Agenda 03/10/2026 Item #11C (Amendment No. 2 to Agreement No. 19-7621, with Tetra Tech, Inc.)3/10/2026
Item # 11.C
ID# 2026-316
Executive Summary
Recommendation that the Board of County Commissioners, as the ex-officio Governing Board of the Collier County
Water-Sewer District, approve Amendment No. 2 to Agreement No. 19-7621, with Tetra Tech, Inc., in the amount of
$4,881,901, for Golden Gate Wastewater Engineer of Record and Infrastructure Improvements, amend the Consultant’s
rates, extend the Agreement for an additional 1,665 days, approve the necessary Budget Amendments to the Fiscal Year
2026 Adopted Budget, and authorize the Chair to sign the attached Amendment. (Project Number 70243) (This item is a
companion to Items 11A and 11B)
OBJECTIVE: The public purpose is to provide wastewater services to meet demand in the growing utility service area
and to stay in compliance with regulatory requirements. This action is to authorize a contract amendment to perform
construction administration services for the construction of the capacity expansion of the Golden Gate Wastewater
Treatment Plant (“GGWWTP”) and the construction engineering services for the construction of a second deep injection
well.
CONSIDERATIONS: Amendment No. 2 aligns with the scope of the Agreement to provide professional engineering
services to evaluate, plan, design, and support the construction of improvements to the Golden Gate City wastewater
system and includes the following changes:
• Provides supplemental engineering services required to fully support the construction of the Central County
Water Reclamation Facility Expansion.
• Provides engineering and hydrogeological services to support the construction of the second deep injection well
(DIW).
• Increases the contract time by 1,655 days.
• Updates the hourly rates for services performed under the Agreement.
On April 28, 2020 (Agenda Item 16.C.13), the Board awarded Professional Services Agreement No. 19-7621
(Agreement) to Tetra Tech, Inc. in the total amount of $7,622,000 and authorized staff to issue an initial Purchase Order
for Tasks 1, 2, 3, 4, 8 and 9 in the amount of $4,467,000.
On November 12, 2024 (Agenda Item 16.C.3), the Board approved Amendment No. 1 to the Agreement to increase the
Purchase Order by $730,750 through reallocation between tasks to finalize the design of the GGWWTP expansion for
the facility.
Amendment No 2 provides supplemental construction services for the Central County Water Reclamation Facility
Expansion and Deep Injection Well No. 2 in the amount of $4,881,901, increasing Task 4 to $7,755,651 and the
authorized Purchase Order amount to $10,079,651.
Amendment No. 2 increases the contract time by 1,655 days to allow for the required construction administration
services for the duration of the construction of the Central County Water Reclamation Facility (CCWRF, formerly
known as the GGWWTP) Expansion and DIW No 2 projects, including regulatory certification, startup, closeout, and a
one-year warranty inspection. This request for time extension is due to additional time required to design and provide
engineering services associated with the finalizing the CCWRF expansion and second DIW.
Amendment No. 2 also increases the hourly rates for services performed under the Agreement to address the escalation
of costs since the execution of the Agreement in April 2020. The hourly rates in Tetra Tech’s proposal have been
adjusted by 24.8 percent. This is lower than the 32.1% increase in the Consumer Price Index as reported by the U.S.
Department of Labor, Bureau of Labor Statistics, from April 2020 through April 2025. Staff has reviewed the revised
rate schedule and agrees with the price increase, finding that the rates are reasonable. The revised rate schedule will be
used for all future work performed, while utilizing the previous contract rate schedule for the remaining balance on the
existing Purchase Order.
3/10/2026
Item # 11.C
ID# 2026-316
The approval of Amendment No. 2 will result in the authorized Purchase Order amount for planning, design, and
construction engineering services of $10,079,651. The total construction cost exceeds $191M which includes high level
disinfection, force main, master pump station, wastewater plant expansion, and second deep injection well
improvements. The proposed engineering services fee for the project, calculated as a percentage of the total
construction cost, is 5.3%. Staff considers this percentage to be fair, reasonable, and represents the best value for a
project of this complexity.
Project Agreement or
ITB No.
Construction Cost
GGWWTP High Level Disinfection
Improvements
21-7848 $ 2,513,000.00
Golden Gate Force Main 23-8198 $ 2,665,000.00
Golden Gate MPS 24-8282 $ 3,043,340.00
CCWRF Expansion 25-8408 $ 172,389,000.00
Golden Gate DIW No. 2 26-8621 $ 10,999,395.00
Total $ 191,609,735.00
This item is consistent with the Collier County strategic plan objective to plan and build public infrastructure and
facilities to effectively, efficiently, and sustainably meet the needs of our community. It further is in support of the
Infrastructure and Asset Management Strategic Focus Area’s objectives to optimize the useful life of all public
infrastructure resources through proper planning and preventative maintenance. This item is aligned with the Annual
Update and Inventory Report (AUIR) and other planning tools that establish and implement plans for availability and
adequacy of public facilities and remain in compliance with all regulatory requirements.
FISCAL IMPACT: Funding in the amount of $4,881,901 is needed to award the construction-related Services for the
Golden Gate Wastewater Treatment Plant Expansion project (70253). The sources of funding are the Wastewater User
Fee Capital Project Fund (4014) and the Water/Wastewater Bond Loan Fund (4020). A budget amendment is required to
allocate $4,881,901 to Project No. 70243 to close the funding gap as outlined below. This amendment will close the
remaining funding gap. Project costs supported by commercial paper are anticipated to be refinanced through a future
long-term, fixed interest rate bond issuance.
