Agenda 03/11/2025 Item #16C 2 ( Ninth Amendment to Agreement #04-3673, Professional Engineering Services)3/11/2025
Item # 16.C.2
ID# 2025-632
Executive Summary
Recommendation that the Board of County Commissioners, as ex-officio the Governing Board of the Collier County
Water-Sewer district, approve a Ninth Amendment to Agreement No. 04-3673, “Professional Engineering Services for
Design of the Northeast Water Reclamation Facility and Water Treatment Plant,” with Carollo Engineers, Inc., for
additional services during construction of the Deep Injection Wells, an increase of $1,004,658 to Purchase Order No.
4500205004, and authorize the Chairman to sign the attached Amendment. (Project Number 70194)
OBJECTIVE: To authorize an increase of $1,004,658 to Purchase Order No. 4500205004 to include additional services
during construction of the Deep Injection Well drilling for the “Professional Engineering Services for Design of the
Northeast Water Reclamation Facility and Water Treatment Plant” project.
CONSIDERATIONS: On December 14, 2004 (Agenda Item 10.E.), the County entered into Contract No. 04-3673 (the
“Contract”) with Carollo Engineers, Inc. (the “Consultant”) to provide professional engineering services for the design
and related consulting services for the construction of the Northeast Water Reclamation Facility (“NECWRF”) and the
Northeast Water Treatment Plant (“NECWTP”) in the amount of $11,752,020 with the performance of the services to be
phased in on an annual approval of funds by the Board for each fiscal year of the duration of the contract (Project No.
70902, hereafter, the "Project").
On March 18, 2005, the County administratively approved Amendment No. 1 to replace section 8.1 and 8.2 of Article
Eight, Indemnification, of the Contract to update the contract indemnification clause.
On November 15, 2005 (Agenda Item 10.G), the County approved Amendment No. 2 in the amount of $1,144,432 for
services related to the revised phasing of development for the NECWRF and NECWTP bringing the total Contract
amount to $12,869,452.00.
On January 26, 2010 (Agenda Item 16.C.2), the County approved Amendment No. 3 to include Exhibit A3-A,
Supplemental Terms and Conditions and to "hibernate" the Project, while allowing for oversight and management of
activities during the hibernation and providing for future reactivation of the Contract.
On February 27, 2015, the County administratively approved Amendment No. 4 to include Exhibit A-4 to replace in its
entirety, Article Four- Time, Paragraph 4.1, to extend the period for the Consultant to provide services through the
eventual completion and closeout of all services required on the Project.
On September 26, 2017 (Agenda Item 16.C.1), the County approved Amendment No. 5 to reactivate the Contract,
amend hourly rates, as set forth in Schedule B – Attachment B and approve a new proposed Scope of Work (Exhibit A5-
A) providing for the update of the Northeast Water Reclamation Facility and Northeast Regional Water Treatment Plant
design criteria in the amount of $172,642.
On April 24, 2018 (Agenda Item 16.C.7), the County approved Amendment No. 6 to include Exhibit A6-A and Exhibit
A6-B to provide for an additional scope of work to the Northeast Utility Facility Site to create a Northeast Base Map,
site plan modifications, identify parcel plat and provide associated time and material fees in the amount of $149,943.
On July 14, 2020 (Agenda Item 11.J), the County approved Amendment No. 7 to include Exhibit A7-A and Exhibit A7-
B to provide for an additional scope of work, schedule, and fees to consultant to include the necessary project and
quality management, public involvement services, and CMAR coordination to support this phase in the amount of
$1,637,262.00.
On September 28, 2021 (Agenda Item 11.A), the County approved Amendment No. 8 to include Exhibit A8-A and
Exhibit A8-B to provide for an additional scope of work, schedule, and fees to Consultant to include the necessary
design update for the Northeast Regional Water Reclamation Facility including project management, quality
management, preliminary design, detailed design, permitting assistance, and CMAR coordination to support design
updates in the amount of $4,819,950.
Page 1996 of 4027
3/11/2025
Item # 16.C.2
ID# 2025-632
The Parties desire to amend the Contract to include Exhibits A9-A, and A9-B. The proposed amendment provides for
continued services during construction of the Deep Injection Well drilling in the amount of $1,004,658, which would be
added to the existing Amendment No. 7 (PO #4500205004) to provide a new total of $2,641,920 for Amendment No. 7,
and to update the Schedule for Task 3 – Deep Injection Well (DIW) Development from 24 months to 36 months. The
continued services include comprehensive construction oversight and public information activities during the
construction of the injection and dual zone monitoring wells. All other terms and conditions of the Contract shall remain
in force.
This item is consistent with the Collier County strategic plan objective to plan and build public infrastructure and
facilities to effectively, efficiently, and sustainably meet the needs of our community. It further is in support of the
Infrastructure and Asset Management Strategic Focus Area’s objectives to optimize the useful life of all public
infrastructure resources through proper planning and preventative maintenance as well as use the Annual Update and
Inventory Report (AUIR) and other planning tools to establish and implements plans that concurrently provide public
infrastructure.
FISCAL IMPACT: Funding in the amount of $1,004,658 is available in CWS Bond #2 Proceeds Fund (4019), Cost
Center 273401 and Cost Center 263403, NE Utility Facilities Project No. 70194. The source of funding is the Water
and Sewer Revenue Bond, Series 2021.
GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the
adequacy and availability of viable public facilities and to remain in compliance with all regulatory programs.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board
approval. —SRT
RECOMMENDATIONS: That the Board of County Commissioners, as ex-officio the Governing Board of the Collier
County Water-Sewer district, approve a Ninth Amendment to Agreement No. 04-3673, “Professional Engineering
Services for Design of the Northeast Water Reclamation Facility and Water Treatment Plant,” with Carollo Engineers,
Inc., for additional services during construction of the Deep Injection Wells, and for an increase of $1,004,658 to
Purchase Order No. 4500205004, and to authorize the Chairman to sign the attached amendment. (Project Number
70194)
PREPARED BY: Wayne Karlovich, P.E., Supervisor - Project Management, Public Utilities Engineering and Project
Management Division
Matthew McLean, P.E. Director, Public Utilities Engineering and Project Management Division
ATTACHMENTS:
1. 04-3673 AMEND #9 - Carollo
2. 04-3673 AMEND #8 - Carollo
3. 04-3673 AMEND #7 - Carollo
4. 04-3673 AMEND #6 - Carollo
5. 04-3673 AMEND #5 - Carollo
6. 04-3673 AMEND #4 - Carollo
7. 04-3673 AMEND #3 - Carollo
8. 04-3673 AMEND #2 - Carollo
9. 04-3673 AMEND #1 - Carollo
10. 04-3673Carollo_Contract_20150204160219.514_X
Page 1997 of 4027
Page 1998 of 4027
Page 1999 of 4027
Page 2000 of 4027
Page 2001 of 4027
Page 2002 of 4027
Page 2003 of 4027
EIGHTH AMENDMENT TO CONTRACT #04-3673
FOR
Professional Engineering Services for Design of the Northeast Water Reclamation Facility
and Water Treatment Plant"
THIS AMENDMENT,made and entered into on this(day of agApjr(i 2021 by
and between Carollo Engineers, Inc., (referred to herein as "Consultant") and the ollier County, a
political subdivision ofthe State of Florida(referred to herein as"Owner"or"COUNTY")(collectively
the"Parties").
WHEREAS, on December 14, 2004 (Agenda Item 10.E.), the County entered into Contract
No. 04-3673 with the Consultant to provide professional engineering services for design and related .
consulting services for the construction of the Northeast Water Reclamation Facility(NERWRF) and
the Northeast Water Treatment Plant (NEWTP) in the amount of$11,752,020 with the performance
of the services to be phased in on an annual approval of funds by the Board for each fiscal year of the
duration of the contract(Project No. 70902, hereafter, the "Project"); and
WHEREAS,on March 18, 2005,the County administratively approved Amendment No. 1 to
replace section 8.1 and 8.2 of Article Eight, Indemnification, of the Contract to update the contract
indemnification clause; and
WHEREAS, on November 15, 2005 (Agenda Item 10.G), the County approved Amendment
No. 2 in the amount of$1,144,432 for services related to the revised phasing of development for the
NERWRF and NERWTP bringing the total Contract amount to $12,869,452.00; and
WHEREAS, on January 26, 2010 (Agenda Item 16.C.2), the County approved Amendment
No. 3 to include Exhibit A3-A, Supplemental Terms and Conditions and to "hibernate" the Project,
while allowing for oversight and management of activities during the hibernation, and providing for
future reactivation of the Contract; and
WHEREAS,on February 27,2015,the County administratively approved Amendment No. 4
to include Exhibit A-4 to replace in its entirety,Article Four-Time,Paragraph 4.1,to extend the period
for the Consultant to provide services through the eventual completion and closeout of all services
required on the Project; and
WHEREAS,on September 26,2017(Agenda Item 16.C.1),the County approved Amendment
No 5 to reactivate the Contract, amend hourly rates, as set forth in Schedule B- Attachment B and
approve a new proposed Scope of Work (Exhibit A5-A) providing for the update of the Northeast
Water Reclamation Facility and Northeast Regional Water Treatment Plant design criteria in the
amount of$172,642; and
WHEREAS, on April 24, 2018 (Agenda Item 16.C.7), the County approved Amendment
No. 6 to include Exhibit A6-A and Exhibit A6-B to provide for an additional scope of work to the
Northeast Utility Facility Site to create a Northeast Base Map, site plan modifications, identify parcel
plat and provide associated time and material fees in the amount of$149,943; and
WHEREAS, on July 14, 2020 (Agenda Item 11.11.J), the County approved Amendment
No. 7 to include Exhibit A7-A and Exhibit A7-B to provide for an additional scope of work, schedule,
and fees to Consultant to include the necessary project and quality management, public involvement
services,and CMAR coordination to support this phase in the amount of$1,637,264.00.
Page 1 of 20
Eighth Amendment to Contract#04-3673
Page 2004 of 4027
WHEREAS, based upon the current and anticipated increased growth patterns in Collier
County,the Parties desire to amend the Contract to include Exhibit A8-A and Exhibit A8-B to amend
the Consultant's rates to provide an adjustment based on the applicable Consumer Price Index increase
as Provided in Schedule B—Attachment B of the Contract)and to provide for an additional scope of
work, schedule and fees to Consultant to include the necessary project management, preliminary design,
detailed design, permitting assistance, public involvement services, and CMAR coordination to support
design updates and permitting of the NERWRF in the amount of$4,819,950.
NOW, THEREFORE, for good and valuable consideration, the receipt of which is hereby
acknowledged, and in consideration of the mutual promises and covenants contained herein, the
Parties acknowledge and agree to amend the original Contract as follows:
1. Parties agree to include and incorporate attached Exhibit A8-A and A8-B as part of the duties
and obligations in in performing under this Contract.
2. The Consultant's hourly rates as set forth in Schedule B — Attachment B of the Contract is
hereby amended as follows:
Engineers/Scientists Hourly Rate
Assistant Professional 105 142.95
Professional 4-3-7 186.51
Project Professional 165 224.63
Lead Project Professional 178 242.33
Senior Professional l- 265.47
Technicians
Technician 70 106.19
Senior Technician 4-1-9 162
Support Staff
Word Processing/Clerical 77 104.83
Other Direct Expenses
Travel and Subsistence At cost
Mileage 0.60/mile
3. All other terms and conditions of the Contract shall remain in force.
Page 2 of 20
Eighth Amendment to Contract#04-3673
Page 2005 of 4027
IN WITNESS WHEREOF, the Parties have each executed this Eighth Amendment to the
Contract effective as of the date set forth above by an authorized agent or person.
ATTEST:
Crystal K.Kinzel,Clerk of Court& BOARD F COMMISS NERS
Comptroller COLLIE FLORID
By: 0/1.A.0 By:
Penny Taylor, •
Dateed:: ,l`7 =
f SE
Attestttest a ;k chairs an
signature gnly;
App of as to F., ,, and Legality:
46---e-.! Loy_Scott R.T , 0 =. ; County
a
Pap 3of20 5'
Eighth Amendment to Contract#04-3673 fI
Page 2006 of 4027
Contractor's Witnesses: CONTRACTOR:
Carollo Engineers, Inc.
By:
First Witness Signature
Afi L,Yp r I Robert Cushing, PhD, PE/SVP
1'Type/print witness name's
TType/print signature and titleT
tan`lJ Da
Z 2 o Z/
Second Witness
Laos,, 8t5( i Iy (
TType/print witness nameT
Page 4 of 20
Eighth Amendment to Contract#04-3673 C.UI
Page 2007 of 4027
EXHIBIT A8-A
Amendment No.8 to Contract#04-3673
Professional Engineering Services for the Design of the Northeast WRF and WTP
SCOPE OF SERVICES
NEUF Water Reclamation Facility Design and Permitting
BACKGROUND AND PURPOSE
Plans and specifications for the Northeast Water Reclamation Facility (NEWRF), Water Treatment Plant
NEWTP), and associated facilities (Northeast Utility Facility - NEUF) were signed, sealed, and put in
storage in 2010. Since that time, technologies, O&M staff preferences, and level of service requirements
have evolved.Per the January 24,2019 Board of County Commissioners(BoCC)meeting,construction of
the new 4-mgd(expandable to 12 mgd)Northeast WRF will begin in 2022 using a Construction Manager
at Risk(CMAR)delivery method.
Interim wastewater facilities are currently being constructed at the site.These interim facility assets will be
used for the permanent facility to the extent possible. The existing design is MLE with clarifiers and
filtration,and the new design will modify the design to membrane bioreactor(MBR)technology.
The Project involves multiple steps associated with the overall implementation,including:
DIW and Site Work including DIW design, permitting, and construction and updated full site civil
design,permitting,and early site work construction.
WRF Design and Permitting including preliminary and detailed WRF design in conjunction with
CMAR coordination and Cost Model/Guaranteed Maximum Price(GMP)development review.
WRF Construction including construction of the WRF and other associated features not previously
constructed.
WTP Design and Permitting including preliminary and detailed WTP design in conjunction with
CMAR coordination and Cost Model/Guaranteed Maximum Price(GMP)development.
WTP Construction including construction of the WTP and other features not previously constructed.
The DIW and Site Work is currently being delivered under Amendment 7-NEUF Deep Injection Well
Permitting and Construction and Site Design,Permitting, and Early Work Construction. This Scope of
Services is limited to the WRF Design and Permitting step of the Project.CONSULTANT services during
this WRF Design and Permitting project will also include the necessary project management, public
involvement services,and CMAR coordination to support this phase.
This scope of work maximizes the use of existing NEUF plans and specifications and leverages that
with newer facility designs to capture technology changes to efficiently produce a hybrid set of design
documents. This scope and budget does not accommodate extensive alternatives analysis and/or
preferential changes to the NEWRF or reference designs.
SCOPE OF SERVICES
CONSULTANT will complete the following scope for the WRF Design and Permitting project.
Subsequent elements of the Project will be provided under separate amendments.
TASK 100—PROJECT MANAGEMENT
CONSULTANT will perform various project management and monitoring activities throughout the
Project.
101 —Develop Project Plan
Page 5 of 20
Eighth Amendment to Contract#04-3673
Page 2008 of 4027
Develop a Project Plan that will identify and detail the proposed project management activities for
the duration of the WRF Design and Permitting phase of the Project. Specific components of the
Project Plan will include project background and scope;identification of project team and associated
contact information, project schedule of meetings, workshops, submittal milestones and review
dates; project budget and task breakdown; communication and interface control; and document
control and management.
Prepare and submit a draft Project Plan to the COUNTY for review and potential approval no later
than two(2)weeks following receipt of written Notice to Proceed(NTP)from the COUNTY.Upon
receipt of comments,submit a final Project Plan to the COUNTY for distribution.
Deliverables: Draft and Final Project Plan
102—Project Control and Reporting
Develop monthly progress reports and invoices throughout the WRF Design and Permitting phase
of the Project that identify the following:
Work completed since the previous report.
Work anticipated in the upcoming month.
Project status, including scheduled and actual percent completes for the major tasks.
Budget status, including contracted amount, total spent to date, amount remaining, percent
spent and actual percent complete.
Schedule status, including variances in the project schedule by milestone and/or deliverable,
and total project.
Dates of anticipated milestones and/or deliverables in the upcoming month.
List of problems encountered(if any)and proposed resolution, including technical,budgetary
and schedule problems.
List of potential scope changes,including a brief description and reason for change,along with
potential impact on budget and schedule.
List of issues needing resolution, including party(s) involved and date required so as not to
impact project schedule.
Develop and maintain Project logs documenting key decisions and action items throughout the
Project duration.
Deliverables:Monthly Progress Reports and Invoices;Decision Log; Action Log
103—Project Schedule
Develop and maintain a project progress schedule during the WRF Design and Permitting phase of
the Project. The schedule will be developed in MS Project format. Each activity of the scope of
services herein, as well as a general listing of tasks required under subsequent Project phases,will
be incorporated into the work breakdown structure(WBS)of the schedule.Project timelines,along
with identification of task inter-relationships, will be provided in a Gantt format. Schedule will
include both original baseline and actual progress.
A draft baseline project schedule will be submitted to the COUNTY for review and approval no
later than two(2)weeks following receipt of written NTP from the COUNTY.The project schedule
will be updated monthly and delivered to the COUNTY as part of the monthly progress report and
invoice.Updated schedule will include initial baseline,actual progress,status of actual versus initial
baseline, and projected completion of tasks.
The project schedule will also be maintained and updated throughout subsequent phases of the
Page 6 of 20
Eighth Amendment to Contract#04-3673
Page 2009 of 4027
Project.Once the CMAR is under contract with the COUNTY,the design schedule and updates will
be provided to the CMAR for incorporation into their overall Project schedule.
Deliverables: Draft and Final Baseline Project Schedule and Monthly Updates
104—Project Meetings
Prepare and distribute agendas and minutes for each meeting. Agendas will be submitted to the
COUNTY at least three (3) business days prior to the meeting. Minutes will be submitted to the
COUNTY no more than two(2)days following each meeting.
104.1 —Project Kickoff Meeting. Conduct a project kickoff meeting approximately two (2)weeks
following receipt of written NTP from the COUNTY, allow completion of several draft submittals
identified herein. Meeting objectives will be to review the various draft submittals (including the
baseline project schedule, Project Plan, and Quality Management Plan); confirm lines of
communication;and coordinate the schedule of bi-weekly project meetings.
