary Entities, or other business or investment scheme, structure, or venture of any nature. (See
Section 112.312(4), Florida Statutes, and Section 2-452(b), Orange County Code.)
Form O
FAQS
Employee means any person who receives remuneration from an employer for the performance of any
work or service while engaged in any employment under any appointment or contract for hire or
apprenticeship, express or implied, oral or written, whether lawfully or unlawfully employed, and
includes, but is not limited to, aliens and minors. (See Section 440.02(15), Florida Statutes.)
Relative means an individual who is related to a public officer or employee as father, mother, son,
daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-
law, son-in-law, daughter-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson,
stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, great grandparent, grandchild,
great grandchild, step grandparent, step great grandparent, step grandchild, step great grandchild, person
who is engaged to be married to the public officer or employee or who otherwise holds himself or herself
out as or is generally known as the person whom the public officer or employee intends to marry or with
whom the public officer or employee intends to form a household, or any other natural person having the
same legal residence as the public officer or employee. (See Section 112.312(21), Florida Statutes.)
DOES THE RELATIONSHIP DISCLOSURE FORM NEED TO BE UPDATED IF
INFORMATION CHANGES?
Yes. It remains a continuing obligation of the applicant to update this form whenever any of the
information provided on the initial form changes.
WHERE DO THE RELATIONSHIP DISCLOSURE FORM AND ANY SUBSEQUENT
UPDATES NEED TO BE FILED?
For a development -related item, the Relationship Disclosure Form and any update need to be filed with
the County Department or County Division where the applicant filed the application. For a procurement
item, the Relationship Disclosure Form and any update need to be filed with the Procurement Division .
WHEN DO THE RELATIONSHIP DISCLOSURE FORM AND ANY UPDATES NEED TO BE
FILED?
In most cases, the initial form needs to be filed when the applicant files the initial development -related
project application or initial procurement -related forms. However, with respect to a procurement item, a
response to a bid will not be deemed unresponsive if this form is not included in the initial packet
submitted to the Procurement Division .
If changes are made after the initial filing, the final, cumulative Relationship Disclosure Form needs to
be filed with the appropriate County Department or County Division processing the application not less
than seven (7) days prior to the scheduled BCC agenda date so that it may be incorporated into the BCC
agenda packet. When the matter is a discussion agenda item or is the subject of a public hearing, and an
update has not been made at least 7 days prior to BCC meeting date or is not included in the BCC agenda
packet, the applicant is obligated to verbally present such update to the BCC when the agenda item is
heard or the public hearing is held. When the matter is a consent agenda item and an update has not been
made at least 7 days prior to the BCC meeting or the update is not included in the BCC agenda packet,
the item will be pulled from the consent agenda to be considered at a future meeting.
WHO WILL REVIEW THE INFORMATION DISCLOSED ON THE RELATIONSHIP
DISCLOSURE FORM AND ANY UPDATES?
The information disclosed on this form and any updates will be a public record as defined by Chapter
119, Florida Statutes, and may therefore be inspected by any interested person. Also, the information
will be made available to the Mayor and the BCC members. This form and any updates will accompany
the information for the applicant's project or item.
Form O
FAQS
However, for development -related items, if an applicant discloses the existence of one or more of the
relationships described above and the matter would normally receive final consideration by the
Concurrency Review Committee or the Development Review Committee, the matter will be directed to
the BCC for final consideration and action following committee review.
CONCLUSION:
We hope you find this FAQ useful to your understanding of the Relationship Disclosure Form. Please be
informed that if the event of a conflict or inconsistency between this FAQ and the requirements of the
applicable ordinance or law governing relationship disclosures, the ordinance or law controls.
Also, please be informed that the County Attorney's Office is not permitted to render legal advice to an
applicant or any other outside party. Accordingly, if the applicant or an outside party has any questions
after reading this FAQ, he/she is encouraged to contact his/her own legal counsel.
Form O
FAQS
Contract Y20-906-RM
NAME OF CONSULTANT:
as "Consultant")
(referred to herein
The undersigned does hereby certify that the above named consultant:
1. Is registered and is using the E-Verify system; or
2. Does not have any employees and does not intend to hire any new employees
during the period of time that the consultant will be providing services under the
contract and consequently is unable to register to use the E-Verify system; or
3. Employs individuals that were hired prior to the commencement of providing
labor on the contract and does not intend to hire any new employees during the
period of time that the contractor will be providing labor under the contract, and
consequently is unable to use the E-Verify system.
The undersigned acknowledges the use of the E-Verify system for newly hired
employees is an ongoing obligation for so long as the Consultant provides labor under
the contract and that the workforce eligibility of all newly hired employees will be
properly verified using the E-Verify system.
In accordance with Section 837.06, Florida Statutes, Consultant acknowledges
that whoever knowingly makes a false statement in writing with the intent to
mislead a public servant in the performance of his or her official duties shall be
guilty of a misdemeanor in the second degree, punishable as provided in Section
775.082 or Section 775.083, Florida Statutes.
