#04-3673 Amendment #9 (Carollo Engineers, Inc.) NINTH AMENDMENT TO CONTRACT NO. 04-3673
FOR
"Professional Engineering Services for Design of the
Northeast Water Reclamation Facility and Water Treatment Plant"
THIS NINTH AMENDMENT made and entered into on this 1 1 day of 'm O 'C ' ,
2025 by and between Carollo Engineers, Inc., (referred to herein as "Consultant") and the Collier
County, a political subdivision of the 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 (the "Contract") with the Consultant to provide professional engineering services for
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"); 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's
indemnification clause; and
WHEREAS, on November 16, 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 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,
Page 1 of 5
Ninth Amendment to Contract# 04-3673
CAO
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; and
WHEREAS, on September 28, 2021 (Agenda Item 11.11.A), the County approved
Amendment No. 8 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 NECWRF in the amount of$4,819,950; and
WHEREAS, the Parties desire to further amend the Contract to include Exhibits A9-A and
A9-B to provide for an additional scope of work for supplemental services during construction of the
Deep Injection Well drilling in the amount of $1,004,658, which amount is added to the existing
Amendment No. 7 Purchase Order # 4500205004 resulting in a new total amount of$2,641,920 for the
complete and amended services to be performed under Amendment No. 7, and to update the schedule for
task 3 — Deep Injection Well (DIW) Development from 24 months to 36 months. All other terms and
conditions of the Contract shall remain in force.
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 Contract as follows:
1. The Parties agree to include and incorporate attached Exhibits A9-A and A9-B as
part of the duties and obligations in performing under this Contract.
2. To the extent that attached Exhibits A9-A and A9-B conflict with the prior scope,
Budget and Payment, and Services stated in Exhibits A7-A and A7-B to
Amendment No. 7 of the Contract,Exhibits A9-A and A9-B shall control.
3. All other terms and conditions of the Contract, as previously amended, shall
remain in force.
IN WITNESS WHEREOF, the Parties have each executed this Ninth Amendment to the
Contract effective as of the date set forth above by an authorized agent or person.
Page 2 of 5
Ninth Amendment to Contract#04-3673
CAO
ATTEST:
Crystal K. Kinzel, Clerk of Court& BOARD OF COUNTY COMMISSIONERS
Comptroller COLLIER COUNTY,FLORIDA
B - /�� >4 B /
Y: ._ Y ,� 11
u . Saunders;"�hairman
Dated: ,J,11L . ! . Z (A
(SEAL) Attest-asto Chairman's
;, signature only
proved as to Form Le lity:
Sco . Teac , Deputy County Attorney
Contractor's Witnesses: CONTRACTOR:
Carollo Engineers,Inc.
fie_ By: sa.1A4 C..46regAIA,
First Witness Laura Baumberger,PE/SVP
,&1/►,e_r �y%./4 l021aS
TType/print witness nameT Date
( 7.)e ms14
Second Witness
'7)4-AA) gLmN
TType/print witness nameT
Page 3 of 5
Ninth Amendment to Contract#04-3673 G
CAO
EXHIBIT A9-A
Amendment No.9 to Contract#04-3673
Professional Engineering Services for the Design of the Northeast WRF and WTP
SCOPE OF SERVICES
Amendment 7 Change Order-NEUF Deep Injection Well Supplemental Construction Phase
Services
BACKGROUND AND PURPOSE
Purpose: Provide supplemental scope and budget for construction phase services of the NEUF Deep
Injection Well project. The Collier County Public Utilities (CCWSD) awarded the well construction
contract for the referenced project to Youngquist Brothers(YBI)on March 26,2024. The project includes
construction of two deep injection wells(IW-1 and IW-2)and one dual zone monitoring well(DZMW-1).
The Notice to Proceed (NTP) was issued on June 6, 2024. Construction commenced on August 7, 2024.
