#04-3673 Amendment (Carollo Engineers, Inc.) TENTH 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 2 q"day of J U.(1 e__ ,2025 by
and between Carollo Engineers, Inc., (referred to herein as "Consultant") and Collier 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 (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("NECRWTP")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 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.; 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 AS-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. 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..
WHEREAS,on September 28, 2021 (Agenda Item 11. A),the County approved Amendment
CAO
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, on March 11, 2025 (Agenda Item 16.C.2), the County approved Amendment
No. 9 to include Exhibit A9-A and Exhibit 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.
WHEREAS,the Parties desire to further amend the Contract to include Exhibits A 10-A,A 10-
B, A10-C, and A10-D and 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),
which amendment provides the scope of work, schedule,and fees to Consultant to include the necessary
project management,preliminary design,detailed design,permitting assistance,and coordination to support
design updates and permitting of the first phase of the Northeast County Regional Water Treatment Plant
and Common Facilities (Buildings 20, 21, and 22) and Northeast County Water Reclamation Facility by
utilizing the remaining funds in the amount of$4,366,258,51 from Amendment No. 8 and approving an
increase in the amount of$11,682,939.17 for a total amount of$16,049,197.68.
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 A10-A, A10-B, A10-C, and A10-D
as part of the duties and obligations in performing under this Contract.
2. The Consultant's hourly rates, as adjusted from 2004 to 2025, as set forth in Schedule B —
Attachment B of the Contract is hereby amended as follows:
Engineers/Scientists Hourly Rate
Assistant Professional $142.95 $163.36
Professional $186.51 $213.15
Project Professional $224.63 $256.71
Lead Project Professional $242.33 $276.94
Senior Professional $265.47 $303.38
Technicians
Technician $106.19 $121.35
Senior Technician $162 $185.14
Support Staff
Word Processing/Clerical $104.83 $119.80
Other Direct Expenses
CA0
Travel and Subsistence At cost
Mileage $.0� mile $0.70/mile
Travel and Reimbursable Expenses must be approved in advance in writing by the County.Travel expenses
shall be reimbursed as per Section 112.061 Fla. Stats.
All aspects of this scope of services will be completed within 36 months after receipt of notice to proceed.
3. All other terms and conditions of the Contract, as amended, shall remain in force.
IN WITNESS WHEREOF, the Parties have each executed this Tenth Amendment to the
Contract effective as of the date set forth above by an authorized agent or person.
ATTEST: •
Crystal K. Kinze7:Clerlk f Court& BOARD OF COUNTY COMMISSIONERS
Comptroller 1,1 ','' COLLIER COUNTY, FLORIDA
g
i
Bu4014°/.Age40 "4—
aunders, Chair
Dated:
(SEAL) Attest as to Chaim»p4
signature on
Ap ov d as Fo a Legality:
Scott R. Teach, Deputy County Attorney
CONTRACTOR:
Carollo Engineers, Inc.
By:
Signature
Robert Cushing, PhD,PE, Senior Vice President
TTypelprint signature and titleT
6/3/25
Date
By: D.-Kt fiYA-Wilh(A-A,..--
Signature
Laura Baumberger,Pi, Senior Vice President
i'Type!print signature and tideT
6/3/25
Date
By:
Michelle Ryan, Office Administrator
6/3/25
Date
EXHIBIT A10-A
Amendment No. 10 to Contract#04-3673
Professional Engineering Services for the Design of the Northeast WRF and WTP
SCOPE OF SERVICES
NEUF Water Treatment Plant and Common Facilities Design and Permitting
BACKGROUND AND PURPOSE
Plans and specifications for the Northeast Water Reclamation Facility(NECWRF), Water Treatment Plant
(NECRWTP), and associated facilities (Northeast Utility Facility-NEUF)were signed, sealed, and put in
storage in 2010. Since that time, treatment technologies, treatment equipment models, O&M staff
preferences, construction methods, specifications, and level of service requirements have evolved.
Subsequently,the decision was made to construct the NECRWTP in conjunction with the NECWRF.
The existing design for the NECRWTP and Common Facilities(NECRWTP site)will be updated to include
the changes noted above including major changes in technology and design criteria updates.
The Program involves multiple steps associated with the overall implementation, including:
- DIW and Early Site Work including associated deep injection well (DIW) design, permitting, and
construction and updated site civil design, permitting,and for early site work construction.
- WRF Design and Permitting including preliminary and detailed WRF design.
- WRF Construction including construction administration and engineering services during
construction.
- WTP and Common Facilities Design and Permitting including preliminary and detailed
NECRWTP and Administration, Electrical, and Distribution/Collection Buildings (Areas 20, 21, and
22).
- WTP and Common Facilities Construction including construction administration, engineering
services during construction.
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 an updated set of
design documents suitable to construct the NEUF facilities. This scope and budget does not
accommodate extensive alternatives analysis and/or preferential changes to the NECRWTP or
Common Facilities reference designs.
SCOPE OF SERVICES
CONSULTANT will complete the following scope for the NECRWTP and Common Facilities
(Buildings 20, 21, and 22) Design and Permitting project. Subsequent elements of the Program will be
provided under separate amendments.
