Loading...
#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