Fund Funding Source From Project
No.
Project Name Amount
4014 Wastewater User Fee Capital Project 70257 Palm River PUR $394,753.00
4020 Water/Wastewater Bond Loan
(Commercial Paper)
94020 Fund 4020
Reserve/Transfer
$4,487,148.00
Total $4,881,901.00
GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the
adequacy and availability of viable public facilities and to remain in compliance with all regulatory requirements.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board
approval. —SRT
RECOMMENDATION(S): To approve Amendment No. 2 to Agreement No. 19-7621, with Tetra Tech, Inc., in the
amount of $4,881,901, for Golden Gate Wastewater Engineer of Record and Infrastructure Improvements, amend the
Consultant’s rates, extend the Agreement for an additional 1,665 days, approve the necessary Budget Amendments to
the Fiscal Year 2026 Adopted Budget, and authorize the Chair to sign the attached Amendment. (Project Number
70243)
3/10/2026
Item # 11.C
ID# 2026-316
PREPARED BY: Wayne Karlovich, P.E., Supervisor of Project Management, Engineering and Project Management
Division
ATTACHMENTS:
1. 19-7621 AmendFE_Tetra Tech
2. 19-7621 Tetra Tech Second Amendment VS
3. 19-7621 TetraTech_Contract_FullyExecuted
4. BA - CIP 4014 - 70243 CCWRF Expansion - Tetra Tech Amendment
5. BA - CIP 4020 - 70243 CCWRF Expansion - Tetra Tech Amendment
MoGg2 lltu ff t ..Loff9p ULc gsjstsq! MOLg2 nugGLI!Ucq HLG uggcq GdG
Lp.21 ylucugwGul to CoUfLscf I0-�Q31
I
I JJJG upOAG LGC1jgl2 9LG jLnG uuq COLLGCj guq 9LG 1ucoLbOLujGq pGLGIU pa LGtGLGUCG'
COu2Iqugfiou GXcpuuRGq pSjMGGU jpG buLfIG2' If 12 9RLGGq g2 LolloM2:
AOM' .LHEKELOKE' 1u corJ2lgGLgjlorJ of jpG uJnjngl bLOIJJ12G2 uuq ojpGL Rooq guq AgJngplG
tnugluR uuJOuR2j jpG VRLGGUJGUj,2 192K2' uUq GXjGuq jpG j1UJGIIUG {OL coUJblGfiou 12 2Gj tOLjp IJGLGIU'
MHEKEd2' jpGLG 12 g UGGq to luclrigG ggq!gouul GURIUGGLIUR 2GLAICG2 uuq LGullocgjG
tOLjp IU MLIjIuR III jpG gnjpOLTXIUR uuJGuquiGuj' uuq
2GLAICG2 bLOAIgGq jpgj jpG 2CObG' couJbGu2ggou' uuq 2cpsgnlG o{ jpG yggljiougl 2GLAICG2 p 2Gj
ffHEKE`d2' b9L9RL9bp 5' I oL jpG VRLGGUJGUj g110M2 jpG PLjIG2 to uqq cGLjulu Vggltlougl
gggLG22 CGLjgIu jg2K2 coujGUJblujGq nugGL jpG VRLGGUJGUj. uuq
cougrrcjGq pa 19cop2 EUPIIUGGLIUR' jpG LG2r1lj2 oLMp1Cp Mill pGjjGL GUgpIG jpG Conuja to COPG21AGIX
MHEKEV2' u 2GbuLujG u1oLG COu1bLGpGu2IAG UJ92frL blgUUIU� 21nga 12 CfIUGUfIa pGluR
cougrjrou2 jpuj ullomGq LOL 911CLUgfIAG 201fIfIOU2' guq
gG21RU GIGUJGUj2 toL jpG 1UtL92jLncjnLG 1uJbLOAGUJGuj2 2p!LjGq' 1u buLj qnG to jpG gl2coAc; a oL
JYMEKEV2' gnL1uR jpG COfIL2G o{ jpG 1u1j1ul Wg2jGL bluuuiuFL gpg2' jpG uGGq {OL CGLjgIU
OLgCL to pGRIU bp92G2 I' S' uuq 1' uuq
MHEKEV?B oU ybLIJ 58' 3050' jpG BOULq gnjpoLIXGq Conuja 2jutt to obGu g bflLCp92G
gsblcjGq Iu 2CpsgfijG B oL jpG VRLGGuJGuj' guq
MHEKES'2' jpG yRLGGUJGUj blonlgGq toL U1UG (a) 1921<2 IiLonbGq Iujo tOM (1) I,pg2G2' 92
,,VRLGGUJGUj„)'' guq
�e51 tOL ,eolgGu eafG M92jGM9jGL EOK guq IutL92jLrrcjrrLG juibLOAGIJJGUj2„ ou ybLIJ 58' S050 (jpG
MHEKEV2' jIJG bgLjIG2 GujGLGq lujo bLOLG22IOU91 2GLAICG2 VRLGGUJGUj COujLgCj ZO' Ia-
KECIIVI72
Cof1IIa' EjoL1gg (pGLG1UgtjGL cullGq ,(Conuja„)' C011GCjIAGIa LGtGLLGq j0 92 jpG «bgIjIG2'„
E21GLO LJOLIqu 33658 (,,jCfL9 ZGCp„ )' guq jpG BOHLq of Corruia COWUJI221OUCL? Ot COIIIGL
pr121UG22 ru jpG 2jgjG Ot LJOLlqu guq rAp02G prr2IUG22 uggLG22 12 I0000 CpsALOIGj MUa' 2nIjG 300'
qga of o N3051' pa uuq pGjMGGU JLGtLU JGCp' Iuc•' Mpo 12 grljpOLIxGq to qo
IHI2 > IK21, ` AEZDWELI.L („VwGugwGuj„) I2 GujGLGq Iujo uuq GLtGcgAG Ou jpl2
IVIL,KW.LKIIC,LIIKE IMKOAEUMAL2
COFDEIA CV,LE M'V2.LEMVLEK EVCIVEEK OL. KECOKD VLID
L,IK2,L ` YIELIDY4ELI.L 10 COVLKVCL L10' Ia-aesI I✓OK
,MoLga ?fv.flsiF fpl;9*#p ULG gclG(Gq! ,Mol.ga Dugci.rrusq uLc nggcq \ fl
L!L21 Vu1GugIJIGut to Coutr.uct f d-Ae5 I
'111* �
I Bog
EI �*1
n GML� s.G
IECN �
V2212tgUt COnIJfX Vf[OLUGA
C IGMUG 2g1J2GAGI.Iuo
VbbLoncq 192, to FOLIJJ guq f-cRgjrta:
ZfBustrns OUIX
�itfs 92 to Cu E` Wlrj' CJGLv
. ,� 1
k.