104.2 — Monthly Project Meetings. Conduct monthly project meetings with COUNTY
representatives to keep the COUNTY informed of the Project progress and obtain input and
direction as required. Monthly meeting objectives will include the presentation of alternative
evaluations for COUNTY review and approval, results from data collection,and other outstanding
Project issues.
Deliverables: Meeting Agenda and Summary Notes
105—Subconsultant Management
Prepare and coordinate necessary subconsultant agreements required for the WRF Design and
Permitting phase of the Project and manage the subconsultants throughout the WRF Design and
Permitting phase of the Project.
106—BoCC Meetings/Presentations
Prepare relevant materials (i.e., presentation slides, renderings, etc.) regarding WRF Design and
Permitting phase of the Project development for presentation and discussion with BoCC and/or other
COUNTY management representatives.
Deliverables: Presentation Materials
TASK 200—PRELIMINARY DESIGN UPDATE
CONSULTANT will evaluate and develop the necessary proposed facilities, utilities, and on-site
infrastructure to accommodate the design and construction phases of the WRF project. Provisions will
include preliminary sizing, layouts, connections, corridors, and other general requirements, and will be
incorporated into design criteria,technical memoranda,preliminary layouts, and other preliminary design
elements as appropriate and as defined herein. The overall focus of this phase is to further develop the
applicable design criteria for subsequent detailed design.
NOTE:All draft technical memoranda (TMs) developed as part of TASK 200 Series, as identified herein,
will be finalized as part of the Preliminary Design Report(PDR).
201 —Wastewater Flows and Loads Update
CONSULTANT will review and characterize the influent wastewater design flows and loadings to
establish the design capacities and loadings.
201.1 — Compile and Review Flow Projections. Coordinate with COUNTY to compile, tabulate,
and review flow projections tributary to the NEWRF to establish the annual average day design flow
AADF)capacities for the NEWRF over a 10-year horizon.
Page 7 of 20
Eighth Amendment to Contract#04-36734:
Page 2010 of 4027
201.2 — Establish Design Flows and Peaking Factors. Develop applicable peaking factors for
maximum month average day flow (MMADF), peak day flow (PDF), peak hour flow (PHF) and
instantaneous peak flow for use in subsequent process and hydraulic modeling efforts.
201.3 — Establish Design Water Quality Concentrations and Loadings. Based on the compiled
existing water quality data per the previous task, establish the design influent wastewater
concentrations based on a domestic-equivalent characterization. Using this information and design
flows and peaking factors,establish the applicable design loadings for the NEWRF.
202—Process Calculations and Mass Balances Update
CONSULTANT will perform process modeling to simulate anticipated performance to meet the
design flows and loadings, reclaimed water limits and performance targets, and summarize
anticipated mass balances.
202.1 — Perform Process Modeling. Develop a plant-wide process simulation model to validate
proposed treatment trains. Utilize desk-top model to determine basin sizing and dimensions,
establish the internal recycle rates (such as RAS, WAS, MLR, septage, filter backwash,
centrate/filtrate returns, etc.), and other process design criteria, including requirements for process
air,mixing energy,chemicals and other process design and related information.Refine the treatment
system alternatives through mass balance and process simulations. Process model simulations will
include anticipated start-up and design capacity conditions and will be based on the design
wastewater flows and loadings.Wastewater process modeling will be conducted with in-house tools
and/or BioWin.
202.2—Develop Mass Balances. Develop mass balances for BOD,NH3-N, TN, TP, TSS and VSS
throughout the proposed liquids and solids processes for the NEWRF, in conjunction with the
process modeling efforts.
203—Liquid Stream Treatment Process Update
CONSULTANT will describe the liquid stream process train layouts and design criteria.
203.1—Unit Process Overview.Develop/refine process flow diagrams for the liquids stream.Liquid
stream processes for near-term and potential future application to be evaluated will include:
Preliminary Treatment:
Influent Screening(Coarse and Fine).
Grit Removal.
Screenings and Grit Handling.
Secondary Treatment:
Flow Splitting.
Biological Nutrient Removal.
Mixed Liquor Return Pumping.
Process Aeration(to include consideration of Turbo Blowers).
RAS Pumping.
Supplemental Carbon Addition.
Tertiary Treatment:
Membrane Bioreactor.
Disinfection.
Reclaimed Water Storage and Pumping.
Reject Water Storage and Pumping.
Page 8 of 20
Eighth Amendment to Contract# 04-3673
Page 2011 of 4027
203.2—Refine Liquid Stream Site Layout. Review and develop a site layout of treatment processes.
Site layout for liquid stream components will identify the existing facilities at the site; unit
processes; anticipated increments for plant expansions; setback requirements on all sides of
property; and general flow stream layout and unit process locations. NOTE: Detailed arrangement
of equipment to be located within various buildings and facilities will be completed under
subsequent tasks.
203.3—Perform Preliminary Hydraulic Modeling. Based on site layout of selected unit processes,
develop a plant-wide hydraulic model, and perform model runs to develop a preliminary hydraulic
profile that will show key elevations of proposed hydraulic structures, as well as the average daily
and peak hour design flow hydraulic gradients for the treatment train.
203.4— Conduct Liquid Stream Process Workshop. Facilitate a workshop (physical or virtual) to
review liquids unit processes, preliminary process flow schematics, mass balances, hydraulic
profile,and associated site layouts.
203.5 — Update Design Criteria. Review and update applicable design criteria for the treatment
process and layout.
203.6—Perform Process Peer Review.Perform an internal technical peer review of the liquid stream
treatment process.
204—Solids Management Strategies Update
CONSULTANT will coordinate with COUNTY to review near-term and long-term solids
management strategies and update applicable design criteria.
204.1—Confirm Solids Handling and Disposal Strategies.Evaluate and document overall near-term
and long-term strategies for solids handling at the NEWRF site.
204.2 — Review Dewatering Criteria. Evaluate on-site and off-site traffic and routing issues
associated with single-shift,double-shift or continuous sludge dewatering, on-site storage,and off-
site hauling activities,as applicable based on proposed near-term strategies chosen.
205—Support Facilities and Utilities
CONSULTANT will identify the required support facilities and utilities, including general
requirements and layouts,and develop applicable design criteria.
205.1—Administrative Facilities. Confirm and refine existing layouts and design criteria.
205.2—Maintenance/Storage Facilities. Confirm and refine existing layouts and design criteria.
205.3—Laboratory Facilities.Confirm and refine existing layouts and design criteria.
205.4—Chemical Storage and Feed Facilities. Evaluate and summarize chemical storage and feed
facilities requirements and develop applicable preliminary layout(s) and design criteria, including
type and locations of systems; sizing and general design criteria of systems; strategies for loading,
storage, containment and feeding of chemicals; chemical compatibilities with materials of
construction;and safety and security considerations.
205.5 — Plant Drain System. Evaluate and summarize plant drainage system requirements and
develop applicable preliminary layout(s)and design criteria.
205.6—Storm Water Management and Retention. Evaluate and summarize storm water
management and on-site retention requirements and confirm and refine existing layouts and design
criteria.
205.7—Potable Water.Confirm and refine plant potable water system requirements and layouts and
design criteria.
205.8—Non-Potable Water.Confirm and refine non-potable water system requirements and layouts
and design criteria.
Page 9 of 20
Eighth Amendment to Contract#04-3673
Page 2012 of 4027
205.9—Compressed and Instrument Air. Confirm and refine plant compressed and instrument air
system requirements and layouts and design criteria.
205.10 — Support Facilities and Utilities Review Workshop. Facilitate a workshop (physical or
virtual)with COUNTY to review the support facilities and utilities.
206—Electrical/Instrumentation and Controls System Strategies
CONSULTANT will assess and summarize preliminary site electrical/instrumentation and controls
EI&C)system strategies and general requirements for the final design phase.
206.1—Power Needs Assessment.Perform a preliminary power needs assessment for the NEWRF,
including incoming dual power feed requirements; and standby power generation requirements
including design outage criteria and plant loads during design outage).Assessment will include: a
preliminary estimation of power loads [preliminary load list] and ultimate buildout required
throughout the various site facilities including the water treatment plant, on-site and off-site raw
water wells,DIWs,etc.;design of strategies for the distribution of power and duct banks from utility
source to major process elements and buildings; development of localized power centers including
feeders and transformers;dual power feeds and standby generation;level of redundancy required at
power centers and individual feeds;plant power monitoring; and power logic.
206.2—Coordination with FPL.Coordinate with Florida Power and Light(FPL)regarding available
power to the NEWRF site. Coordination will include feeders, switching and sectionalizing gear
requirements; anticipated downtime frequencies and durations; and standby protection. Estimated
construction costs for additional feeders and corresponding equipment,as well as anticipated power
rate impacts,will also be discussed with FPL. Efforts will include development and submittal of a
letter to FPL outlining estimated power requirements at the NEUF, and a list of information needs
from FPL. CONSULTANT will attend up to three (3) coordination meetings with FPL
representatives to review estimated power needs and supplemental information needs.Results from
meetings and written correspondence from FPL will be summarized in letter form and provided to
COUNTY. CONSULTANT will also request a preliminary service design from FPL in a timely
manner for use in developing the plant detailed electrical design.
206.3 — Plant Control System Architecture. Coordinate with COUNTY to develop preliminary
platform(s) and plant control system architecture diagram(s) in accordance with COUNTY
standards and specifications. Architecture will identify basic requirements for integration with
county-wide supervisory control and data acquisition (SCADA) telemetry system and fiber optic
system.
206.4 — Control and Monitoring Strategies. Coordinate with COUNTY to develop preliminary
control and monitoring strategies for defining local manual/automatic and remote manual/automatic
monitoring and process control requirements, in accordance with COUNTY standards. Strategies
will include safety features, interlocks,control panel locations,and integration with control system
architecture and SCADA telemetry system requirements.
206.5 — Site Communications. Coordinate with COUNTY to identify and develop general site
communication system requirements, including telephones, paging and intercom, fire alarm and
security,closed-circuit television(CCTV),and local area networking.
206.6 — EI&C Review Workshop. Facilitate a workshop (physical or virtual) with COUNTY to
review the preliminary EI&C strategies for the NEWRF site.
Page 10 of 20
Eighth Amendment to Contract#04-3673ID
Page 2013 of 4027
207—Site Aesthetic Concepts
CONSULTANT will review and update site aesthetic concepts and general requirements and update
applicable design criteria.
207.1 — Odor Control. Develop and summarize plant-wide odor mitigation strategies in a
preliminary odor control plan for the NEWRF site.Plan will include the identification of anticipated
odor sources; use and type of basin covers and enclosures; strategies for flow free fall over weirs
and walls; type, number and location of odor control systems; sizing and design criteria of odor
control systems;potential type and location of odor control ductwork;and fence line odor and wind
gauge monitoring capabilities. Odor threshold and visibility impacts will be incorporated into the
odor control plan. Applicable preliminary design criteria for proposed odor control system will be
developed.
207.2 — Noise Abatement. Develop and summarize plant-wide noise mitigation strategies in a
preliminary noise abatement plan for the NEWRF site. Plan will include the identification of
anticipated noise sources; and use, type, number, and location of noise abatement systems. Noise
threshold and visibility impacts will be incorporated into the noise abatement plan. Applicable
preliminary design criteria for proposed noise abatement system(s)will be developed.
207.3—Building Architecture.Confirm and refine architectural design concepts.
207.4—Site Screening. Confirm and refine site screening alternatives if desired by COUNTY.
207.5 — Landscape Architecture. Confirm and refine code-required landscaping the landscaping
plan for the NEWRF site.
207.6—Traffic Routing. Confirm and refine traffic routing plans for the NEWRF site.
207.7—Site Lighting.Confirm and refine site lighting strategies for the NEWRF site.
207.8—Site Aesthetics Review Workshop.Facilitate a workshop(physical or virtual)with COUNTY
to review preliminary site aesthetic-related strategies for the NEWRF site.
208—Site Security
CONSULTANT will coordinate with the COUNTY Security Team to identify and evaluate
preliminary site security strategies and general requirements and develop applicable design criteria.
209—Codes and Standards Review
CONSULTANT will conduct a preliminary codes and site development standards review with
applicable COUNTY Department representatives and summarize key applicable codes and
standards. Develop a plant-wide classification summary depicting the building, mechanical,
plumbing,fire,ventilation,electrical and other applicable codes for subsequent design efforts.These
codes and standards can affect setbacks, vehicle and pedestrian circulation, landscaping, fencing,
signage, electrical and space classifications, exterior lighting, and overall structure and building
architectural design.
209.1 — Summarize Applicable Codes and Standards. Review and summarize key codes and
standards as they apply to the subsequent site development detailed design efforts.
209.2 — Conduct Code Analysis Review Meeting. Conduct one code analysis review meeting
physical or virtual)with representatives from the applicable COUNTY Departments to review and
reach consensus on the applicable codes, standards, design calculation requirements, and design
criteria to be followed during detailed design.
210—Preliminary Design Report(PDR)Update
CONSULTANT will update the Preliminary Design Report (PDR) based on results of previous
tasks.
210.1—Draft PDR Update Preparation and Production. Develop a draft Preliminary Design Report
Page 11 of 20
Eighth Amendment to Contract#04-3673
Page 2014 of 4027
PDR)Update that includes the following elements.
a. Executive summary that identifies the wastewater flow and loading characteristics,
anticipated reclaimed water quality limits and performance targets, and other process
design criteria.
b. Process flow diagrams and schematics for the recommended liquids and solids treatment
processes, including preliminary hydraulic profile and mass balances.
c. Overall site layout depicting the liquids and solids treatment processes, supporting
facilities,and required setbacks.
d. All layouts, schematics, and diagrams will be in II-inch by 17-inch format suitable for
inclusion into a bound report.
e. Compilation of the design criteria for the recommended unit treatment processes and
supporting facilities, compiled from the preliminary criteria developed under previous
tasks. Criteria will include both Phase 1 and ultimate requirements. Also included will be
a summary of design flows and loadings, anticipated reclaimed water permit limits,
site/environmental conditions, and anticipated code requirements. Criteria shall be in
tabular format suitable for inclusion into a bound report.
f. Estimated annual operation and maintenance(O&M) costs. O&M costs will be estimated
for both initial and build-out design capacity conditions. Estimated annual costs will
include power, chemicals, and labor(staffing) associated with the O&M of the proposed
systems and facilities. Power costs will be based on the anticipated usage at the design
conditions, and labor costs will be based on the average estimated O&M requirements.
Costs will be in tabular format suitable for inclusion into a bound report.
g. Preliminary project schedule for design, permitting, early procurement strategies,
construction,start-up and commissioning based on project delivery method and equipment
selection alternative selected.
h. Incorporation of COUNTY comments on draft TMs prepared under previous tasks, to
finalize accordingly, and include as appendices to PDR document.
i. Conduct physical or virtual PDR Update Review Meeting.
210.2—Engineer's Opinion of Probable Construction Cost(EOPCC).CONSULTANT will prepare
a preliminary opinion of probable construction cost. Costs will be in tabular format suitable for
inclusion into a bound report. The cost estimate will be a Class 3 estimate based on the American
Association for Cost Engineers(AACE).Class 3 estimates are used for budgetary level evaluations
and the accuracy of the estimate can range from minus 15%to plus 30%.
Note that CMAR will develop and maintain a cost model during detailed design and throughout
construction. CONSULTANT will assist with CMAR cost model development and updates as
described in Task 602.
210.3—Final PDR Update Production. Upon receipt of written comments, incorporate COUNTY
comments on the draft PDR Update and finalize report accordingly.
Deliverables: Draft and Final PDR Update
TASK 300—DETAILED DESIGN UPDATE
CONSULTANT will reuse existing NEWRF design combined with designs from other similar facility
designs to produce construction contract documents for the Project that will be used by the CMAR to
prepare the construction cost model and corresponding guaranteed maximum price (GMP), project
schedule,equipment and subcontractor procurement,and for permitting through regulatory agencies.
Page 12 of 20
Eighth Amendment to Contract#04-3673
Page 2015 of 4027
In addition to assignment of tag numbers for new equipment and instrumentation associated with the new
NEWRF treatment train and supporting facilities,the existing NESA equipment and instrumentation will
be"re-tagged"for consistency,along with updated overall control system block diagram.
301 —Site Investigations
301.1 —Geotechnical Investigation. CONSULTANT will coordinate a geotechnical investigation
of the NEWRF site to include the drilling and sampling of test borings to determine subsoil
conditions and provide samples for laboratory testing. CONSULTANT will submit draft
Geotechnical Investigation Report to COUNTY and CMAR for review. CONSULTANT will
further coordinate and consult with the geotechnical subconsultant and the CMAR during detailed
design.
The CMAR shall review the Geotechnical Investigation Report and supporting data and coordinate
any additional investigations that they may determine to be necessary. Costs to perform any
additional geotechnical investigation(s) shall be borne directly by the CMAR and not
CONSULTANT.
Deliverables: Draft and Final Geotechnical Investigation Report
301.2— Topographical and Facilities Site Survey. CONSULTANT will coordinate a survey of site
topographical and key existing facilities features to document the current conditions and surface
features of the area proposed for the new and modified facilities. Site survey will also include
identification of staked geotechnical borings and horizontal grid development for design of new
facilities and site/civil improvements.
Deliverables:Draft and Final Site Topographical Maps
301.3—Environmental Investigation. Environmental investigations are not anticipated.
302—Membrane System Supplier(MSS)Procurement
The Membrane System Supplier(MSS)Procurement will be a multiple step process that will include
the following efforts:
1. Finalize the shortlist of prospective MSS proposers with recommendation documented in a
Technical Memorandum.
2. Develop process criteria and minimum qualifications for the prospective MSSs and determine
selection criteria(low bid and/or best value selection).
3. Develop technical specifications and drawings for the procurement documents for use by the
CMAR.
4. Coordinate with the CMAR so they can issue the procurement documents for bidding and
evaluation by COUNTY.
5. Review the proposals and recommend an MSS to supply the MBR equipment for the Project.
6. Review preliminary shop drawings from the MSS to ensure that the design intent is realized and
coordinate design elements and requirements with the CMAR.
302.1 —Refine Process Criteria for MBR Procurement Documents. Continue to refine the criteria
for the MBR procurement documents based on input from COUNTY and the CMAR. Evaluate
MBR process performance at other installations that can be applied to the NEWRF. These criteria
will assist in evaluating MBR equipment and the MSS selection.