TASK 100—PROJECT MANAGEMENT
CONSULTANT will perform various project management and monitoring activities throughout the
Project.
Cp,O
101 —Develop Project Plan
Develop a Project Plan that will identify and detail the proposed project management activities for
the duration of the NECRWTP and Common Facilities 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.
The County has approved the "Design Services for the NESA Wellfield," Agreement No. 19-7583
with CDM-Smith for the design update of the Perimeter Wellfield.A primary initial work effort for
this project is the coordination required to update the electrical ductbank design within the wellfield
to accommodate the electrical power supply requirements from FPL to the project's electrical
distribution facility.
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(pdf only)
102—Project Control and Reporting
Develop monthly progress reports and invoices throughout the NECRWTP and Common Facilities
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 percentage complete 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.
• Monitoring of work completion for compliance with the required time execution of this
authorization.
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(pdf only)
103 —Project Schedule
Develop and maintain a project progress schedule during the NECRWTP and Common Facilities
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
CAO
a Gantt format. Schedule will include both original baseline and actual progress. Schedule update
will be provided monthly.
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.
Deliverables: Draft and Final Baseline Project Schedule and Monthly Updates(pdf only)
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 upcoming meetings. 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.
104.3 — Coordination with Associated Designers and Contractors. Interact with and coordinate
designs and construction activities associated with the NEUF Program including but not limited to
wellfield designers/contractors,county staff,utility companies,DIW contractor and other COUNTY
projects. Include pertinent associated designers/builders in the monthly project meetings with
COUNTY representatives.
Deliverables: Meeting Agenda and Summary Notes(pdf only)
105 —Subconsultant Management
Prepare and coordinate necessary subconsultant agreements required for the NECRWTP Design
and Permitting phase of the Project and manage the subconsultants throughout the WTP Design and
Permitting phase of the Project.
106—Board of County Commissioners(BCC)Meetings/Presentations
Prepare relevant materials(i.e., presentation slides, renderings, etc.)regarding NECRWTP Design
and Permitting phase of the Project development for presentation and discussion with BCC and/or
other COUNTY management representatives.
Deliverables: Presentation Materials
CAO
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 NECRWTP project. Provisions
will include sizing NECRWTP infrastructure, layouts, connections, corridors, and other general
requirements. Findings will be incorporated into design criteria, design exhibits, and other preliminary
design elements as appropriate and as defined herein. The overall focus of this phase is to further develop
and update the applicable design criteria for subsequent detailed design.
NOTES:
1. In addition to the reports,plans and specifications for the NECRWTP that
were put into storage in 2010, CONSULTANT will review and update
criteria from the original basis of design based on input from Public
Utilities Department Head, Directors and staff. Deletion and replacement
of criteria will include the use of nanoflltration (NF) instead of ion
exchange (I/19 for freshwater treatment to address emerging
contaminants such as PFAS and other potential constituents. Membrane
treatment processes will be used for both brackish (RO membranes) and
freshwater (NF membranes) treatment. The updated process design will
allow the flexibility to operate the NECRWTP with a combination of
brackish and freshwater wells or solely from either. Additional criteria
will, but not limited to, add for ground storage tank mixing to normalize
water quality, and transient surge control at the high service pump
station.
201 —Process Flows and Finished Water Demands
CONSULTANT will use the original design process flows and phasing criteria as a design basis
for water treatment process design. Peaking factors for the high service pump station will be
based upon original design criteria unless modified during workshops.
202—Water Quality Criteria Update
CONSULTANT will use raw and finished water quality criteria presented in the original design
basis for fresh and brackish water treatment process design criteria together with new or updated
wellfield water quality information provided by COUNTY or its consultants.Updated water quality
criteria will assume operation of the NECRWTP both with and without freshwater availability.
Conservative water quality projections will be confirmed or updated with the intent to preserve
water plant design for future expansions.
203 —Support Facilities and Utilities
CONSULTANT will identify the required support facilities and utilities, including general
requirements and layouts, and develop applicable design criteria. Where refinement of existing
concepts is necessary, it is understood that changes will be based on changes to the treatment plant
capacity and associated changes to the storage space and number of staff required.
203.1 —Administrative Facilities. Confirm and refine existing layouts and design criteria.
203.2—Maintenance/Storage Facilities. Confirm and refine existing layouts and design criteria.
203.3—Laboratory Facilities. Confirm existing layouts and design criteria.
203.4—Chemical Storage and Feed Facilities. Evaluate and summarize chemical storage and feed
facilities requirements and develop applicable 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.
CAC)
203.5 — Plant Drain System. Evaluate and summarize plant drainage system requirements and
develop applicable layout(s)and design criteria.
203.6—Storm Water Management and Retention. This work will be completed as part of Contract
Amendment 7. Features of the stormwater management and retention system will be shown on the
preliminary design layouts to demonstrate code-required separation and elevation changes from
these features to NECRWTP process areas.
203.7—Potable Water.Confirm and refine plant potable water system requirements and layouts and
design criteria.
203.8—Non-Potable Water.Confirm and refine non-potable water system requirements and layouts
and design criteria.
203.9—Compressed and Instrument Air. Confirm and refine plant compressed and instrument air
system requirements and layouts and design criteria.