CJGI.r oL COrILt2
C112t51 K' 'KIusGJ' COuJbp.OJJGL guq
V,L.I.E2J,:
E' iculau2' AICG bt.G2Igrul
.LE.I.KV IEGH
CPLI2.U9JJ' CpgILIJJgu
m
COI'I'IEK COfIAJ A' LroKIDV
BOVKD Ob COfIM LA COMU22I0YIEK2
9RGIJj(2)' 92 O lic ggjG LIL2t ypOAG MI,IjjGU'
IM MIJ-ME22 MHEKEOb' tpG cxccntGq psAG tp12 bIL2t VIJJGugIJJGUI p?, gntpal.ISGq
IpG tGLIzr2 o{ jJn2 VIJJGI gwcuj 2pgJJ bLr.Agi1'
LOLCG guq cLLcct' IL jpGLG 12 g COU:UICI pGIMGGU JpG IGLUJ2 OL JIJI2 VwGugIJJGut uuq tIJG VRLGGUJGut'
2' EXCGbt sa LnLIJJGL wogliLrrq pa jpl2 VWGUgLUGIJI' tpG V$LCGUJGUf 21JU11 LGIJJgIU IIJ Lnll
IUCOLbOLgIGq JJGI.GIIJ pA I.GIGI.Gucc-
( 3' 160) cgJGuggl. quX2 LOL cowblrtrou' g2 gGbrctcq lu 2cpGgnlG C- l' jf fucpGq pGLGIO guq
2cllGgnJG Lot. JE12K 4LOL 9 LGA12Gq cnu.IfI19t1AG Iotgl o{ PAO J,JJ0n2suq Our Hriugl.Gq guq yJIIJGfX
I' LFLGG Hnugl-Gq 9uq 21XI%-bIAG (3Q2) quX? 2JJ9lJ pG sggcq to tFG bLo1Gct J q!ptouG
V'8A3'A?0'
SrrjpOLrscq to blocrcq tAllp IJJG LCluglulug boL43ou ol; Lu2r I lu tpc uol-to-Gxccrq mmonut o{
gGblclGq Iu 2cpGgnJG B-J' gtjscpGq pGr.Gj0 guq IucoLb0L9tGq pGLGIU pA LGLGLGUCG' 2t9I.I.12 pGI.GPX
3' bnugluP Iu IJJG 9UJOnut OLTJ30'A?O 2p911 PG LGSJJOCgtGq {r.OIJJ 1921< QV to 192K It E12
,I,LGgtuJGut blgut Exbsuaiou„ oL tpG VRLGGIJJGut'
pGI.GIo 92 EXpIp1t V suq IucoLb0Lgtcq pGLGIU pa I.QCLGUCG' 2pgll pc lucingcq Iu 192K 1- t,M92jGM9jGL
S' ,.I,pc Vggrtrouui 2CLAICGz gc2cl.rpcq Iu tpG bl.obonj blonlgGq pa 1(;IL9 ZGcIJ' SltucpGq
if- eb COII!GL COnUfa
1M\colgsu CgfG ee\2cobs
Cd0
-A-
V LtlYV1ECH
GASIngf!OU suq Gxbsu2iou gG2iau GIGWGUf2 of fpG bLO1GCf-
gL9MIUa2' suq 2nwwgL� fspIG2 MITI PG aGUGL9fGq nugGL 1pl2 f92K tOL lgfGL n2G Iu 1pG 2A2I:GW
9Uq COOLgIUSjG M11p fpG bLO1GC1 fGgw l:0 cowbilG SASIISPIG gocnLUGUf2 LGISjGq l:0 1pG bLO1GCf' IN9b2'
2bGcit!c MGII COWbIG1i0U LGb042- /\9fGL 2CIGUCG MITI 2GSLCp bnpl!c gSlsps2G2 Ot LGa1"119fOL� SaGUCIG2
2nbb04!ua gocnWGUf2' LGa!ou9l pAgLOaGOlOalc 2jnq!G2' jsCllil:A gG2iau gocnLUGuj2' suq LGISfGq 2i1G-
pagLoaGoloacn _LPG gocnWGUl2 Mill IucingG GX12flua suq bLGAIOn2IA 122nGq bGLWlf2 suq LGIGASUf
MsfGL 2CIGLICG Mill LGAIGM SASIISPIG fGCpUlcsl gocnWGuf2 LGlgfGq fO fpG tgCII11A suq nug6LIAIUa
D949 Combllsflou suq ISGAIGM
/V\2V' 1GJLS 1GCp Mill bG40LW 1pG tOIIOMIUa 2GLAICG2:
WOUIIOL MGII !gsul:!t!Gq 92 DSWM-A' 9uq bl9u2 fo sqq su ggq!f!Ougl DIM- nfilisiva 2npcou2nlfsul
1pG ConufA cnLLGul;l)\ nf!11sG2 OUG gGGb IUIGCl!OU MGII (DIM)' !gGUf!I!Gq s2 IAA-J' 9uq ouG gnsl-sous
Dssb IUIGC41OU Msli:
Gx12llua 1S2K Ot 011GfLs 1Gcp,2 cnLLGUf CoufL9Cf:
