Loading...
HomeMy WebLinkAboutItem 04 Approval of Monitoring, Treatment, and Lake Planting to Improve Water Quality in Starke Lake and Lake Prima Vista City of Ocoee ▪ 1 N. Bluford Avenue ▪ Ocoee, Florida 34761 Phone: (407) 905-3100 ▪ www.ocoee.org STAFF REPORT Meeting Date: October 1, 2024 Item #: 4 Contact Name: Hseth Burch, Stephen Krug Department Director: Stephen Krug Contact Number: Ext. 7081, Ext. 6002 City Manager: Craig Shadrix Subject: Approval for Monitoring, Treatment, and Lake Planting to Improve Water Quality in Starke Lake and Lake Prima Vista. (Public Works Director Krug) Background Summary: As a co-permittee with Orange County under the same NPDES Multiple Separate Storm Sewer Systems (MS4) permit, on August 6, 2024, the City Commission approved the extension of piggybacking the County Contract for Continuing Water Quality Professional Services with WSP USA Environmental & Infrastructure, Inc (WSP). The county has now renewed this contract (Y23-905C) with new terms of service. The City’s previous contracting with WSP includes treatment of Lake Prima Vista, NPDES lake and outfall monitoring, lake vegetation inventory, Unity Park analysis, and MS4 reporting. The City has requested WSP to provide a lake-wide treatment and vegetation planting to improve water clarity within Starke Lake and Lake Prima Vista. The three-year treatment and lake plantings are part of the 4e Nutrient Reduction Plan established between the City, FDEP, and WSP for Starke Lake and Lake Prima Vista. Public Works recommends award of this work with WSP. Issue: Should the Honorable Mayor and City Commissioners approve a piggyback of the new Orange County Contract #Y23-905C for citywide water monitoring and to contract with WSP for Starke Lake and Lake Prima Vista treatment and planting? Recommendations: Staff recommends the Honorable Mayor and City Commissioners: 1. Approve the terms of piggyback of the new Orange County Continuing Water Quality Professional Services contract with WSP for the citywide water quality monitoring for as long as the County contract is valid. 2. Approve the annual contract with WSP for the three-year treatment and planting program for Stake Lake and Lake Prima Vista. 3. Authorize the City Manager to approve change orders to this contract up to the limit of his purchasing authority for each change order, and up to the budgeted amount for this project for all change orders. Attachments: 1. Staff Report Item #14- 08.06.2024 City of Ocoee ▪ 1 N. Bluford Avenue ▪ Ocoee, Florida 34761 Phone: (407) 905-3100 ▪ www.ocoee.org 2. Y23-905C Contract 3. Starke Treatment Proposal Revision 4. Lake Prima Vista Monitoring Yr5 Budget Proposal 5. Ocoee NPDES Monitoring YR5 prop Financial Impacts: The stormwater monitoring, reporting, treatment, and planting is adequately funded in FY2025 by the Public Works Stormwater Division from funds previously allocated to cover the proposed cost of $656,420.86. Staff anticipates requesting funding during the budget process for subsequent years. Type of Item: Consent City of Ocoee 1 N. Bluford Avenue Ocoee, Florida 34761 Phone: (407) 905-3100 www.ocoee.org STAFF REPORT Meeting Date: August 6, 2024 Item #: 14 Contact Name: Stephen Krug Department Director: Stephen Krug Contact Number: Ext. 6002 City Manager: Robert Frank Subject: Approval to Extend Existing Contract for Continuing Water Quality Professional Services. (Public Works Director Krug) Background Summary: The City entered into a contract with WSP, formerly Wood Environment & Infrastructure Solutions, Inc. WOOD), in 2019 to meet 1) the annual stormwater monitoring and reporting requirements set forth in our National Pollution Discharge Elimination System (NPDES) permit and 2) the 4e Nutrient Reduction Plan established between the City, FDEP, and WSP for Starke Lake and Lake Prima Vista. The City and the County are co-permittees under the same NPDES Multiple Separate Storm Sewer Systems (MS4) permit, so the Public Works Department elected to utilize the same contractor as the County for continuity by piggybacking off of the County’s contract with WSP; however, the current term of the County’s contract (Y20- 906C) has expired. Public Works is requesting Commission approval to extend the existing contract with WSP until such time as the new contract (Y23-905MB) is awarded, in order to provide continuity of monitoring of nine (9) lakes and four (4) major outfalls within the City. Public Works recommends approval of the extension as WSP continues to provide a proactive NPDES monitoring program. Issue: Should the Honorable Mayor and City Commissioners approve extending the existing contract for stormwater monitoring and reporting with WSP? Recommendations: Staff recommends the Honorable Mayor and City Commissioners approve to extend the existing stormwater monitoring and reporting contract with WSP, until such time as the new Orange County contract is executed, by which the City may then piggyback. Attachments: None Financial Impacts: The stormwater monitoring and reporting is adequately funded by the Public Works Stormwater Division. Type of Item: Consent C O N T R A C T Y23-905C 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: WSP USA ENVIRONMENT & INFRASTRUCTURE, INC. 301 EAST PINE STREET, SUITE 1020 ORLANDO, FL 32801 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. 16th July 24 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. II PAYMENT 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, 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. CONSULTANTS COMPETITIVE NEGOTIATION ACT 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 WSP USA Environment & Infrastructure, Inc. 2.69 2. Sub-Consultants Multiplier Barnes, Ferland & Associates, Inc. 2.82 DB Environmental Fixed Price Drummond Carpenter, PLLC 2.99 Eurofins TestAmerica Fixed Price Hydro Modeling, Inc. 2.42 Microbial Insights Fixed Price Southern Research Laboratories, Inc. Fixed Price Weck Laboratories, Inc. Fixed Price I. PRICE ADJUSTMENT: Written request for a price adjustment may be made only under the following conditions: i. 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. 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 $4,000,000. Each Task Authorization shall specifically indicate the project’s estimated construction cost. Task Authorizations issued for study activities may not exceed $500,000. 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. 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%. 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. I. 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. 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. 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 four additional one-year terms, not to exceed a total of five (5) 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. VIII TERM OF CONTRACT IX TERMINATION 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. 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. D.TERMINATION NOTICE 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.com/companysearch/ 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, TERMINATION FOR CONVENIENCE:B. 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 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 Vendor/Contractor/Consultant’s most recent audit or review of their organizational financial statements certified by a CPA. Compiled financial statements will not be accepted. 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, FL Risk Management Division 109 E. Church Street, Suite 200 Orlando, Florida 32801 INDEMNIFICATION- CONSULTANTS: 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: http://www.orangecountyfl.net/VendorServices/OrangeCountySafetyandHe althManual.aspx 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. The 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 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. I. 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. 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. 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. XV ASSIGNABILITY 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 SUBCONTRACTING AND 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 M/WBE 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 Consultant’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-consultants. 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 Consultant. 2. File copies of all executed subcontractor agreement/contracts between the prime and all M/WBE subconsultants on the project to Orange County Business Development Division one-time for the duration of the contract. 3. The awarded Prime Consultant shall furnish written documentation evidencing actual dollars paid to each subcontractor 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 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 Consultant 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 payment verification form 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 Consultant 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 Consultant shall execute renewals with all approved specified sub- contractors for the full duration of the contract. 9. 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. 10. The COUNTY may at its discretion require copies of subconsultants/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-Consultants certifying that a prompt payment clause has been included in that contract or purchase order. 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. XVII 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. XVIII 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. 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 ACTIONS/LIMITATION OF LIABILITY 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. XXI CONTROLLING LAWS 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. XXII 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. XXIII DISLOCATED WORKERS 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. 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 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. XXVI PROHIBITION AGAINST CONTINGENT 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 CAMPUS 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 DEBARMENT, SUSPENSION, INELIGIBILITY AND 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. 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. XXXI SEVERABILITY 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. XXXII PUBLIC RECORDS COMPLIANCE (APPLICABLE FOR SERVICE CONTRACTS) 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 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, 2nd Floor, Orlando, FL 32801 407-836-5897 PublicRecordRequest@ocfl.net WSP USA ENVIRONMENT & INFRASTRUCTURE, INC ORLANDO, FLORIDA ORANGE COUNTY, FLORIDA Carrie Mathes, MPA, CFCM, NIGP-CPP, CPPO, C.P.M., CPPB, APP, Manager, Procurement Division ___________________________________ Date: __________________________ Name Typed (for County use only) _________________________________ Title Christine Mehle, PE, CFM, ENV SP Vice President, Florida Water Lead 7.16.2024 EXHIBIT A SCOPE OF SERVICES EXHIBIT A SCOPE OF SERVICES PART I GENERAL INFORMATION A BACKGROUND: As a result of changes in land use, pollutant loads delivered to water bodies have demonstrably and continually increased. The Orange County Environmental Protection Division (Division) will utilize the scope of services described herein to achieve compliance under the Total Maximum Daily Load (TMDL) and National Pollutant Discharge Elimination System Municipal Separate Storm Sewer System (NPDES MS4) Permit regulatory programs, provide management of waterbodies for Municipal Services Taxing Units (MSTUs) or Municipal Services Benefit Units (MSBUs), and further the protection of water resources within Orange County. The Division will utilize data, information, recommendations, and conclusions originating from these services to develop non-structural Best Management Practices (BMPs), such as ordinances, policies, and programs, and structural BMP projects to recommend to the Board of County Commissioners (BCC) for implementation. B SCOPE: The Scope of Services herein includes professional services to implement water quality projects throughout Orange County. Orange County has implemented a phased approach to water quality restoration: assessment/monitoring, feasibility, design, and construction. Water quality restoration services may include the following project phases: • Assessments: the goal of the assessment is to characterize and evaluate current water quality, hydrologic conditions, and nutrient pollutant sources of a water body. Activities of the assessment are described in a report which may also propose a set of ranked structural and non-structural BMP projects intended to restore or maintain the water quality of the waterbody. These recommended concepts may result in subsequent feasibility studies that explore the constructability of the recommended BMP(s). • Feasibility Studies: feasibility studies evaluate the constructability and cost effectiveness of BMP projects and provide the necessary information to