Loading...
#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.