bLOAigeq pGIOM 12 1GfL9 1Gcp,2 bLobo2Gq 2cobs Ot 2GLAICG2' 1pG2G 2GLAICG2 Mill pG 9ggGq fo fpG
B' 2CObE OE 2EISAICE2
fo fpG COu2jLncl!oU 9gwiui2TLsl!ou O� IpG lLGsl:wsul bsuf Gxb9u2iou-
gG2CL!psq pGLGIU' ygq!f!ou9IIA' fpG COnuf;\ p92 LGdnG21Gq su Gxb9ugGq 2CobG Ot 2GLAICG2 LGl9fGq
nfIIISG 2npcou2nlf9uf MSfGL 2CIGUCG b220C1S1G2 l:0 922I21 MII:p fpG MOLK 9220CI91Gq MIfp fpG DIM
EIGCfLIC9I COgG (HEC) gUq Msf!0u91 (_ILG bL01GCl:IOu b22OCi91iou COgG2 (VLbd)' 1GfL9 1GCp MITI
suq cowboueLu12 to cowblA Mifp fpG cnLLGuI AGL21ou Ot 1pG LIOLigs Bnilq!ua Cogs (bBC)' Hsl:!OUSI
bL]WSL;\ kOLW Ot g12b029I (Iu2I:Gsq 0110 MSjGL 92 OLlalusll)\ gG2iauGq)' suq nbgSI:G2 lO fpG 2fLnclnLG2
gGGb 1u1GClloU McII (DIM)' nbggfG2 fo fpG blsu2 to COUAG14 fpG blsul fo nl!I!SG fpG DIM 92 1pG
1pG2G sgglliou9l gG21au 2GLAICG2 IUCIngG fpG 9ggiliou Ot 9 uGM 8 Lullllou asllou bGL q9A (WeD)
2GLAICG2 92 b94 OtlpG gG2iau tOL fpG GXb9u2i0u OtlpG eolgGu e91G M92fGM9fGL 1LGsfwGuf bl9Uf'
d2 b94 of fp!2 bLOIGCf' fpG COnuja p92 LGdnG2fGq 1GfL9 1GCp fo bLOAIgG sggil:iou9l GuaIUGGLIua
EOIS suq IUjLS2fLncjnL6 IwbLOA6W6auf2-
COUfL9Cf #,la-Se5J COIIIGL COnul:A bL01GC� # A5,43'A KuOMu 92 fpG eolgGu e9f6 M92fGM9fGL
1GfL9 JGCp !2 CnLLGu11% bG40LWIua GualUGGLIua 2GLA1CG2 JOL COII!GL Conuf;\ bnpl!c flf!l!f!G2 nugGL
` , bI501EC1 evcKeuonWD
DG21au DbgsfGe suq Dssb lulscflou MGII — DG2lau Dbg9fs2 9uq DIM (D621au 9uq Blgglua)
eOrDEVI e`d1E M`d21EM`d1EIS EOIS
COrrIEIS COf1VIik brOISOV
EXP!P!f V
If# Bb COII!GL COnMIX -5-
1M\eolg6u CSIG ee\2cobs L.. A-UMlECH
gL9Mlua2' blobO26q IU16CfloU' IUOUIr:OLIUa' 9uq ob6L9floU bLOC6gnL6' bLob02Gq f62f!ua bLoaLSW
g6f6LWIU9flOU Ok ;:ps p92G Ot fp6 nUg6LaLOnuq 2onLC62 01 DLIuKIua M9f6L' b64lu6Uf 6UalU66Llua
a6ol0aIC CLO22 26Cf1Ou2 g6f9I1!Ua fps pAgLOloaA 9Uq pAgLolOaiC 2fLncfnL62 Ot fpG 1OC91 9L68'
M6ll' 9 f9pn191:10u Ot 911 M6112 fp9f b6U6ILSfG fp6 bLob02Gq IU)GCf!OU OL WOUIfOLIUa SOUG2' L6alOu9l
qLA pOI62' 2n49c6 M9fGL pogl62' dn9LL162' tASfGL M6112 MIfp1U Jp6 9L69 of Iu{In6UC6 O{ fp6 bLob026q
IUcing6 2nbb04 gocnwouf2 Iuclnq!ua 9 gGf9Il6q M611 IUAGUfOLA O} 911 bLOgnCIUa M6112' Iu]Gcf!ou M6112'
AASfGL 2CI6UC6 MIII bL6b9L6 9uq 2npwif fo fp6 LDEb 9 cowbL6p6U21A6 9bb11c9f1ou b9cK9a6 fpSf MIII
VtfE;L COU2nlf9jloU M11:p 1:p6 bL016c1; f69UJ 9uq tIU9lISIUa 1:p6 IUI6CJIOU M6II 2A2fGw g621aU 9uq 211;1ua'
EDEb nlC bsLWlff!ua
Ip12 1:92K Mill IUCing6 LGA12IOU2 fO 9uA bLGAlon2lA 2npwiffGq gLSMIUa2 9Uq b19U2-
tOL COU2fLncflou Ot fp6 IUl6cflOu M611- DG21CU 6IGWGLJf2 fO p6 bLOAlgsq pA M9f6L 2CI6UC6 92 b9L1; o{
