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