203.10 — Support Facilities and Utilities Review Workshop. Facilitate a workshop (physical or
virtual)with COUNTY to review the support facilities and utilities.
204—Process Design Criteria Update
CONSULTANT will update the design criteria for the NECRWTP to address changes in flow,
treatment processes, site layout, code requirements,technology,and other County utility
standards, including the addition of transient surge control at the finished water pump station.
205 —Corrosion Mitigation Strategies
CONSULTANT will summarize the causes of environmental corrosion affecting the life of plant
equipment and infrastructure,process related corrosion and finished water corrosion and what
design mitigation strategies are incorporated into the NECRWTP facility. CONSULTANT will
refine concepts based on design updates.
206—Electrical/Instrumentation and Controls System Strategies
CONSULTANT will assess and summarize site electrical/instrumentation and controls (E/I&C)
system strategies and general requirements for the final design phase.
206.1—Power Needs Assessment.CONSULTANT will use the updated electrical load lists(through
a potential water treatment facility buildout of 50 mgd)that are developed following confirmation
of the NECRWTP capacity and design criteria to complete an electrical power needs assessment.
The power needs assessment for the current and future NEUF facilities (i.e., common to both the
NECRWTP, NECWRF, perimeter wellfield [16 sites], southern wellfield [5 sites], and potential
northern wellfield[17 sites])will also be completed as part of this Contract Amendment No. 10 and
includes development of NEUF: utility and standby power requirements, strategies for the
distribution of power and ductbanks 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. This work effort will develop an overall site power and
communications ductbank master plan and will produce biddable plans and specifications for
procuring the initial phase of the overall ductbank masterplan for both treatment and wellfield
facilities. As part of the services included in this Amendment, CONSULTANT will prepare
electrical one-line diagrams demonstrating compliance with the NEUF standards.
206.2 — Coordination with Power Provider. Coordinate with Power Provider regarding available
power to the NEUF site(i.e.,NECWRF,NECRWTP, common areas and wellfields). 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 the Power Provider.Efforts will include development and submittal of a letter to the
Power Provider outlining estimated power requirements for phased improvements at the NEUF,and
C'AO
a list of information needs from the Power Provider. CONSULTANT will attend up to three (3)
coordination meetings with the Power Provider representatives to review phased power needs and
supplemental information. Results from meetings and written correspondence from the Power
Provider will be summarized in letter form and provided to COUNTY. CONSULTANT will also
request a preliminary service design and schedule from the Power Provider in a timely manner for
use in developing the plant detailed electrical design. All associated fees and charges to be paid by
COUNTY.
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. Communication with all other Collier
County Public Utility treatment facilities shall be provided to maintain a second set of eyes for
monitoring(and possibly controlling)other facilities.
206.5 — Site Communications. Coordinate with COUNTY to identify and develop general site
communication system requirements, including telephones, paging and intercom, fire alarm,
security, closed-circuit television(CCTV),and local area networking.
206.6—E/I&C Review Workshop.Facilitate a workshop(physical,virtual or hybrid)with COUNTY
to review the preliminary EI&C strategies for the NECRWTP site.
207—Site Aesthetic Concepts
CONSULTANT will review and update site aesthetic concepts and general requirements and update
applicable design criteria. Consultant's update will address the County's five Ns (primary
requirements) of: 1)no offsite odors; 2)no offsite light emissions; 3)no offsite noise; 4)no onsite
or offsite spills(SSOs); and 5)no fugitive-dust emissions.
207.1—Odor Control.Sources of odors will be identified,and mitigation strategies will be presented
and refined.
207.2—Noise Abatement.Noise abatement strategies from the original design will be reviewed and
updated as required.
207.3—Building Architecture. Confirm and refine architectural design concepts.
207.5 — Landscape Architecture. Confirm and refine code-required landscaping and update the
landscaping plan for the NECRWTP site.
207.6—Traffic Routing. Confirm and refine traffic routing plans for the NECRWTP site.
207.7—Site Lighting. Confirm and refine site lighting strategies for the NECRWTP site.
207.8—Site Aesthetics Review Workshop.Facilitate a workshop(physical or virtual)with COUNTY
to review preliminary site aesthetic-related strategies for the NECRWTP site.
208—Site Security
CONSULTANT will coordinate with the COUNTY Security Team to identify and evaluate 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
CAO
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. Consultant will update the original PDR
to capture changes from the existing 2010 design.The intent is to only make changes to the existing
PDR as required by changes to the design.
CONSULTANT will conduct physical,virtual,or hybrid PDR Update Review Meeting.
210.2—Engineer's Opinion of Probable Construction Cost(EOPCC). CONSULTANT will prepare
a preliminary EOPCC for the NECRWTP and Common Facilities,DIW and Site Work components
of this project. 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%.
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(pdf copy)
TASK 300—DETAILED DESIGN UPDATE
CONSULTANT will reuse the existing NECRWTP design documents(as much a practical)combined with
designs from other similar facility designs (prototype designs) to produce updated construction contract
documents for the Project that will be used to prepare the cost estimate, project schedule, equipment, and
subcontractor procurement,and for permitting through regulatory agencies.