` •. ► EvolO
FORM P
DISLOCATED WORKERS
PROPOSED HIRING INFORMATION
Section L• To be Submitted with Proposal
Firm:
Address:
Phone Number:
Email Address:
Number of Individuals to be Hired:
Signature of Authorized Representative of Above Firm:
Printed Name:
Section II: For CareerSource Central Florida Use Only (To be Completed After Contract
Award
Verification: I certify that the above individuals are dislocated workers
Individual Complete Name:
1. 2.
3. 4.
*5. *6.
CareerSource Central Florida
390 North Orange Avenue, Suite 700
Orlando, Florida 32805
(407) 531-1222
Signature:
Printed Name:
Date:
*CareerSource Participants who do not meet specific job qualifications
FORM WR
LEASED EMPLOYEE AFFIDAVIT
I affirm that an employee leasing company provides my workers' compensation coverage. I
further understand that my contract with the employee leasing company limits my workers' compensation
coverage to enrolled worksite employees only. My leasing arrangement does not cover un-enrolled
worksite employees, independent contractors, uninsured sub -contractors or casual labor exposure.
I hereby certify that 100% of my workers are covered as worksite employees with the
employee leasing company. I certify that I do not hire any casual or uninsured labor outside the
employee leasing arrangement. I agree to notify the County in the event that I have any workers not
covered by the employee leasing workers' compensation policy. In the event that I have any workers
not subject to the employee leasing arrangement, I agree to obtain a separate workers' compensation
policy to cover these workers. I further agree to provide the County with a certificate of insurance
providing proof of workers' compensation coverage prior to these workers entering any County jobsite.
I further agree to notify the County if my employee leasing arrangement terminates with the
employee leasing company and I understand that I am required to furnish proof of replacement workers'
compensation coverage prior to the termination of the employee leasing arrangement.
I certify that I have workers' compensation coverage for all of my workers through the employee
leasing arrangement specified below:
Name of Employee Leasing Company:
Workers' Compensation Carrier:
A.M. Best Rating of Carrier:
Inception Date of Leasing Arrangement:
I further agree to notify the County in the event that I switch employee -leasing companies. I
recognize that I have an obligation to supply an updated workers' compensation certificate to the County
that documents the change of carrier.
Name of Contractor:
Signature of Owner/Officer:
Title: Date:
SAMPLE DO NOT USE
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
CG20100413
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s):
Orange County, Florida
c/o Procurement Division
400 E. South Street
Orlando, FL 32801
Information required to complete this Schedule, if not shown above, will be shown in the Declarations. I
A. Section 11— Who is An Insured is amended
to
include as an additional insured the person(s) or
organizations(s) shown in the Schedule, but only
with respect to liability for "bodily injury", "property
damage" or "personal and advertising injury"
caused, in whole or in part, by:
1. In performance of your ongoing operations; or
2. In connection with your premises owned by or
rented to you.
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted by
law; and
2. If coverage provided to the additional insured
is required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
B. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III -Limits of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the
applicable Limits of Insurance shown in the
Declarations.
CG 20 26 04 13 @Insurance Services Office, Inc., 2012 Page 1 of 1
E► 1
POLICY NUMBER:
COMMERCIAL GENERAL LIABILITY
CG 24 04 0509
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
WAIVER OF TRANSFER OF RIGHTS OF
RECOVERY
This endorsement modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
Orange County, Florida
c/o Procurement Division
400 E. SOUTH STREET
ORLANDO, FL 32801
(Information required to complete this Schedule, if not shown above, will be shown in the Declarations.)
The following is added to Paragraph 8, Transfer of Rights of Recovery Against Others To Us of
Section IV — Conditions:
We waive any right to recovery we may have against the person or organization shown in the
Schedule above because of payments we make for injury or damage arising out of your
ongoing operations or "your work" done under a contract with that person or organization and
included in the "Products -completed operations hazard". This waiver applies only to the person
or organization shown in the Schedule above.
CG 24 04 05 09 @Insurance Services Office, Inc., 2008 Page 1 of 1
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13
(Ed. 4-84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an injury covered by this policy.
We will not enforce our right against the person or organization named in the Schedule. (This
agreement applies only to the extent that you perform work under a written contract that requires you
to obtain this agreement from us.)
This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule.
Schedule
Name of Person or Organization:
Orange County, Florida
c/o Procurement Division
400 E. SOUTH STREET
ORLANDO, FL 32801
This endorsement changes the policy to which it is attached and is effective on the date issued
unless otherwise stated.
(The information below is required only when this endorsement is issued subsequent to preparation
of the policy.)
Endorsement
No.
Insured
Insurance Company
by
WC 00 03 13
Effective Policy No. Endorsement
© 1983 National Council on Compensation Insurance, Inc.
Countersigned