302.2 —Develop Draft MSS Procurement Documents. Assist in the preparation of the draft MBR
procurement documents,including:technical specifications and drawings.These documents will be
coordinated closely with COUNTY and the CMAR for schedule adherence.
Page 13 of 20
Eighth Amendment to Contract#04-3673
Page 2016 of 4027
302.3 — Request for Proposals. CONSULTANT will assist COUNTY in the preparation of the
Request for Proposal (RFP) for the MSS. These documents will include the requirements for the
evaluation and selection of the MSS and will include close coordination with both the COUNTY
and the CMAR.
302.4—Final MSS Selection/Meeting with COUNTY and CMAR. Assist the COUNTY in the final
selection of the MSS. This effort will include meetings to evaluate costs (capital and O&M),
constructability,equipment warranties,and other requested items.
302.5-Coordination with the Membrane System Supplier(MSS). Coordinate with the MSS supplier
to finalize the scope of supply and equipment requirements and refine the design drawings/technical
specifications at each stage of the Project.
302.6-Shop Drawing Submittal Review. Review the preliminary shop drawing submittals and other
information provided by the selected MSS. It is anticipated that two rounds of submittal reviews
will be required and will included mechanical, structural, electrical, and instrumentation
coordination. This will also include coordination meetings with the MSS and the CMAR.
302.7 - Meetings and Quality Control. Hold workshops and meetings with COUNTY operating
staff,selected MSS,and CMAR.Meetings on the following topics are anticipated:
1. Process criteria development.
2. Control system architecture.
3. Draft MBR procurement documents.
4. RFQ/ITB review.
5. Proposal evaluation review.
6. Shop drawings review.
7. Coordination with the MSS.
8. Coordination for the assignment of the MSS supplier contract to the CMAR.
9. Negotiations between the COUNTY,MSS,and the CMAR.
Deliverables: MSS Procurement documents; draft and final RFP; draft and final MSS scope
of supply;MSS submittals review comments
303—30%Design Submittal
The 30% design submittal is intended to expand the preliminary design concepts and strategies to
support collaborative design development with COUNTY and CMAR.
Deliverables: Two (2) Half-Size Sets, One (1) Full-Size Set, and Electronic Version in PDF
Format of Review Drawings, Technical Specifications and Typical Details (lists only) for
COUNTY and CMAR
304—60%Design Submittal
The 60%review submittal will include applicable updates from the 30%review submittal,including
the incorporation of applicable 30%submittal review comments provided by COUNTY and CMAR.
Provide a 30%design submittal comments log with the 60%review submittal.
Deliverables: Two (2) Half-Size Sets, One (1) Full-Size Set, and Electronic Version in PDF
format of Review Drawings, Technical Specifications and Typical Details for COUNTY and
CMAR
Page 14 of 20
Eighth Amendment to Contract#04-3673
CAO
Page 2017 of 4027
305—Approximate 90%Design Submittal for the CMAR Review and Pricing
The 90% submittal will include applicable updates from the 60% review submittal, including the
incorporation of applicable review comments provided by COUNTY and the CMAR, plus the
incorporation of typical details from book form into the drawing set. The work effort for this item
will include close coordination with the CMAR to provide design information needed to assist in
the continued development of the GMP. This design package will be used by the CMAR to
determine his final guaranteed maximum price (GMP), should the COUNTY agree to this design
milestone for that determination.
Deliverables: Two (2) Half-Size Sets, One (1) Full-Size Set, and Electronic Version in PDF
format of Review Drawings, Technical Specifications and Typical Details for COUNTY and
CMAR
306—Final(100%)Contract Documents
The 100% (final) Contract Documents will include applicable updates from the 90% review
submittal,any design changes from CMAR early work packages,and applicable comments provided
by COUNTY and the CMAR,plus applicable COUNTY Department and agency review comments.
Consultant will finalize, electronically seal, and submit all design drawings and technical
specifications in the appropriate format following receipt of all review comments provided by
COUNTY and other review agencies. Consultant will provide a copy of final design submittal
comments log to COUNTY with the final submittal.
Deliverables: Two (2) Half-Size Sets, One (1) Full-Size Set, and Electronic Version in PDF
format of Review Drawings, Technical Specifications and Typical Details for COUNTY and
CMAR
TASK 400—PERMITTING ASSISTANCE
CONSULTANT will perform various permitting coordination and assistance activities throughout the
Design Phase as established in Amendment 7 and under this Amendment 8 as described below. When
appropriate,pre-submittal meetings will be held with the agency to assist with the permitting process.
401 -FDEP Construction Permit
CONSULTANT will schedule and conduct a pre-application meeting with FDEP during the 30%
design package development. Prepare for the meeting with drawings and design criteria to assist
with understanding the Department's permitting requirements for the project. Prepare and submit
the FDEP construction permit in coordination with COUNTY's review and input. CONSULTANT
will respond to any comments or requests for additional information(RAIs).
Deliverables:Draft and final permit applications and associated documents
TASK 500—PUBLIC INVOLVEMENT ASSISTANCE
Scope and budget provided through existing Amendment 7.
TASK 600—CMAR COORDINATION
It is the COUNTY's intent to deliver the NEWRF using the CMAR delivery method. This Amendment 8
covers the design of the NEWRF, and the CMAR will be contracted to provide pre-construction phase
Design Phase] services for the NEWRF with input and coordination from the CONSULTANT.
CONSULTANT will coordinate with the CMAR on the following CMAR scope items:
1. Develop and update a detailed"open book"cost model based on current market conditions to confirm
budgets and help guide design decisions.
Page 15 of 20
Eighth Amendment to Contract#04-3673
Page 2018 of 4027
2. Develop a construction management plan and schedule in advance of construction with input from the
CONSULTANT.
3. Provide alternative system evaluation and constructability reviews in coordination with the
CONSULTANT and COUNTY.
4. Develop long-lead procurement strategies and potentially initiate early procurement of long-lead items.
5. Assist in the permitting process.
6. Provide procurement services for selection of key subcontractors and suppliers.
7. Develop construction estimates and a guaranteed maximum price (GMP) for construction for
COUNTY review and consideration.
Assuming the COUNTY's acceptance of the GMP,the CMAR shall then provide all services required of a
general contractor, including self-performance and subcontractor procurement and management, during
subsequent construction and post-construction phases of the Project.
The relationship between the CMAR and CONSULTANT is intended to be collaborative, with both
participating as advisors to the COUNTY during the pre-construction phase [Design Phase]. It is the
COUNTY's desire to incorporate a contractor's perspective and input to the project planning and design
decisions,and to leverage the ability for early procurement and phased construction prior to full completion
of design.
The following tasks define the specific efforts to be performed and completed by CONSULTANT during
the pre-construction phase [Design Phase] of the Project.
601 —Draft CMAR Pre-construction Contract Development
Coordinate with the COUNTY to provide input and review of the CMAR Pre-Construction Phase
contract.
Deliverables: Written Comments to Draft CMAR Pre-Construction Phase Contract
Electronic format only)
602—Cost Model and GMP Review and Validation
Coordinate with the CMAR and the COUNTY to provide input and information on equipment and
other major capital cost items throughout the design phase. Review and validate the initial cost
model (30%design submittal)and subsequent cost model updates (based on 60%and 90% design
submittals)developed by the CMAR.Cost validation activities will include a review and verification
of direct and indirect costs, including CMAR fee and contingencies; review/audit supplier and
subcontractor quotes and request supplemental quotes, as necessary; compare costs with other
applicable projects;and perform review of risk analysis model and/or cost contingencies developed
by the CMAR. Indirect costs included in the CMAR cost model will include applicable general
conditions,bonds,insurance,sales tax and CMAR fee.
Using the cost models and GMP(s)as the basis for the total construction cost(s),coordinate with the
COUNTY regarding additional COUNTY administrative costs, engineering fees, construction
administration and inspection fees, and (if applicable) COUNTY contingency to develop a Total
Project Cost Estimate(TPCE).
Deliverables: Written Recommendation(s) to COUNTY Regarding Opinion of GMP(s)
Acceptance(Electronic format only)
Page 16 of 20
Eighth Amendment to Contract#04-3673
Page 2019 of 4027
603—Early Procurement Activities
Coordinate with the CMAR and COUNTY to develop an equipment and materials procurement
plan, including identification of items to be selected and/or procured early based on "best value"
and/or low-bid strategies, and define the parameters associated with "best value" selection as
applicable. Those items and design packages selected for early procurement will also identify the
acceptable manufacturers and associated Bid Documents requirements.
Coordinate with the CMAR and COUNTY to develop multiple packages of the applicable front-
end documents (Divisions 0 and 1), technical specifications (Divisions 2 through 17), and
supporting design drawings for early procurement of major long-lead equipment items with the
specific acceptable manufacturers. Coordinate with the CMAR as part of the bidding process and
prepare addenda.Assist the COUNTY and the CMAR with review of the supplier proposals and bid
packages and the subsequent selection process.
It is assumed that the CMAR shall be responsible for the packaging of front-end documents,
technical specifications, and applicable design drawings developed by the CONSULTANT;
submittal of packages to applicable manufacturers and/or vendors; coordination of vendor
proposals; pre-selection of equipment and appurtenances (with COUNTY and CONSULTANT
input);delivery of detailed design criteria and documents of selected equipment to CONSULTANT
for further use and incorporation into detailed design documents; and coordination of delivery,
storage, installation,startup,and payment of procured items accordingly.
Deliverables: Early Procurement Design Document Packages(Electronic format only)
604—General CMAR Coordination
In addition to Tasks 602 and 603 efforts above, general coordination with CMAR during the pre-
construction phase [Design Phase]will include,but not necessarily be limited to:
1. Coordination with COUNTY regarding development of the CMAR Construction and/or Post-
Construction Phase contract and applicable COUNTY front-end documents and
CONSULTANT's Division 1 specifications.
2. Meet with and soliciting input from the CMAR during design development as appropriate;
3. Provide input to construction management plan and schedule development.
4. Evaluate alternative systems and materials proposed or suggested by the CMAR.
5. Respond to constructability review comments.
6. Provide input to MOPO plan and schedule.
7. Attend subcontractor pre-selection meetings conducted by CMAR as appropriate.
NOTE: Should COUNTY be unable or unwilling to accept the CMAR GMP and instead decide to procure
and deliver the project using a traditional "design-bid-build" (DBB) delivery method, subsequent
modifications to the front-end documents, technical specifications, and associated design drawings
specifically applicable to the CMAR delivery method will be handled under a separate scope of work, if
desired by COUNTY.
In addition, additional services for bidding, including preparation of Bid Document sets,participation on
a pre-bid conference, responding to Bidder questions, preparing applicable addenda, attendance at the
Bid opening, assistance in evaluation of Bids, and participation in a pre-construction conference with the
selected General Contractor will also be handled under a separate scope of work, if desired by COUNTY.
TASK 700—ENGINEERING SERVICES DURING CONSTRUCTION
Not Included in this Scope of Services. Task 700 may be authorized by a future Amendment.
Page 17 of 20
Eighth Amendment to Contract# 04-3673
Page 2020 of 4027
PROJECT ASSUMPTIONS
1. The NEWRF will be rated an initial 4-mgd annual average day flow (AADF) design capacity with
potential phased incremental expansions to12 mgd.
2. The existing plans and specifications for NEUF/NEWRF and other reference designs will be used
as-is to the extent possible and changes will only be made to accommodate changes in design
criteria and available technology.
3. Project will be delivered using the CMAR project delivery method.
4. Headworks and biological/MBR design is based on a hybrid of other designs integrated with the
existing NEWRF design.
5. Flow equalization is based on the existing design modified for new design criteria.
6. Solids handling and dewatering is based on the existing design modified for new design criteria.
7. Administration and maintenance facilities based on the existing design modified for the new layout.
8. Chlorine contact basin(CCB)for disinfection based on existing design modified for the new layout.
9. Electrical remains medium voltage as designed with equipment updates.
10. SCADA/I&C modified based on current COUNTY standards.
11. Contract Amendments. Subsequent WRF Construction, WTP Preliminary and Detailed Design and
Permitting, and WTP Construction amendments are required to complete the project through full
commissioning.
12. Permitting Fees.COUNTY will pay all design permitting and/or agency review fees. Consultant shall
provide County with a list of anticipated permit application required and the associated permit fee.
13. Standard of Care:CONSULTANT will be responsible to the level of competency and standard of care
presently maintained by other practicing Professional Engineers performing the same or similar type
work at the time Notice to Proceed is issued. CONSULTANT and COUNTY mutually agree that the
standard of care,as applied to design professional,shall be defined as the ordinary and reasonable skill
and care required as determined by the degree of care ordinarily employed by such professionals under
similar conditions and under the same or similar circumstances.
14. COUNTY-Provided Information and Services: COUNTY shall furnish CONSULTANT available
studies, reports and other data pertinent to CONSULTANTS services; obtain or authorize
CONSULTANT to obtain or provide additional reports and data as requested; furnish to
CONSULTANT services of others required for the performance of CONSULTANTS services
hereunder,and CONSULTANT shall be entitled to use and rely upon all such information and services
provided by COUNTY or others in performing CONSULTANTs services under this Scope of Services,
in accordance with the standard of care delineated in Item 13 above.
Page 18 of 20
Eighth Amendment to Contract#04-3673el
Page 2021 of 4027
15. Estimates and Projections: In providing opinions of cost, financial analyses, economic feasibility
projections, and schedules for potential projects,CONSULTANT has no control over cost or price of
labor and material; unknown or latent conditions of existing equipment or structures that may affect
operation and maintenance costs; competitive bidding procedures and market conditions; time or
quality of performance of third parties;quality,type,management,or direction of operating personnel;
and other economic and operational factors that may materially affect the ultimate project cost or
schedule. Therefore, CONSULTANT makes no warranty that the CMAR's and COUNTY's actual
project costs,financial aspects,economic feasibility,or schedules will not vary from CONSULTANT's
opinions,analyses,projections,or estimates.
16. Third Parties. The services to be performed by CONSULTANT are intended solely for the benefit of
COUNTY. No person or entity not a signatory to the Contract shall be entitled to rely on
CONSULTANT's performance of its services hereunder, and no right to assert a claim against
CONSULTANT by assignment of indemnity rights or otherwise shall accrue to a third party as a result
of the Contract or the performance of CONSULTANTs services hereunder.
SERVICES NOT INCLUDED
The following services are not included in the above-described Scope of Services but may be provided
during the project. If requested by COUNTY,the following services shall be provided by CONSULTANT
for additional compensation as agreed by CONSULTANT and COUNTY.
1. Easement legal sketch and descriptions.
2. Programming.
3. Bid Phase Services.
4. Engineering Services during Construction.
5. Resident engineering or inspection during Construction.
6. Ownership and encumbrance(O&E)reports for right-of-way by COUNTY.
7. Remodeling/Evaluation/Preliminary design of previously completed work required due to the
COUNTY requests that are not within this Scope of Services or due to changes in existing conditions,
codes,regulations,laws or design manuals and guidelines after the date of this Notice to Proceed.
8. Title searches.
9. Boundary survey(s).
10. Archeological investigations or reporting.
11. Evaluation of potential soil,groundwater,or surface water contamination.
Page 19 of 20
Eighth Amendment to Contract# 04-3673
Page 2022 of 4027
EXHIBIT A8-B
Amendment No.8 to Contract#04-3673
Professional Engineering Services for the Design of the Northeast WRF and WTP
BUDGET AND PAYMENT
This Project will be delivered on a combination of Lump Sum(LS)and Time&Materials(T&M)basis
and invoiced monthly as shown in the table below.
Task Fee
Task 100—Project Management(T&M)134,448
Task 200—Preliminary Design Update(LS) 346,936
Task 300—Detailed Design Update(LS) 4,206,925
Task 400—Permitting Assistance(T&M) 47,334
Task 500—Public Involvement Assistance(T&M) 0
Task 600—CMAR Coordination(T&M) 84,307
Total 4,819,950
COUNTY shall pay CONSULTANT in accordance with the terms and conditions in contract#04-3673 as
amended through this Amendment#8 and based upon invoices submitted by CONSULTANT for services
incurred.
SCHEDULE
The table below lists anticipated duration of each task.
Task Duration(Months)
Task 100—Project Management 24
Task 200—Preliminary Design Update 6
Task 300—Detailed Design Update 18
Task 400—Permitting Assistance 24
Task 500—Public Involvement Assistance 24
Task 600—CMAR Coordination 24
All aspects of this Scope of Services will be completed within 24 months after receipt of notice to
proceed.
Page 20 of 20
Eighth Amendment to Contract#04-3673
Page 2023 of 4027
c C pelt 110
Engineers...Working Wonders With Waters
CERTIFICATION
This is to certify that the undersigned, Michael W. Barnes, as Corporate Secretary and General
Counsel for Carollo Engineers, Inc., is authorized to state and certify: That by corporate policy
approved by the Board of Directors on 02/07/2011, Robert S. Cushing, Senior Vice President, is
authorized to execute engineering service agreements for the usual and customary engineering
business of the company.
Dated: August 31, 2021
Michael W. Barnes
Corporate Secretary & General Counsel
2795 Mitchell Drive.Walnut Creek,California 94598
P.925.932.1710 F.925.930.0208
carollo.com
Page 2024 of 4027
9/28/21, 10:39 AM Detail by Entity Name
DIVISION OF CORPORATIONS
5ef4p4.org ' lJt1_PJPA`lFrrJ
an official 31we of Florida websire
Department of State / Division of Corporations / Search Records / Search by Entity Name /
Detail by Entity Name
Foreign Profit Corporation
CAROLLO ENGINEERS, INC.
Filing Information
Document Number F00000003055
FEI/EIN Number 86-0899222
Date Filed 05/25/2000
State DE
Status ACTIVE
Last Event AMENDMENT AND NAME CHANGE
Event Date Filed 07/13/2010
Event Effective Date NONE
Principal Address
2795 Mitchell Drive
Walnut Creek, CA 94598
Changed: 03/05/2021
Mailing Address
2795 Mitchell Drive
Walnut Creek, CA 94598
Changed: 03/05/2021
Registered Agent Name&Address
Munce, Lyle
2056 Vista Parkway
Ste.400
West Palm Beach, FL 33411
Name Changed: 07/02/2015
Address Changed: 02/16/2018
Officer/Director Detail
Name &Address
Title Authorized Signatory
Barnes, Michael W.
search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=CAROLLOENGI... 1/4Page 2025 of 4027
9/28/21, 10:39 AM Detail by Entity Name
2795 Mitchell Drive
Walnut Creek, CA 94598
Title Director
Hart, Vincent S.