proceed to the BMP design phase. Data gaps remaining from the assessment phase may require monitoring, modeling, survey, geotechnical investigations, and/or ecological evaluations. refined BMP project footprints, pollutant reductions, and costs will be developed. The Feasibility phase may include assembling, submitting, and tracking environmental resource or other project- specific permits, property acquisition, defining easement requirements, input from adjacent landowners, operation and maintenance, wetland mitigation, ecological impacts, and assessment of potential flooding. • Performance Monitoring: performance monitoring projects may include monitoring of water quality parameters, velocity and discharge, mass removal, and/or other parameters of interest associated with institutional or engineered BMP projects or adjacent waterbodies to evaluate nutrient reduction performance from an upstream/downstream or waterbody loading perspective. Groundwater monitoring may also be required in the Performance Monitoring phase. • 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. C APPLICABLE DOCUMENTS: To assemble scientifically sound and defensible data, sample collection and analysis must be performed in accordance with Florida Department of Environmental Protection Standard Operating Procedures per Chapter 62-160, 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 performing analytical services for non-research related parameters 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 recoveries, method detection limits, practical quantitation limits, duplicate reproducibility, and 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 below 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 which the County wishes 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 pollutant data that describe sources and sinks within the study area, uses previously accepted models, contains basin-specific data, and may produce 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 for pollutant(s) of concern or priority of project for bacteria impairments. Descriptions of the BMPs shall include conceptual layouts and estimated costs 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 project specifics. The consultant will provide an agenda for the meeting, conduct the meeting, and submit a meeting summary. B. Review of Existing Data: this task includes procurement, review, and analysis of relevant prior studies and available data sources. The consultant may need to evaluate 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 may be compiled. C. Field Reconnaissance/Verification of Existing Data: this task may include office and field inspections to compare original model drainage conditions to present day field conditions. Field reconnaissance of proposed monitoring sites to determine access. Field recon to verify GIS feature layers of interest and further investigate possible sources of pollutants and bacteria. 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 within the contributing watershed. Adjust the watershed boundary based on existing stormwater infrastructure and drainage plans. E. Bathymetric Survey for Total Depth and Soft Sediment Depth: perform survey to estimate amount of lake water and muck volumes. F. Field Data Collection and Analysis: field data collection and analysis may occur in, but not be limited to, the water column, sediment column, stormwater, adjacent lands, groundwater, 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 from various environmental matrices at a frequency as required to accomplish and appropriately characterize locations identified in the project. 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. Use field and analytical data to identify episodic seasonal turnover and stratification, if present. Measurement of total and base flow in flowing waters. 2)Stormwater Runoff Monitoring: event grab or autosampler collection of water quality samples and/or velocity and discharge monitoring. 3)Groundwater Monitoring: seepage, recharge, or well data within or beneath the waterbody or the watershed. 4)Sediment Monitoring: pollutant concentrations, speciation of nutrient pollutants, internal recycling/flux analysis, and soil characteristics. 5)Biological Monitoring: analysis of existing flora and fauna, using generally accepted methodologies (Lake Vegetation Index (LVI), Stream Condition Index (SCI), 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 drain wells. 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 nutrient pollutant sources and sinks and allocate the loads among the sources and sinks (sub-basin level), identify unquantified nutrient loads and estimate their impact on the overall budget. Nutrient 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 natural sources, and background sources. I. 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 nutrient pollutant loads within the watershed, forecast changes in nutrient pollutant loading commensurate with proposed changes in land use, and estimate nutrient pollutant load reductions due to BMP projects. J. Interim and Final Meetings: preparation of agenda, presentation of data, meeting minutes, and/or attendance sheets, as applicable. Deliverables will be provided in PDF, PowerPoint, and/or Excel as appropriate. 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(s). Note that Board of County Commissioner meetings are open to public attendance and participation and subject to Florida’s Government-in-the-Sunshine law. 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 implement ability. 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 per year, pollutant removal costs in dollars per pound removed, recommended use of Best Management Practices and provide cost estimate for design and construction. Include consideration of wetlands and erosion. Alternatives should be evaluated and ranked based 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: summarize collected data and model results in text, tables, and figures. Provide conceptual project layouts and cost estimate tables. 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 (NAVD88). Text, tables, and calculations will be provided in Microsoft Word, Excel, or other source files. 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 10.7.1 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) digital copy, preferably PDF, of the final report or deliverable and supporting documentation/source files 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. The final report establishes the design objectives and design concept for the next phase of work. Design criteria, a preliminary estimate of cost and the project design, permitting and construction schedule shall be established. 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 may be held, public input taken and modifications made to the conceptual plan, as warranted. Potential required 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 project specifics. The consultant will provide an agenda for the meeting, conduct the meeting, and submit a meeting summary. 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 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 Hydrologic & Hydraulic Model Updates: evaluation of potential impacts of proposed projects to the watershed, including upstream flooding, change in maximum flow rate, land use change impacts, or other inputs that may affect a proposed pollutant removal project. F. BMP Permitting/Construction: 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, and construction costs should be identified and estimated. 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, and operation and maintenance needs and costs. 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. Agree on a project's conceptual design (modifying the conceptual design from the assessment as necessary), 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 all permits, modeling, GIS, and analytical data to support design. 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) digital copy, preferably PDF, of the final report or deliverable and supporting documentation/source files prior to payment of final invoice. 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, Best Management Action Plan (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: 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 project specifics. The consultant will provide an agenda for the meeting, conduct the meeting, and submit a meeting summary. 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 field chemistry, flow data, and analytical samples, and analysis of pollutants. D. Results: report field and analytical results using text, tables, and figures. E. Evaluation: estimation of influent and effluent loads, BMP mass reduction of pollutant and BMP pollutant removal efficiency, estimate of cost per pound of pollutant removed and cost per pound of pollutant removed per acre of watershed served. F. Report: report findings of analytical results and impact on proposed pollutant load reduction BMPs. 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) digital copy, preferably PDF, of the final report or deliverable and supporting documentation / source files prior to payment of final invoice. 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 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: 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 project specifics. The consultant will provide an agenda for the meeting, conduct the meeting, and submit a meeting summary. B. Review Existing Data and Identification of Data Gaps C. Supplemental Field Tasks D. 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. E. Services necessary to obtain operating permits, development and design of discharge monitoring plans and preparation of operating and staffing manuals. F. 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. H. Furnishing services of other independent professional or technical associates in such fields as biological assessment (LVI, SCI, or other) 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 to evaluate the accuracy and validity of reports, prior analyses, geodatabases and/or computer simulations provided to or by the County, 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 sub-basin 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. Review and analysis of data used to designate a water body as impaired by the Florida Department of Environmental Protection (FDEP). O. Necessary services to fulfill the conditions and requirements to comply with the FDEP TMDL program. Analyzing adopted or proposed TMDLs. P. Providing technical support within a BMAP area. Q. 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 with bid protests arising from technical specifications, re-bidding or re-negotiating contracts for construction, materials, equipment, or services. S. 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 and/or dashboard 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 provided by the existing infrastructure. AA. Preparation of manuals for projects and division operations (for example, operation and maintenance). BB. Preparation of presentations, figures and exhibits for projects and/or 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 Federal Emergency Management Act (FEMA) floodplain layer, and repetitive loss properties. EE. Services related to FEMA Community Rating System series 100 through 700. Services to include, but not limited to; public information, mapping and regulations, flood damage reduction, and warning and 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 drain well systems. This also includes continuous simulation analysis and evaluation of drain wells 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 drain wells 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. Services related to low impact development (LID), green infrastructure (GI) engineering, sustainability and resiliency design for stormwater systems. EXHIBIT B BILLABLE RATES AND MULTIPLIER PRIME CONSULTANT WSP USA ENVIRONMENT & INFRASTRUCTURE, INC. WSP USA Environment & Infrastructure Inc. As requested, the following is our information regarding overhead multipliers and personnel hourly rates for projects with Orange County. Base Rate 100% Overhead & Fringe Benefits 139.90% Subtotal 239.90% Profit (12%) 0.29 OVERALL MULTIPLIER 2.69 Individual classification for personnel hourly rates are as follows: Labor Category Classification Basic Hourly Overall Multiplier Billable Principal 111.45$ 2.69 299.46$ Senior Technical Specialist 97.19$ 2.69 261.14$ Senior Project Manager 87.56$ 2.69 235.25$ Project Manager 65.36$ 2.69 175.62$ Senior Civil Engineer 81.60$ 2.69 219.25$ Civil Engineer 62.65$ 2.69 168.32$ Junior Civil Engineer 41.73$ 2.69 112.12$ Senior Water Resource Engineer 81.90$ 2.69 220.04$ Water Resource Engineer 63.26$ 2.69 169.97$ Junior Water Resource Engineer 40.48$ 2.69 108.77$ Senior Environmental Engineer 79.29$ 2.69 213.03$ Environmental Engineer 62.73$ 2.69 168.53$ Junior Environmental Engineer 39.02$ 2.69 104.85$ Senior Geotechnical Engineer 86.26$ 2.69 231.76$ Geotechnical Engineer 65.53$ 2.69 