YBI initially began construction at the IW-2 site with a single diesel rig and later mobilized a second rig
(E-rig)for simultaneous construction at multiple wells. The original budget was prepared in August 2020
based on an anticipated construction duration of 180 days as estimated in coordination with the contractor
at that time and assuming two drill rigs would be available to allow simultaneous drilling of the wells from
start to finish. Based on the latest schedule, it is estimated that IW-1 construction will be completed by
April 2025; IW-2 construction will be completed by December 2025; and DZMW-1 construction will be
completed by June 2026 hence the need to add the additional construction oversight and public information
services and update the schedule table.
SCOPE OF SERVICES
TASK 300—Deep Injection Well (DIW) Development
307—Construction Oversight Services
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 for 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.
Page 4 of 5
Ninth Amendment to Contract#04-3673
CA°
EXHIBIT A9-B
Amendment No.9 to Contract#04-3673
Professional Engineering Services for the Design of the Northeast WRF and WTP
Amendment 7 Change Order-NEUF Deep Injection Well Supplemental Construction Phase
Services
BUDGET AND PAYMENT
Changes to the project budget are shown in the table below.
Task Original Fee Change Total Fee
Amount
Task 100—Project Management(T&M) $99,922 $0 $99,922
Task 200—Quality Management(T&M) $6,543 $0 $6,543
Task 300—DIW Development(T&M) $1,019,446 $968,667 $1,988,113
Task 400—Site Development(T&M) $295,888 $0 $295,888
Task 500—Public Involvement(T&M) $144,564 $35,991 $180,555
Task 600—CMAR Coordination (T&M) $70,899 $0 $70,899
Total $1,637,262 $1,004,658 $2,641,920
COUNTY shall pay CONSULTANT in accordance with the terms and conditions in contract#04-3673 as
amended through this Amendment#9 and based upon invoices submitted by CONSULTANT for services
incurred.
SCHEDULE
The table below lists the anticipated duration of each task.
Task Duration (Months)
Task 100—Project Management 36
Task 200—Quality Management 36
Task 300—DIW Development 36
Task 400—Site Development 18
Task 500—Public Involvement 36
Task 600—CMAR Coordination 36
Page 5 of 5
Ninth Amendment to Contract# 04-3673
CAO
AFFIDAVIT REGARDING LABOR AND SERVICES
Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes, when a contract is executed, renewed, or extended
between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the
governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under
penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services.
Nongovernmental Entity's Name: Carollo Engineers, Inc.
Address: 301 N. Cattlemen Rd. Suite 302, Sarasota, FL 34232
Phone Number: 941-371-9832
Authorized Representative's Name: Laura Baumberger
Authorized Representative's Title: Senior Vice President
Email Address: lbaumberger@carollo.com
AFFIDAVIT
Laura Baumberger (Name of Authorized Representative), as authorized representative attest
that Carollo Engineers,Inc. (Name of Nongovernmental Entity) does not use coercion for labor or
services as defined in § 787.06, Florida Statutes.
Under penalty of perjury, I declare that I have read the foregoing Affidavit and that the facts stated in it are true.
2/1 2/25
(Signature of authorized represe alive) Date
STATE OF Florida
COUNTY OF Sarasota
Sworn to (or affirmed) and subscribed before me, by means of 0 physical presence or❑online notarization this
Z day of Fe.604a1 , 20 25, bylyc�"`tj'r,,t- --2,..e_v-- (Name of Affiant),who produced their Nle. P 4.*‘6W—\
as identification or are personally known to me.
NotaryPublic(not required wh n digital) ••••...
q g ) � i���ryy,,'••. MICHELLE RYAN
/ 4 :F,�^ `F`• Notary Public-State of Florida
l ` t ' Z W et7;_, = Commission If NN 334776
Commission Expires
, My Comm.ExpiresDec11,2026
Personally Known ® OR Produced Identification
Type of Identification Produced:
CONTRACT RENEWAL OR EXTENSION REQUEST FORM Version:2025.1
CAO