gLSMIUa2 9Uq fGCpU1C9l 2b6CitIC9flou2 9Uq bL6b9L6 9 A oo g {IU9l g6210u gL9M1Ua2 9Uq 2b6citIC9fIOU2
B926q OU t66gp9cK tLOW fpe f69UJ' M9f6L 2CI6uCG MIII w9K6 u6C6229LA LGAI21OU2 fO fp6 aoo\o g62iau
J 006\0 D621dU — IU16CIIOU M611—
ps bLOAlgsq pA fps bLIWG 6uaIU66Llua g621au fGSW'
LGCOLUUJ6ug6q IUl.GCI:IOU L9f62' VII WGCp9UIC91' 6IGCfLIC91' 2fLncfnL9l' 9Uq IU2fLnWGufsf!oU gG21du MIII
UJ9j6LIS12' COU2fLnCf!OU 26dn6uClua' COU2fLnCf10U WGfpog2' M611 cowbl6f10u g621aU' 9Uq
6I6LU6Uf2 fo p6 bLOAlg6q PA M9f6L 2CI6UC6 lucing6 M6II IoC9flOU2' M6II q!WGU21OU2' COU2fLncjlou
a00\0 tIU9I g621aU gL9MIUa2 9Uq f6CpUIC9I 2b6Clt!C9fIOU2 tOL COU2fLnCf!OU Ot 1:p6 IU]6CI:IOU M6ll- D621aU
f69UJ' M91:SL 2CI6UC6 MIII WSKG UGC6229LA LGA121OU2 fO 1:p6 COUC6bfn91 g621aU LGb04 9Uq bL6b9L6 9
bL6t6LGUC62 9Uq IUfGdL9flOU Mlfp fpe 6X12f!ud IUtL92fLnCfnLG- B926q Ou t66gp9CK tLOW fp6 bL01'6Cf
AASfGL 2CI6UC6 M111 COOLg1U9f6 M11;p l61:L9 16Cp 9Uq COlI1GL COnUTA (bL0l.6Cf J69w) fO Ig6UfltA g621au
aO,R D621au — lu16cflou M6II —
COU2fLncfIOU COOLg1u9l1ou 9Uq 26dn6UC1Ua fp9l; Mlll t9Cll1f9f6 1:p6 IU)6Cf!OU M6ll 2A2fE;W COU2fLncf!ou-
fO fp6 M6ll 2I1:6' M6 Mill LGAIGM 1:p6 2b9C6 9ASII9pI6 9f fp6 6X12fIua j9CIl!fA 9Uq Ig6uf10 211:6
Mill L6dn62f 9 COU2fLncf!ou I9AgOMU 9L69 O� 9ponf A00 J66f PA 300 t661: 9gj9CGUf 10 9Uq 9CC6221pI6
21f6 g1UJ6U210U2 9L6 fAbIC9llA uof ISLa6' gnLlUa COU2fLncf10U' fp6 IU)6CI:IOU M611 COUfL9CfOL fAbIC9llA
anIgGI1U62 9Uq 9f 1692f 200 }66I tLOW 9UA 6XI2fIUa OL bLobo26q bLOgnCf!OU M6112- MpII6 fpG t!U9l M6II
6XI21:Iua gn9l SOUG WOU11:OL M6ll 92 b6L bIOLIg9 D6b94WGUj Ot EUAILOULUGUf9l bLOfGcf10U (EDEb)
2if!ua 9Uq 21SIUa Obf10U2- M6 Mill M9Uf fO IOC91:6 fp6 u6M IU)6Cf!OU M611 MIfpIU 120 JGGf tLOW fp6
SOUS 01 6XI2flUa Ou21f6 DIM M6 Mill MOLK MIfp fp6 bL0)6Cj f69UJ fO 6A91n9f8 A9LIOn2 IU1.6CflOU MGII
p6 C926q Iul:O fpe BOnIg6L SOue M11:p1U fp6 OIg2WSL LOLUJ9fIOU MpICp COLL62boug2 fO fp6 IU)6CflOu
Ot LLInulclb9l G4ln6Uf' 9Uq 9 2nU wgG9 LGb04 g62CLIp1ua LGCOWWGUgSf!OU2' 1p6 IU16CfIOU M6II MIII
IU1.6Cf!OU L9f6' bL6t6LLGq M6II IOCSf!OU' COUCGbfn9l gLSMIUa2 01 C1922 I g66b IU]6CI:IOU M6ll JOL g12b0291
C9b9C11:A- 1pe COUC6bfn91 g621au Mill Iucing6 M6II g6bfp2 9Uq q!WGU210U2' UJ9fGLI912' g621au
M91;6L 2CI6UC6 Mill gGA6lob 9 COUC6bfn91 IU1.6Cf!OU Mell 2A2fGW gG21dLJ {OL fp6 bL0)6Cf6q q!2b0291
bLGIIWlUSLA IU]GCf!OU M6II DG21dLJ (30o\° DG21dU) -
IulscflOu Msll 2A2fGw Ds21au
Ee
If# Bb COII16L ConufA
1M\eolgeu e9jG ee\2cobe
-3-
9E L"krV.LECH
nbgsf62' 9uq g6Aelob LGA12Sq bI9u2 fp91: WGG1: L6anlsfoiJ� 21:sugsLg2 suq obSLs1:10u91 LBdnILGWGu:2'