390 Interlocken Crescent
Suite 800
Broomfield, CO 80021
Title Director
Wachter, Russell A.
4600 Washington Street
Suite 500
Phoenix, AZ 85034
Title Director
Hagstrom, James P.
870 Market Street
Suite 728
San Francisco, CA 94102
Title Director
Wason, Ashwani K.
3150 Bristol Street
Suite 500
Costa Mesa, CA 92626
Title Director
Narayanan, Balakrishnan
2795 Mitchell Drive
Walnut Creek, CA 94598
Title Secretary
Barnes, Michael W.
2795 Mitchell Drive
Walnut Creek, CA 94598
Title Treasurer
Wason, Ashwani K.
3150 Bristol Street
Suite 500
Costa Mesa, CA 92626
Title President
Narayanan, Balakrishnan
search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=CAROLLOENGI... 2/4Page 2026 of 4027
9/28/21, 10:39 AM Detail by Entity Name
2795 Mitchell Drive
Walnut Creek, CA 94598
Title Senior Vice President
Elliott , Larry E. E
200 E. Robinson St., Ste. 1400
Orlando, FL 32801
Title Senior Vice President
Laura , Baumberger
301 N. CATTLEMEN RD., STE. 302
SARASOTA, FL 34232
Title Director
Sobeck, Ill, David C.
4600 E.WASHINGTON ST., SUITE 500
PHOENIX, AZ 85034
Annual Reports
Report Year Filed Date
2021 03/05/2021
2021 03/08/2021
2021 03/10/2021
Document Images
03/10/2021 --AMENDED ANNUAL REPORT View image in PDF format
03/08/2021 --AMENDED ANNUAL REPORT View image in PDF format
03/05/2021 --ANNUAL REPORT View image in PDF format
06/02/2020—AMENDED ANNUAL REPORT View image in PDF format
04/20/2020--AMENDED ANNUAL REPORT View image in PDF format
03/12/2020—ANNUAL REPORT View image in PDF format
03/11/2019--ANNUAL REPORT View image in PDF format
09/13/2018--AMENDED ANNUAL REPORT View image in PDF format
04/20/2018--AMENDED ANNUAL REPORT View image in PDF format
02/16/2018--ANNUAL REPORT View image in PDF format
04/06/2017—ANNUAL REPORT View image in PDF format
03/29/2016--ANNUAL REPORT View image in PDF format
07/02/2015--AMENDED ANNUAL REPORT View image in PDF format
01/16/2015--ANNUAL REPORT View image in PDF format
07/08/2014—AMENDED ANNUAL REPORT View image in PDF format
06/20/2014--AMENDED ANNUAL REPORT View image in PDF format
06/16/2014--Reg.Agent Change View image in PDF format
05/15/2014--AMENDED ANNUAL REPORT View image in PDF format
03/11/2014--ANNUAL REPORT View image in PDF format
02/08/2013--ANNUAL REPORT View image in PDF format
01/19/2012--ANNUAL REPORT View image in PDF format
search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=CAROLLOENGI... 3/4Page 2027 of 4027
9/28/21, 10:39 AM Detail by Entity Name
02/24/2011--ANNUAL REPORT View image in PDF format
07/13/2010--Amendment and Name Change View image in PDF format
02/25/2010--ANNUAL REPORT View image in PDF format
03/19/2009--ANNUAL REPORT View image in PDF format
02/19/2008--ANNUAL REPORT View image in PDF format
02/15/2007—ANNUAL REPORT View image in PDF format
01/23/2006--ANNUAL REPORT View image in PDF format
02/14/2005--ANNUAL REPORT View image in PDF format
03/29/2004--ANNUAL REPORT View image in PDF format
04/14/2003--ANNUAL REPORT View image in PDF format
04/07/2002--ANNUAL REPORT View image in PDF format
04/11/2001 --ANNUAL REPORT View image in PDF format
05/25/2000--Foreign Profit View image in PDF format
search.su nbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=CAROLLOENGI... 4/4Page 2028 of 4027
A
DATE(MM/DD/YYYY)
CERTIFICATE OF LIABILITY INSURANCE
7/4/2022 6/30/2021
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
p
CONTACT
PRODUCER Lockton Companies NAME:
444 W.47th Street,Suite 900 PHONE FAX
A/C.No.Extl: A/C,No):
Kansas City MO 64112-1906 E-MAIL
816)960-9000
ADDRESS:
INSURER(S)AFFORDING COVERAGE NAIC#
INSURER A:Zurich American Insurance Company 16535
INSURED CAROLLO ENGINEERS,INC. INSURER B:Continental Casualty Company 20443
1472614 2795 MITCHELL DR.INSURER C:
WALNUT CREEK CA 94598-1601 INSURER D:
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: 16817858 REVISION NUMBER: XXXXXXX
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TYPE OF INSURANCE
ADDL SUBR POLICY EFF POLICY EXPRW
LIMITS
LTR INSVD POLICY NUMBER MM/DD/YYYY) (MM/DD/YYYY)
A X COMMERCIAL GENERAL LIABILITY Y N GLO 9730569 7/4/2021 7/4/2022 EACH OCCURRENCE 1,000,000
DAMAGE
CLAIMS-MADE X OCCUR PREMISESO(Ea occurrence) $ 1,000,000
MED EXP(Any one person) $ 25,000
PERSONAL&ADV INJURY $ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000
POLICY X JECOT LOC PRODUCTS-COMP/OP AGG $ 2,000,000
OTHER:
A AUTOMOBILE LIABILITY Y N BAP 9730571 7/4/2021 7/4/2022 COMBINED NGLE LIMIT $
Ea accident)
SI
2,000,000
X ANY AUTO BODILY INJURY(Per person) $ XXXXXXX
OWNED SCHEDULED BODILY INJURY(Per accident) $ XXXXXXX
AUTOS ONLY AUTOS
X HIRED X NON-OWNED PROPERTY DAMAGE XXXXXXX
AUTOS ONLY AUTOS ONLY Per accident)
DED:COMP/COLL $ 1,000
UMBRELLA LIAB OCCUR NOT APPLICABLE EACH OCCURRENCE XXXXXXX
EXCESS LIAB CLAIMS-MADE AGGREGATE XXXXXXX
DED RETENTION$ XXXXXXX
A AND EMPLOYERS'LIABILITY
WORKERS COMPENSATION
Y/N
Y WC 9730570 7/4/2021 7/4/2022 X
PER H
STATUTE ER
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT 1,000,000
OFFICER/MEMBER EXCLUDED? N N/A
Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000
B PROFESSIONAL N N AEH 288354410 7/4/2021 7/4/2022 EACH CLAIM:$5,000,000;
LIABILITY AGGREGATE:$5,000,000
UNLIMITED PRIOR ACTS
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
Professional Engineering Services for Design of the Northeast Water Reclamation Facility and Water Treatment Plant,Contract#:04-3673.Carollo Project#:
7126.Board of County Commissioners for Collier County is additional insured as respects general liability and auto liability,and these coverages are primary
and non-contributory,as required by written contract.
CERTIFICATE HOLDER CANCELLATION See Attachments
16817858
Collier County Board of County Commissioners SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Trail E.
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
3295 Tamiami
FL
Tr ACCORDANCE WITH THE POLICY PROVISIONS.
4112
AUTHORIZED
REPRESENTATr,i/2 (117 Al /4g?-4/7
1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03)The ACORD name and logo are registered marks of ACORD
Page 2029 of 4027
ONTINUATION DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS(Use only if more space is required)
Waiver of subrogation applies to workers compensation/employer's liability where allowed by state law and as required by written
contract.Professional Liability Deductible: $50,000.
CORD 25(2016/03) Certificate Holder ID: 16817858
Page 2030 of 4027
Attachment Code:D573119 Certificate ID: 16817858
CNA Professional Liability and Pollution Incident Liability Insurance
Policy Endorsement
NOTICE ENDORSEMENT- NOTICE OF CANCELLATION, NON-RENEWAL OR REDUCTION IN LIMITS
WHERE REQUIRED BY WRITTEN CONTRACT _.... _.__
It is understood and agreed that if the Named Insured has agreed in a written contract with its client to provide such
client with notice of cancellation or non-renewal of this Policy, or notice of a reduction in the Limits of Liability of this
Policy by endorsement during the policy term, the Insurer will provide such notice of cancellation, non-renewal or
reduction in Limits to the client as set forth herein.
Within ten (10) business days of the Insurer's request, the Named Insured will deliver to the Insurer, or cause to be
delivered by the broker or agent of record, a list acceptable to the Insurer containing the names and addresses of all
entities entitled to receive notice. If the list is not provided to the Insurer within such time period, the Insurer will not
provide notification. The Insurer will assume that the list provided to the Insurer by the Named Insured or the broker
is a complete and accurate list of certificate holders. Only those persons or entities listed on the schedule will
receive notification. The Insurer will keep no other record of any certificate holders in the Insurer's file. Such notice
will be delivered to such client at the address recorded by certificate on file with the broker or agent of record and
provided to the Insurer.
With respect to cancellation or non-renewal of this Policy, the Insurer will provide the Named Insured's client with
the greater of:
1) thirty (30) days' notice; or
2) the number of days' notice set forth in the applicable State Provisions endorsement attached to this Policy in
accordance with the Cancellation/Non-Renewal condition of the Policy.
With respect to a reduction in the Limits of Liability of this Policy by endorsement during the policy term, the
Insurer will provide the Named Insured's client with the lesser of:
1) sixty (60) days' notice; or
2) the number of days' notice required in the Named Insured's contract with such client.
The Insurer's failure to provide such notification will not extend the Policy cancellation date, negate cancellation or
non-renewal of the Policy, invalidate any endorsement to the Policy or be cause for legal action against the Insurer.
All other terms and conditions of the policy remain unchanged.
This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers,
takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective
date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another
expiration date is shown below.
Form No: CNA83699XX(11-2015) Policy No:AEH288354410
Copyright CNA All Rights Reserved.
Page 2031 of 4027
Attachment Code: D573121 Certificate ID: 16817858
POLICY NUMBER: BAP 9730571
Notification to Others of Cancellation, Nonrenewal or Reduction of
Insurance
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial Automobile Coverage Part
A. If we cancel or non-renew this Coverage Part by written notice to the first Named Insured for any reason other than
nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation or non-renewal:
1. To the name and address corresponding to each person or organization shown in the Schedule below; and
2. At least 10 days prior to the effective date of the cancellation or non-renewal, as advised in our notice to the
first Named Insured, or the longer number of days notice if indicated in the Schedule below.
B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will
mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person
or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation.
C. If coverage afforded by this Coverage Part is reduced or restricted, except for any reduction of Limits of Insurance
due to payment of claims, we will mail or deliver notice of such reduction or restriction:
1. To the name and address corresponding to each person or organization shown in the Schedule below; and
2. At least 10 days prior to the effective date of the reduction or restriction, or the longer number of days notice if
indicated in the Schedule below.
D. If notice as described in Paragraphs A., B. or C. of this endorsement is mailed, proof of mailing will be sufficient
proof of such notice.
SCHEDULE
Name and Address of Other Person(s) / Number of Days Notice:
Organization(s):
All certificate holders where notice of cancellation is
60
required by written contract with the Named Insured
All other terms and conditions of this policy remain unchanged.
U-CA-811-A CW (05/10)
Page 2032 of 4027
Attachment Code:D573122 Certificate ID: 16817858
POLICY NUMBER: GLO 9730569
Notification to Others of Cancellation, Nonrenewal or
Reduction of Insurance
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
Liquor Liability Coverage Part
Products/Completed Operations Liability Coverage Part
A. If we cancel or non-renew this Coverage Part(s) by written notice to the first Named Insured for any reason other than
nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation or non-renewal:
1. To the name and address corresponding to each person or organization shown in the Schedule below; and
2. At least 10 days prior to the effective date of the cancellation or non-renewal, as advised in our notice to the first
Named Insured, or the longer number of days notice if indicated in the Schedule below.
B. If we cancel this Coverage Part(s) by written notice to the first Named Insured for nonpayment of premium, we will
mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or
organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation.
C. If coverage afforded by this Coverage Part(s) is reduced or restricted, except for any reduction of Limits of Insurance
due to payment of claims, we will mail or deliver notice of such reduction or restriction:
1. To the name and address corresponding to each person or organization shown in the Schedule below; and
2. At least 10 days prior to the effective date of the reduction or restriction, or the longer number of days notice if
indicated in the Schedule below.
D. If notice as described in Paragraphs A., B. or C. of this endorsement is mailed, proof of mailing will be sufficient proof
of such notice.
SCHEDULE
Name and Address of Other Person(s)/ Number of Days Notice:
Organization(s):
All certificate holders where notice of cancellation is 60
required by written contract with the Named Insured
All other terms and conditions of this policy remain unchanged.
U-GL-1447-A CW (05/10)
Page 2033 of 4027
Attachment Code:D573124 Certificate ID: 16817858
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 34
NOTIFICATION TO OTHERS OF CANCELLATION, NONRENEWAL OR
REDUCTION OF INSURANCE ENDORSEMENT
This endorsement is used to add the following to Part Six of the policy.
PART SIX
CONDITIONS
A. If we cancel or non-renew this policy by written notice to you for any reason other than nonpayment of
premium, we will mail or deliver a copy of such written notice of cancellation or non-renewal to the name and
address corresponding to each person or organization shown in the Schedule below. Notification to such
person or organization will be provided at least 10 days prior to the effective date of the cancellation or
non-renewal, as advised in our notice to you, or the longer number of days notice if indicated in the Schedule
below.
B. If we cancel this policy by written notice to you for nonpayment of premium, we will mail or deliver a copy of
such written notice of cancellation to the name and address corresponding to each person or organization
shown in the Schedule below at least 10 days prior to the effective date of such cancellation.
C. If coverage afforded by this policy is reduced or restricted, except for any reduction of Limits of Liability due to
payment of claims, we will mail or deliver notice of such reduction or restriction to the name and address
corresponding to each person or organization shown in the Schedule below. Notification to such person or
organization will be provided at least 10 days prior to the effective date of the reduction or restriction, or the
longer number of days notice if indicated in the Schedule below.
D. If notice as described in Paragraphs A., B. or C. of this endorsement is mailed, proof of mailing will be
sufficient proof of such notice.
SCHEDULE
Name and Address of Other Person(s) / Number of Days Notice:
Organization(s):
All certificate holders where notice of cancellation is
60
required by written contract with the Named Insured
All other terms and conditions of this policy remain unchanged.
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
The information below is required only when this endorsement is issued subsequent to preparation of the policy.)
Policy No. WC 9730570
Insured CAROLLO ENGINEERS, INC.
Insurance Company Zurich American Insurance Company
WC 99 06 34
Ed. 05-10) Includes copyrighted material of National Council on Compensation Insurance, Inc.with its permission.
Page 2034 of 4027
Attachment Code: D573125 Certificate ID: 16817858
POLICY NUMBER: BAP 9730571 COMMERCIAL AUTO
CA20481013
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED FOR
COVERED AUTOS LIABILITY COVERAGE
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by this endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage
under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage
provided in the Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
SCHEDULE
Name Of Person(s) Or Organization(s):
Any person or organization to whom or which you are required to provide additional insured status or additional
insured status on a primary, non-contributory basis, in a written contract or written agreement executed prior to
loss, except where such contract or agreement is prohibited by law.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Each person or organization shown in the Schedule is
an "insured" for Covered Autos Liability Coverage, but
only to the extent that person or organization qualifies
as an "insured" under the Who Is An Insured provision
contained in Paragraph A.1. of Section II — Covered
Autos Liability Coverage in the Business Auto and
Motor Carrier Coverage Forms and Paragraph D.2. of
Section I — Covered Autos Coverages of the Auto
Dealers Coverage Form.
CA20481013
Page 2035 of 4027
Attachment Code:D573129 Certificate ID: 16817858
POLICY NUMBER: GLO 9730569 COMMERCIAL GENERAL LIABILITY
CG20371219
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s)Location And Description Of Completed Operations
Any person or organization, other than an architect, Any Location or project, other than a wrap-up or other
engineer or surveyor, whom you are required to add as consolidated insurance program location or project for
an additional insured under this policy under a written which insurance is otherwise separately provided to
contract mark or written agreement executed prior to you by a wrap-up or other consolidated insurance
loss. program
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these
include as an additional insured the person(s) or additional insureds, the following is added to
organization(s) shown in the Schedule, but only Section III— Limits Of Insurance:
with respect to liability for "bodily injury" or If coverage provided to the additional insured is
property damage" caused, in whole or in part, by required by a contract or agreement, the most we
your work" at the location designated and will pay on behalf of the additional insured is the
described in the Schedule of this endorsement amount of insurance:
performed for that additional insured and
included in the "products-completed operations 1. Required by the contract or agreement; or
hazard". 2. Available under the applicable Limits of
However: Insurance;
1. The insurance afforded to such additional whichever is less.
insured only applies to the extent permitted by This endorsement shall not increase the applicable
law; and Limits of Insurance.
2. If coverage provided to the additional insured
is required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
CG20371219
Page 2036 of 4027
Attachment Code: D573128 Certificate ID: 16817858
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13
Ed. 04-84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule. (This agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us.)
This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule.
Schedule
Any person or organization you are required to waive your rights of recovery in a written contract, agreement or
permit with the Named Insured.
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
The information below is required only when this endorsement is issued subsequent to preparation of the policy.)
Policy No. WC 9730570
Insured CAROLLO ENGINEERS, INC.
Insurance Company Zurich American Insurance Company
WC000313
Page 2037 of 4027
SEVENTH AMENDMENT TO AGREEMENT # 04-3673
FOR
Professional Engineering Services for Design of the Northeast Water Reclamation Facility
and Water Treatment Plant"
THIS AMENDMENT, made and entered into on this IL44 day of 2020
by and between Carollo Engineers, Inc., (referred to herein as "Consultant") Qnd the Collier
County Board of County Commissioners, a political subdivision of the State of Florida (referred to
herein as "Owner" or "County").
WHEREAS, on December 14, 2004 (Agenda Item 10.E.), the County entered into
Agreement No. 04-3673 (the "Agreement") with the Consultant to provide professional engineering
services for design and related consulting services for the construction of the Northeast Water
Reclamation Facility (NER WRF) and Northeast Water Treatment Plant (NERWTP), Project No.