176.07$ Junior Geotechnical Engineer 44.34$ 2.69 119.14$ Senior Environmental Scientist 61.23$ 2.69 164.53$ Environmental Scientist 44.99$ 2.69 120.89$ Junior Environmental Scientist 33.07$ 2.69 88.85$ Senior Geologist 56.55$ 2.69 151.94$ Geologist 43.42$ 2.69 116.66$ Junior Geologist 34.32$ 2.69 92.21$ Senior Planner 72.13$ 2.69 193.81$ Planner 49.10$ 2.69 131.92$ Junior Planner 37.93$ 2.69 101.91$ Senior Designer 69.23$ 2.69 186.01$ Designer 49.48$ 2.69 132.95$ Senior GIS Analyst/Specialist 67.09$ 2.69 180.25$ GIS Analyst/Specialist 49.77$ 2.69 133.73$ Junior GIS Analyst/Specialist 35.89$ 2.69 96.42$ Senior CAD Operator 60.03$ 2.69 161.29$ CAD Operator 37.63$ 2.69 101.11$ Senior Technician 49.22$ 2.69 132.25$ Technician 36.45$ 2.69 97.93$ Junior Technician 29.14$ 2.69 78.30$ Senior Construction Manager 70.04$ 2.69 188.20$ Construction Manager 56.86$ 2.69 152.78$ Senior Construction Inspection Technician 55.90$ 2.69 150.20$ Construction Inspection Technician 47.47$ 2.69 127.53$ Junior Construction Inspection Technician 32.13$ 2.69 86.32$ Surveyor 73.05$ 2.69 196.27$ Party Chief 33.85$ 2.69 90.94$ Survey Technician 26.16$ 2.69 70.28$ Procurement/Subcontract Administration 55.87$ 2.69 150.10$ Project Accountant 35.76$ 2.69 96.09$ Project Coordinator 30.78$ 2.69 82.71$ 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 Statues. (Printed name and Title) (Signature) (Date) &KULVWLQH0HKOH/RFDO%XVLQHVV/HDG -DQXDU\ Mehle, Christine (USCM717518) Digitally signed by Mehle, Christine (USCM717518) Date: 2024.01.26 16:32:06 -05'00' WATER Water Equipment Fee Schedule WSP USA Environment & Infrastructure Inc. Altamonte Springs, FL Water –Page 1 of 3 Equipment Unit Bill Rate 4 Wheel ATV Day(s) $ 150 Auto Sampler/1 Week Dura�on Week $ 240 Auto Sampler/1 Week Dura�on with telemetry Week $ 600 Auto Sampler/2-3 Week Dura�on Week(s) $ 210 Auto Sampler/2-3 Week Dura�on with telemetry Week(s) $ 450 Auto Sampler/4-11 Week Dura�on Week(s) $ 180 Auto Sampler/4-11 Week Dura�on with telemetry Week(s) $ 400 Auto Sampler/3 Month or greater Dura�on Month(s) $ 600 Auto Sampler/3 Month or greater Dura�on with telemetry Month(s) $ 1,200 Auto Sampler/8-11 Week Dura�on Week(s) $ 180 Backpack Sprayer Day(s) $ 42 Carolina Skiff (17') and Trailer Day(s) $ 300 Confined Space Equipment Week(s) $ 792 Confined Space Equipment Day(s) $ 240 CONSOL., UNDRAINED TRIAXIALTEST W/PORE PRESSURE MEASURE Each $ 210 CONSOLIDATION TEST, SQUARE ROOT OFTIME METHOD Each $ 540 Con�nuous Recording Staff Gauge Week $ 350 Digital Depth Finder Day(s) $ 79 Dissolved Oxygen Meter Day(s) $ 47 Double Ring Infiltromter Day(s) $ 30 Flux Core Incuba�on (does not include lab analyses or collec�on) Per Core $ 840 Foxboro OVA/PID Day(s) $ 150 Foxboro OVA/PID Week(s) $ 570 Generator Day(s) $ 79 Generator Monthly $ 270 Global Posi�oning System (GPS) Week(s) $ 450 Global Posi�oning System (GPS) Day(s) $ 132 GPR Survey Equipment Test(s) $ 540 GPS R.T.K. Posi�oning Data Day(s) $ 20 GPS R.T.K. Posi�oning Data Week(s) $ 139 Ground Water Sample Bailers (Decontaminated) Ea. $ 34 Shallow Groundwater Sampling Pump (with disposable Tubing for 1 well) Day(s) $ 79 Shallow Groundwater Sampling Pump (with Disposable Tubing for 1 well) Week(s) $ 216 Deep Groundwater Sampling Pump (with Disposable Tubing for 1 well) Day(s) $ 200 Deep Groundwater Sampling Pump (with Disposable Tubing for 1 well) Week(s) $ 800 Grunfos Sampling Pump Month(s) $ 1,140 Herbicide Gal(s) $ 14 Honda Water Pump (2") Day(s) $ 132 WATER Water Equipment Fee Schedule WSP USA Environment & Infrastructure Inc. Altamonte Springs, FL Water –Page 2 of 3 Hydrographic Survey Vessel & Equipment Day(s) $ 200 Infrared Thermography Day(s) $ 132 Inline 45 micron water filter Ea. $ 40 Inline 0.2 micron water filter Ea. $ 40 Jon Boat 16' 25 HP Motor and Trailer Day(s) $ 200 Kayak Day(s) $ 60 Kayak - Week Week(s) $ 180 Maintenance of Traffic (MOT) Day(s) $ 600 Metal Detector Day(s) $ 34 Metal Detector Week(s) $ 66 Microscope (Compound) Day(s) $ 34 Microscope (Compound) Week(s) $ 66 Mul�meter Hydrolab Surveyor 4 Day(s) $ 102 Mul�meter Hydrolab Surveyor 4 Week(s) $ 348 Mul�parameter - YSI556 Day(s) $ 102 Mul�parameter - YSI556 Week(s) $ 348 Mul�meter - ProDSS water quality meter Day(s) $ 156 Nuclear Densometer Day(s) $ 30 Nuclear Gauge Rental Monthly $ 240 Nuclear Gauge Rental Week(s) $ 120 Open Channel FlowMeter and Datalogger Week(s) $ 600 Peristal�c Pump Day(s) $ 60 Photo Vac OVA/PID Day(s) $ 79 Photo Vac OVA/PID Week(s) $ 288 Piston Tube Sampler Day(s) $ 30 Piston Tube Sampler Week(s) $ 120 Pore Pressure Probe Day(s) $ 47 Pore Pressure Probe Week(s) $ 144 Pre-Demo Survey (including Report Prepara�on) Ft2 $ 0 Pressure Transducer/Data Logger Day(s) $ 60 Pressure Transducer/Data Logger Week(s) $ 240 Pressure Transducer/Data Logger (Telemetry) Day(s) $ 150 Pressure Transducer/Data Logger (Telemetry) Week(s) $ 540 Rock Core Box Ea. $ 30 Sample Jars (Box of 12) Ea. $ 18 Sample Storage Ea. $ 144 Sandpipe Field Permeability Equipment Day(s) $ 30 Sandpipe Field Permeability Equipment Week(s) $ 120 Seepage Meter Ea. $ 600 WATER Water Equipment Fee Schedule WSP USA Environment & Infrastructure Inc. Altamonte Springs, FL Water –Page 3 of 3 So�-Dig Excava�on Unit Day(s) $ 480 Soil Auger Day(s) $ 30 Soil Auger Week(s) $ 120 Staff Gauges Ea. $ 34 FlowTracker2 Week(s) $ 358 FlowTracker2 Day(s) $ 132 Stream Flow Meter--Sontek RS5 (shipping costs not included) Day(s) $ 790 Stream Flow Meter--Sontek RS5 (shipping costs not included) Week(s) $ 2,200 Survey Equipment Day(s) $ 152 Terrestrial Laser Scanning Unit Day(s) $ 1,200 Temp, pH, Conduc�vity Meter Day(s) $ 34 Temp, pH, Conduc�vity Meter Week(s) $ 120 Tipping Bucket Rain Gauge Month(s) $ 60 Turbidity Meter, Digital (Portable) Hack 2100P Day(s) $ 36 Turbidity Meter, Digital (Portable) Hack 2100P Week(s) $ 120 Vacuum Pump Day(s) $ 79 Vacuum Pump Week(s) $ 276 Vane Shear Equipment Week(s) $ 120 Vane Shear Equipment Day(s) $ 34 VIBRATION MONITOR/DAY Day(s) $ 156 VIBRATION MONITOR/WEEK Week(s) $ 420 Water Level Indicator Day(s) $ 34 Water Level Indicator Week(s) $ 102 Weed Eater-Gas, Chain Saw Day(s) $ 34 Weed Eater-Gas, Chain Saw Week(s) $ 120 Laboratory Testing Fee Schedule WSP USA Environment & Infrastructure Inc. Altamonte Springs, Florida UNIT NAME PROCEDURE CLASSIFICATION SOILS FINER THAN #200 SIEVE ASTM D1140 PARTICLE SIZE ANALYSIS, SIEVE ANALYSIS WITH WASH #200 ASTM D6913 PARTICLE SIZE ANALYSIS, SIEVE ANALYSIS WITH WASH #200 or #230 HALF PHI ASTM D6913 SIZES W/O HYDROMETER PARTICLE SIZE ANALYSIS, SIEVE ANALYSIS WITH WASH #200 or #230 HALF PHI ASTM D7928, D6914 SIZES W/ HYDROMETER (Assumed Specific Gravity) PARTICLE SIZE ANALYSIS, SIEVE ANALYSIS WITH HYDROMETER (Assumed Specific ASTM D6913 & D7928 Gravity) PARTICLE SIZE ANALYSIS, SIEVE ANALYSIS WITH HYDROMETER AND SPECIFIC ASTM D6913, D7928, & D854 GRAVITY HYDROMETER ONLY ASTM D7928 LIQUID LIMIT, PLASTIC LIMIT, AND PLASTICITY INDEX ASTM D4318 MOISTURE CONTENT ASTM D2216 COMBINED ANALYSIS, MOISTURE CONTENT & % FINES ASTM D2216 and D1140 SOIL UNIT WEIGHT, WITH MOISTURE CONTENT ASTM D2937 and D2216 SPECIFIC GRAVITY ASTM D854 ORGANIC CONTENT ASTM D2974 SETTLING RATE USCOE Settling Rate Test Method CARBONATE CONTENT Tyler Twenholfer 1941 CARBONATE CONTENT ASTM D4373 VISUAL SHELL NON-ASTM SOIL pH ASTM D4972 or FM 5-550 SOIL SULFATE FDOT FM 5-553 SOIL CHLORIDE FDOT FM 5-552 SOIL RESISTIVITY FDOT FM 5-551 CORROSION SERIES (pH, Sulfates, Chloride, Resistivity) FDOT FM 5-550, 551,552 & 553 COMPACTION COMPACTION TEST, STANDARD PROCTOR ASTM D698 COMPACTION TEST, STANDARD PROCTOR W/ SIEVE ANALYSIS ASTM D698 COMPACTION TEST, MODIFIED PROCTOR ASTM D1557 COMPACTION TEST, MODIFIED PROCTOR W/ SIEVE ANALYSIS ASTM D1557 RELATIVE DENSITY, DRY METHOD (Maximum and Minimum) ASTM D4253 and D4254 RELATIVE DENSITY, WET METHOD AND DRY METHOD (MAXIMUM) AND DRY METHOD (MINIMUM) ASTM D4253 and D4254 RELATIVE DENSITY (Minimum Only) ASTM D4254 RELATIVE DENSITY, DRY METHOD (Maximum Only) ASTM D4253 RELATIVE DENSITY, WET METHOD (Maximum Only) ASTM D4253 CALIFORNIA BEARING RATIO (CBR), W/ STANDARD OR MODIFIED EFFORT (COE) ASTM D1883 LIMEROCK BEARING RATIO (LBR) FDOT FM 5-515 LIMEROCK BEARING RA TIO (LBR) W/ SIEVE ANALYSIS FDOT FM 5-515 SOIL STRENGTH UNCONSOLIDATED, UNDRAINED TRIAXIAL TEST, per specimen (One Confining ASTM D2850 Pressure UNCONSOLIDATED, UNDRAINED TRIAXIAL TEST (Three Confining Pressures) ASTM D2850 CONSOLIDATED, UNDRAINED TRIAXIAL TEST WITH/PORE PRESSURE MEASUREMENT, per specimen ASTM D4767 CONSOLIDATED, UNDRAINED TRIAXIAL TEST WITH/PORE PRESSURE MEASUREMENT (Three Conf Pressures) ASTM D4767 CONSOLIDATED, DRAINED TRIAXIAL TEST, per specimen CONSOLIDATED, DRAINED TRIAXIAL TEST (Three Confining Pressures) Geotech - Page 1 of 3 UOM RATE EACH $48.00 EACH $58.00 EACH $77.25 EACH $168.00 EACH $140.00 EACH $190.00 EACH $85.00 EACH $90.00 EACH $15.00 EACH $55.00 EACH $67.00 EACH $80.00 EACH $42.00 EACH $85.00 EACH $85.00 EACH $90.00 EACH $16.50 EACH $45.00 $68.00 $70.00 $81.00 EACH $180.00 EACH $130.00 EACH $172.50 EACH $130.00 EACH $172.50 EACH $165.00 EACH $165.00 EACH $69.00 EACH $85.00 EACH $115.00 EACH $360.00 EACH $310.00 EACH $350.00 EACH $165.00 EACH $450.00 EACH $165.00 EACH $900.00 EACH $165.00 EACH $515.00 Geotech Laboratory Testing Fee Schedule WSP USA Environment & Infrastructure Inc. Jacksonville, Florida UNIT NAME RE MOLD SPECIMEN FOR TRIAXIAL SHEAR, per specimen UNCONFINED COMPRESSIVE STRENGTH UNCONFINED COMPRESSIVE STRENGTH (Undisturbed Sample) UNCONFINED COMPRESSIVE STRENGTH (Remolded Sample) UNCONFINED COMPRESSIVE STRENGTH (Compacted Sample) DIRECT SHEAR (Three Loads) PERMEABILITY PERMEABILITY TEST, CONSTANT HEAD (SAND), per point (loose, medium, and max compaction) PERMEABILITY TEST, CONSTANT HEAD (SAND), per sample (percentage of max dry density required) PERMEABILITY TEST, CONSTANT HEAD (SAND), per point (6") PERMEABILITY TEST, FALLING HEAD (CLAY), Flexible Wall Permeameter REMOLD SPECIMEN CONSOLIDATION & SWELL SWELL OR SETTLEMENT POTENTIAL WITH UNIT WEIGHT, SPECIFIC GRAVITY, AND MOISTURE CONTENT REMOLDING FOR SWELL OR SETTLEMENT POTENTIAL TEST CONSOLIDATION TEST, SQUARE ROOT OF TIME METHOD (Up to 12 Loads) CONSOLIDATION TEST, LOG TIME METHOD (Up to 12 Loads) CONSOLIDATION TEST, ADDITIONAL LOAD INCREMENT REMOLDING SPECIMEN FOR CONSOLIDATION TEST CONCRETE COMPRESSIVE STRENGTH OF CORES COMPRESSIVE STRENGTH OF CYLINDERS SPLITTING TENSILE OF CONCRETE CYLINDERS SPLITTING CONCRETE CORE AND pH (Carbonation Testing of Freshly Broken Surface) ROCK PROCEDURE NA ASTM D2166 ASTM D2166 ASTM D2166 ASTM D2166 ASTM D3080 ASTM D2434 ASTM D2434 FDOT FM1-T215 ASTM D5084 NA ASTM D4546 ASTM D4546 ASTM D2435 ASTM D2435 ASTM D2435 ASTM D2435 ASTM C1604 & C39 ASTM C39 ASTM C496 N/A '''I ) UOM EACH $50.00 EACH $90.00 EACH $90.00 EACH $120.00 EACH $120.00 EACH $515.00 EACH $180.00 $220.00 EACH EACH $110.00 EACH $300.00 EACH $50.00 EACH $425.00 EACH $52.00 EACH $620.00 EACH $620.00 EACH $52.00 EACH $30.00 EACH $40.00 EACH $20.00 EACH $75.00 EACH $26.00 UNCONFINED COMPRESSIVE STRENGTH OF INTACT ROCK CORE ASTM D-7012 Method D w/o Option $95.00 A EACH SPLITTING TENSILE STRENGTH OF INTACT ROCK CORE ASTM D-3967 EACH $75.00 CUTTING CORES NA EACH $26.00 DENSITY OF ROCK CORE USCOE RTH 109 EACH $90.00 SOUNDNESS, SODIUM OR MAGNESIUM SULFATE (Up to 7 cycles) ASTM D5240 Rip Rap EACH $400.00 SOUNDNESS, MAGNESIUM SULFATE (Up to 5 cycles) ASTM D5240 Rip Rap EACH $360.00 L.A. ABRASION & crush rock ASTM C-131, C-535 EACH $300.00 WETTING AND DRYING ASTM D5313 EACH $500.00 FREEZING AND THAWING ASTM D5312 EACH $500.00 PETROGRAPHIC ASTM C295 EACH $1,500.00 CUTTING & CRUSHING ROCK CORES NA EACH $60.00 Unit Weight of Rock D2166 EACH $65.00 Geotech - Page 2 of 3 Laboratory Testing Fee Schedule WSP USA Environment & Infrastructure Inc. Jacksonville, Florida UNIT NAME AGGREGATE FLAT & ELONGATED PARTICLES CLAY LUMPS & FRIABLE PARTICLES LIGHTWEIGHT PIECES SIEVE ANALYSIS (Fine Aggregate) SIEVE ANALYSIS (Coarse Aggregate) SIEVE ANALYSIS (Coarse Aggregate) Aggregate from 3 inch to 5 inch SIEVE ANALYSIS (Fine and Coarse Aggregate) FRACTURED AND ANGULAR PIECES MOISTURE CONTENT ORGANIC IMPURITIES (Fine Aggregate) SPECIFIC GRAVITY AND ABSORPTION (Coarse Aggregate) SPECIFIC GRAVITY AND ABSORPTION (Fine Aggregate) UNIT WEIGHT L.A. ABRASION SOUNDNESS OF AGGREGATE BY USE OF SODIUM OR MAGNESIUM SULFATE (Five Cycles) CALCIUM CARBONATE PERCENT BY WEIGHT CARBONATES & ORGANIC MATTER IN LIMEROCK OTHER PRIORITY TESTING LOGGING VIBRACORE GRANULARMETRIC REPORT Geotech - Page 3 of 3 PROCEDURE ASTM D4791 ASTM C142 ASTM C123 ASTM C136 ASTM C136 ASTM C136 ASTM C136 / ASTM C117 ASDM D5821 ASTM D2216 / ASTM D4643 ASTM C40 ASTM C127 ASTM C128 ASTM C29 ASTM C131 / ASTM C535 ASTM C88 / AASHTO T104 ASTM D3042 FDOT FM 5-514 N/A USAGE NA '''I ) UOM EACH $160.00 EACH $155.00 EACH $155.00 EACH $61.75 EACH $77.25 EACH $125.00 EACH $90.00 EACH $155.00 EACH $25.00 EACH $60.00 EACH $90.00 EACH $80.00 EACH $56.75 EACH $280.00 EACH $360.00 EACH $90.00 EACH $90.00 EACH $77.25 FT $23.50 EACH $10.75 EXHIBIT B BILLABLE RATES AND MULTIPLIER SUB-CONSULTANT 1230 Hillcrest Street • Suite 100 • Orlando, Florida 32803 Office (407) 896-8608 • Fax (407) 896-1822 Re: BFA Fee Quotation Proposal Orange County Continuing