181L9 lsCp MITI cougncf 9 fpOLonap LSAIsM o1; fpe sx12flua gs21du gocnl.usuf2' Ig6U1:11:A 911 UGCG229LA
IsAon1: suq IUkLs21:LnC1:nLS TO 2nbb04 fp6 U6M IUl6Cf!OU MG11 bnwb 21:spou suq s220C1s1:6q blblud'
bgg11:10u91Ia' fp6 211:6 blsu MITI p6 LGA12Sq TO LGt1GC1: 1•p626 Cp9UaG2' lucinglud sgln2jWGUf2 TO fps
TO GIIUJIU9I:G 1:p6 1:sUK2 9Uq 201GlA n1:11155 1:pS (MO (5) L616C1: M91:SL 21:OLsdG PUK2'
1pe CnLLGU1: g621au Mplcp bLOb0262 fMO (5) ILLIa91:10U Ms1:6L 21:OL9a6 PUP MITI U66q TO PG LSA12Sq
bnwb2 Iu 9 3+,l COU1:1anL911ou'
Ot e1dpT (9) bnwb2 MITI p6 U66g6q tOL 1p12 21:s1:1OU: 1;OnL (,I) IUl.6CI:IOU MG11 bnwb2 91Jq tOnL (I) 1:L9u21;8L
pe IsLaBL fp9U fp6 G4]n6U{ 1Lsu2{8L bnwb 21:spou fps1: 12 CnLLGU1:lA g6210UGq- If 12 su1•ICIbsl;eq 9 fofol
BI!WlU91:6 21ud16 bOlu12 O} }911nLG 9Uq IUJbLon6 LGIIspIl11:A' V2 2nCp' fps bLobo26q 2fLnC1:nLS MITI IIK61A
BXbsugSq DlM\1:Lsu2t6L bnwb 21:s1:10U MITI Iucinge 1M0 M61: MS112 M11:p bnwb2 2b11f p61:M6Gu fpE;W 10
2np21:sU1:lsll)\ pldpeL fp9U fp6 p6sq COUgIjlOU2 UGGgGq TO jLsu2tGL GUIneUf TO 1:pS 21OLsa6 1:sUK2' 1p6
COIJ1:91U 1:MO 261:2 of bnwb2 92 fp6 p6sq COUg11:10U tOL 2Guglua 1:1OM gOMu fp6 IUISCj10U MG11 Mill pe
1pe bLobo2sq CoWplUsfloU fL9U2tGL bnwb 21:spou \ gesb IUIGCf!OU MGll bnwb 2j91:10U MITI WGIN
sccowwog9fG fp6 UGM t1OM Coul;IanL91:1oU2 9uq Gu2nLG IU1:GaL9110U M11:p fp6 OASLs1I 2A2fGW'
1ps2s wog11:1cs1:1ou2 MITI UGCG221191:5 cowbLepsU21Ae nbg91;s2 TO fps 7\sLq blblud blsu To
fL9U2tGL bnwb 21:spu C9b9p16 Ot 1Lsu21;6LL1ua }IOM2 TO fpS bLob026q LGlSC1: 21:OL9a6 1:suK2 It U66g6q-
9U Iul6C1:1ou M6ll bnwb 21.911OU (TO 26uq t1OM gOMU Glfp6L fp6 6X121:Iud oL bLObo2Gq DIM) guq s
1p6 dosl 01:1:p626 nbgs1:62 12 1:0 IUCinge 9 21Udle UGM bnwb 21s1;1OU 1:ps1: COnlq pS nl:llls6q 92 p01p
.1/I01•G: 1;p62G IfGW2 MITI pe 2poMu s2 9 „InfnLG iwbLOAGWGU1,, Ou 1:p6 gL9M1Ua2
• nbg9je2 To 1:ps 21fe blsu
• nbgsTG2 TO fps A9Lq blblud blsu
• Vgg11lOU of 9 UfiM IUIGCI:IOU MG11 bnwb 21s1:10u
• BGWOA9I Ok fp6 ILLIas1:10U 21:OLsa6 1:9uK2*
• BGWOAsI O{ 1:p6 bLOb02Gq plap 2GLAIC6 bnwb 21:s11ou,
ge21dU Mill p6 LednlLsq' 1Ucinglud:
lu OLgeL To n{iliss 1:pe geeb 1U1sCjloU MG11 92 fpe
Ds2!8u nbg9fe2:
bLiwsu� {oLw of gl2bo291' nbg9f62 TO 1:pe cnLLGU1:
bscK9a62 Mill p6 COOLgIUs1:Gq M11:p 1:p6 01:p6L-
gs21aU suq p1q bscK9de2 pus tOL MMlb suq 2ebsL9fs piq bscK9ds tOL fpe 1U1ecfloU Msll' BOfp piq
CoufL9CI:OL plg2 suq bLOAlg6 LGCOWWGug911OU2 Ou sM9Lq- 1pe bLOISC1 Mill pS pIq 92 1:M0 2GbsL91:6
M11;p bL02bEC1:1AG COUfL9C1:OL2' 91,12MGL dn621:1OU2 OU jp6 16CpUIC9I 2b6C11;ICs1:lOU2' GA9Ins G