70902 in the amount of $11,752,020 (the "Project"), with the performance of the services to be
phased in on an annual approval of funds by the Board for each fiscal year of the duration of the
contract; and
WHEREAS, on March 18, 2005, the County administratively approved Amendment No. Ito
the Agreement to replace section 8.1 and 8.2 of Article Eight, Indemnification to update the
Agreement's indemnification clause; and
WHEREAS, on November 15, 2005 (Agenda Item 10.G), the County approved Amendment
No. 2 to the Agreement in the amount of $1,144,432 for services related to the revised phasing of
development for the NERWRF and NERWTP bringing the total contract amount to $12,869,452.00;
and
WHEREAS, on January 26, 2010 (Agenda Item 16.C.2), the County approved Amendment
No. 3 to the Agreement to include Exhibit A3-A, Supplemental Terms and Conditions and to
hibernate" the Project, while allowing for oversight and management of activities during the
hibernation, and providing for future reactivation of the Contract; and
WHEREAS, on February 27, 2015, the County administratively approved Amendment No.
4 to the Agreement to replace in its entirety, Article Four- Time, Paragraph 4.1, to extend the period
for the Consultant to provide services through the eventual completion and closeout of all services
required on the Project; and
WHEREAS, on September 26, 2017 (Agenda Item 16.C.1), the County approved
Amendment No 5 to the Agreement to reactivate the contract, amend hourly rates, as set forth in
Schedule B- Attachment B and approve a new proposed Scope of Work (Exhibit A5-A), providing
for the update of the Northeast Water Reclamation Facility and Northeast Regional Water Treatment
Plant design criteria, in the amount of $172, 642; and
WHEREAS, on April 24, 2018 (Agenda Item 16.C.7), the County approved Amendment
No. 6 to the Agreement to include Exhibit A6-A and Exhibit A6-13 to include additional scope of
work to the Northeast Utility Facility Site to create a Northeast Base Map, site plan modifications,
identify parcel plat and provide associated time and material fees in the amount of $149,943; and
WHEREAS, based upon the current and anticipated increased growth patterns in the
northeast service area, the parties desire to amend the Agreement to include Exhibit A7-A and
Exhibit A7-13 to include additional scope of work, schedule and fees to Consultant to include the
Page 1 of 20
Seventh Amendment to Agreement # 04-3673
C n
Page 2038 of 4027
necessary project and quality management, public involvement services, and required coordination with
the Construction Manager at Risk ("CMAR") to support this phase in the amount of $1,637,264.00.
NOW, THEREFORE, for good and valuable consideration, the receipt of which is hereby
acknowledged, and in consideration of the mutual promises and covenants contained herein, the
parties acknowledge and agree to amend the Agreement as follows:
1. Parties agree to include and incorporate attached Exhibit A7-A and A7-13 as part of the
duties and obligations in in performing under the Agreement.
2. All other terms and conditions of the Contract shall remain in force.
IN WITNESS WHEREOF, the parties have each executed this Seventh Amendment effective as of
the date set forth above by an authorized agent or person.
ATTEST:
Crystal K. Kinzel, Clerk of Court &
Comptroller
By:
Dated:
sEAla{est'td Chaliman's
r
Contract'
Ft st Witness
Robert Cushing, Senior Vice President
TType/print witne s nameT
44t
Second Witness
Dean Milton, Vice President
TType/print witness nameT
BOARD OF COUNTY COMMISSIONERS
COLLIER LINTY, FLORID
By.
Burt L. Saunders, Chairman
CONTRACTOR:
Carollo E ineers, Inc.,
By: P J
Sign ture
Laura Baumberger. Vice President
TType/print signature and titleT
6/25/2020
Date
Page 2 of 20 S'f
Seventh Amendment to Agreement # 04-3673
CA
Page 2039 of 4027
EXHIBIT A7-A
Contract Amendment No. 7 to Agreement #04-3673
Professional Engineering Services for the Design of the Northeast WRF and WTP
SCOPE OF SERVICES
NEUF Deep Injection Well Permitting and Construction and Site Design, Permitting, and
Early Work Construction
BACKGROUND AND PURPOSE
Plans and specifications for the Northeast Water Reclamation Facility (NEWRF), Water Treatment Plant
NEWTP), and associated facilities (Northeast Utility Facility - NEUF) were signed, sealed, and put in
storage in 2010. Since that time, technologies, O&M staff preferences, and level of service requirements
have evolved. Per the January 24, 2019 Board of County Commissioners (BoCC) meeting, construction
of the new 4-mgd (expandable to 12 mgd) Northeast WRF will begin in 2022 using a Construction
Manager at Risk (CMAR) delivery method. In addition, the planned deep injection wells (DIW) required
for wet weather effluent management will provide benefit to the reliability of the interim WRF as well as
the permanent water and wastewater facilities and will be permitted and constructed as soon as possible.
Furthermore, being a good neighbor to the residents surrounding the NEUF site is a priority, and to
support that, the full site design will be completed, and early construction packages will be released for a
landscape buffer, stormwater ponds, and other site infrastructure.
Interim wastewater facilities are currently being constructed at the site. These interim facility assets may
be used for the permanent facility to the extent possible. The existing design is MLE with clarifiers and
filtration, and the new design will modify the design to MLE with MBR, leveraging other constructed
MBR designs to promote design efficiency. The overall intent is to reuse previous established basis of
design decisions and only update or modify what is necessary to establish a new set of construction
documentation for the project, which may include simply representing previous design concepts and
decisions in technical memoranda for documentation.
The Project involves multiple steps associated with the overall implementation, including:
DIW and Site Work including DIW design, permitting, and construction and updated full site civil
design, permitting, and early site work construction.
WRF Design and Permitting including preliminary and detailed WRF design in conjunction with
CMAR coordination and Cost Model/Guaranteed Maximum Price (GMP) development review.
WRF Construction including construction of the WRF and other associated features not previously
constructed.
WTP Design and Permitting including preliminary and detailed WTP design in conjunction with
CMAR coordination and Cost Model/Guaranteed Maximum Price (GMP) development.
WTP Construction including construction of the WTP and other features not previously
constructed
This Scope of Services is limited to the DIW and Site Work Phase of the Project. CONSULTANT
services during this DIW and Site Work project will also include the necessary project and quality
management, public involvement services, and CMAR coordination to support this phase.
Proiect Assumptions
1. The NEWRF will most likely be rated an initial 4 mgd annual average day flow (AADF) design
capacity with phased incremental expansions to12 mgd.
Page 3 of 20
Seventh Amendment to Agreement # 04-3673 Oqp
Page 2040 of 4027
2. Project will be delivered using the CMAR project delivery method.
3. Contract Amendments. Subsequent WRF Preliminary and Detailed Design and Permitting, WRF
Construction, WTP Preliminary and Detailed Design and Permitting, and WTP Construction
amendments are required to complete the project through full commissioning.
4. Project Deliverables. CONSULTANT will produce multiple project documents in hardcopy and
digital format for submittal to the COUNTY, as identified herein. A total of five (5) draft and five (5)
final hardcopies of each deliverable will be submitted to COUNTY for distribution. Electronic copies
of the various deliverables will also be provided in PDF and posted on a collaborative project
website. COUNTY shall agree to review draft project deliverables and provide comments to
CONSULTANT in a timely fashion (typically within two weeks of submittal notification).
SCOPE OF SERVICES
CONSULTANT will complete the following scope for the DIW and Site Phase. Subsequent elements of
the Project will be provided under separate amendments.
TASK 100 — PROJECT MANAGEMENT
CONSULTANT will perform various project management and monitoring activities throughout the
Project.
101 — Develop Project Plan
Develop a Project Plan that will identify and detail the proposed project management activities for
the duration of the DIW and Site Work Phase of the Project. Specific components of the Project
Plan will include project background and scope; identification of project team and associated
contact information, project schedule of meetings, workshops, submittal milestones and review
dates; project budget and task breakdown; communication and interface control; and document
control and management. Project Plan will be coordinated with applicable Quality Management
Plan (Task 201).
The CONSULTANT will prepare and submit a draft Project Plan to the COUNTY for review and
potential approval no later than two (2) weeks following receipt of written Notice to Proceed
NTP) from the COUNTY. Upon receipt of comments, submit a final Project Plan to the
COUNTY for distribution.
Deliverables: Draft and Final Project Plan
102 — Project Control and Reporting
Develop monthly progress reports and invoices throughout the DIW and Site Work Phase that
identify the following:
Work completed since the previous report.
Work anticipated in the upcoming month.
Project status, including scheduled and actual percent completes for the major tasks.
Budget status, including contracted amount, total spent to date, amount remaining, percent
spent and actual percent complete.
Schedule status, including variances in the project schedule by milestone and/or deliverable,
and total project.
Dates of anticipated milestones and/or deliverables in the upcoming month.
List of problems encountered (if any) and proposed resolution, including technical, budgetary
and schedule problems.
Page 4 of 20
Seventh Amendment to Agreement # 04-3673
9Page 2041 of 4027
List of potential scope changes, including a brief description and reason for change, along
with potential impact on budget and schedule.
List of issues needing resolution, including party(s) involved and date required so as not to
impact project schedule.
In addition to monthly status updates, provide abbreviated weekly email updates to COUNTY
leads reporting on current and upcoming weekly activities and key issues.
Develop and maintain Project logs documenting key decisions and action items throughout the
Project duration, accessible on the project collaborative website.
Deliverables: Monthly Progress Reports and Invoices; Weekly Status Email Updates,
Decision Log; Action Log
103 — Project Schedule
Develop and maintain a project progress schedule during the DIW and Site Work Phase. The
schedule will be developed in MS Project format. Each activity of the scope of services herein, as
well as a general listing of tasks required under subsequent Project phases, will be incorporated
into the work breakdown structure (WBS) of the schedule. Project timelines, along with
identification of task inter -relationships, will be provided in a Gantt format. Schedule will include
both original baseline and actual progress.
A draft baseline project schedule will be submitted to the COUNTY for review and approval no
later than two (2) weeks following receipt of written NTP from the COUNTY. The project
schedule will be updated monthly and delivered to the COUNTY as part of the monthly progress
report and invoice. Updated schedule will include initial baseline, actual progress, status of actual
versus initial baseline, and projected completion of tasks.
The project schedule will also be maintained and updated throughout subsequent phases of the
Project. Once the CMAR is under contract with the COUNTY, the design schedule and updates
will be provided to the CMAR for incorporation into their overall Project schedule.
Deliverables: Draft and Final Baseline Project Schedule and Monthly Updates
104 — Project Meetings and Workshops
Prepare and distribute agendas and minutes for each meeting. Agendas will be submitted to the
COUNTY at least three (3) business days prior to the meeting. Minutes will be submitted to the
COUNTY no more than two (2) days following each meeting. Agendas and minutes will also be
posted to the collaborative project website for additional access by interested parties.
104.1 — Project Kickoff Meeting. Conduct a project kickoff meeting approximately two (2) weeks
following receipt of written NTP from the COUNTY, in order to allow completion of several draft
submittals identified herein. Meeting objectives will be to review the various draft submittals
including the baseline project schedule, Project Plan, and Quality Management Plan); confirm
lines of communication; provide tutorial of collaborative project website; and coordinate the
schedule of bi-weekly project meetings.
104.2 — Biweekly (every other week) Project Meetings. Conduct monthly project meetings with
COUNTY representatives to keep the COUNTY informed of the project progress and obtain input
and direction as required. Monthly meeting objectives will include the presentation of alternative
evaluations for COUNTY review and approval; results from data collection, and other outstanding
project issues.
104.3 — Supplemental Project Workshops. Conduct additional coordination meetings and
workshops with COUNTY and other project stakeholders as necessary to obtain timely input and
feedback on the progression of the Project, including key interaction with COUNTY operations
Page 5 of 20
Seventh Amendment to Agreement # 04-3673
9Page 2042 of 4027
and maintenance (O&M) staff regarding process alternative evaluations.
Deliverables: Meeting Agenda and Summary Notes
105 — Subconsultant Management
Prepare and coordinate necessary subconsultant agreements required for the DIW and Site Work
Phase and manage the subconsultants throughout the DIW and Site Work Phase.
106 — Collaborative Project Website
Develop a collaborative project website that will be hosted on the CONSULTANT's platform in a
password -protected area, maintained throughout the entire Project duration, and will be accessible
by internal project stakeholders. The website will have document storage, search and retrieval
functions for project information. Specific components to be included are:
Scope of work.
Project correspondence (letters, memoranda, etc.).
Draft/Final plans and reports.
Intermediate design submittals (drawings, specifications, details, and cost estimates).
Project schedule (with updates).
Monthly progress reports.
Meeting agendas and minutes.
Project progress photos.
Other items as determined and as approved by the COUNTY.
107 — BoCC Meetings / Presentations
Prepare relevant materials (i.e. presentation slides, renderings, etc.) regarding DIW and Site Work
Phase development for presentation and discussion with BoCC and/or other COUNTY
management representatives.
Deliverables: Presentation Materials
TASK 200 — QUALITY MANAGEMENT
The CONSULTANT will perform various quality management activities throughout the DIW and Site
Work Design Phase as delineated in the following tasks and sub -tasks.
201 — Develop Quality Management Plan
Develop a Quality Management Plan (QMP) that will identify and detail the proposed quality
management activities for the duration of the DIW and Site Work Phase. Specific components of
the QMP will include identification of project personnel responsible for peer reviews and detailed
checks; schedule of milestones and review dates; and project standards and design calculations
management. Project -specific check comment forms and checking procedure checklists (by
discipline) will also be included.
Prepare and submit a draft Quality Management Plan to the COUNTY for review and approval no
later than two (2) weeks following receipt of written NTP from the COUNTY. Upon receipt of
comments, submit a final Quality Management Plan to the COUNTY for distribution.
Deliverables: Draft and Final Quality Management Plan
TASK 300 — DEEP INJECTION WELL (DIW) DEVELOPMENT
Page 6 of 20
Seventh Amendment to Agreement # 04-3673
ePage 2043 of 4027
The disposal capacity need, assuming 80% treatment efficiency for the WTP and 100% disposal for the
WRF, is currently estimated to be approximately 16 mgd. The following tasks describe the specific
efforts associated with the Deep Injection Well Development. Note that for budgeting purposes
CONSULTANT assumes that the County will permit and construct 2 injection wells and 1 dual zone
monitoring well under this work scope.
301 — Data Compilation and Basis of Design Development
CONSULTANT will review available existing technical documents related to the facility and
underlying hydrogeology. The documents will include existing and previously issued permits and
relevant supporting documents, regional hydrogeologic studies, facility design documents, and
related site -specific consultants' reports. CONSULTANT will search public databases of
regulatory agencies (FDEP, USGS, and SFWMD) and coordinate with the project team to compile
available documents related to the project. Maps, drawings, and summary tables will be generated
under this task for later use in the system evaluation and expansion design elements of the project.
302 — Preliminary Injection Well System Design
CONSULTANT will develop up to three injection well system concepts for a facility capacity of
16 mgd. The conceptual designs will include well depths and dimensions, materials, design
pumping rates, preferred well locations, conceptual drawings of concentrate disposal wells, and a
summary report describing recommendations. Based on preliminary analysis, the facility may
need 2 to 3 deep injection wells and a dual zone monitoring well. The number of wells will depend
on the selected casing diameter and whether the primary tubing has a fluid -filled or cemented
annulus. The injection wells will be cased into the Boulder Zone within the Oldsmar Formation as
per FDEP criteria. CONSULTANT will evaluate various injection well siting and sizing options
with the goal of maintaining the current design concept.
While the final injection well site dimensions are typically not large, during construction, the
injection well contractor typically will request a construction laydown area of about 100 feet by
300 feet adjacent to and accessible to the injection well locations. CONSULTANT will review the
space available on the current property and identify site construction coordination and sequencing
that will facilitate the injection well system construction with the goal of maintaining the original
design concepts.
303 — 90% Design — Injection Well System
CONSULTANT will coordinate with the project team to identify design preferences and
integration with the proposed WTP/WRF construction and operations. Based on feedback from the
project team, CONSULTANT will make necessary revisions to the conceptual design report and
prepare a 90% final design drawings and specifications for construction of the injection well.
Design elements to be provided by CONSULTANT include well locations, well dimensions,
construction materials, construction sequencing, construction methods, well completion design,
and recommended injection rates.
304 — 100% Design — Injection Well System
CONSULTANT will make necessary revisions to the 90% design drawings and specifications and
prepare a 100% final design drawings and specifications for construction of the injection wells.
Design elements to be provided by CONSULTANT as part of this task will include revisions to
any previously submitted drawings and plans.
Page 7 of 20
Seventh Amendment to Agreement # 04-3673
0
Page 2044 of 4027
305 — FDEP Underground Injection Control Permitting
After finalizing the injection well system design and siting, CONSULTANT will prepare and
submit to the FDEP a comprehensive application package to obtain a construction and testing
permit for up to 3 injection wells and 1 dual zone monitoring well. The application package will
include support documents such as a detailed well inventory of all producing wells, injection
wells, dry holes, surface water bodies, quarries, water wells within the area of influence of the
proposed well, a tabulation of all wells that penetrate the proposed injection or monitoring zones,
regional geologic cross sections detailing the hydrology and hydrologic structures of the local
area, determination of the base of the Underground Sources of Drinking Water, pertinent
engineering drawings, proposed injection, monitoring, and operation procedure, proposed testing
program during the construction process, etc. CONSULTANT will proactively work with the
FDEP staff to minimize processing times and facilitate smooth transition into the construction
phase of the project.
306 — General Contractor Bid Services
CONSULTANT will work with the procurement team to facilitate the bidding or procurement
process, attend meetings with prospective contractors, answer questions on the Technical
Specifications, evaluate contractor bids, and provide recommendations on award related to the
injection well. DIW-related construction may occur outside the anticipated CMAR firm.
307 — Construction Oversight Services
For this task, the CONSULTANT assumes that the County will install 2 injection wells and I dual
zone monitoring well and the fee provided in the budget spreadsheet is based on this assumption.