Water Quality Professional Services Y23-905-MB 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: 100% Overhead & Fringe Benefits: 152% Subtotal: 252% Profit (12%): 0.30 Overall Multiplier: 2.82 Individual classifications for personnel hourly rates are as follows: Classification Raw Hourly Rate (Minimum) Overall Multiplier Billable Hourly Rate (Minimum) Principal Hydrogeologist $75.00 2.82 $211.50 Senior Water Resources Specialist $85.62 2.82 $241.45 Principal Engineer $72.00 2.82 $203.04 Senior Engineer $70.00 2.82 $197.40 Sr. Project Manager $70.00 2.82 $197.40 Project Manager $60.00 2.82 $169.20 Project Manager I $55.00 2.82 $155.10 Project Engineer V $50.00 2.82 $141.00 Project Engineer IV $45.00 2.82 $126.90 Project Engineer III $40.00 2.82 $112.80 Project Engineer II $38.00 2.82 $107.16 Project Engineer I $35.00 2.82 $98.70 Senior Designer $42.00 2.82 $118.44 CAD V $38.00 2.82 $107.16 CAD IV $35.00 2.82 $98.70 CAD III $30.00 2.82 $84.60 January 18, 2024 Page 2 CAD II $25.00 2.82 $70.50 CAD I $20.00 2.82 $56.40 GIS Tech III $40.00 2.82 $112.80 GIS Tech II $35.00 2.82 $98.70 GIS Tech I $30.00 2.82 $84.60 Hydrogeologist V $57.00 2.82 $160.74 Hydrogeologist IV $44.00 2.82 $124.08 Hydrogeologist III $40.00 2.82 $112.80 Hydrogeologist II $32.00 2.82 $90.24 Hydrogeologist I $26.00 2.82 $73.32 Environmental Scientist V $47.00 2.82 $132.54 Environmental Scientist IV $42.00 2.82 $118.44 Environmental Scientist III $38.00 2.82 $107.16 Environmental Scientist II $32.00 2.82 $90.24 Environmental Scientist I $24.00 2.82 $67.68 Field Technician IV $32.00 2.82 $90.24 Field Technician III $29.00 2.82 $81.78 Field Technician II $26.00 2.82 $73.32 Field Technician I $22.00 2.82 $62.04 Sr. Surveyor and Mapper $62.00 2.82 $174.84 Surveyor and Mapper $49.00 2.82 $138.18 Survey Technician $40.00 2.82 $112.80 2 Person Survey Crew $55.00 2.82 $155.10 3 Person Survey Crew $76.00 2.82 $214.32 Utility Coordinator $38.00 2.82 $107.16 SUE 2 Person Crew $56.00 2.82 $157.92 SUE 3 Person Crew $77.00 2.82 $217.14 Administrative Support III $37.00 2.82 $104.34 Administrative Support II $28.00 2.82 $78.96 Administrative Support I $20.00 2.82 $56.40 January 18, 2024 Page 3 Survey and Subsurface Utility Engineering Direct Costs Table Y23-904-ZR Description Units Minimum Billable Rate Utility Test Hole Excavation "Soft Dig" (Grass Dirt areas, etc.…) Each $650.00 Utility Test Hole Excavation "Hard Dig" (Concrete, Paved areas, etc.…) Each $850.00 Barnes, Ferland and Associates (BFA) Other Direct Costs Table Y23-904-ZR 2023 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 (8.5" 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 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 January 18, 2024 Page 4 Barnes, Ferland and Associates (BFA) Other Direct Costs Table Y23-904-ZR 2023 Description Units Unit Cost 1 Travel 2 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. 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, _________________________________ Willie E. Thomas, P.E. President 1/18/2024 Date Base Rate 100% Overhead & Fringe Benefits 195.42% Subtotal 295.42% Profit (12%)0.35 Overall Multiplier 3.31 -->Limit to 2.99 Senior Principal Engineer*$98.00 2.99 $293.02 Principal Engineer $89.78 2.99 $268.45 Senior Engineer/Scientist $64.90 2.99 $194.05 Project Engineer/Scientist II $53.04 2.99 $158.60 Project Engineer/Scientist I $42.40 2.99 $126.79 Staff Engineer/Scientist $36.13 2.99 $108.03 CAD/Designer $40.87 2.99 $122.19 Intern $25.87 2.99 $77.35 Administrative*$30.00 2.99 $89.70 Note: * denotes reduced Classification Basic Hourly Rate Under penalty of perjury, I declare that I have read the foregoing and the facts stated in it are true. False statements may result in criminal prosecution for a felony of the third degree as provided for in Section 92.525(3), Florida Statues. Chad Drummond, President Print Name, Title Signature March 27, 2024 Date Y23-905-MB Orange County Continuing Water Quality Professional Services Classification Basic Hourly Rate Overall Multiplier BillableLabor Category Description Financial Stmt Expense Unallowable Costs Reference Total % of Direct Labor Direct Labor 945,481$ -$ 945,481$ 100.00% INDIRECT COSTS Fringe Benefits: Total Fringe Benefits 297,477 (1,668) 295,809 31.29% General Overhead: Total General Overhead 1,671,931 (125,027) 1,546,904 163.61% Total Indirect Costs 1,969,408$ (126,695)$ 1,842,713$ 194.90% Facilities Capital Cost of Money 4,894$ 0.52% Overall Multiplier 295.42% DRUMMOND CARPENTER, PLLC Statement of Direct Labor, Fringe Benefits, and General Overhead For the Year Ended December 31, 2023 16 February 2024 Photocopies Units B/W Copies - 8.5" x 11"copy B/W Copies - 11" x 17"copy Color Copies - 8.5" x 11"copy Color Copies - 11" x 17"copy Scans Units Large Format - 24"x36"sheet Large Format - 36" x 48"sheet Full Size Plots Units Color Plots (up to 48" x 48")sq.ft B/W Plots (up to 48" x 48")sq. ft Gator Board (up to 48" x 48")sq. ft Miscellaneoue Reproduction Units Flash Drive/ USB Drive each Cloud Storage of Project Data month Report Binders up to 1.5"each Report Binders 2" - 3"each Report Binders 3"-4"each Courier and Delivery Units Delivery within Orange County delivery Delivery outside of Orange County delivery Field Expenses (Rates Based on Usage Time)Daily Weekly 4 Weeks Water Level Meter $40.00 $75.00 $190.00 Continuous Water Level Logger (e.g., In-Situ Troll 700)$130.00 $300.00 $800.00 Multiparameter Water Quality Meter with Flow Cell $225.00 $580.00 $1,350.00 Turbidity Meter $40.00 $110.00 $300.00 Consumable Field Sampling Supplies (gloves, tubing, etc)$50.00 N/A N/A Manual Tools (shovel, simple hand drill, post holer, etc.)$50.00 N/A N/A Stormwater Autosampler (ISCO 6712)N/A N/A $600.00 Rain Gage (ISCO)N/A N/A $325.00 Area Velocity Flow Module (ISCO 750)N/A N/A $325.00 ISCO Bubbler Flow Module (730)N/A N/A $325.00 Hydrologic Flow/ Stage Meter (ISCO 2150)N/A N/A $500.00 Datalogger, Controller (.e.,g Teledyne Signature)N/A N/A $300.00 Deployed Equipment Housing (e.g., for Autosampler)N/A N/A $150.00 GPS Unit (e.g., Geode)$350.00 $800.00 $1,850.00 Schonstedt Magnetic Pipe & Cable Locator $90.00 $275.00 $700.00 Mobile Data GIS Tablet (e.g., iPad Pro + accessories)$75.00 $150.00 $300.00 Peristalitc Pump $50.00 $115.00 $300.00 Trash Pump, 2"$100.00 $350.00 $700.00 Generator (battery charging)$200.00 $450.00 $1,150.00 Solar Panel 100-200W N/A N/A $80.00 Battery, Marine (w/charger)$40.00 $90.00 $225.00 Hand Auger $30.00 $70.00 $175.00 Rate per Unit $0.05 $0.10 $1.00 $2.00 Rate per Unit $30.00 $60.00 Rate per Unit $7.00 $1.00 REIMBURSEABLE EXPENSES Orange County Contract: Continuing Water Quality Professional Services Orange County Contract Number: Y23-905 $25.00 $30.00 Rate per Unit $25.00 $50.00 $14.00 Rate per Unit $20.00 $50.00 $20.00 1 AMS Split Core Sampler, 2" x 6" or 2" x 12"$50.00 $125.00 $350.00 Drainage Structure Inventory Tools (manhole key, etc.)$10.00 $25.00 $60.00 Field truck $125.00 N/A N/A Field Expenses (Rates Based on Usage Time)Daily Weekly 4 Weeks Row Boat with Trolling Motor $125.00 $260.00 $625.00 Pontoon Boat $350.00 N/A N/A SCUBA Diving Gear (per person)$125.00 N/A N/A Lake Seepage Meter N/A N/A $200.00 Passive Flux Meter (Multi-Sample, Multi-Parameter)N/A N/A $3,000.00 Pushpoint Pore Water Sampler $175.00 $525.00 $1,575.00 Multi-gas Monitor (O2/CO/CO2/PID)$110.00 $260.00 $890.00 Tripod Rescue System (tripod and winch)$200.00 N/A N/A Confined Space Blower $50.00 $140.00 $380.00 Full-Body Harness $25.00 N/A N/A Power Tool Set for Major Equipment Installation $100.00 $175.00 $275.00 Sontek FlowTracker Handheld ADV $275.00 $715.00 $1,550.00 Weather Station (e.g., Davis Pro)$75.00 $200.00 $550.00 Field Expenses (Miscellaneous)Units Field Sampling Filter (0.2/0.45 micron)each UAV (Drone) with Mounted Camera daily Mounting Pad (e.g., Hurricane Pad for Deployed Equipment)each Sediment Core Sampler daily Biobase Habitat Plus, w/ Instrument daily Rate per Unit $50.00 $650.00 $200.00 $25.00 $250.00 2 Erickson, Russell Eurofins Orlando 481 Newburyport Avenue Altamonte Springs, FL 32701 Mr. Craig Duxbury WSP USA Environment & Infrastructure Inc. 550 Northlake Blvd Suite 1000 Altamonte Spr, FL 32701 craig.duxbury@wsp.com Project: Orange County, Isotopes Quote Number: 67004240 - 2 5/21/2024 Prepared for: Prepared by: Date: Water - Bacteria TAT: 7_Days (Business Days) Matrix QuantityTest DescriptionMethod Unit ExtendedAnalyte PricePrice * $ 36.00Fecal Coliform $ 36.001Water- -Colilert-18 $ 36.00E. Coli $ 36.001Water- -9223B $ 36.00Enterococci$ 36.001Water- -Enterolert Total Water - Bacteria $ 108.00 Water - General Chemistries TAT: 7_Days (Business Days) Matrix QuantityTest DescriptionMethod Unit ExtendedAnalyte PricePrice * $ 40.00Total Organic Carbon $ 40.001Water- -SM 5310C Bromide $ 21.00Bromide, Chloride and SulfateWater 300.0 1 $ 21.00 Chloride $ 21.001 $ 21.00 Sulfate $ 21.001 $ 21.00 $ 18.00Total Suspended Solids $ 18.001Water- -SM 2540D $ 18.00Total Dissolved Solids $ 18.001Water- -SM 2540C $ 21.00Alkalinity$ 21.001Water- -SM 2320B $ 36.00Hardness as CaCO3 $ 36.001Water- -SM 2340B Aluminum $ 18.00Aluminum and IronWater 200.7 Rev 4.4 1 $ 18.00 Iron $ 18.001 $ 18.00 Total Water - General Chemistries $ 232.00 Water - Additional Chemistries TAT: 7_Days (Business Days) Issued on: 5/21/2024 Page 1 of 8 Erickson, Russell Eurofins Orlando 481 Newburyport Avenue Altamonte Springs, FL 32701 Mr. Craig Duxbury WSP USA Environment & Infrastructure Inc. 550 Northlake Blvd Suite 1000 Altamonte Spr, FL 32701 craig.duxbury@wsp.com Project: Orange County, Isotopes Quote Number: 67004240 - 2 5/21/2024 Prepared for: Prepared by: Date: Water - Nitrogen Series TAT: 7_Days (Business Days) Matrix QuantityTest DescriptionMethod Unit ExtendedAnalyte PricePrice * $ 24.00Nitrate + Nitrite Combined as NOX $ 24.00 1Water- -300.0 $ 30.00Ammonia as N $ 30.00 1Water- -350.1 $ 10.00Total Nitrogen Calculation (requires NO2+NO3+TKN)$ 10.00 1Water- -Total Nitrogen $ 10.00Total Organic Nitrogen Calculation (Requires TKN-NH3)$ 10.00 1Water- -Nitrogen,Org Total Water - Nitrogen Series $ 162.00 Water - "Isotopes"TAT:(to be analyzed by Isotech Laboratories Inc) 15_Days (Business Days) Matrix QuantityTest DescriptionMethod Unit ExtendedAnalyte PricePrice * $ 525.0015N/14N (d15N) and 18O/16O (d18O)$ 525.00 1Water- -Subcontract 1 Total Water - "Isotopes"$ 525.00 * See Footnotes in Detail Section **Quoted charges do not include sales tax. Applicable sales tax will be added to invoices where required by law. Issued on: 5/21/2024 Page 2 of 8 Method Test Description AnalyteMatrix* Orthophosphate as P $ 24.00 Color Water 180.1 - - $ 75.00 Turbidity - - 1- Total Water - Additional Chemistries $ 180.00 365.1 1 Water $ 36.00 Quantity Price SM 10200H Extended $ 75.00 Water 1 Water Water 365.1 - Low Level Phosphorus -1 $ 24.00 $ 24.00 1 Chlorophyll-a 2120B-2011 $ 21.00 Unit - $ 36.00 - - $ 21.00 Price $ 24.00 Water - Nitrogen Series TAT: 7_Days (Business Days) Analyte Quantity Price Price Water Unit* 351.2 Total Kjeldahl Nitrogen as TKN - - ExtendedMethodMatrixTest Description $ 40.00 Water Nitrate as N 1 1 $ 24.00 $ 40.00 $ 24.00 $ 24.00 1 300.0 Nitrate Nitrogen and Nitrite Nitrogen $ 24.00 Nitrite as N Erickson, Russell Eurofins Orlando 481 Newburyport Avenue Altamonte Springs, FL 32701 Mr. Craig Duxbury WSP USA Environment & Infrastructure Inc. 550 Northlake Blvd Suite 1000 Altamonte Spr, FL 32701 craig.duxbury@wsp.com Project: Orange County, Isotopes Quote Number: 67004240 - 2 5/21/2024 Prepared for: Prepared by: Date: PROJECT DETAILS The text for any footnote flags shown on the quote pricing page is shown below: - (1-L) of sample is required - no preservative - Must be shipped on ice or frozen - Hold Time - Ideally, the same day; however, if the samples are kept cold after collection (filtering is a plus) the suggested hold time is 4 weeks. It is recommended that some samples should be field filtered. This is to help minimize the bacterial reactions that could occur and effect the specific constituent of interest such as nitrates and sulfates. When the sample is field filtered using at least a <0.45 micron filter most of the solid particles and much of the bacteria are removed from the sample. The majority of bacteria in the groundwater adhere to particulate matter, so when you remove most of the particles from the water sample then you are removing most of the bacteria as well. Besides that, a lot of bacteria are actually larger than 0.45 microns so you are also removing microbes that are not adhering to the particles too. So, field filtering enhances the quality of the water sample, especially for analyses involving dissolved nitrate, dissolved sulfate, and DIC. Not all bacteria adhere to particulate matter, some may be free floating and thus it is also important to keep the samples cold from the point of taking the sample in the field to shipping the sample to the laboratory. Thus, both field filtering and keeping the samples cold in the field and during shipment are important for sample integrity. - The nitrate concentration is ran as a screen at the lab. This process is for the analyst and in house use only; thus, these concentrations are not reported. (NO