Ms1:6L 2CIGUC6 Mill MOLK M11:p 1p6 bL0l.6C1: 1:69W 1:0 j9CI111:91:6 1:p6 plgglud bLOCG22' 91:1:6Uq WGG1;IUd2
B!q bN926 26LAIC62
bLo1eCj-
WIuIWlss bLocs221Ud f!WG2 suq t9C111j9fs 2WOOfp fLSU21f1oU 1Ufo Jpe COU2fLncl:iou bp92s o{ Jps
gnLlud 1;p6 COU21LnCl:lou bLOCG22' 61:C' /\/\91:GL 2CIGUC6 Mill bL09C11ASIA MOLK M11:p 1:p6 EDEb 2f9U TO
yCdO
1
if## Bb Coll1eL Conuja
1M\eolgsu e9i6 ee\2cobs
C:
E-401: H`d :V9Don2 CFb221EIC` iIOVl EFECll:SICVF bFV02
E-403: DnC1 B` MK DElb'1F2
E-J05: Df1C1 BVMK DElb'1F2
E-J 01: EFECiBIC` F 211E bFVM
EFECIESICvr:
9 lELvV 1ECH
2120-201: BECFVIWED MdlEfj HIGH 2EBAICE bf1Wb 21b'lIOV1 2EC110VI2 9 DElb'1F2
2420-101: BECr-VIWED MdlEU HIGH 2EBAICE bnNb 21VilOM 21BncingVF bFVM
2130-305: ELLFnEVIl 1BVM2EEB bmb 21b'1I0V1 2EC110VI2
2130-304: ELLMEI/Ii iB` M2EEB bmb 21t/1I0V1 2EC110VI2
2130-103: ELLMEIV111g`d `12EEl:� bnnb 21dlIOVI 10b 2FbB bFVI/I
2130-105: EEEMEI/Ii iBVM2EEB bnnb 21t/110V1 LonMD`dllOVl bFVI/I
2130-101: ELLMEIV11 EFOM AElE9 bFVVI VMD 2EC110VI2
DA20-205: BECFVIWED WiEb ei:=VID 2iOBVGE iVMK DElb'1F2
DJ20-20A: BECFVIWED MViEB c?BonHD 2iOBVCE lb'VIK DEiVIF2
DA20-305: 5'2 WC BECFVINED MViEB (?BonAD 210gdCE iVMK VI02' J 8` 5 2EC110V12
DJ20-30A: 9ECFVIAED MV1Eg HIGH 2E9AICE bnnb 21b'lIOVI 2ECIIOVI2
DJ20-J02: 5'2 WC 1SECFVIWED Mtf1EB ebonVID 2iOBVCE -LVMK Vlb'5 nbbEB bFVI/I
DJ20-AN: 5'2 WG BECFVIWED MViEB ebonMD 210lSVGE iVI/IK V10'5 FOMEB bFV14
DJ20-J03:5'2 WG BECFVIWED MViEB eBonV1D 2101B` (?E iVMK VI0'J nbbEB bFVVl
DJ20-J05:5'2 ING BECFVIWED WiEB eBonMD 2iOBVCE -LVMK AO'J FOMEB bFVA
DA20-IOA: BECFVINED MViEB HIGH 2EBAICE bnAb 21`dl10Vl bFVM VWD 3D AIEM
D-J30-305: ELLFnEVIl iBVM2EEU bnVIb 21blIOV1 2EC110V12
D-430-30A: ELLMEV111B` M2EEB bnV4b 2iV110V1 2EC110VI2
D-J30-A05: i[&VV12EE1:5-BE1ECl WE I EB VWD COViBOF AVFAE bFVW 2EC110VI 9 3D AIEM
D-430-AOA: EEEFf1EVll lBVM2EEB bnVIb 21dlI0Vl nbbEg bFVA
D-OOJ 1HBonGH D-205: b1bE E11111/12 iVBFE2
D-JO@ 1HBonCH D-J50: A`dIZD bIbIV12 bFVW2
D-40J: OAEBVFF 211E bFVM
f7=f6Za*-k.a
C-002: HADI: bvnlIC bBOEIFE
C-002: b9OCE22 EFOM DIVCBVVI
eEV1Eisvr:
Ot 26nSUfA-OU6 (j j) gL9MiUa 21JS6f2' JPG 1011OMIUa gL9MIUa 2pGGj2 M11l UGGq 10 pe L6n12Gq:
1U OLgSL j0 COUJbl6f6 fpE) gS21au nbgsfG2 g62CLIpoq 9pOn6' LUOgItIC9flOU2 MITI PG LGdnILeq fO 9 j0T91
911a1J MIfp fpGIL U66g2 9Uq 6Xb6Cf91;1OU2'
2bSCIIiC9flOU2' BGdnI9L COWWnUIC9f101J Mlfp fpG CI16U1: Mill p6 UJ91U{91U6q fO Gu2nLS fpG nbg9fG2
1P6 tIU91 g611n619p162 ()2(,\° 9uq Abbo\o) MITI IUCinge nbg9feq gs21au b19U2 9Uq f6CPUIC91
8
1J## Bb Coll!GL ConufA