CONSULTANT will provide comprehensive management during the construction of the injection
and dual zone monitoring wells. CONSULTANT will provide a qualified Senior Field Supervisor
who will be on call 24 hours a day / 7 days a week and has in-depth knowledge of local geology
and experienced in trouble shooting and solving drilling related issues which often slows down the
project progress if not resolved in a timely manner. The Senior Field Supervisor will ensure that
appropriate team members are providing the necessary review of performance and adherence to
the schedule and that quality control procedures are followed. Submittals from the Contractors
will be promptly reviewed to assure compliance with specifications. Throughout drilling,
CONSULTANT will have a qualified Geologist onsite to observe the drilling and testing
operations. CONSULTANT construction management team will coordinate tests and maintain
communications with the appropriate regulatory personnel to assure compliance with applicable
regulatory standards and with the construction specifications. The Senior Field Supervisor will
closely monitor field activities and will be present onsite during critical testing and logging that
require field decisions. The on -site Geologist is responsible for identifying the lithology of the
formations being penetrated, monitoring well flowing conditions if artesian units are penetrated,
evaluate various testing efforts on the formation integrity and productivity during construction,
reporting on daily and weekly progress, and verifying driller activities, and quantities of materials
used. Geologic information will be collected and analyzed during the drilling program to identify
subsurface conditions and evaluate how existing conditions match those assumed during the
design and permitting program.
308 — Construction Completion Report
Upon completion of well construction, CONSULTANT will prepare a Construction Completion
Report, which will include detailed analysis and description of hydrogeologic information
Page 8 of 20
Seventh Amendment to Agreement # 04-3673
CAO
Page 2045 of 4027
collected and analyzed during the drilling operations, the lithology of the formations penetrated,
well flowing conditions, drill stem water quality, daily driller activities, quantities of materials
used, results from various testing efforts on the formation and well integrity and productivity
during construction. The equipment specifications, drawings, and maintenance data provided by
the manufacturer of each piece of equipment will also be incorporated into the document.
CONSULTANT will coordinate with COUNTY's designated plant operators and assist in putting
the well into operation and developing effective operating protocols.
309 — Injection Well Above -Ground Design, Permitting, and Engineering Services During Construction
309.1 — Design Services and Bidding Services. CONSULTANT will make necessary revisions to
the original above -ground piping, mechanical, electrical, and I&C plans and specifications for the
NEUF to accommodate the new Injection Well design, interim treatment facilities, and other
desired features. CONSULTANT will facilitate a workshop with appropriate COUNTY staff to
develop the planned modifications, from which a 90% plan set will be developed for COUNTY
review and comment. COUNTY comments will be incorporated, and a 100% final set of plans and
specifications will be produced. CONSULTANT will produce draft and final FDEP permit
applications and assist COUNTY in responses to any FDEP RFIs.
Consultant shall assist County in providing clarification and prepare addenda as needed for
questions that may arise during the bidding process. Carollo will provide the following assistance
to the County during the period between advertisement and receipt of bids:
Consultant will attend the pre -bid meeting (up to two (2) hours in length) at the County
facilities. The Consultant assumes the County will arrange, schedule, and direct the pre -
bid meeting, and prepare the final meeting minutes. The Consultant will provide
comments on the draft meeting minutes and/ornotes.
Interpretation of intent of plans and specifications, and providing clarifications to
bidders.
Assist the County with preparation of addenda to plans and specifications during
bid period. The County will prepare the final addenda and issue through the
County's procurement system. For budget purposes, it is assumed that up to four
4) addendums to the Contract Documents will be issued during bidding period.
Assist the County with evaluating bid results. The County will prepare the initial
bid tabulation summarizing the bids received for Consultant's review. It assumed
County will prepare the final bid tabulation summary.
The Consultant will review the qualifications and references for the apparent low
bidder and issue a bid award recommendation letter to the County.
This task assumes the County will provide PDF drawing and specification sets to interested
bidders through the County's procurement system and Consultant will not be responsible for
producing any hard copy bid sets.
309.2 — Construction Progress Meetings. CONSULTANT (single representative) will attend
monthly CMAR progress meetings and will perform site walks to review the progress of the work.
For the basis of this task, eight (8) hours per month is anticipated for the six (6) month
construction duration for the Injection Well Above -Ground Design. CONSULTANT discipline
engineers will also attend this meeting occasionally. For the basis of this task with regard to
discipline engineers, three (3) hours per month is anticipated for the six (6) month construction
Page 9 of 20
Seventh Amendment to Agreement # 04-3673
CAO
Page 2046 of 4027
duration.
309.3 — Requests for Information. CONSULTANT shall render interpretation and clarification
responses necessary for the proper execution of progress of work. CONSULTANT shall render all
interpretations or decisions in good faith and in accordance with the requirements and intent of the
Contract Documents. CONSULTANT shall submit all responses to the COUNTY'S Resident
Project Representative. Requests for Information (RFI's) received from the General Contractor
will be logged by the RPR and provided to CONSULTANT. Budget for this task assumes up to
thirty (10) RFI's. If these quantity values are significantly exceeded, the CONSULTANT reserves
the right to negotiate a contract Change Order with the COUNTY
309.4 — Submittal Reviews. It assumed that the CMAR will electronically distribute all submittals
shop drawings, samples, test results, O&M information, and other data) to CONSULTANT, and
CONSULTANT will distribute submittals to their subconsultant(s) as required. CONSULTANT'S
budget is based on 30 submittals and it is assumed there will be two (2) review cycles for all
submittals. Should there be additional submittals or should the review process extend to more than
two (2) review cycles, the CONSULTANT reserves the right to negotiate a contract Change Order
with the COUNTY.
CONSULTANT'S review shall be for conformance with the design concept and compliance with
the information given in the contract documents. Such review or other action shall not extend to
means, methods, sequences, techniques, procedures of construction selected by the CMAR, or to
safety precautions and programs associated thereto. CONSULTANT will receive and review (for
general contents as required by the contract documents) maintenance and operating schedules and
instructions, operation and maintenance manuals, guarantees, and certificates of inspection which
are to be assembled by the CMAR in accordance with the contract documents.
Submittals will be logged by the CONSULTANT and distributed to the COUNTY and
CONSULTANT'S subconsultant for comments. The CONSULTANT will maintain a submittal
log showing dates of submittal, transmittal action to other parties, dates of return, and review
action. CONSULTANT will promptly, and in accordance with Project schedule requirements,
review and approve, reject or take other appropriate action on the General Contractor's request for
substitutions. CONSULTANT will not approve any proposed substitution for "Or Equal" items
unless such substitution conforms to the design concept and the contract documents including the
contract price.
309.5 —Change Order Requests and Work Directives. CONSULTANT will review, changer order
requests and work directives, whether initiated by the COUNTY or the CMAR. The
CONSULTANT will initiate Change Order Requests only after review and acceptance by the
COUNTY. CONSULTANT'S review and analysis of Change Order Requests will include scope
and pricing information submitted by the CMAR as part of the request, and will include field
review and discussions with the CMAR and COUNTY regarding the request. Special design
services required for a General Contractor or COUNTY requested change orders are not included.
Such special design services include design analysis, design, and preparation of plans, details, and
specifications. Should special design services be requested by the COUNTY, the CONSULTANT
reserves the right to negotiate a contract Change Order with the COUNTY.
The CONSULTANT will process Change Orders for the project. These services will include, but
not be limited to:
Page 10 of 20
Seventh Amendment to Agreement # 04-3673
CAO
Page 2047 of 4027
Development of the Change Order documents to include the background, justification, and
cost analysis of the Change Orders.
Negotiation of the Change Orders with the General Contractor
Preparation of the Change Orders for the COUNTY' S execution
Assist with Executive Summary preparation
Other support services as required
309.6 —Review Pay Requests. The COUNTY'S Resident Inspector and CONSULTANT, on a
monthly basis, will estimate the compensation due the CMAR by the COUNTY. This estimate
will constitute a representation based on such observations and the data comprising the application
for payment, that the work has progressed to the level indicated. The CONSULTANT'S review
will include a numerical and mathematical check of quantities, values, percentages of the
completed work, schedule, and if applicable, schedule recovery plan.
309.7 —Substantial and Final Completion Inspections. In preparation for substantial completion,
the CONSULTANT will perform two (2) site inspections to ensure overall conformance with the
Contract Documents. CONSULTANT will review the completed work and prepare a punch list of
items to be completed or corrected. After the CMAR notifies the COUNTY and CONSULTANT
that the project is ready for final inspection CONSULTANT will perform one (1) site inspection to
confirm the completion of the punch list items and certify the project is complete.
309.8 - Startup Assistance. CONSULTANT shall assist with system start-up and performance
testing of the project. The following is included:
Attend two (2) sequencing and startup meetings to enhance coordination and
scheduling
Assist with monitoring system performance and provide recommendations and
comments regarding the results of startup
This task assumes that the CMAR will coordinate and conduct start-up training and performance
testing with the COUNTY staff.
309.9 - Record Drawings. Record drawings will be prepared by the CONSULTANT, for new
facilities, to the level of competency and standard of care presently maintained by other practicing
Professional Engineers performing the same or similar type work. CONSULTANT will prepare all
Record Drawings showing the changes made during the construction process AND ONLY to the
extent as shown on the CMAR's as -built red -lined drawing set. CONSULTANT will submit three
3) full-size copies of the Project Record Drawings (on bond), one (1) full-size copy of the Record
Drawings (on Mylar), and one (1) electronic copy of the Record Drawings in PDF format.
CONSULTANT will also provide the final CAD drawing files in AutoCAD format (version as
required by the COUNTY).
309.10 - Operations and Maintenance Manual. CONSULTANT will prepare an Operations and
Maintenance (O&M) Manual for the injection wells. CONSULTANT will provide draft copies of
the O&M Manual for review and comment by the COUNTY. The CONSULTANT will
incorporate all comments received from the COUNTY into the final O&M manual and provide
three (3) hard copies and one (1) electronic copy in PDF format.
310 — Team Meetings and Workshops
Page 11 of 20
Seventh Amendment to Agreement # 04-3673
CAO
Page 2048 of 4027
CONSULTANT will participate in up to 10 project team planning and regulatory agency meetings
and workshops pertaining to this task.
TASK 400 — SITE DEVELOPMENT
401 — GENERAL CONSULTATION
CONSULTANT anticipates regular meetings to coordinate with COUNTY and team consultants
throughout the project. This scope assumes the meetings will be held in Naples throughout the planning,
design, and permitting phases of the project. This includes an initial kick-off meeting to outline project
goals, tasks, and timeline.
As directed by COUNTY, CONSULTANT can provide colored renderings and illustrative plans, which
may include illustrative site plan, photo realistic perspective view, elevations, example photos or
diagrams.
402 — COLLIER COUNTY SITE DEVELOPMENT PLAN PERMITTING
CONSULTANT will meet with the COUNTY, architect, and other design team consultants to review the
site plan to confirm the building configurations and discuss drainage, utilities, parking, landscaping,
buffers, and access. It is anticipated that this meeting may result in minor site plan revisions to the
previously prepared 90% construction plans. CONSULTANT will participate in a site development plan
SDP) pre -application meeting with Collier County Growth Management Department (GMD) and
document the parameters defined during the meeting for proceeding with the SDP application.
CONSULTANT will prepare, submit, and process the SDP application through GMD. This will include
meetings and correspondence with GMD staff and the COUNTY for development and refinement of the
plan to meet Collier County's Land Development Code requirements for permitting. Submittal items will
include plans and supporting documentation for paving, grading, drainage, stormwater management, and
utilities. CONSULTANT will review GMD comments from the initial application submittal, as
applicable, and will prepare responses on behalf of COUNTY.
CONSULTANT will provide code minimum landscape and irrigation plans. Should COUNTY request
enhanced landscape plans, those can be provided with an adjustment to this scope and fee.
CONSULTANT will prepare a transportation methodology statement and coordinate the methodology
statement review process with Collier County staff to develop traffic study parameters for the project
traffic impact study performed as task 503 below.
SDP application and review fees will be paid by COUNTY via interdepartmental transfer.
402.1— Early Out Landscape Package
CONSULTANT will prepare standalone landscape and irrigation plans with the intent of installing plant
material which is smaller and less expensive than the plant material required by the Collier County Land
Development Code. CONSULTANT will select material of an appropriate size that is anticipated to grow
to the code required size within a set timeframe as directed by COUNTY. CONSULTANT will provide
design and permitting services as needed. Prior to construction, CONSULTANT will mark property
boundary/buffer location at 500' intervals. CONSULTANT will make visits to the site at intervals
appropriate to the various stages of landscape installation as CONSULTANT deems necessary in order to
Page 12 of 20
Seventh Amendment to Agreement # 04-3673
9
Page 2049 of 4027
observe the general progress and quality of the various aspects of the work. CONSULTANT will
endeavor to determine in general if such work is proceeding in accordance with the design concept and
approved landscape plans.
403 — TRAFFIC IMPACT STUDY (Minor)
The CONSULTANT will prepare a traffic impact study (minor) for the project in accordance with Collier
County traffic impact study guidelines. The traffic impact study will contain, as determined by the results
of the methodology statement (prepared under task 402 above), the following:
A development description and a description of Institute of Transportation Engineers
ITE) Land Use Categories.
Trip generation including a.m. peak hour, p.m. peak hour and daily project traffic
volumes utilizing trip end rates and/or equations from the ITE Trip Generation Manual,
latest edition.
Graphic depiction of the project's access points and area of study.
Pass -by capture analysis.
Project trip distribution/assignment analysis.
Existing and projected adjacent roadway traffic volumes up to the project horizon year.
Peak hour level of service (LOS) analysis of the existing base and proposed scenarios for
significantly impacted roadway segments utilizing information provided from the latest
Collier County adopted concurrency and Annual Update and Inventory Report (AUIR)
tables to demonstrate impacts.
Recommendations for any site related traffic improvements.
404 — FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION ENVIRONMENTAL
RESOURCE PERMIT
CONSULTANT will assist COUNTY in submitting to the Florida Department of Environmental
Protection (FDEP) a modification to the existing Environmental Resource Permit (ERP) for the proposed
improvements at the project site. CONSULTANT will coordinate and conduct the prerequisite pre -
application conference with FDEP staff. CONSULTANT will prepare and submit the required drainage
calculations, drainage construction plans, and associated documents required for the submittal of the ERP
application and respond to requests for additional information (RAI) from FDEP staff. This scope
assumes the proposed improvements will be reasonably consistent with the conceptual improvements
currently being permitted as a part of the interim plant facilities. CONSULTANT will respond to up to
two (2) requests for additional information (RAI) from the FDEP delivered via a formal letter, email
correspondence, or telephone call, if necessary. Should FDEP require additional information beyond the
scope of this task, CONSULTANT will meet with COUNTY to discuss the determination and the need
for a supplemental agreement. COUNTY will pay all FDEP review and application fees.
This scope assumes that there will be no U.S. Army Corps of Engineers permitting required for this
project.
TASK 500 — PUBLIC INVOLVEMENT ASSISTANCE
501— Coordination with project team
501.1 Project review and coordination with team
Page 13 of 20
Seventh Amendment to Agreement # 04-3673
ePage 2050 of 4027
The CONSULTANT will meet initially with the CONSULTANT to strategize together
on project planning with regards to the public and affected parties. Both will coordinate
activities so that the CONSULTANT can pro -actively notify residents of activities.
501.2 Attendance to progress meetings
The CONSULTANT shall attend all progress meetings with project team.
501.3 Attendance at Coordination Meetings with County Staff/Officials
The CONSULTANT shall attend meetings with COUNTY staff for briefings to elected
officials.
501.4 Attendance to kick-off meeting
The CONSULTANT shall attend the kick-off meeting.
502 — Public Involvement Activities
502.1 Develop Public Involvement Plan (PIP)
Develop a draft Public Involvement Plan for the DIW and Site Work Phase. The plan
will detail the stakeholders that will be involved in the process, and when and how they
will be involved. The plan will be divided into three primary phases -- project purpose
and alternative identification; alternative selection; and preliminary design. Plan will
include requirements related to public communications, including potential public access
to project website, quarterly project newsletters, e-mail notifications, public forums, and
open house(s).
Prepare and submit a draft Public Involvement Plan to the COUNTY for review and
approval. Upon receipt of comments, submit a final Public Involvement Plan to the
COUNTY for distribution.
502.2 Prepare mailing list database
The CONSULTANT shall identify residents and businesses in the project area, permit
and review agencies, property owners and tenants adjacent to or within the five hundred
500) feet of the project and other interested parties that may be designated by the Count
and prepare a mailing database of all such entities. The database will be added to and/or
updated on an as -needed basis.
502.3 Prepare email database
The CONSULTANT shall identify residents and businesses in the project area, permit
and review agencies, property owners and tenants adjacent to or within the five hundred
500) feet of the project and other interested parties that may be designated by the County
and prepare an email database of all such entities. The database will be added to and/or
updated on an as -needed basis.
502.4 Newsletters (8)
The CONSULTANT shall prepare quarterly newsletters for distribution to elected
officials, public officials, property owners along the corridor, review committee members
and other interested parties. The newsletters will be sent by the CONSULTANT.
502.5 Assist with Project PowerPoint Presentation
Page 14 of 20
Seventh Amendment to Agreement # 04-3673
CAO
Page 2051 of 4027
The CONSULTANT shall develop a project PowerPoint Presentation to be used for
meetings. The CONSULTANT shall assist with the PowerPoint Presentation.
502.6 Prepare and distribute Project Contact Cards
The CONSULTANT will be responsible for preparation of materials such as posters,
flyers and contact cards, as required, for upcoming construction activities, such as but not
limited to, driveway and street closures and other interruptions.
502.7 Onsite visits
The CONSULTANT shall schedule and attend onsite meetings with property
owners/tenants to discuss their concerns.
502.8 Advanced notification
The CONSULTANT shall prepare a notification letter to elected officials/ agencies,
property owners and interested parties.
502.9 Variable Message Boards/Neighborhood Signs
The CONSULTANT shall communicate and coordinate with the Contractor on
information for variable message boards and neighborhood signs.
502.10 Preparation of press release, media/media interviews
At the beginning of and throughout the project as needed, the CONSULTANT shall
provide press releases to media and assist with media interviews.
502.11 Preparation of roadwatch/construction updates
At the beginning of and throughout the project as needed, the CONSULTANT shall
provide roadwatch reports and construction updates to the COUNTY.
502.12 Preparation of materials, MOT information & maps, flyers
The CONSULTANT shall prepare maps and flyers depicting maintenance of traffic
affected the public including local detours.
503 — Public Meetings (2)
503.1 Secure meeting sites
The CONSULTANT will investigate potential meeting sites to advise the COUNTY on
their suitability. The COUNTY will pay all costs for meeting site rentals.
503.2 Postcard (2)
The CONSULTANT shall prepare a postcard (2) for distribution to elected officials,
public officials, property owners along the corridor, review committee members and
other interested parties as the invite to the public meetings. The postcards will be sent by
the CONSULTANT.