In addition to assignment of tag numbers for new equipment and instrumentation associated with the new
NECRWTP 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 NECRWTP site to include the drilling and sampling of additional test borings to determine
subsoil conditions and provide samples for laboratory testing. CONSULTANT will submit draft
Geotechnical Investigation Report to COUNTY for review.CONSULTANT will further coordinate
and consult with the geotechnical subconsultant during detailed design.
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
CAO
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 Consultation. The development associated with the NEUF Program is on
land that has already been impacted, cleared,and filled, so no further environmental investigations
are anticipated to be necessary for design and permitting;however,general consultation on
environmental issues for local, state and/or federal permitting are often required.Therefore,
CONSULTANT will attend meetings with COUNTY and provide general environmental
consulting services for the Program in support of local, state and/or federal agency permit
applications and contractor questions regarding threatened and endangered species wildlife
involvement.
302—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 cost model development.
Deliverables:Two(2)Half-Size Sets,One(1)Full-Size Set,and Electronic Version in PDF and
AutoCAD Format of Review Drawings, EOPCC, List of Technical Specifications and List of
Typical Details for COUNTY.
303 —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.
CONSULTANT will also provide an updated EOPCC(prepared under Task 800)and 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, EOPCC, Technical Specifications and Typical Details for
COUNTY.
304—Approximate 90%Design Submittal
The 90% submittal will include applicable updates from the 60% review submittal, including the
incorporation of applicable review comments provided by COUNTY, plus the incorporation of
typical details from book form into the drawing set. CONSULTANT will also provide an updated
EOPCC (prepared under Task 800).
Deliverables:Two(2)Half-Size Sets,One(1)Full-Size Set,and Electronic Version in PDF and
AutoCAD format of Review Drawings, EOPCC, Bid Schedule, Technical Specifications and
Typical Details for COUNTY.
305 —Final(100%)Contract Documents
The 100% (final) Contract Documents will include applicable updates from the 90% review
submittal,any design changes from early procurement activities,and applicable comments provided
by COUNTY, plus applicable COUNTY Department and agency review comments.
CONSULTANT will finalize, electronically sign and 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 also 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 and
AutoCAD format of Review Drawings, EOPCC, Bid Schedule, Technical Specifications and
Typical Details for COUNTY.
TASK 400—SITE DEVELOPMENT AND PERMITTING ASSISTANCE
401 -GENERAL SITE CONSULTATION
CAC
CONSULTANT anticipates regular meetings to coordinate with COUNTY and team consultants
throughout the NEUF Program and NECRWTP Project. This scope assumes the meetings will be held in
Naples throughout the planning,design,and permitting phases.This includes an initial kick-off meeting to
outline Project goals,tasks,and timelines.As directed by COUNTY,CONSULTANT can provide colored
renderings and illustrative plans, which may include illustrative site plans, photo-realistic perspective
views,elevations,example photos, or diagrams.
Deliverables:Meeting minutes.
402-COLLIER COUNTY SITE DEVELOPMENT PLAN PERMITTING
402.1 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
construction plans. The CONSULTANT will participate in a site development plan amendment
(SDPA)pre-application meeting with Collier County Growth Management Department(GMD)
and document the parameters defined during the meeting for proceeding with the SDPA
application. CONSULTANT anticipates providing COUNTY with 30%, 60%, and 90%review
site plan deliverables prior to submitting an SDPA application to GMD. When directed by
COUNTY, CONSULTANT will prepare, submit,and process the SDPA application,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
the 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 403 below. SDPA
application and review fees will be paid by COUNTY via interdepartmental transfer.
Deliverables:Meeting minutes,site plan,site/civil plans and supporting documents,
transportation statement.
402.2 Collier County Site Development Plan Permitting. CONSULTANT will generate individual
plan and profile sheets for the proposed yard piping and electrical duct banks. COUNTY or other
members of the design team will provide pipe size,materials,duct bank cross sections, and
manhole or handhole intervals along with start/end points and connection/termination details.
Deliverables:Plans and details.
402.3 Bidding Phase Services. Included in the services subsequently described in Task 603,
CONSULTANT will assist COUNTY in preparation of up to three(3)General Contractor Bid
Document packages. CONSULTANT will provide information related to improvements designed
and permitted under tasks 402 and 404 of this scope. CONSULTANT will attend COUNTY'S
pre-bid conference,respond to bidder questions,prepare addenda if necessary, and assistance
COUNTY in evaluation of bids.
Deliverables: Bid packages.
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
CAC
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.
Deliverables:Memorandum.
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 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.
Deliverables: ERP modification; response to RFIs.
405 -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 NECRWTP. 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—ENGINEERING SERVICES FOR PROCUREMENT
It is the COUNTY's intent to deliver the NECRWTP using the design,bid, build(DBB)delivery method.
CONSULTANT will coordinate on the following items:
CAO
1. Detailed cost model used to develop an engineer's opinion of probable construction cost (EOPCC)
based on current market conditions to confirm budgets and help guide decisions regarding the scope of
construction.