Additional Cost) Footnotes Issued on: 5/21/2024 Page 3 of 8 Quote Other Charges 1 $5.00Total Other Charge $ 150.00 $ 0.00 Total Other Charges $ 5.00 Price $ 25.00 Shipping Charges to Isotope Tracer - $65 each (Waterloo, Ontario) Grand Total for Quote 67004240 $ 5.00 Price $ 50.00 $ 0.00 Total Analysis Charges Safe and Environmentally Responsible Waste Management (per sample) $ 0.00 0 $ 15.00 Extended $ 5.00 $ 0.00 Shipping Charges to Isotch Labs - $45 per sample (Champaign, Il) 0 0 Minimum Total Invoice per analytical receipt (for details see T&Cs)0 $ 1,207.00 $ 1,212.00 Unit rate - 0.45 Micron In-Line Filter; if needed Description Quantity Unit Erickson, Russell Eurofins Orlando 481 Newburyport Avenue Altamonte Springs, FL 32701 Mr. Craig Duxbury WSP USA Environment & Infrastructure Inc. 550 Northlake Blvd Suite 1000 Altamonte Spr, FL 32701 craig.duxbury@wsp.com Project: Orange County, Isotopes Quote Number: 67004240 - 2 5/21/2024 Prepared for: Prepared by: Date: •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 $15 each (three required per sample). Issued on: 5/21/2024 Page 4 of 8 Eurofins Southeast Ts&Cs Eurofins Environment Testing Southeast Business T&C Confidentiality - This quote has been prepared by Eurofins Environment Testing Southeast (EETSC), solely for the use of the customer to whom it is addressed in evaluating Eurofins Environment Testing Southeast's qualifications and capabilities in connection with a particular project. The user of this document agrees by its acceptance to return it to Eurofins Environment Testing Southeast 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, the submittal of samples will indicate acceptance of this quotation. Terms and Conditions - This quotation is based solely upon Eurofins Environment Testing Southeast'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 Environment Testing Southeast's Terms and Conditions unless alternative terms have been agreed to in writing. Submittal of samples will indicate acceptance of this quotation. Relinquishment of samples constitutes a valid purchase order from the client company to Eurofins Environment Testing Southeast, its affiliates, and subcontractors. It assigns standard terms and conditions of service. Eurofins Environment Testing Southeast standard payment terms are net 30 days upon credit approval if not approved payment upfront will be required. Eurofins Environment Testing Southeast will be liable only for the cost of samples and shall not assume any responsibility for any losses or expenses incurred by the client if such losses are due to circumstances beyond the control of Eurofins Environment Testing Southeast. 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 Environment Testing Southeast 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: Erickson, Russell Eurofins Orlando 481 Newburyport Avenue Altamonte Springs, FL 32701 Mr. Craig Duxbury WSP USA Environment & Infrastructure Inc. 550 Northlake Blvd Suite 1000 Altamonte Spr, FL 32701 craig.duxbury@wsp.com Project: Orange County, Isotopes Quote Number: 67004240 - 2 5/21/2024 Prepared for: Prepared by: Date: Courier Services and Sample Pick-Up - Courier Services are offered by some Eurofins Environment Testing Southeast 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 Environment Testing Southeast’s minimum charge is $150 for a group of samples received together for analysis. Our minimum invoice value is $150. These terms will be enforced unless previously negotiated in a contract. 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 4:00 PM will be considered received the next business day. • Expedited Turnaround Time: Expedited turnaround times may be available and must be 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 4:00 PM 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: - 4 Business Days TAT = 25% Issued on: 5/21/2024 Page 5 of 8 Field Preservation • 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. • • Shipping and coolers 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. Eurofins Environment Testing Southeast 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. • Disposable Core N’ One T-Handles are available at $15 each. •Eurofins Environment Testing Southeast does not supply EnCore T-Handles. Erickson, Russell Eurofins Orlando 481 Newburyport Avenue Altamonte Springs, FL 32701 Mr. Craig Duxbury WSP USA Environment & Infrastructure Inc. 550 Northlake Blvd Suite 1000 Altamonte Spr, FL 32701 craig.duxbury@wsp.com Project: Orange County, Isotopes Quote Number: 67004240 - 2 5/21/2024 Prepared for: Prepared by: Date: 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 Environment Testing Southeast has many EDD formats available to our clients including the most widely used commercial formats. Eurofins Environment Testing Southeast 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 $75/hour. PROJECT SPECIFICATIONS Cancellation Fee - A fee will be charged for the 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 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 $20 per sample, plus any applicable TerraCore/Encore/Specialty kit fees, which will be billed separately, including but not limited to canisters, flow regulators, low-level analysis, etc. 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 Issued on: 5/21/2024 Page 6 of 8 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 Environment Testing Southeast will provide two analytical report formats, a final report in PDF format and a standard Eurofins Environment Testing Southeast 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. - 3 Business Days TAT = 50% - 2 Business Days TAT = 75% - 1 Business Day TAT = 100% - Same Day TAT = 200% Erickson, Russell Eurofins Orlando 481 Newburyport Avenue Altamonte Springs, FL 32701 Mr. Craig Duxbury WSP USA Environment & Infrastructure Inc. 550 Northlake Blvd Suite 1000 Altamonte Spr, FL 32701 craig.duxbury@wsp.com Project: Orange County, Isotopes Quote Number: 67004240 - 2 5/21/2024 Prepared for: Prepared by: Date: Multiple Dilutions Analyzed - Eurofins Environment Testing Southeast 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 Environment Testing Southeast 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 Environment Testing Southeast 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 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 • Foreign Soil Fees Trip Blanks - Eurofins Environment Testing Southeast 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. Issued on: 5/21/2024 Page 7 of 8 These terms will be enforced unless previously negotiated in a contract. Matrix Spike/Spike Duplication (MS/MSD) Samples - When MS/MSDs are not specifically requested, Eurofins Environment Testing Southeast 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. 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. Erickson, Russell Eurofins Orlando 481 Newburyport Avenue Altamonte Springs, FL 32701 Mr. Craig Duxbury WSP USA Environment & Infrastructure Inc. 550 Northlake Blvd Suite 1000 Altamonte Spr, FL 32701 craig.duxbury@wsp.com Project: Orange County, Isotopes Quote Number: 67004240 - 2 5/21/2024 Prepared for: Prepared by: Date: Unless dictated by contract, this quotation is based on the scope of work defined in the quote request. 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 Environment Testing Southeast's Professional Rate Schedule. Taxes - Where reports are issued in or delivered to a state which assesses sales tax on Eurofins Environment Testing Southeast'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 Environment Testing Southeast. rev. 1/3/2022 Issued on: 5/21/2024 Page 8 of 8 at the time of sample collection. Laboratory analysis may result in a holding time exceedance qualifier. Network or Subcontract Labs - • Networking: Eurofins Environment Testing Southeast reserves the right to perform the services at any laboratory in the Eurofins Environment Testing Southeast network unless the Client has required a particular location for the work. • Subcontracting: Eurofins Environment Testing Southeast reserves the right to subcontract services ordered by the Client to another laboratory or laboratories, if, in Eurofins Environment Testing Southeast's sole judgment, it is reasonably necessary, appropriate, or advisable to do so. Eurofins Environment Testing Southeast will make every effort to notify the client prior to delivering samples to an out-of-network laboratory. Eurofins Environment Testing Southeast will in no way be liable for any subcontracted services (outside the Eurofins Environment Testing Southeast network) except for work performed at laboratories that have been audited and approved by Eurofins Environment Testing Southeast. Price Surcharge Due to Sample Volume - Field Parameters - pH, Temperature, and Dissolved Oxygen analyses, along with Residual Chlorine screening, are properly performed and treated in the field Client: Contact:Date Quoted: Quote ID: Cost Proposal WSP USA Environment & Infrastructure, Inc Q2024510.0001 05/10/2024Craig Duxbury Qty. Sampling Event: Analysis Per Sample Cost (USD)Extended Following is a table detailing the per sample cost based on the objectives for this study. 1 Water CENSUS-DNA (Human Associated Bacteroidetes--HF183)$330 CENSUS-DNA (Dog Bacteriodetes--DBACT)$90 CENSUS-DNA (Gull (Catellicoccus sp.)--GULL-CAT)$90 CENSUS-DNA (Ruminant associated Bacteroidetes--Rum2Bac)$90 CENSUS-DNA (Ruminant associated Bacteroidetes--BacR)$0 Sub-Total $600.00$600.00 Total of Items $600.00 Total Event Cost (USD):$600.00 Notes: *For all CENSUS (qPCR) analysis the 1st target is at the higher price than each additional target thereafter. Page 2 of 4 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. There is a $25/sample processing fee if samples are submitted on hold and are later canceled. 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. Filtration and Waste Fee Our lab prefers that water samples be collected using our Bio-Flo filters, which are provided free of charge and can be connected to a low-flow or bladder pump at your site. These filters easily collect and preserve microbial samples as well as decrease the overall shipping costs. We can also process samples collected in 1L polycarbonate bottles, but please note that submitting samples in 1L bottles will incur a $50 per sample filtration and waste fee. Report format and EDD This quote is for the standard MI report and standard MI EDD (when applicable). 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 III 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. Payment Terms Standard Payment terms are Net 30. If paying via Wire Transfer, please check with your financial institution to determine the fee they will charge you to perform the wire transfer. Please add this fee amount to the balance you owe Microbial Insights, Inc. when initiating payment via wire funds transfer so that your payment to us is not reduced by your bank’s outgoing wire fee. Page 3 of 4 279 Douglas Ave., Suite 1110 Altamonte Springs, Florida 32714 (407) 522-7100 Southern Research Laboratories, Inc 2024 Laboratory Rates Client: WSP Orange County Y24-906 Continuing Water Quality Laboratory Analysis All quotes are based on 7-10 business day turn-around Test Parameters Aqueous Non-Aqueous Antimony $15.00 $18.00 Arsenic $15.00 $18.00 Barium $15.00 $18.00 Beryllium $15.00 $18.00 Cadmium $15.00 $18.00 Chromium $15.00 $18.00 Chromium, Hexavalent (24hr Hold time) $40.00 NA Copper $15.00 $18.00 Lead $15.00 $18.00 Mercury $35.00 $45.00 Mercury Low Level Mercury (Hg), Water (1631) $125.00 NA Nickel $15.00 $18.00 Selenium $15.00 $18.00 Silver $15.00 $18.00 Thallium $15.00 $18.00 Zinc $15.00 $18.00 RCRA 8 Metals (As,Ba,Cd,Cr,Pb,Hg,Se,Ag) $135.00 $170.00 Micron Filters (1.0 Micron Groundwater Filter (each) $25.00 NA Volatile Organic Aromatics (VOAs) by GCMS $55.00 $60.00 Volatile Organic Halocarbons (VOHs) by GCMS $70.00 $75.00 VOAs/VOHs by GCMS $90.00 $95.00 Volatile Organic Compounds (VOCs) by GCMS $125.00 $130.00 1,4- Dioxane (Heated purge by 8260 SIM) $135.00 NA Semi-Volatile Organic Compounds (SVOCs) by GCMS $325.00 $330.00 Polynuclear Aromatic Hydrocarbons (PAH-SIM) by GCMS $110.00 $120.00 Total Petroleum Hydrocarbons (TPH) $85.00 $90.00 EDB (1,2-Dibromoethane) (8260SIIM) $60.00 $65.00 Oil and Grease (1664) $125.00 NA Organochlorine Pesticides (8081) $135.00 $140.00 PCBs (8082) $90.00 $95.00 279 Douglas Ave., Suite 1110 Altamonte Springs, Florida 32714 (407) 522-7100 Organophosphorus Pesticides (8141) $170.00 $175.00 Chlorophenoxy Herbicides (8151) $195.00 $200.00 Test Parameters Aqueous Non-Aqueous Alkalinity $26.50 NA Ammonia, Nitrogen $30.00 NA BOD5 (Short hold Time) $50.00 NA Chlorophyll-A $110.00 NA Chloride $25.00 NA COD $35.00 NA Coliform, Fecal (Short hold Time) $50.00 NA Coliform, Total (Short hold Time) $50.00 NA Color (Short hold Time) $25.00 NA Hardness, Total $42.00 NA Moisture Content NA $15.00 Nitrate (N03) (Short hold Time) $26.50 NA Nitrite (NO2) (Short hold Time) $26.50 NA Nitrate/Nitrite (NOX) $50.00 NA Nitrogen, Total $65.00 $70.00 Nitrogen, Organic Dissolved $65.00 NA Organic Content NA • $40.00 pH (Short hold Time) $15.00 $20.00 Phosphorus, Ortho (OP) (Short hold Time) $30.00 $35.00 Phosphorus, Total (TP) $30.00 $35.00 Phosphorus, Total (TP) LOW LEVEL $37.00 $40.00 Total Kjeldahl Nitrogen (TKN) $35.00 $40.00 Total Solids (TS) NA $25.00 Total Dissolved Solids (TDS) $25.00 NA Total Suspended Solids/Non-Filterable Residue (TSS) $25.00 NA Turbidity (Short hold Time) $25.00 NA Sediment Bulk Density NA $75.00 Sediment Density NA $75.00 Sulfate, $35.00 $40.00 Volatile Solids NA $30.00 TCLP Extraction (1311) NA $75.00 SPLP Extraction (1312) NA $75.00 SPLP 25g Encore (ZHE SPLP Encore Sampler) NA $25.00 AIR, Miscellaneous charges Volatile Organic Aromatics in Air by GCMS w/TLPH (EPA- 18) Collected in Tedlar bag (3 day holding time) Preferred No Friday samples $112.00 NA Extra Tedlar Bags $15.00 NA Environmental Impact Fee (Per work order) $15.00 $15.00 Sample Disposal Fees (Per sample) $3.00 $3.00 Analyte free DI Water per Liter $7.00 NA 279 Douglas Ave., Suite 1110 Altamonte Springs, Florida 32714 (407) 522-7100 Holds OR Cancellations are subject to a $7.00 fee per sample hold samples ~ not analyzed samples ($7 per hold) are charged a slight fee to cover time to prepare, to login, costs for labels, etc. $7.00 $7.00 Courier service (Local, per hour) $35.00 $35.00 Sample preparation (Homogenized) Misc. Matrices NA $25.00 • Assuming Organic Content is equivalent to TOC. If applicable, Scheduled Rushes are as follows 1 day 200%, 2 day 100% ,3 day 75% ,4 day 50% Short Hold times (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. Analytical Service Quotation Contact: Project: Phone: Address: Client Name: Printed: Effective: 1/18/2024 (407) 253-5438 WSP USA E&I Inc. - Altamonte Springs FL Orange County (FL) 5 year Contract 1/18/2024 Craig Duxbury 550 Northlake Blvd. Altamonte Springs, FL 32701 Description Qty TAT* Unit Price Extended Price Matrix: Water PPCPs - Caffeine by Isotope Dilution LCMSMS 1 25 $325.00 $325.00EPA 1694M PPCPs - Sucralose by Isotope Dilution LCMSMS 1 25 $325.00 $325.00EPA 1694M Additional Items (if requested or applicable, will be charged at listed rates) Return Shipping - Client Responsibility 1 $0.00 $0.00 Bid Total: $650.00 Comments Analyte MRL Units Sucralose 20 ng/l Caffeine 4.0 ng/l Director of Business Development Kimberly S. Banks Payment terms are NET 30 days from invoice date. New accounts require payment prior to the release of test results until a credit application has been approved. Weck Laboratories accepts credit card payments (VISA/Master Card, American Express). Credit application/credit card approval form and Weck Laboratories' terms & conditions can be found at www.wecklabs.com under Resources. Paperless reports (PDF) are included while mailed paper reports are available at additional cost. Method Reporting Limits (MRL) and Method Detection Limits (MDL) are based upon specified sample volume or weight. When matrix interferences are apparent, sample amounts may be reduced during the preparation step and/or may be diluted prior to analysis. This is done to reduce analytical interference and instrumental contamination and will result in elevated MRL/MDL on the test report. Afterhours fees apply to analytical processing that includes but is not limited to test set-up, extractions, digestions, transfers, analyses or readings. Special Courier Services afterhours, weekends, holidays, rush or large item transport are available on a per project quote basis. Field Services (courier or sampling) that are not cancelled 48 hours in advance are subject to charges covering travel and restocking expenses. Changes in analytical project requirements after work is underway in the lab or has been reported that necessitates re-analysis or re-processing of deliverables may incure additional fees. * Subject to Capacity Page 1 of 2Weck Laboratories, Inc. - Analytical Service Quotation - WSP USA E&I Inc. - Altamonte Springs FL - Orange County (FL) 5 year Contract Sampling Guide Amount Needed Hold (days)Analysis Method Container Preservation PPCPs - Isotope Dilution LCMSMS Matrix: Water PPCPs - List A by Isotope Dilution LCMSMS EPA 1694M 40-mL VOA Amb- NaN3(8mg), AA (4mg) <6°C, Sodium azide, Ascorbic Acid 21 40 mL PPCPs - List C by Isotope Dilution LCMSMS EPA 1694M 40-mL VOA Amb- NaN3(8mg), AA (4mg) <6°C, Sodium azide, Ascorbic Acid 21 40 mL Page 2 of 2Weck Laboratories, Inc. - Analytical Service Quotation - WSP USA E&I Inc. - Altamonte Springs FL - Orange County (FL) 5 year Contract EXHIBIT C TRAVEL AND SUBSISTENCE POLICY AND ALLOWANCES 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 $0.56 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 meals 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:1/22 WSP Environment & Infrastructure Solutions, Inc. 550 Northlake Blvd., Suite 1000 Altamonte Springs, FL 32701 T: 407-253-5438 www.WSP.com August 6, 2024 Hseth Burch, MS, EI, CFM Staff Engineer City of Ocoee Public Works Department 301 Maguire Road Ocoee, FL 34761 Via Email: hburch@ocoee.org Re: Starke Lake / Lake Prima Vista EutroSORB®G Treatment and Lake Plantings WSP Project No. 600449.24 Dear Mr. Burch: WSP Environment & Infrastructure, Inc (WSP) is pleased to provide the following proposal for the Starke Lake / Lake Prima Vista EutroSORB®G Treatment and Lake Plantings Project: INTRODUCTION The City has requested WSP provide a proposal for a lake-wide EutroSORB®G application and aquatic vegetation planting project aimed at inactivating sediment phosphorus, reducing algal growth, and improving water clarity within Starke Lake and Lake Prima Vista. This project was the top-ranked alternative proposed in the Starke Lake Assessment. This project is in support of the current Nutrient Reduction Plan (NRP) which the City of Ocoee (City) has developed to address the current nutrient impairments in Starke Lake and Lake Prima Vista. The Starke Lake / Lake Prima Vista NRP has been accepted by the Florida Department of Environmental Protection (FDEP) as an alternative to a State-imposed Total Maximum Daily Load. Unlike the Lake Prima Vista treatment project, this application project will not involve a preliminary application of aluminum sulfate (alum) to treat the water column so there will not be an immediate increase in water clarity. This will eliminate the potential for fish kills which are a common side effect of alum applications. EutroSORB®G works to reduce release of phosphorus from sediments which results in a gradual improvement in water clarity and reduction in algal growth. Over time, Page 2 this will support and stimulate growth of submerged aquatic vegetation which should further improve water quality conditions and provide fish habitat. The City has requested inclusion of beneficial native vegetation plantings to accelerate this process. This proposal includes the first of a three-year treatment program for both Starke Lake and Lake Prima Vista. EutroSORB®G will provide sediment phosphorus inactivation without decreasing pH or alkalinity (buffering capacity) and does not pose a risk for fish kills often associated with use of alum. EutroPhix is the exclusive distributor of EutroSORB®G in the United States and has a long working relationship with WSP as a sub-contractor for similar lake assessments in Lake Prima Vista, Lake Carlton, and Lake Jesup. EutroPhix is a division of SePRO which performed the Lake Prima Vista treatment application using Phoslock® which resulted in a significant decrease in total phosphorus concentration within Lake Prima Vista. EutroSORB®G is similar to Phoslock® but is more concentrated and requires half as much effort to apply since it requires half the amount of dry product. EutroSORB®G is a dry bentonite clay granule powder containing lanthanum (10% of product mass) to selectively bind free phosphate ions. EutroSORB®G is not a flocculent so its application has no direct impact on algae or other suspended particles that are abundant in Starke Lake and Lake Prima Vista. This property makes it very selective for preventing the release (flux) of orthophosphate from the sediment which feeds algae. Unlike alum, the selective nature of EutroSORB®G also leaves beneficial zooplankton in the water column where it continues to provide an important role in lake ecology. EutroSORB®G powder is prepared into a slurry by mixing dry product with water in a container and applying the slurry over the water surface. EutroSORB®G will cause an initial cloudy appearance to the water which will settle over time (generally less than 24 hours). TASK 1 - ATTEND PROJECT KICK-OFF MEETING WSP, EutroPhix, and Sea & Shoreline (responsible for plantings) will attend a project kickoff meeting with representatives of the City to review the scope of services, the project implementation plan, and the project schedule. TASK 2 – EUTROSORB®G APPLICATION AND MONITORING WSP will sub-contract with EutroPhix for the whole-lake EutroSORB®G application required for this project (both Starke Lake and Lake Prima Vista). EutroPhix three-year treatment quote is provided in Attachment 1. Please note this proposal is only for the first treatment. Additional treatments will require City approvals. Upon authorization from the City project manager, WSP will instruct EutroPhix to mobilize the application operation. One week prior to the EutroSORB®G application, WSP will collect water quality field parameters to include Secchi depth, pH, dissolved oxygen, temperature, specific conductance, and oxidation/reduction potential and surface water samples from Starke Lake and Lake Prima Vista. Water quality samples will be delivered to Southern Research Laboratories for analysis of the following parameters: Page 3 (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) Chl-a (8) TSS (9) Lanthanum (total) WSP anticipates EutroPhix will use the public boat ramp at Bill Breeze Park located on North Lakeshore Drive and staging areas adjacent to the ramp as shown in Figure 1. Contractors will work with WSP and the City to identify suitable locations for overnight storage of vehicles and trailers. Proposed staging areas for Lake Prima Vista are the same locations used for the previous Lake Prima Vista treatment project. The City will provide traffic and pedestrian control if necessary. The Starke Lake and Lake Prima Vista EutroSORB®G whole-lake application will require 58,638 pounds of product applied over approximately 5 days. WSP will perform a second round of water quality sampling including the parameters described above one day following application. WSP will collect a third set of field parameters and surface water quality samples for analyses as described above within one week following the completion of EutroSORB®G application. TASK 3 – SUBMERGED AQUATIC VEGETATION PLANTING AND MONITORING Water clarity is expected to increase gradually following EutroSORB®G treatment. Increased water clarity should provide better conditions for growth of submerged aquatic plants and, unfortunately, increases the potential for growth of nuisance vegetation including hydrilla. While some natural recruitment of native vegetation is expected, supplementing regrowth of beneficial vegetation can be assisted with plantings. Planting of beneficial native vegetation will help to stabilize lake sediments, provide habitat for sportfish, enhance ecological diversity, and limits the area available to nuisance vegetation like hydrilla. Plantings should be completed several months following the EutroSORB®G application to allow water quality improvements to take effect. The planting schedule will be determined based on discussions between WSP, Sea & Shoreline and the City. Approximately four acres of plantings will be permitted and completed by Sea & Shoreline within the general areas shown in Figure 2 (pending field verification) and according to the plan provided in Attachment 2. These areas were selected based on the City’s riparian property ownership and are assumed to have limited existing vegetation coverage. Actual conditions at the time of planting may necessitate relocation of the planting areas. Any change to planting areas will be coordinated with the City Project Manager. Planting time will require approximately one month. Sea & Shoreline will provide monitoring for 36 months following the initial plant acclimation period as stated in Attachment 2. All vegetation monitoring reports completed after 30 days following plantings will be submitted directly by Sea & Shoreline to the City Project Manager with a copy transmitted to WSP. Page 4 TASK 4 – PERMITTING, PROJECT MANAGEMENT, AND REPORTING As a result of the latest Federal action to reassign FDEP’s responsibility for 404 Dredge & Fill permitting to the United States Army Corps of Engineers (USACE), there is uncertainty regarding which agency will provide the permit or if the project is exempt from permitting since it will not occur over sovereign submerged lands. WSP will request a pre-application meeting with both USACE and FDEP to discuss the issue. If required, WSP will work with the City to submit appropriate permit applications. In addition, WSP understands that this project will require an individual Environmental Resource Permit (ERP) from FDEP. A similar ERP was obtained for Lake Prima