503.3 Preparation of press release
The CONSULTANT shall provide press releases to announcing the public
meeting.
503.4 Prepare advertisements (le ag1add
The CONSULTANT will prepare a public information meeting advertisement to be
Page 15 of 20
Seventh Amendment to Agreement # 04-3673
SAC)
Page 2052 of 4027
placed in the Naples News.
503.5 Development, preparation of meeting materials
The CONSULTANT shall prepare the necessary materials for use in public meeting
including materials such as hand-outs, scripts or agenda for presentation, graphics for
presentation (to be mounted on boards district specify), briefing and debriefing of
COUNTY staff, displays of plans and report(s) for the public display, etc.
503.6 Attendance Setup and Breakdown at Public Information Workshop
The CONSULTANT shall schedule and attend one public meeting, assisting with
meeting setup and breakdown.
503.7 Tech Memorandum
The CONSULTANT shall also prepare a summary of the public meeting that includes all
copies of all materials shown or provided at the public meeting. The summary shall also
include a listing of all written comments made during or after the meeting and responses
to those written comments in the form of a meeting summary.
504 — Coordination with stakeholders
Conduct Key Internal Stakeholder Coordination Meeting
Conduct a coordination meeting with key internal project stakeholders as determined by the
COUNTY. The purpose of the meeting will be to solicit input and direction regarding potential
inter -relationships with this Project and other COUNTY projects, goals, objectives, and visioning.
Develop and distribute agenda prior to meeting, and document discussions in a meeting notes
summary.
Deliverables: Meeting Agenda and Summary Notes
Internal Stakeholder Coordination Meeting (1)
505 — Small Group Meetings
505.1 Small Group Meetings
The CONSULTANT may be required to attend small group meeting including
stakeholders, homeowner's associations, civic and business organizations.
505.2 Small group meeting materials
The CONSULTANT may be required to prepare meeting materials.
506 — Project Website
The CONSULTANT will prepare and maintain a project web site to provide information on
project events, construction progress maps and status. The CONSULTANT will provide a page
to respond to questions and solicit email for a list of interested stakeholders in order to provide
progress and/or informational electronic mailings.
507—Public Inquiries
At the beginning of the project, the CONSULTANT shall establish a 24-hour telephone hotline and shall
maintain and record all calls throughout the project.
TASK 600 — CMAR COORDINATION
It is the COUNTY's intent to deliver the D1W and Site Work Phase using the Construction Manager at
Risk (CMAR) delivery method. The CMAR will be initially contracted to provide pre -construction
Page 16 of 20
Seventh Amendment to Agreement # 04-3673
CAO
Page 2053 of 4027
design) phase services, including but not necessarily limited to the following efforts:
Develop and progressively update a detailed "open book" cost model based on current market
conditions to confirm budgets and help guide design decisions.
Develop a construction management plan and schedule in advance of construction.
Provide alternative system evaluation and constructability reviews.
Develop long -lead procurement strategies and potentially initiate early procurement of long -lead
items.
Assist in the permitting process.
Provide procurement services for selection of key subcontractors and suppliers.
Develop a guaranteed maximum price (GMP) for construction for COUNTY review and
consideration.
Assuming COUNTY acceptance of the GMP, the CMAR will then provide all services required of a
general contractor, including self -performance and subcontractor procurement and management, during
subsequent construction and post -construction phases of the Project.
The relationship between the CMAR and CONSULTANT is intended to be collaborative and proactive,
with both participating as advisors to the COUNTY during the design (pre -construction) phase. It is the
COUNTY's desire to incorporate a contractor's perspective and input to the Project planning and design
decisions, and to leverage the ability for early procurement and phased construction prior to full
completion of design.
The following tasks define the specific efforts to be performed and completed by the CONSULTANT
during the pre -construction (design) phase of the Project.
601 — Draft CMAR Pre -Construction Contract Development
Coordinate with the COUNTY to provide input and review of the CMAR Pre -Construction Phase
contract, with particular emphasis on CMAR scope of work activities as they relate to the specific
CONSULTANT scope and associated assumptions.
Deliverables: Written comments to draft CMAR Pre -Construction Phase Contract
602 — Cost Model and GMP Review and Validation
Coordinate with CMAR and COUNTY to provide input and information on equipment and other
major capital cost items throughout design phase. Review and validate the initial cost models
developed by CMAR. Cost validation activities will include a review and verification of direct and
indirect costs, CMAR fee and CMAR contingency; review/audit supplier and subcontractor quotes
and request supplemental quotes, as necessary; compare costs with other applicable projects; and
perform review of risk analysis model and/or cost contingencies developed by the CMAR. Indirect
costs included in the CMAR cost model will include applicable general conditions and general
requirements, bonds, insurance and sales tax.
Using the cost models and GMP(s) as the basis for the total construction cost(s), coordinate with
the COUNTY regarding additional COUNTY administrative costs, engineering fees, construction
administration and inspection fees, and (if applicable) COUNTY contingency to develop a Total
Project Cost Estimate.(TPCE).
NOTE: A parallel cost estimate will not be performed by the CONSULTANT. Any parallel cost
estimate or additional procurement and/or coordination with a third -party cost estimator for
additional cost model and GMP validation will be handled as an additional service, if desired by
the COUNTY.
Page 17 of 20
Seventh Amendment to Agreement # 04-3673 CAo
Page 2054 of 4027
Deliverables: Written recommendation(s) to COUNTY regarding opinion of GMP(s)
acceptance
603 — Early Procurement Activities
Coordinate with CMAR and COUNTY to develop an equipment and materials procurement plan,
including identification of items to be selected and/or procured early based on "best value" or low -
bid strategies, and define the parameters associated with "best value" selection as applicable.
Those items selected for early procurement will also identify the acceptable manufacturers and
associated Bid Documents requirements.
Deliverables: Early Procurement Plan
604 — CMAR Construction Contract and Front End Documents Development
As part of the pre -construction [design] phase, coordinate with COUNTY in the development of
the CMAR Construction and/or Post -Construction Phase contract and applicable front-end
documents (Division 0 and 1). Front-end documents may be stand-alone specifications or
incorporated into the COUNTY's contract for CMAR services.
Deliverables: Draft CMAR Construction/Post-Construction Phase Contract and/or
associated Division 0 and Division 1 Front End Documents
605 — General CMAR Coordination
In addition to Task 602 and 603 efforts above, general coordination with CMAR will include, but
not necessarily be limited to:
Soliciting input from CMAR during design development as appropriate;
Provide input to construction management plan and schedule development;
Evaluate alternative systems and materials proposed or suggested by CMAR;
Respond to constructability review comments;
Provide input to MOPO plan and schedule; and
Attend subcontractor pre -selection meetings conducted by CMAR as appropriate.
NOTE: Should the COUNTY be unable or unwilling to accept the CMAR GMP and instead
decide to procure and deliver the Project using a traditional "Design -Bid -Build" delivery method,
subsequent modifications to the front-end documents, technical specifications, and associated
design drawings specifically applicable to the CMAR delivery method will be handled as
additional services, if desired by the COUNTY.
Additional services for bidding, including preparation of Bid Document sets, participation on a
pre -bid conference, responding to Bidder questions, preparing applicable addenda, attendance at
the Bid opening, assistance in evaluation of Bids, and participation in a pre -construction
conference with the selected General Contractor will also be handled via additional services, if
desired by the COUNTY.
COUNTY RESPONSIBILITIES
Because of the nature of this project, certain assumptions apply to this Scope of Services. To the extent
possible, these assumptions are stated within this document and are reflected in the budget. If the project
task requirements are different from the assumptions presented in this Scope of Services, or if the County
desires additional services, the resultant change in scope will serve as a basis for amending this project
assignment or initiating the development of a new project assignment as agreed to by both the County
Page 18 of 20
Seventh Amendment to Agreement # 04-3673
0
Page 2055 of 4027
and Carollo.
DELIVERABLES
Because of the nature of this project, certain assumptions apply to this Scope of Services. To the extent
possible, these assumptions are stated within this document and are reflected in the budget. If the project
task requirements are different from the assumptions presented in this Scope of Services, or if the County
desires additional services, the resultant change in scope will serve as a basis for amending this project
assignment or initiating the development of a new project assignment as agreed to by both the County
and Carollo.
Page 19 of 20
Seventh Amendment to Agreement # 04-3673
CAO
Page 2056 of 4027
EXHIBIT A7-B
Contract Amendment No. 7 to Contract #04-3673
Professional Engineering Services for the Design of the Northeast WRF and WTP
BUDGET AND PAYMENT
This project will be delivered on a Time & Materials (T&M) basis and invoiced monthly. The table
below provides a task -wise budget breakdown.
Task Fee
Task 1— Project Mana ement T& 99,922
Task 2 — Quality Management T& 6,543
Task 3 — Deep Injection Well Development T& 1,019,446
Task 4 — Site Development T&M) 295,888
Task 5 — Public Involvement T& 144,564
Task 6 — CMAR Coordination T& 70,899
Total 1,637,262
The County shall pay Carollo in accordance with the terms and conditions in contract #04-3673 and based
upon invoices submitted by Carollo for services incurred.
SCHEDULE
The table below lists anticipated duration of each task.
Task Duration Months
Task 1— Project Management 36
Task 2 — Quality Management 36
Task 3 — Deep Injection Well (DIW) Development 24
Task 4 — Site Development 18
Task 5 — Public Involvement 36
Task 6 — CMAR Coordination 36
All aspects of this Scope of Services will be completed within 36 months after receipt of notice to
proceed.
Page 20 of 20
Seventh Amendment to Agreement # 04-3673
Page 2057 of 4027
Page 2058 of 4027
Page 2059 of 4027
Page 2060 of 4027
Page 2061 of 4027
Page 2062 of 4027
Page 2063 of 4027
Page 2064 of 4027
Page 2065 of 4027
Page 2066 of 4027
Page 2067 of 4027
Page 2068 of 4027
Page 2069 of 4027
Page 2070 of 4027
Page 2071 of 4027
Page 2072 of 4027
Page 2073 of 4027
Page 2074 of 4027
Page 2075 of 4027
Page 2076 of 4027
Page 2077 of 4027
Page 2078 of 4027
Page 2079 of 4027
Page 2080 of 4027
Page 2081 of 4027
Page 2082 of 4027
Page 2083 of 4027
Page 2084 of 4027
Page 2085 of 4027
Page 2086 of 4027
Page 2087 of 4027
Page 2088 of 4027
Page 2089 of 4027
Page 2090 of 4027
Page 2091 of 4027
Page 2092 of 4027
Page 2093 of 4027
Page 2094 of 4027
Page 2095 of 4027
Executive Summary
Recommendation to approve an amendment to Contract 04-3673 with Carollo
Engineers in an amount of $1,144,432.00 to provide professional engineering
services for design of the Northeast Regional Water Treatment Plant and Water
Reclamation Facility, Project Numbers 70902 and 73156.
OBJECTIVE:The public purpose is to provide water treatment and supply and
wastewater treatment facilit ies to meet demand in the northeast region of t he count y a nd
stay in co mp liance wit h regulatory requirements. Due to the increased demand for water
supply and wastewater treatment capacity, an amendment to Contract 04-3673 is
requested to provide the services necessary to cost-effect ively optimize the construction
phasing of the Northeast Regional Water Treatment Plant and Water Reclamat io n
Facilit y.
CONSIDERATION:The 2003 Wastewater and Water Master Plan Updates approved
by the Board of Count y Co mmissio ners as Agenda items 10 (C) and 10 (D) respect ively,
includes projects for the study, design, and construction of a new Water Treatment Plant
and Water Reclamat io n Facilit y t o replace the existing Orangetree Utilit y and serve new
customers in the northeast region of the Count y.Subsequent ly, on December 14, 2004 as
Agenda Item 10 (E) the Board of Count y C ommissio ners approved Contract 04-3673
with Caro llo Engineers for professio nal services related to the Northeast Regional Water
Reclamat io n Facilit y (NERWRF)and the Northeast Regional Water Treatment Plant
(NERWTP). The approved scope of services was based on the development of a 2.0 mgd
water reclamat io n facilit y with a build-out capacity of 6.0 mgd and a 10.0 mgd reverse
osmosis water treatment plant with a build-out capacit y o f 20.0 mgd. In order to
accommodate recent increased area growth projections,it is reco mmended that the init ia l
phase and build-out capacit y o f t he facilit ies be revised to the fo llo wing:
·NERWRF –The init ial phase o f development will provide reliable, sustained
wastewater treatment capacity of 4.0 mgd producing reclaimed water suitable for
irrigat io n purposes with a planned reliable future build-out capacit y o f 16.0 mgd.
·NERWTP –The init ial phase of development will provide reliable, sustained
capacit y o f 15.0 mgd co mpr ised o f 10.0 mgd brackish water supply treated by
reverse osmosis and 5.0 mgd fresh water supply treated with ion exchange and
blended wit h t he RO permeate to meet the reliable, sustained capacity o f 15.0
mgd. The NERWTP will be designed for phased reliable, sustained future build-
out capacit y o f 40.0 mgd total capacit y co mpr ised of 30.0 mgd reverse osmosis
and 10.0 mgd fresh water treatment.
Therefore, it is requested that the scope of services for Contract 04-3673 be amended to
incorporate the increased reliable, sustained capacity o f t he NERWRF and NERWTP in
accordance wit h t he above reco mmendat io n.The changes in the schedule of fees are
considered to be fair and reasonable based upon the expanded scope of work.
Agenda Item No. 10G
November 15, 2005
Page 1 of 7
Page 2096 of 4027
The Clerk of Courts, Finance Depart me nt , has reviewed the informat io n contained in this
Execut ive Summary and the corresponding attachments.
FISCAL IMPACT:The total cost associated with this amendment is $1,144,432.00.
Funding is available in and is consistent with the FY 06 capital budget approved by the
Board of Count y Commissio ners on September 22, 2005. Current appropriat io ns are
ident ified in the Water Impact Fee Fund (411), Northeast WTP Project (70902) and the
Wastewater Impact Fee Fund (413), Northeast WRF Pro ject (73156).The source of
funds is Water and Wastewater Impact Fees.
GROWTH MANAGEMENT IMPACT:This pro ject is consistent with and furthers
the Goals, Objectives, and Policies of the Collier County Growth Management Plan.
RECOMMENDATION:That the Board of Count y Co mmissio ners, as the Ex-officio
Governing Board of the Collier County Wat er-Sewer District:
1.Approve Amendment No. 2 to Contract 04-3673 in the amount of $1,144,432.00
fo r services related to the revised phasing of development for the NERWRF and
NERWTP.
2.Authorize the Chairman of the Board of Count y Co mmissio ners to execute the
approved ame ndment after approval by the Count y Attorney’s Office.
PREPARED BY:Harry Huber, Senior Project Manager,Public Utilit ies Engineering
Department.
Agenda Item No. 10G
November 15, 2005
Page 2 of 7
Page 2097 of 4027
COLLIER COUNTY
BOARD OF COUNTY COMMISSIONERS
Item Number:10G
Item Summary:Recommendation to approve an amendment to Contract 04-3673 with Carollo Engineers in
an amount of $1,144,432.00 to provide professional engineering services for design of the
Northeast Regional Water Treatment Plant and Water Reclamation Facility, Project Numbers
70902 and 73156. (Jim DeLony, Administrator, Public Utilities)
Meeting Date:11/15/2005 9:00:00 AM
Prepared By
Harry Huber Senior Project Manager Date
Public Utilities Public Utilities Engineering 10/20/2005 1:03:48 PM
Approved By
Thomas Wides Operations Director Date
Public Utilities Public Utilities Operations 10/21/2005 2:03 PM
Approved By
William D. Mullin, PE Principal Project Manager Date
Public Utilities Public Utilities Engineering 10/26/2005 11:04 AM
Approved By
Paul Mattausch Water Director Date
Public Utilities Water 10/28/2005 2:37 PM
Approved By
Roy B. Anderson, P.E.Public Utilities Engineering Director Date
Public Utilities Public Utilities Engineering 10/31/2005 6:30 PM
Approved By
G. George Yilmaz Interim WasteWater Director Date
Public Utilities WasteWater 11/1/2005 12:51 PM
Approved By
Lyn Wood Purchasing Agent Date
Administrative Services Purchasing 11/1/2005 3:45 PM
Approved By
Steve Carnell Purchasing/General Svcs Director Date
Administrative Services Purchasing 11/1/2005 3:54 PM
Approved By
James W. DeLony Public Utilities Administrator Date
Public Utilities Public Utilities Administration 11/3/2005 9:23 AM
Approved By
OMB Coordinator Administrative Assistant Date
County Manager's Office Office of Management & Budget 11/3/2005 1:37 PM
Approved By
Michael Smykowski Management & Budget Director Date
County Manager's Office Office of Management & Budget 11/4/2005 5:02 PM
Approved By
James V. Mudd County Manager Date
Board of County
Commissioners County Manager's Office 11/6/2005 11:14 AM
Agenda Item No. 10G
November 15, 2005
Page 3 of 7
Page 2098 of 4027
Contract No. 04-3673 Project Numbers 70902/73156
1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4
Design/Resident Engineering 12,869,452$
TOTAL 12,869,452$
2007 2008 2009
EVENT COST
2002 2003 2004 2005 2006
Agenda Item No. 10G
November 15, 2005
Page 4 of 7
Page 2099 of 4027
MALCOLM PIRNIE, INC .
INDEPENDENT ENVIRONMENTAL ENGINEERS,SCIENTISTS & CONSULTANT S
October 21, 200 5
Mr . Harry Huber, Senior Project Manager
Public Utilities Engineering Department
3301 East Tamiami Trail, Building H
Naples, Florida 3411 2
RE : Northeast Utility Facility
Amendment to Contract 04-3673 with Caroll o
Dear Mr . Huber :
Pursuant to your request, Malcolm Pirnie has reviewed the letter dated October 17, 2005
from Carollo Engineers to Collier County regarding proposed changes in the scope of
work and schedule of fees on the above subject project .
The changes to the scope of work outlined in Carollo's letter are consistent with the
Northeast Utilities Implementation Charter . The County may wish to reference the
Implementation Charter in the Contract Amendment . The changes in the schedule of fees
are considered to be fair and reasonable considering the expanded scope of work .
Malcolm Pirnie recommends the County approve the expanded scope of work and fees
for Carollo Engineers .
If you have any questions, or if you require any additional information, please contact us .
Sincerely ,
Malcolm Pirnie, Inc .