2. Long-lead procurement strategies and potentially initiate early procurement of long-lead items.
3. Construction estimates for COUNTY review and consideration.
The following tasks define the specific efforts to be performed and completed by CONSULTANT during
the pre-construction phase [Design Phase] of the Project with a view towards developing documents,
construction cost estimates, and strategies for the procurement phase of the Project. Engineering services
provided by CONSULTANT during early procurement and procurement phases of the Project are also
included in this task.
601 —Cost Model Review and Validation
Coordinate with development of the cost model to provide input and information on equipment and
other major capital cost items (e.g., supplier and vendor quotations) 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). Cost validation activities will include a review
and verification of unit quantities,equipment,and major capital cost items.
Using the cost models 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 Cost Model Review and
Validation(Electronic format only)
602—Early Procurement Activities
Coordinate with the 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 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 COUNTY as part of the bidding process and prepare addenda.
Assist the COUNTY with review of the supplier proposals and bid packages and the subsequent
selection process.
CONSULTANT 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 input);and incorporating detailed design
criteria and documents of selected equipment into overall design documents.
Deliverables: Early Procurement Design Document Packages(Electronic format only)
CAO
603 —Bid Phase Activities
Prepare Bid Document sets for the General Contractor(s) to construct the Project under the DBB
delivery method. CONSULTANT shall be responsible for participation on a pre-bid conference,
responding to Bidder questions, preparing applicable addenda, attendance at the Bid opening,
assistance in evaluation of Bids,fill out Reference forms and submit DELORA.
CONSULTANT will prepare up to three separate General Contractor Bid Document sets.
Deliverables:General Contractor Bid Document Packages,Bidder question log,Addenda,and
Bid Evaluation Memorandum (Electronic format only)
604—General Coordination
In addition to subtask efforts above, general coordination with the COUNTY or others retained by
the COUNTY during the pre-construction phase [Design Phase]will include,but not necessarily be
limited to:
1. Coordination with COUNTY regarding development of applicable COUNTY front-end
documents and CONSULTANT's Division 1 specifications.
2. Provide input to construction management plan and schedule development.
3. Evaluate alternative systems and materials proposed or suggested by the COUNTY.
4. Respond to constructability review comments.
5. Provide input to MOPO plan and schedule.
TASK 700—ENGINEERING SERVICES DURING CONSTRUCTION(FUTURE)
Not Included in this Scope of Services. Task 700 may be authorized by a future Amendment.
TASK 800—VALUE ENGINEERING AND COST ESTIMATING
This task includes development of detailed cost models by CONSULTANT as described below to support
value engineering,design decisions, and other project and programmatic requirements.
CONSULTANT will base the cost models for all components including water, wastewater and common
area facilities on the on-going status of the detailed design development; the model will include quantity
takeoffs when they can be accurately determined and appropriate allowances and percentages where
detailed design information has not yet been developed. The cost model will incorporate equipment and
major capital item price quotes,budgetary estimates,and cost proposals provided by suppliers and vendors
during detailed design. CONSULTANT will update the cost model for each cost estimate report to reflect
current market conditions for labor and key commodity and component prices.The cost model will include
cost contingencies appropriate to the level of detailed design represented;the contingency will decrease as
the design becomes more refined. Indirect costs included in the cost model will include applicable bonds,
insurance, contracts overhead and profit, sales taxes, and fees. Estimates will be prepared in general
accordance with the guidelines and recommended practices established by the Association for the
Advancement of Cost Engineering(AACE).Progressive projected cost updates will be provided every two
months.
NECRWTP Detailed cost model will begin following the completion of the preliminary design report(15%
design development)and cost model updates will be submitted to the COUNTY at the following intervals
during the detailed Design Phase: 30%, 60%, and 90%. CONSULTANT will review the cost model and
cost implications of design decisions with COUNTY as required during the detailed Design Phase of the
Project.
Deliverables: Construction Cost Estimate Reports with each Design Phase Submittal: 30%,60%,
and 90%.
CAO
PROJECT ASSUMPTIONS
1. The existing plans and specifications for NEUF 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.
2. Capacity phasing will follow the flows and peaking factors established and consistent with original
design values.
3. Project will be delivered using the DBB project delivery method.
4. Administration and maintenance facilities based on the existing design modified for the new layout.
5. Consistent with the recommendations previously made:
a. Additional hydrogen sulfide removal from the freshwater may be required due to updated
regulations(FAC 62-555.315(5)(a)).
b. RO feed pump and interstage booster pumping size may be adjusted due to the recommended
and energy recovery design will be updated to match the practice at the North County WTP.
6. Electrical power remains medium voltage as designed with equipment updates.
7. SCADA/I&C modified based on current COUNTY standards.
8. Contract Amendments. Subsequent amendments are required for engineering services during
construction to complete the project through full commissioning.
9. Permitting Fees. COUNTY will pay all permitting design and/or agency review fees. Consultant shall
provide County with a list of anticipated permit applications required and the associated fees.
10. 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.
11. COUNTY-Provided Information and Services: COUNTY shall furnish CONSULTANT available
studies, reports and other data pertinent to CONSULTANT's 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 CONSULTANT's services
hereunder,and CONSULTANT shall be entitled to use and rely upon all such information and services
provided by COUNTY or others in performing CONSULTANT's services under this Scope of Services,
in accordance with the standard of care delineated in Item 10 above.