Vista. WSP will assist the City with submittal of an ERP application and follow-up with FDEP. The permit applications will include a request for the proposed treatment as well as two subsequent treatments over three years (pending approval by City Council). Permits/exemptions for aquatic plantings will be obtained by Sea & Shoreline. WSP will provide oversight during the permitting process. WSP will provide project management and contractor coordination during all phases of the EutroSORB®G application operations which will consist of a monthly status memo and routine phone calls and/or emails describing progress. WSP will provide a final report summarizing the treatment and planting operations (up to one month after plantings) and the pre and post water quality conditions based on the three sets of water quality data described in Task 2. SCHEDULE, DELIVERABLE, & BUDGET WSP can commence work on the above scope of services immediately upon receipt of a purchase order. The application start date will be determined once WSP receives an ERP and Dredge & Fill permit/exemption, but it is anticipated that mobilization will begin within two weeks following receipt of the ERP and Dredge & Fill permit/exemption, weather permitting. Product application is expected to be complete within one month of mobilization. The final water quality sample will be collected within one week of the end EutroSORB®G application. WSP will submit the final report within one month following receipt of water quality sample report and completion of the 30-day post-planting monitoring event. Deliverables will consist of weekly progress report memos and a final summary report memo which will include all water quality analytical reports. The total time and materials budget for this project is not to exceed $499,518.52. The attached budget detail includes rates from WSP’s current Orange County Water Quality Monitoring Professional Services contract Y23-905C. The project will be invoiced monthly. WSP will not exceed the proposed total budget without advance approval from the City. This proposal is valid for 60 days. Page 5 Crissy Mehle, PE, CFM, ENV SP Vice President, Florida Water Lead Sincerely, WSP Environment & Infrastructure Solutions, Inc. Lance Lumbard Assistant Vice President / Water Quality Management Lead LL/CM:spp Attachments 1 Eutrophix Quotation 2 Sea and Shoreline Quotation 3 Southern Research Laboratory Quotation FIGURES FIGURES BUDGET Budget EutroPHIX 11550 N. Meridian Street, Suite 600 Carmel, Indiana 46032-4565 Quote (317) 580-8282 Document Date: March 25, 2024 Effective For: WSP Starke Lake and Lake Prima Vista, Florida Pricing Valid: March 25, 2024 - September 30, 2024 Item Year 1 Year 2 Year 3 Total Materials ($)193,506$ 199,311$ 205,290$ 598,107$ Application ($)35,460$ 36,525$ 37,650$ 109,635$ Monitoring ($)12,430$ 6,215$ 6,215$ 24,860$ Subtotal ($)241,396$ 242,051$ 249,155$ 3-Year Total ($) *prices exclude any applicable taxes, assuming tax exempt Terms:Due Net 60 Days Ordering Procedure: To accept this proposal please sign and date: Please contact Pamela Dugan for any questions: Phone:(317) 495-5657 E-mail:pamelad@eutrophix.com CONFIDENTIAL AGREEMENT - NOT FOR REPRODUCTION OR DISTRIBUTION 732,602$ Provide written communication of items, order date, shipping address, and billing address. P.O. Box 783549, Winter Garden, FL 34778 I seaandshoreline.com I 888-464-6991 Patented Aquatic Restoration Solutions Validated by Science May 31, 2024 Lance Lumbard MS, MBA, CLP Assistant Vice President / Water Quality Management Lead Robert Sheridan Consulting Environmental Scientist WSP Environmental Consulting Lance.Lumbard@wsp.com Robert.Sheridan@wsp.com RE: City of Ocoee – Starke Lake Planting Plan Scope of Work and Estimate Lance and Robert, Thank you for providing Sea & Shoreline the opportunity to provide a scope of work and cost estimate for submerged aquatic vegetation (SAV) planting as part of the City of Ocoee’s Starke Lake Restoration efforts. The following plan is designed to restore two native Florida macrophytes, Illinois Pondweed (Potamogeton illin oensis ) and Tape grass (Vallisneria americana), to Starke Lake following sediment nutrient inactivation efforts. If you have any questions regarding the proposal, please do not hesitate to reach out. Sincerely, Heather Herold Heather Herold Chief Sales & Marketing Officer/Government Affairs Director heather@seaandshoreline.com (321) 626-6760 P.O. Box 783549, Winter Garden, FL 34778 I seaandshoreline.com I 888-464-6991 Patented Aquatic Restoration Solutions Validated by Science Scope of Work Scope of Services 1. Cultivation of SAV Planting Units 2. Mobilization 3. Installation of SAV Planting Units 4. Monitoring Description of Services 1. Cultivation of SAV Planting Units – Native Illinois Pondweed and Tape grass will be harvested from Sea & Shorelines FDACS Certified Aquaculture Facility located in Ruskin, FL. Harvested plants will be washed of any epiphytic flora and fauna and will be packaged into four-inch peat pot planting units for both individual species. Once packaged, planting units will be given 30 - 60 days to grow out, become pre-rooted, and acclimate d to conditions similar to Starke Lake. Once the grow out period is complete, Tape grass planting units will contain at least five individual shoots and blade lengths of at least four inches. Illinois Pondweed planting units will contain at least four individual shoots and blade lengths of at least six inches. A total of 5,000 planting units (2,500 Tape grass and 2,500 Illinois Pondweed) will be produced per acre. 2. Mobilization – Prior to transport, planting units will be inspected by Sea & Shoreline’s nursery manager and will be loaded into baskets for transport. Baskets of planting units will then be loaded into an enclosed trailer and a towel damp with fresh water will be placed over top of them to ensure plants receive enough moisture during transport to avoid mortality. Loaded planting units will be hauled directly from Sea & Shoreline’s aquaculture facility to a pre- determined staging site located adjacent to the project are a. Immediately upon arrival, planting units will be unloaded and staged in -water at the proposed planting area(s) until installation . 3. Installation of SAV Planting Units – Planting units will be installed throughout the proposed planting area(s) by hand by a team of biologists and aquatic technicians with experience in SAV planting. Planting will be performed using a mask, snorkel, and small hand trowel to ensure planting units are installed to a proper depth. Planting units will be installed on an average of three -foot centers with minor adjustments being made if sections of lake bottom are determined to be unsuitable for plant growth, or if underwater hazards are identified. Planting units will be installed to a maximum depth of -3 ft. to ensure adequate sunlight is available to support plant growth. It is recommended that each planting site receives an average of 5,000 planting units per acre. The total number of planting units and planting unit species at each area is expected to be as follows: P.O. Box 783549, Winter Garden, FL 34778 I seaandshoreline.com I 888-464-6991 Patented Aquatic Restoration Solutions Validated by Science Planting Site Size (acres) V. americana PU P. illinoensis PU Total PU Site 1 0.89 4,450 0 4,450 Site 2 3.07 7,675 7,675 15,350 Total 3.96 12,125 7,675 19,800 Figure 1 provides a proposed planting diagram: 4. Monitoring – A monitoring program will be implemented to document the success of the project, and to allow for adaptive management strategies to be created and discussed if desired results are not achieve d. During each monitoring event, planting unit survival and spread will be assessed at haphazardly selected sample stations. At each sample station, a biologist will note the presence or absence of planting units, estimate species percent cover, collect short-shoot count, and mean canopy height within a 0.25 m2 quadrat. The results of each monitoring event will be documented in monitoring reports that can be used to assess the success of planting efforts and for regulatory compliance. Monitoring events will take place at one-month post installation, and subsequently at the beginning and end of SAV growing season (June & October) for a period of three years. P.O. Box 783549, Winter Garden, FL 34778 I seaandshoreline.com I 888-464-6991 Patented Aquatic Restoration Solutions Validated by Science Cost Estimate Task Task Description Units Cost per Unit Cost 1 Cultivation of SAV Planting Units Vallisneria americana PU 12,125 $ 5.50 $ 66,687.50 Potamogeton illinoensis PU 7,675 $ 5.50 $ 42,212.50 2 Mobilization 1 $ 6,800.00 $ 6,800.00 3 Installation of SAV Planting Units 19,800 $ 1.75 $ 34,650.00 4 Monitoring 7 $ 2,100.00 $ 14,700.00 Total $ 165,050.00 Project Timeline Month 1 2 3 4 5 6 7 8 9 10 11 12 18 24 30 36 Cultivation of SAV Mobilization Installation of SAV One Month Monitoring Year 1 Monitoring Year 2 Monitoring Year 3 Monitoring E S T I M AT E SOUTHERN RESEARCH LABS, INC. 2 79 Douglas Ave., Suite 1 110 Altamon te Sprin gs, FL 3 271 4 sherri.payne@srlab.com +1 (40 7 ) 52 2 -7 1 00 WSP USA E&I Bil l t o Mr. Lance L umbard WSP USA E&I 550 Northlake Blvd., Suite 10 00 FL. Altamon te Springs, FL 32701 Shi p to Mr. Lance Lumbard WSP USA E&I Wood Env & Infrastructure Solutions, Inc. 110-5 Sanctuary Parkway Suite 300 Alpharetta, GA 30004 ATTN: A/P Department Estimate details Estimate no.: 151 5 Estimate date: 0 6/13/2024 Expiration date: 1 2/13/2024 Contact: Lance Lumbard Project N ame: OC Starke Lake #Pro d u ct or serv ice Description Q ty Rate A mou n t 1.TKN, Water Total Kjeld ahl Nitr ogen, Water (351.2)6 $35.00 $210.00 2.NO 3/NO 2 (NO X)SM 4500NO3 H-201 (Nitrite+Nitr ate) NOX 6 $50.00 $300.00 3.O rth o Ph osp h ate, Water 365.1 Or tho Phos p hate (365.1)6 $30.00 $180.00 4.Ch lo ro p h yll A Chlorop hy ll A (SM 10200H) (corrected )6 $110.00 $660.00 5.L an th an u m, Water Lanthanum (La), Water 6 $18.00 $108.00 6.A mmo n ia, Water Nitrogen, Ammonia (350.1)6 $30.00 $180.00 7.Nitro g en , To tal Nitrogen, Total (TKN+NOX ) Calculation 6 $0.00 $0.00 8.Ph osp h oru s L L , Total, Water Phos p horus , Total (365.4) Low-Lev el 6 $37.00 $222.00 9.TSS Total Sus p end ed Solid s /Non-Filterab le R es id ue (SM 2540D) 6 $25.00 $150.00 10.En viro n men tal Imp act F ee Env ironmental Imp act Fee (Per work ord er ) 1 $15.00 $15.00 11.Disposal F ees Samp le Dis p os al Fees (Per s amp le)6 $3.00 $18.00 Total $2,043.00 September 19, 2024 Hseth Burch, MS, EI, CFM City Engineer City of Ocoee Public Works Department 301 Maguire Road Ocoee, Fl 34761 Via Email: hburch@ocoee.org RE: City of Ocoee Lake Prima Vista Monitoring Yr 1 WSP Project No.: US-EI-600449.23 Dear Mr. Burch, WSP USA Environment & Infrastructure Inc. (WSP) is pleased to provide the following proposal for Lake Prima Vista Monitoring Year One. INTRODUCTION The City of Ocoee (City) has requested WSP to assist in additional monitoring as required by the 4e Nutrient Reduction Plan (NRP) for Lake Prima Vista. The NRP was developed as an alternative to a Total Maximum Daily Load (TMDL) for the lake by the Florida Department of Environmental Protection (FDEP). This proposal covers the fifth year of data collection and reporting. TASK 1 - ATTEND PROJECT KICK-OFF MEETING WSP representatives will attend a project start-up meeting with representatives of the City to discuss overall project objectives, scope of services, and project schedule. TASK 2 - LAKE PRIMA VISTA MONITORING WSP will collect water samples once per month for up to twelve months, from one location in Lake Prima Vista and one location in Starke Lake. Samples will be collected from 0.5 m in depth, in the same location as in Years 1 through 4 (the deepest area of the lake) and the same location as the surface water sample from the Starke Lake Assessment completed by WSP. Water samples will be delivered to Southern Research Laboratories (SRL) for following analyses: (1)Total Kjeldahl Nitrogen (TKN)(7)Chl-a (2)Total Ammonia Nitrogen (TAN)(8)TSS (3)NOx (nitrite + nitrate)(9)Alkalinity (4)Total Nitrogen (TKN+TAN)(10)Turbidity (5)Orthophosphate (11)Color (6)Total Phosphorus (12)E. coli 550 Northlake Boulevard Suite 1000 Altamonte Springs, FL 32701 wsp.com Lake Prima Vista Monitoring Yr 5 – Proposal-DRAFT WSP Project No. US-EI-600449.23 City of Ocoee WSP July 2024 Page 2 A total of 24 surface water sample sets will be collected (2 locations x 12 monthly collection events). Secchi depth measurements will also be collected at the same time of water quality sampling. A multimeter will be used to conduct depth profile measurements pH, specific conductance, temperature, and dissolved oxygen (% saturation and concentration) every one-half meter. TASK 3 - REPORTING WSP will prepare a summary technical memo to include a review of the period of record data collected from Lake Prima Vista as well as Starke Lake and a discission relative to the Year 5 data for Lake Prima Vista and the year of monitoring for Starke Lake. WSP will include all field reports and laboratory reports as part of the technical memo. SCHEDULE, DELIVERABLE, & BUDGET