C
Robert H. French, P .E.
Senior Associat e
Cc: Ronald R. Cavalieri, Malcolm Pirni e
4315 METRO PARKWAY SUITE 520 FORT MYERS, FL 33916 239-332-1300 fax 239-332-1789 http ://www .pirnie .com
RECYCLED PAPER
Agenda Item No. 10G
November 15, 2005
Page 5 of 7
Page 2100 of 4027
Contract Amendment 2 to Contract # 04-367J
"Professional Engineering Services for Design of the Northeast Wa.ter Reclamation Facility and Water Treatment
Plant"
This amendment, dated /I//(,, , 2005 to the referenced agre!1eM 'sh�l JJ by and between the parties to the original agreement, Carollo Enginee;s, P .C., (to be referred to as "Consultant") and Collier County, Florida, (to be referred to as "Owner").
Statement of Understanding
The following changes to the above referenced agreement have been mutually agreed to by the Consultant and the County:
Item 4.0 Water Reclamation Facility (NEWRF) is changed to read as follows:
For development of this scope and associated budget estimate and schedule, it is assumed that the NEWRF consists of a 4-mgd water reclamation facility (ultimate capacity 16-mgd) meeting reclaimed water standards.
Item 5.0 Water Treatment Plan (WTP) is changed to read as follows:
For development of this scope and associated budget estimate and schedule, it is assumed that the WTP consists of 15-mgd comprised of I 0-mgd brackish water supply treated by reverse osmosis and 5-mgd fresh water supply treated with ion exchange and blended with the RO permeate (ultimate capacity 40-mgd) with 15-mgd above ground finished water storage and a 32-mgd high service pumping station.
Schedule B -Attachment A, Schedule of Fees for Basic Services, is changed as reflected in Schedule B -Attachment A, Revised Schedule of Fees for Basic Services attached hereto and made a part hereof.
All other tem1s and conditions of the agreement shall remain in force.
IN WITNESS WHEREOF, the Contractor and the County have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date(s) indicated below.
ATTEST:
Corporate Secretary/Witness
By
� Dated:/4Jirp . ,
..... '••
CONSULTANT
CAROLLO ENGINEERS, P.C.
By: � ugh P. •. Title: Dated:
By: , Title: Partner Dated: /c:;7/4¢;---
0WNER:
BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA
By: 7uJ.-w. � Fred W. Coyle, Chairman
Page 2101 of 4027
Task 1 Project Management
Task 2 Public Involvement
Task 3 Site Planning
Task 4 Water Reclamation Facility
4.1 Design Basis
4.2 Preliminary Design
4.3 Final Design
4.4 Services During
Construction
Task5 Water Treatment Plant
5.1 Design Basis
5.2 Preliminary Design
5.3 Final Design
5.4 Services During
Construction
Task 6 Common Facilities
6.1 Design Basis
. 6.2 Preliminary Design
6.3 Final Design
6.4 Services During
Construction
Task 7 Injection Wells
SUBTOTAL
Allowance
Task 8
Cost of Business
Task 9 Adjustment
TOTAL
SCHEDULE B -ATTACHMENT A
REVISED SCHEDULE OF FEES FOR
BASIC SERVICES
Original Fee
$438,256.00
$297,169.00
$1,164,397.00
$368,654.00
$126,536.00
$1,852,213.00
$1,199,328.00
$283,699.00
$83,280.00
$1,458,553.00
$1,157,611.00
$118,563.00
$24,308.00
$385,449.00
$274,327.00
$1,021,857.00
$10,254,200.00
$916,920.00
$553,900.00
$11,725,020.00
Change
$30,902.00
$542,375.00
$135,594.00
$235,600.00
$56,400.00
$1,000,871.00
$89,497.00
$54,064.00
$1,144,432.00
Note: The change in fees shown above are associated with the following major scope changes:
-WRF -change from 2 mgd initial, 6 mgd ultimate to 4 mgd initial, 16 mgd ultimate
New Fee
$438,256.00
$297,169.00
$1,164,397.00
$368,654.00
$157,438.00
$2,394,588.00
$1,334,922.00
$283,699.00
$83,280.00
$1,694,153.00
$1,214,011.00
$118,563.00
$24,308.00
$385,449.00
$274,327.00
$1,021,857.00
$11,255,071.00
$1,006,417.00
$607,964.00
$12,869,452.00
-WTP -add treatment for 5 mgd of fresh water, changing initial WTP capacity from 10 mgd to 15 mgd ( change
in ultimate from 20 mgd to 40 mgd); increase storage from 12 mg to 15 mg; increase high-service pumping
capacity from 10 mgd to 32 mgd.
Page 2102 of 4027
CONTRACT MODIFICATION
CHEGKLIST FORM
PROJECT NAME: Professional Ensineerins Services for Desisn of the Northeast Reclamation
Facilitv and Water Treatment Plant PROJECT #: 70902173156
BIDTRFP #: 04-3673 MOD #: 1 AMOUNT OF THIS CHANGE $
PO #: _4500041201 Work Order #:
Last BCG Approved Amount $_11 ,725,020
(LAST TOTAL AMT. REQUIRING BCC APPROVAL)
Date of Last BGG Approval_12114104 Agenda ltem # _10E
Gumulative Dollar Value of Change Orders to this ContracUWork Order: $
Percentage of the change over/under current contract amount_-0-
Formula: (Current Amount / Last BCC approved amount)-1
Results and Actions: lf the change exceeds 10% BCC approval is required; under 10% reported to BCC on
Purchasing report. For specific information regarding work order thresholds, please refer to the Contract
Administration Procedures, Section lll.C.4.
CU RRENT COMPLETION DATE (S):ORlGl N ALz 12131 I2OO9.CURRENT: 1213112009
CONTRACT AMOUNT: ORIGINAL $ _1 1,725,020
$-11'725'0 srARrNG PorNr)
SUMMARY OF PROPOSED CHANGE (S): ldentify the changes.
Article Eioht. lndemnification
CURRENT
0NcLuDrNG THIS CHANGE ORDER)
Reolace sections 8.1 and 8.2 of
o/o
JUSTIFICATION FOR CHANGE (S): What value or benefit do these changes provide to the proiect?
To update contract Indemnification
clause
PARTIES CONTACTED REGARDING THE GHANGE: County Attornev
IMPLEIIIENTATION STEPS (Verify each before proceeding with change using Y, N or N/A)
_Y_ Proposed change is consistent with the scope of the existing agreement
_N_ Proposed change is in fact an addition or deletion to the existing scope
_Y_ Change is being implemented in a manner consistent with the existing agreement
_Y_ The appropriate parties have been consulted regarding the change
N/A_ Proposed prices, fees and costs set forth in the change are reasonable
PROJECT IIIANAGER RECOMMENDATION: This form is to be signed and dated.
APPROVE BY:
Project Manager
REVIEWED BY:
Revised 121231045.unnot\ c3 -l- of
Date:
Page 2103 of 4027
Contract Amendment #1
04-3673 - "Professional Engineering Services for Design of the Northeast Reclamation Facility and Water
Treatment Plant"
This amendment, dated to the referenced agreement shall be by and between the parties to the original
agreement, Carollo Engineers, P.C., (to be referred to as "Consultant") and Collier County, Florida (to be referred to as"Owne/').
Statement of Understanding
Replace Sections 8.1 and 8.2 of Article Eight, Indemnification, with the following:
"8.1. To the maximum extent permitted by Florida law, CONSULTANT shall indemnify and hold harmless OWNER, its
officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable
attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful
conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement.
This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which
otherwise may be available to an indemnified party or person described in this paragraph 8.1."
All other terms and conditions of the agreement shall remain in full force.
lN WITNESS WHEREOF, the Consultant and the County have each, respectively, by an authorized person or agent,
hereunder set their hands and seals on the date(s) indicated below.
By:
CONSULTANT
CAROLLO ENGINEERS. P.C.
Title: Partner
Oate
CORPORATE SEAL
OWNER
BOARD OF COUNTY COMMISSIONERS
COLLIER COUNTY, FLORIDA
By:I
Purchasing/General Services Director
tl
Dared: 3lrt /oS
Witness
Assistant County Attorney
Page 2104 of 4027
Contract Amendment #1
04-3673 - "Professional Engineering Services for Design of the Northeast Reclamation Facility and Water
Treatment Plant"
This amendment, dated to the referenced agreement shall be by and between the parties to the original
agreement, Carollo Engineers, P.C., (to be referred to as "Consultant") and Collier County, Florida (to be referred to as"Owne/').
Statement of Understanding
Replace Sections 8.1 and 8.2 of Article Eight, Indemnification, with the following:
"8.1. To the maximum extent permitted by Florida law, CONSULTANT shall indemnify and hold harmless OWNER, its
officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable
attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful
conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement.
This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which
othenvise may be available to an indemnified party or person described in this paragraph 8.1."
All other terms and conditions of the agreement shall remain in full force.
lN WITNESS WHEREOF, the Consultant and the County have each, respectively, by an authorized person or agent,
hereunder set their hands and seals on the date(s) indicated below.
L.no
Witness
CONSULTANT
CAROLLO ENGINEERS, P.C.
Title: Padner
Dated: Februarv 25. 2005
CORPORATE SEAL
OWNER
BOARD OF COUNTY COMMISSIONERS
COLLIER COUNTY, FLORIDA
Pu rchasing/General Services Director
Assistant County Attorney
Page 2105 of 4027
Contract Amendment #1
04-3673 - "Professional Engineering Services for Design of the Northeast Reclamation Facility and Water
Treatment Plant"
This amendment, dated to the referenced agreement shall be by and between the parties to the original
agreement, Carollo Engineers, P.C., (to be referred to as "Consultant") and Collier County, Florida (to be referred to as
"Owne/').
Statement of Understanding
Replace Sections 8.1 and 8.2 of Article Eight, Indemnification, with the following:
"8.1. To the maximum extent permitted by Florida law, CONSULTANT shall indemnify and hold harmless OWNER, its
officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable
attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful
conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement.
This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which
otherwise may be available to an indemnified party or person described in this paragraph 8.1."
All other terms and conditions of the agreement shall remain in full force.
lN WITNESS WHEREOF, the Consultant and the County have each, respectively, by an authorized person or agent,
hereunder set their hands and seals on the date(s) indicated below.
CONSULTANT
CAROLLO ENGINEERS, P.C.
/-Z -
-'44--t?
By: - Robert Sl Cushinq. Ph.D.. P.E..DEE
Title: Partner
Dated: Februarv 25. 2005
CORPORATE SEAL
OWNER
BOARD OF COUNTY COMMISSIONERS
COLLIER COUNTY, FLORIDA
Purchasing/General Services Director
rl
Dated: 3 [rtIoS
Witness
Approved as to form.and
alSuffici
Assistant County Attorney
Page 2106 of 4027
Contract Amendment #1
04-3673 - "Professional Engineering Services for Design of the Northeast Reclamation Facility and Water
Treatment Plant"
This amendment, dated to the referenced agreement shall be by and between the parties to the original
agreement, Carollo Engineers, P.C., (to be referred to as "Consultant") and Collier County, Florida (to be referred to as"Owne/').
Statement of Understanding
Replace Sections 8.1 and 8.2 of Article Eight, Indemnification, with the following:
"8.1. To the maximum extent permitted by Florida law, CONSULTANT shall indemnifyand hold harmless OWNER, its
officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable
attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful
conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement.
This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which
otherwise may be available to an indemnified party or person described in this paragraph 8.1."
All other terms and conditions of the agreement shall remain in full force.
lN WITNESS WHEREOF, the Consultant and the County have each, respectively, by an authorized person or agent,
hereunder set their hands and seals on the date(s) indicated below.
L4-
Witness
By: Robert S.Cushinq.
Title: Partner
CONSULTANT
CAROLLO ENGINEERS. P.C.
Dated: Februarv 25. 2005
CORPORATE SEAL
OWNER
BOARD OF COUNTY COMMISSIONERS
COLLIER COUNTY, FLORIDA
Purchasing/General Services Director
o","0,3lt${os
ved as to form and
Assistant County Attorney
Page 2107 of 4027
Contract Amendment #1
04-3673 - "Professional Engineering Services for Design of the Northeast Reclamation Facility and Water
This amendment, dated
Treatment Plant"
to the referenced agreement shall be by and between the parties to the original
agreement, Carollo Engineers, P.C., (to be referred to as "Consultant") and Collier County, Florida (to be referred to as"Owne/').
Statement of Understanding
Replace Sections 8.1 and 8.2 of Article Eight, Indemnification, with the following:
"8.1. To the maximum extent permitted by Florida law, CONSULTANT shall indemnify and hold harmless OWNER, its
officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable
attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful
conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement.
This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which
otheruvise may be available to an indemnified party or person described in this paragraph 8.1."
All other terms and conditions of the agreement shall remain in full force.
lN WITNESS WHEREOF, the Consultant and the County have each, respectively, by an authorized person or agent,
hereunder set their hands and seals on the date(s) indicated below.
CONSULTANT
CAROLLO ENGINEERS, P.C.
Title: Partner
Dated: Februarv 25. 2005
CORPORATE SEAL
OWNER
BOARD OF COUNTY COMMISSIONERS
COLLIER COUNTY, FLORIDA
iI
Dated: 3 ltt {os
By:
Witness
Pu rchasing/General Services Director
Assistant County Attorney
Page 2108 of 4027
3t2u05
Iwona,
After scanning, please send copies of Amendment to:
Harry Huber, PLJED
Bob Cushing, Carollo Eng.
Bonnie Baer. Clerk's Finance
Clerk of Courts Minutes and Records
The fifth copy should go in our file with copies of correspondence to the above
transmitting the document. Please see me if you have questions. Thanks.
Lyn
Page 2109 of 4027
Date: 3/18/05 To Steve:
E-Mailed To Bonnie:
hoject Name: Professional Engineering Services for Design of the Northeast Reclamation Facility and Water
Treatuent Plant
Project Number: 70902/73156
BID/RFP #: 04-3673
Mod #: I
PO#: 4500041201
Work Order Number:
Confr actor/Consultant:
Original Contact Amount:
Current Contract Amount
Confiact Specialist:
Carollo engineers, P.C.
$_l1,725,020.00
(Starting Point)
$_11,725,020
(All changes prior to this modification)
Last BCC Approved Amount $_l 1,725,020
Amount ofThis Change: $
Revised Contast Amount: S
(Last Total Amount Requiring BCC Approvai)
-0-
_11,725,020
(Including this Change Order)
Cumulative Dollar Value of Change Orders to this Contract/Work Order: $_-0:
Percentage Increase/Decrease: N/A
Overview of change: To update contact fudsmnification clause.
.2''r-;o{
ou,., 3-t8-oSSteve's Acknowledgement:
Scanned Date:
Data Entry Information:
Type of Change: Amendment
hoject Manager: Harry Huber
Departnent: PUED
Scanned copies of the back up documentation mry be located on the Purchasing G &ive:
G : /Current-Changes to C ontr acts
G:/ Cunent - Changes to Work Orders
Page 2110 of 4027
Page 2111 of 4027
Page 2112 of 4027
Page 2113 of 4027
Page 2114 of 4027
Page 2115 of 4027
Page 2116 of 4027
Page 2117 of 4027
Page 2118 of 4027
Page 2119 of 4027
Page 2120 of 4027
Page 2121 of 4027
Page 2122 of 4027
Page 2123 of 4027
Page 2124 of 4027
Page 2125 of 4027
Page 2126 of 4027
Page 2127 of 4027
Page 2128 of 4027
Page 2129 of 4027
Page 2130 of 4027
Page 2131 of 4027
Page 2132 of 4027
Page 2133 of 4027
Page 2134 of 4027
Page 2135 of 4027
Page 2136 of 4027
Page 2137 of 4027
Page 2138 of 4027
Page 2139 of 4027
Page 2140 of 4027
Page 2141 of 4027
Page 2142 of 4027
Page 2143 of 4027
Page 2144 of 4027
Page 2145 of 4027
Page 2146 of 4027
Page 2147 of 4027
Page 2148 of 4027
Page 2149 of 4027
Page 2150 of 4027
Page 2151 of 4027
Page 2152 of 4027
Page 2153 of 4027
Page 2154 of 4027
Page 2155 of 4027
Page 2156 of 4027
Page 2157 of 4027
Page 2158 of 4027
Page 2159 of 4027
Page 2160 of 4027
Page 2161 of 4027
Page 2162 of 4027
Page 2163 of 4027
Page 2164 of 4027
Page 2165 of 4027
Page 2166 of 4027
Page 2167 of 4027
Page 2168 of 4027
Page 2169 of 4027
Page 2170 of 4027
Page 2171 of 4027
Page 2172 of 4027
Page 2173 of 4027
Page 2174 of 4027
Page 2175 of 4027
Page 2176 of 4027
Page 2177 of 4027
Page 2178 of 4027
Page 2179 of 4027
Page 2180 of 4027
Page 2181 of 4027
Page 2182 of 4027
Page 2183 of 4027
Page 2184 of 4027
Page 2185 of 4027
Page 2186 of 4027
Page 2187 of 4027
Page 2188 of 4027
Page 2189 of 4027
Page 2190 of 4027
Page 2191 of 4027
Page 2192 of 4027
Page 2193 of 4027
Page 2194 of 4027
Page 2195 of 4027
Page 2196 of 4027
Page 2197 of 4027
Page 2198 of 4027
Page 2199 of 4027
Page 2200 of 4027
Page 2201 of 4027
Page 2202 of 4027
Page 2203 of 4027
Page 2204 of 4027
Page 2205 of 4027
Page 2206 of 4027
Page 2207 of 4027
Page 2208 of 4027
Page 2209 of 4027
Page 2210 of 4027
Page 2211 of 4027
Page 2212 of 4027
Page 2213 of 4027
Page 2214 of 4027
Page 2215 of 4027
Page 2216 of 4027
Page 2217 of 4027
Page 2218 of 4027
Page 2219 of 4027
Page 2220 of 4027
Page 2221 of 4027
Page 2222 of 4027
Page 2223 of 4027
Page 2224 of 4027
Page 2225 of 4027
Page 2226 of 4027
Page 2227 of 4027
Page 2228 of 4027
Page 2229 of 4027
Page 2230 of 4027
Page 2231 of 4027
Page 2232 of 4027
Page 2233 of 4027
Page 2234 of 4027
Page 2235 of 4027
Page 2236 of 4027
Page 2237 of 4027
Page 2238 of 4027