CAO
12. Estimates and Projections: Cost estimates prepared as part of this Exhibit A9-A are limited to the
NECRWTP and Common Facilities,DIW and Site Work,excluding any site work within the perimeter
of the NECWRF estimate prepared as part of Exhibit A9-C. 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
COUNTY's actual project costs, financial aspects, economic feasibility, or schedules will not vary
from CONSULTANT's opinions, analyses,projections, or estimates.
13. 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 CONSULTANT's services hereunder.
14. Other Fees and Charges._County shall pay fees or other charges by FPL, LCEC, or any other third
party.
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 sketches and descriptions.
2. PLC/SCADA Programming.
3. Engineering Services during Construction.
4. Resident engineering or inspection during Construction.
5. Ownership and encumbrance(O&E)reports for right-of-way by COUNTY.
6. 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.
7. Title searches.
8. Boundary survey(s).
9. Archeological investigations or reporting.
10. Evaluation of potential soil,groundwater,or surface water contamination.
11. Fees or other charges by FPL,LCEC,FDEP or any other third party.
CAO
EXHIBIT A10-B
Amendment No. 10 to Contract#04-3673
Professional Engineering Services for the Design of the Northeast WRF and WTP
Northeast County Regional Water Treatment Plant and Common Facilities Design and Permitting
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) $415,888.88
Task 200—Preliminary Design Update(LS) $690,885.64
Task 300—Detailed Design Update(LS) $5,440,133.41
Task 400—Site Development and Permitting Assistance(LS) $703,864.88
Task 500—Public Involvement Assistance(T&M) $0
Task 600—Engineering Services During Procurement(T&M) $318,323.52
Task 700—Engineering Services During Construction(Future) To Be Determined
Task 800—Value Engineering and Cost Estimating(LS) $385,065
Total $7,954,161.33
COUNTY shall pay CONSULTANT in accordance with the terms and conditions in contract#04-3673 as
amended through this Amendment No. 10 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—Preliminary Design Update 9
Task 300—Detailed Design Update 36
Task 400—Site Development and Permitting Assistance 36
Task 500—Public Involvement Assistance 36
Task 600—Engineering Services During Procurement 36
Task 700—Engineering Services During Construction(Future) TBD
Task 800—Value Engineering and Cost Estimating(LS) 36
All aspects of this Scope of Services will be completed within 36 months after receipt of notice to
proceed.
coe
EXHIBIT A10-C
Amendment No. 10 to Contract#04-3673
Professional Engineering Services for the Design of the Northeast WRF and WTP
SCOPE OF SERVICES
Northeast County Water Reclamation Facility Design and Permitting
BACKGROUND AND PURPOSE
Plans and specifications for the Northeast County Water Reclamation Facility (NECWRF), Northeast
County Regional Water Treatment Plant(NECRWTP), 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.
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 associated 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.
- WRF Construction including construction of the WRF and other associated features not previously
constructed.
- WTP Design and Permitting including preliminary and detailed NECRWTP design prepared for
design,bid, build delivery method without CMAR involvement.
- WTP Construction including construction of the WTP, Generator Building (21) and other features
not previously constructed.
The DIW and Site Work update 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 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 NECWRF or reference designs.
The draft Preliminary Design Report (PDR) described the recommended design concepts, basic
requirements, and the high-level design features including a proposed site layout of the recommended
facilities. The facilities were located and orientated on the site, and relative to each other, to provide the
best arrangement for operations, maintenance, and future expansions. This resulted in the need for
additional facilities not previously considered and the modifications to previously designed structures
intended for potential reuse in the new project.
• New membrane blower building for membrane air scour blowers and air compressors.It was
originally assumed that this equipment could be co-located in a single building with the process air
blowers. Placing the blowers inside a building would mitigate noise concerns produced by the
positive displacement type blowers and provide protection from hurricane type winds.
• Future UV disinfection. During the original 2010 design, incorporation of ultraviolet(UV) light
disinfection in the future was discussed but County decided to use chlorine disinfection for all
phases.Based on County comments on the recent draft PDR,the County would like the new design
to allow for conversion to UV disinfection in the future.
• New sludge holding tanks. The original design utilized one of the aeration basins for sludge
holding during the initial phase,with permanent sludge holding tanks to be built in the future. Due
to the new location of the aeration basins and their arrangement for Advanced Wastewater
Treatment they cannot be used for sludge holding.
• New sludge holding blowers and building. The original design used the process air blowers to
provide mixing air for the sludge holding tanks.The new arrangement of the facilities and separate
sludge holding tanks requires separate sludge holding blowers. Placing the blowers inside a
building would mitigate noise concerns produced by the positive displacement type blowers and
provide protection from hurricane type winds.
• Separate odor control for sludge handling. The original design had a consolidated odor control
system.The new location of the sludge handling facilities makes it impractical to transfer foul air
across the site. Also, the type of foul air from the sludge handling operations have different
characteristics than foul air from the other treatment processes and different odor control
technology may be more effective.