WSP can commence work on the above scope of services immediately upon receipt of the attached “Acceptance Agreement” followed up by an approved purchase order. The deliverable will include various documents as described above as well as periodic data and summary data reports following completion of the 12-month data collection period. The total Time and Materials budget for this project is for an amount not to exceed $70,183.92. The project will be invoiced monthly basis. WSP will not exceed the proposed total budget without advance approval from the City. We look forward to continuing to work with the City of Ocoee. We pledge to provide our services in the exemplary fashion that the City has come to expect from WSP. This proposal is valid for a period of 60 days. If you have any questions or require any additional information, please do not hesitate to contact us. Sincerely, WSP USA Environment & Infrastructure Inc. Robert M. Sheridan, HT Consultant Environmental Scientist Flux Laboratory Manager RMS/spp Attachments ▶A - Budget Sheet ▶B - Southern Research Laboratories Quote ATTACHMENTS ATTACHMENT A Budget Sheet Project Name: City of Ocoee Lake Prima Vista Monitoring 6/11/2024 Contract Y23-905-MB Firm Name: WSP Project # 600449.23 Labor Cost: Title Hourly Rate # hours Total # hours Total # hours Total # hours Total Senior Project Manager $235.25 2 $470.50 4 $941.00 8 $1,882.00 14 $3,293.50 Project Manager $175.62 2 $351.24 12 $2,107.44 24 $4,214.88 38 $6,673.56 Senior Environmental Scientist $164.53 $0.00 8 $1,316.24 24 $3,948.72 32 $5,264.96 Environmental Scientist $120.89 $0.00 96 $11,605.44 60 $7,253.40 156 $18,858.84 Junior Enviornmental Scientist $88.85 $0.00 96 $8,529.60 48 $4,264.80 144 $12,794.40 Project Coordinator $82.71 4 $330.84 18 $1,488.78 12 $992.52 34 $2,812.14 Project Accountant $96.09 2 $192.18 18 $1,729.62 8 $768.72 28 $2,690.52 10 $1,344.76 252 $27,718.12 184 $23,325.04 446 $52,387.92 In House Usage: Item Description Unit Price Qty Total Qty Total Qty Total Qty Total YSI $156.00 12 $1,872.00 12 $1,872.00 Cartridge Filters (0.45 um)$40.00 24 $960.00 24 $960.00 Jon boat 16" motor and trailer $300.00 12 $3,600.00 12 $3,600.00 Peristaltic Pump $60.00 12 $720.00 12 $720.00$0.00 $7,152.00 $0.00 $7,152.00 Subcontractor Cost (a): Subcontractor Name Total Total Total Total SRL $10,644.00 $10,644.00 $0.00 $10,644.00 $0.00 $10,644.00 Total Task Cost $1,344.76 $45,514.12 $23,325.04 $70,183.92 Subcontractors In-House. Task Labor. Task Total Task Number and Name Total Task 3 --Reporting Task 2 -- Lake Prima Vista MonitoringTask 1 - Kickoff Page 1 of 1 ATTACHMENT B Southern Research Laboratories Quote E S T I M AT E SOUTHERN RESEARCH LABS, INC. 2 79 Douglas Ave., Suite 1 110 Altamon te Sprin gs, FL 3 271 4 sherri.payne@srlab.com +1 (40 7 ) 52 2 -7 1 00 WSP USA E&I Bil l t o Mr. Lance L umbard WSP USA E&I 550 Northlake Blvd., Suite 10 00 Altamon te Springs, FL 32701 Shi p to Mr. Lance Lumbard WSP USA E&I 550 Northlake Blvd., Suite 1000 Altamonte Springs, FL 32701 Estimate details Estimate no.: 133 9-1 Estimate date: 0 5/07/2024 Contact: Lance Lumbard/Robert Sheridan Project N ame: Ci ty of Ocoee-Prima Vista #Pro d u ct or serv ice Description Q ty Rate A mou n t 1.TKN, Water Total Kjeld ahl Nitr ogen, Water (351.2)24 $35.00 $840.00 2.NO 3/NO 2 (NO X)SM 4500NO3 H-201 24 $50.00 $1,200.00 3.A mmo n ia, Water Nitrogen, Ammonia (350.1)24 $30.00 $720.00 4.Nitro g en , To tal Nitrogen, Total (Calculation Only )24 $0.00 $0.00 5.Ph osp h oru s L L , Total, Water Phos p horus , Total (365.4) Low-Lev el 24 $37.00 $888.00 6.O rth o Ph osp h ate, Water 365.1 Or tho Phos p hate (365.1)24 $30.00 $720.00 7.TSS Total Sus p end ed Solid s /Non-Filterab le R es id ue (SM 2540D) 24 $25.00 $600.00 8.A lkalin ity Alkalinity , Total (CaC03) (310.2)24 $26.50 $636.00 9.Colo r Color (SM 2120B ) Ap p arent Color 24 $25.00 $600.00 10.Tu rbid ity Turb id ity 180.1 24 $25.00 $600.00 11.Colif orm, F ecal / E. Coli Coliform, Fecal / E. Coli (E s cherichia coli (SM 9223B ) 24 $50.00 $1,200.00 12.Ch lo ro p h yll A Chlorop hy ll A (SM 10200H)24 $110.00 $2,640.00 Total $10,644.00 550 Northlake Boulevard Suite 1000 Altamonte Springs, FL 32701 wsp.com September 19, 2024 Hseth Burch, MS, EI, CFM Staff Engineer City of Ocoee Public Works Department 301 Maguire Road Ocoee, Fl 34761 Via email: HBurch@ocoee.org RE: City of Ocoee NPDES Monitoring Yr 1 WSP Project No. US-EI-600449.22 Dear Mr. Burch, WSP Environment & Infrastructure USA, Inc. (WSP) is pleased to provide the following proposal for City of Ocoee NPDES Monitoring Yr 1. INTRODUCTION The City of Ocoee is required to monitor major stormwater outfalls within its jurisdiction to maintain compliance with its National Pollutant Discharge Elimination System (NPDES) Municipal Separate Storm Sewer System (MS4) Permit. The City requested WSP to assist with the required monitoring. As part of the City’s 2024-2025 NPDES monitoring program, WSP will continue monthly flow measurements and water quality sampling collection at stations OMO-001, OMO-002, OMO-003LOTT, and OMO-003MF as shown in Figure 1. WSP will continue to collect stormwater event samples from the station OMO-002 as the regional stormwater park has been completed. TA SK 1 - ATTEND PROJECT KICK-OFF MEETING WSP representatives will attend a project kick-off meeting with representatives of the City to discuss the overall project objectives, scope of services, and project schedule. Additional monitoring locations will be discussed and identified during this meeting and a determination will be made regarding the location of the autosampler. NPDES Monitoring Year 5 - Proposal DRAFT WSP Project No. US-EI-600449.22 City of Ocoee WSP July 2024 Page 2 TASK 2 - NPDES MONITORING a. Surface Flow and Water Quality - WSP will collect surface water grab samples every month for up to twelve months, from up to four selected locations. Water samples will be delivered to SRL for the following analyses: (1) Total Kjeldahl Nitrogen (TKN) (7) Chl-a (2) Total Ammonia Nitrogen (TAN) (8) TSS (3) NOx (nitrite + nitrate) (9) Alkalinity (4) Total Nitrogen (TKN+TAN) (10) Turbidity (5) Orthophosphate (11) Color (6) Total Phosphorus (12) E. coli A total of 48 surface water sample sets will be collected (4 locations x 12 monthly collection events). Flow will be measured at each collection location during each sample event. Using a multimeter, water quality parameters will also be collected during at each location and will include pH, specific conductance, temperature, and dissolved oxygen (% saturation and concentration). b. Stormwater Quality – WSP will use an autosampler to collect and characterize flow-weighted stormwater samples at the specified location. The stormwater autosampler will be programmed to collect flow-weighted samples following rain events not less than 0.25 inches for a total of eight rain events (four in wet season and four in dry season, if possible). A total of eight samples will be analyzed for the same parameters as surface water quality above. Samples will be transported to and analyzed by SRL. TASK 3 - REPORTING It is anticipated that a final report will be compiled for the NPDES outfall monitoring occurring between July 2023 and June 2024. The exact format of these reports will depend on discussions with FDEP and the City. Data collected between July 2024 and January 2025 will be included with the subsequent NPDES report. The report will include a summary of the data and an analysis of the findings. SCHEDULE, DELIVERABLE, & BUDGET WSP can commence work on the above scope of services immediately upon receipt of the signed attached “Acceptance Agreement” followed up by an approved purchase order. The deliverable will include various documents as described above as well as periodic data and summary data reports following the completion of the 12-month data collection period. The total budget for this project is estimated not to exceed $86,718.42. The project will be invoiced monthly on a time and materials basis. WSP will not exceed the proposed total budget without advance approval from the City. We look forward to continuing to work with the City of Ocoee. We pledge to provide our services in the exemplary fashion that the City has come to expect from WSP. This proposal is valid for a period of 60 days. NPDES Monitoring Year 5 - Proposal DRAFT WSP Project No. US-EI-600449.22 City of Ocoee WSP July 2024 Page 3 If you have any questions or require any additional information, please do not hesitate to contact us. CLOSING The attached budget summary includes WSP’s current hourly rates provided to Orange County under Contract Y23-905-C. We look forward to continuing our work with the County on this project. If you have any questions, please do not hesitate to contact me. Sincerely, WSP USA Environment & Infrastructure Inc. Lance Lumbard, MS, MBA, CLP Christine Mehle, PE, CFM, ENV SP Assistant Vice President / Vice President, Florida Water Lead Water Quality Management Lead LL/CM/spp Attachments: ▶A - Figure 1 – NPDES Locations ▶B - Budget ▶C - Southern Research Laboratories Quote ATTACHMENTS ATTACHMENT A Figure 1 – NPDES Locations 1- Project No.:600449X20 2- Data Source - ESRI StreetMap SJRWMD, WSP 3- This map is intended to be used for planning purposes only. It is not a survey. Path: K:\600478.17 Orange County_Lake Lawne Monitoring\Drawings_CAD_GIS\GIS\MXD\Fig 2-3 Project Footprint.mxd # # # # OMO-002 OMO-001 OMO-003MF OMO-003Lott Notes: Figure 1Ocoee NPDES Sampling Locations Orange County, FloridaDate: 12/2/2022 Revised:RMS Checked By:LL ³Legend #Sampling Locations 0 4,400 6,600 2,200 Feet ATTACHMENT B Budget City of Ocoee NPDES Monitoring Year 5 6/10/2024 Contract Y23-905-MB WSP Project No. 600449.22 Labor Cost: Title Hourly Rate # hours Total # hours Total # hours Total # hours Total Principal $299.46 $0.00 3 $898.38 $0.00 3 $898.38 Senior Project Manager $235.25 2 $470.50 4 $941.00 4 $941.00 10 $2,352.50 Project Manager $175.62 2 $351.24 12 $2,107.44 16 $2,809.92 30 $5,268.60 Senior Environmental Scientist $164.53 $0.00 6 $987.18 24 $3,948.72 30 $4,935.90 Environmental Scientist $120.89 $0.00 96 $11,605.44 40 $4,835.60 136 $16,441.04 Junior Enviornmental Scientist $88.85 $0.00 96 $8,529.60 40 $3,554.00 136 $12,083.60 Project Coordinator $82.71 2 $165.42 18 $1,488.78 8 $661.68 28 $2,315.88 Project Accountant $96.09 2 $192.18 18 $1,729.62 8 $768.72 28 $2,690.52 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 $0.00 0 $0.00 $0.00 $0.00 $0.00 0 $0.00 8 $1,179.34 253 $28,287.44 140 $17,519.64 401 $46,986.42 In House Usage: Item Description Unit Price (Raw)Qty Total Qty Total Qty Total Qty Total Autosampler $1,200.00 12 $14,400.00 12 $14,400.00 Flowmeter $132.00 12 $1,584.00 12 $1,584.00 YSI $156.00 12 $1,872.00 12 $1,872.00 Cartridge Filters (0.45 um)$40.00 56 $2,240.00 56 $2,240.00 Peristaltic Pump $60.00 16 $960.00 16 $960.00$0.00 $21,056.00 $0.00 $21,056.00 Subcontractor Cost (a): Subcontractor Name Total Total Total Total SRL $18,676.00 $18,676.00 $0.00 $18,676.00 $0.00 $18,676.00 Total Task Cost $1,179.34 $68,019.44 $17,519.64 $86,718.42 Subcontractors In-House. Task Labor. Task Total Task Number and Name TotalTask 3 --ReportingTask 2 -- NDPDES Monitoring Task 1 - Kickoff Page 1 of 1 ATTACHMENT C Southern Research Laboratories Quote ESTIMATE SOUTHERN RESEARCH LABS, INC. 279 Douglas Ave., Suite 1110 Altamonte Springs, FL 32714 sherri.payne@srlab.com +1 (407) 522-7100 WSP USA E&I:City of Ocoee NPDES Monitoring Y4 Bill to Mr. Lance Lumbard WSP USA E&I 550 Northlake Blvd., Suite 1000 Altamonte Springs, FL 32701 Ship to Mr. Lance Lumbard WSP USA E&I 550 Northlake Blvd., Suite 1000 Altamonte Springs, FL 32701 Estimate details Estimate no.: 1465 Estimate date: 05/07/2024 Expiration date: 11/17/2024 Contact: Lance Lumbard/Robert Sheridan Project Name: City of Ocoee NPDES Mon Y4 #Product or service Description Qty Rate Amount 1.TKN, Water Total Kjeldahl Nitrogen, Water (351.2)56 $35.00 $1,960.00 2.NO3/NO2 (NOX)SM 4500NO3 H-201 (N02/N03) NOX 56 $50.00 $2,800.00 3.Ammonia, Water Nitrogen, Ammonia (350.1)56 $30.00 $1,680.00 4.Nitrogen, Total Nitrogen, Total (calculation only)56 $0.00 $0.00 5.Phosphorus LL, Total, Water Phosphorus, Total (365.4) Low-Level (low level TP is run as a non-aqueous) 56 $37.00 $2,072.00 6.Ortho Phosphate, Water 365.1 Ortho Phosphate (365.1)56 $30.00 $1,680.00 7.TSS Total Suspended Solids/Non-Filterable Residue (SM2540D) 56 $25.00 $1,400.00 8.Alkalinity Alkalinity, Total (CaC03) (310.2)56 $26.50 $1,484.00 9.Color Color (SM2120B) Apparent Color 56 $25.00 $1,400.00 10.Turbidity Turbidity 180.1 56 $25.00 $1,400.00 11.Coliform, Fecal / E. Coli Coliform, Fecal / E. Coli (Escherichia coli (SM9223B) 56 $50.00 $2,800.00 12.Environmental Impact Fee Environmental Impact Fee (Per work order) 1 $15.00 $15.00 13.Disposal Fees Sample Disposal Fees (Per sample)56 $3.00 $168.00 14.HOLDS Holds OR Cancellations are subject to a $7.00 fee per sample hold samples ~ not analyzed samples ($7 per hold) are charged a slight fee to cover time to prepare, to make deliveries, to login, costs for labels, costs for disposal and materials adds up..etc 1 $0.00 $0.00 Total $18,859.00 Expiry date 11/17/2024