The original HVAC, plumbing and fire protection/prevention designs are not reusable due to significant
code changes,outdated/obsolete equipment, and compliance verification.The following describes specific
modifications required:
• The HVAC equipment on the original design drawings and specified was designed around R-22
refrigerant which was limited for production starting in 2010 and illegal starting in 2020.This will
require a re-design and specification of equipment as the current refrigerant R-410a is at a lower
pressure and the new equipment requires"more"capacity to provide the same performance criteria.
• Most of the remaining HVAC equipment is outdated and obsolete. In limited cases a new model is
available but mostly is no longer offered. In the Operations and Maintenance building, along with
the equipment type issues, the design concept is not recommended in today's industry and a
variable refrigerant flow(VRF)system is recommended.
• The control systems for the HVAC are all outdated and obsolete.This will need to be revisited and
re-designed based on current manufactures and COUNTY preferences.
• The Florida Building Code requires the HVAC design to meet energy efficiency requirements,and
the current version of the code is more restrictive. Energy performance and outside air
calculations must be prepared using approved software and submitted to the local building
department to demonstrate compliance.Also, the outside air calculations must now be shown on
the drawings.
• The code requirements for plumbing and the available plumbing fixtures are different so the layout
and flow requirements must be reevaluated and the design modified.
• The current fire protection/prevention design does not comply with current codes and needs
redesign. However,the impact has been mitigated by using a performance-based design approach
and less detailed drawings.
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.
CAO
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 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 percentage complete 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.
• Monitoring of work completion for compliance with the required time execution of this
authorization.
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.
CAO
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.
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 upcoming meetings.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.
104.3 — Coordination with Associated Designers and Contractors. Interact with and coordinate
designs and construction activities associated with the NEUF program including but not limited to
wellfield designers/contractors, COUNTY staff, utility companies, DIW contractor, and other
COUNTY projects.Include pertinent associated designers/builders in the monthly project meetings
with COUNTY representatives.
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
Finalize the Preliminary Design Report.
201 —Final PDR Update Production. CONSULTANT will facilitate two (2)2-hour workshops to
review the draft PDR with the COUNTY.Upon receipt of written comments,CONSULTANT will
incorporate COUNTY comments on the draft PDR Update and finalize report accordingly.
CAO
Deliverables: Workshop Notes and Final PDR Update
TASK 300—DETAILED DESIGN UPDATE
CONSULTANT will reuse existing NECWRF design combined with designs from other similar facility
designs to produce construction contract documents for the Project that will be used to prepare the EOPCC,
project schedule, equipment and subcontractor procurement, and for permitting through regulatory
agencies.
In addition to assignment of tag numbers for new equipment and instrumentation associated with the new
NECWRF 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 and provide a geotechnical
investigation of the NECWRF 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 for review.CONSULTANT will further coordinate
and consult with the geotechnical subconsultant detailed design.
Deliverables: Draft and Final Geotechnical Investigation Report
301.2 — Topographical and Facilities Site Survey. CONSULTANT will coordinate and provide 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
COUNTY.
4. Coordinate with the COUNTY so they can issue the procurement documents for bidding and
evaluation.
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 general contractor.
302.1 —Refine Process Criteria for MBR Procurement Documents. Continue to refine the criteria
for the MBR procurement documents based on input from COUNTY. Evaluate MBR process
performance at other installations that can be applied to the NECWRF. 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 for schedule adherence.
CAO
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 the COUNTY.
302.4—Final MSS Selection/Meeting with COUNTY 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 include mechanical, structural, electrical, and instrumentation
coordination. This will also include coordination meetings with the MSS.
302.7 - Meetings and Quality Control. Hold workshops and meetings with COUNTY operating
staff,and selected MSS.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. Negotiations between the COUNTY and MSS.
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.
Deliverables: Two (2) Half-Size Sets, One (1) Full-Size Set, and Electronic Version in PDF
Format of Review Drawings,EOPCC,Technical Specifications and Typical Details(lists only)
for COUNTY
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. 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, EOPCC, Technical Specifications and Typical Details for
COUNTY.
CAO
305 —Approximate 90%Design Submittal
The 90% submittal will include applicable updates from the 60% review submittal, including the
incorporation of applicable review comments provided by COUNTY, plus the incorporation of
typical details from book form into the drawing set. The work effort for this item will also include
close coordination with the cost model development team to provide design information needed to
assist in the continued development of the final construction cost estimate.
Deliverables: Two (2) Half-Size Sets, One (1) Full-Size Set, and Electronic Version in PDF
format of Review Drawings, EOPCC, Bid Schedule, Technical Specifications and Typical
Details for COUNTY.
306—Final(100%)Contract Documents
The 100% (final) Contract Documents will include applicable updates from the 90% review
submittal,any design changes from early procurement activities,and applicable comments provided
by COUNTY, 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 also 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, EOPCC, Bid Schedule, Technical Specifications and Typical
Details for COUNTY.
TASK 400—PERMITTING ASSISTANCE
CONSULTANT will perform various permitting coordination and assistance activities throughout the
Design Phase as established in Amendment No. 7 and under this Amendment No. 10 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(RAls).
Deliverables: Draft and final permit applications and associated documents
TASK 500—PUBLIC INVOLVEMENT ASSISTANCE
Scope and budget provided through existing Amendment 7.
TASK 600—ENGINEERING SERVICES DURING BIDDING AND PROCUREMENT
It is the COUNTY's intent to deliver the NECWRF using the design, bid, build (DBB) delivery method.
CONSULTANT will coordinate on the following items:
1. Detailed cost model based on current market conditions to confirm budgets and
help guide design decisions.
2. Long-lead procurement strategies and potentially initiate early procurement of
long-lead items.
3. Construction estimates for COUNTY review and consideration.
The following tasks define the specific efforts to be performed and completed by CONSULTANT during
the pre-construction phase [Design Phase] of the Project with a view towards developing documents,
construction cost estimates, and strategies for the procurement phase of the Project. Engineering services
provided by CONSULTANT during early procurement and procurement phases of the Project are also
included in this task.
601 —Cost Model Review and Validation
Coordinate with the COUNTY for development of the cost model to provide input and information
on equipment and other major capital cost items (e.g., supplier and vendor quotations)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). Cost validation activities will
include a review and verification of unit quantities, equipment,and major capital cost items.
Using the cost models 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 Cost Model Review and
Validation(Electronic format only)
602 601 —Early Procurement Activities
Coordinate with the 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 COUNTY to develop up to three (3) procurement 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 COUNTY as part of the procurement
process and prepare addenda. Assist the COUNTY with review of the supplier proposals and
procurement packages and the subsequent selection process.
CONSULTANT 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 input);and incorporation detailed design
criteria and documents of selected equipment into overall design documents.
Deliverables: Early Procurement Design Document Packages(Electronic format only)
602—Bid Phase Activities
Prepare Bid Document sets for the General Contractor(s)to construct the NECWRF under the DBB
delivery method. CONSULTANT shall be responsible for participation on a pre-bid conference,
responding to Bidder questions, preparing applicable addenda, attendance at the Bid opening,
assistance in evaluation of Bids,fill out Reference forms and submit DELORA.
Deliverables: General Contractor Bid Document Package(Electronic format only)
603 —General Coordination
In addition to subtask efforts above, general coordination with COUNTY or others retained by the
COUNTY during the pre-construction phase [Design Phase] will include, but not necessarily be
limited to:
1. Coordination with COUNTY regarding development of applicable COUNTY front-end
documents and CONSULTANT's Division 1 specifications.
2. Provide input to construction management plan and schedule development.
3. Evaluate alternative systems and materials proposed or suggested by the COUNTY.
CAO
4. Respond to constructability review comments.
5. Provide input to MOPO plan and schedule.
TASK 700—ENGINEERING SERVICES DURING CONSTRUCTION
Not Included in this Scope of Services.
PROJECT ASSUMPTIONS
1. The NECWRF will be rated an initial 4-mgd maximum month average day flow(MMADF) design
capacity with potential phased future incremental expansions to 12 mgd.
2. The existing plans and specifications for NEUF/NECWRF 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 DBB project delivery method.
4. Headworks and biological/MBR design are based on previous successful designs integrated with the
existing NECWRF design.
5. Flow equalization is based on the existing design modified for the new layout.
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 tanks(CCTs)design will be modified to allow incorporation of UV disinfection in
the future.
9. Electrical power remains medium voltage as designed with equipment updates.
10. SCADA/I&C modified based on current COUNTY standards.
11. Contract Amendments. Subsequent WRF 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 applications 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 CONSULTANT's 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 CONSULTANT's services
hereunder, and CONSULTANT shall be entitled to use and rely upon all such information and
services provided by COUNTY or others in performing CONSULTANT's services under this Scope
of Services, in accordance with the standard of care delineated in Item 13 above.
15. Estimates and Projections: Cost estimates prepared as part of this Exhibit A9-C are limited to the
NECWRF.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
CAO
schedule. Therefore, CONSULTANT makes no warranty that the 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 CONSULTANT's 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 sketches and descriptions.
2. PLC/SCADA Programming.
3. Engineering Services during Construction.
4. Resident engineering or inspection during Construction.
5. Permitting not specifically listed in the Scope of Work,including local Building Department Permits.
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.
EXHIBIT A10-D
Amendment No. 10 to Contract#04-3673
Professional Engineering Services for the Design of the Northeast WRF and WTP
Northeast County Water Reclamation Facility Design and Permitting
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) $415,888.88
Task 200—Preliminary Design Update(LS) $119,978.28
Task 300—Detailed Design Update (LS) $7,211,363.95
Task 400—Permitting Assistance(LS) $54,034.72
Task 500—Public Involvement Assistance(T&M) $0
Task 600—Engineering Services During Bidding and Procurement $293,770.52
(T&M)
Task 700—Engineering Services During Construction (Future) TBD
Total $8,095,036.35
COUNTY shall pay CONSULTANT in accordance with the terms and conditions in contract#04-3673 as
amended through this Amendment No. 10 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 36
Task 200—Preliminary Design Update _ 9
Task 300—Detailed Design Update 36
Task 400—Permitting Assistance 36
Task 500—Public Involvement Assistance 36
Task 600—Engineering Services for Procurement 36
Task 700—Engineering Services During Construction (Future) TBD
All aspects of this Scope of Services will be completed within 36 months after receipt of notice to
proceed.