1M\eolgsu esfG ce\2cobs
-2-
It. Lei V.LECH
t!LG sIsLw2' 2nbbLG221oLJ 2A21GW2' suq GWGLaGUCA GASCnspu blsu2 MITI PG GASInSfGq Suq nbg9f6q
psCKnb 27\21GLU2' Gu2nLlua fpGA WGGf fpG IgfG2f MEC LGdnILGUJGuf2' EILG 2StGfA 2A2fGW2' IUCinglua
911 GIGCfLICS1 2A2fGW2' Iucinglua bOMGL gl2fLipnf!ou' IIapf!Ua' COLJfLOI 2A2fGW2' suq GWGLaGUCA
EIGCfLIC91 CogG sUq ( 9flOUsI EILG bLOfGCf!OU `d220CISf!OU 2fsugsLg2- 11JG LGAIGM Mlll GUcowbs22
1pE; bLOl.GCf MIII sgglflousllA IUCIngG s LGAIGM Ot fpG gG21aU,2 COLUbIIsucG PAifp fpG CnLLGUf l/lsflOUSI
Bnllglua CogG-
IgGUI:ItA 911 SLG92 1pgf LGdnILG nbgSl:G2' suq gGAGIOb LGAI2Gq b1su2 1pgf SgpGLG fO fpG 5053 EIOLIgs
t9CIIIfA' 11JG GLJaIUGGLIua fGsw Mill COugncf su lu-g6bfp suslA212 O} fpG CnLLGUf gG21aU gocnwE;Uf2'
COgG LGdnILGWGUl2I GupgucG ObGLsI_IOUsI G{{ICIGUCA' suq GU2nLG fpG 29tGIA suq LGIISpIIIIA 01 JPG
WGCIJSUICSI' GIGCfLIC91' suq binwpiva cowbOUGUf2 Ot fpG gG21au' 11JG aOSI I2 fO IufGaLSI;G fpG ISl:G2f
2fSUgsLg2- 11JI2 nbgsl:G MIII GUfSII S fpOLOna1J LGAIGM sUq LGA121OU Ot 911 SLCP!fE;clnLsl' 2fLnCfnL91'
gG21aU fO GU2nLG cowbIIsLJCG MIfp fpG 5053 EIOLIgs Bnllglua CogG' 2nbGL2Gglua fpG bLGAlon2 5050
LGdnILGWGUf2' 11J12 IUAOIAG2 fpG cowbLGIJGU21AG nbgsfG Ot fpG GXI2{IUa M92fGMsfGL fLGSfWGuf blsuj
COLUbIGfGq IU NSA Ot 5055 tOL cogG cowbIISUCG MIfp fpG CnLLGul bBC V1EC' suq Vlbbb
lu sgglflou fO fPG2G gG21au nbgsfG2' 1GfL9 1GCP M111 UGGq fO LGAIGM fpG GXI2flua gG21aU fpgf M92
IJ20-J0J: BECFVIW AAViEIS 2J.21EW b8'ID
1,110-,IW: BEIECI AAViEg 2A21EW b8`ID
I430-JW: IBVVI2LEB BEIECl bnVIb 21dlIOVI b9ID
H09: bFVMi VIEIMOBKVBCHIlEcinBE
1-40-�: bFVMi MEIMOBK ` BCHIlEcinBE
1-4OE: bFVMi VIEIMOBKdESCHIlEcingE
H 02: bFC 2CHEDnFE
IVInisnWEA1d1lOW
E-el1: EFECiUICVF AAIBIVIe DIVeBVV12
E-eIe: EFECiBICVF AAIBIVIe DIV(3BdW2
E-elO: EFECiBICVF AA191V1e DIVeBVA2
E-e,11: EFECiBICVF MIBIVIe DIV(?B A2
E-eAT COV1Df1112CHEDnFE
E-OJ5: COVIDnIl 2CHEDnFE
E-el J: COWDnu 2CHEDnFE
E-C,10: COWDnu 2CHEDnFE
E-EOa: COMDf1112CHEDnFE
E-000: EFECiBICVF FOVD CVFC
E-002: 21V1eFE FIVE DI` CBVA
E-00l: 21AGFE FIVE DIVe9dW
E-eOT 21VleFE FIVE DIbeBVIAI
E-eOY 21MCFE FIVE DI`de9VIAI
E-OOJ: 21V1eFE FIVE DIVCB`dA
E420-103: eBonMD 21OBVeE iVIAK 5 EFECiBiCVF bFVW
EJ20-J05: egonMD 21OBVeE iVMK J EFEC161CVF bFVV1
E120-105: ELLFnEvi iBvm2EEg b2 ef: onMDIVIe bFVA
EA20-404: ELLFnEVI111S` M2EEB b2 EFECiglCVF bFVA
lf## eb Coll!GL ConufA
1M\eolgs1J G916 ee\2cobs
Mj
It Lb V Af H
9uq W91GLIS12 9Uq plll6g OU 9 wool lA p9212'
jpE; bLob02Gq t68 pLG9KgOMU 12 2nWWSLI5:Sq pGloM' 1P5 p9212 o{ b9AWGLJf tOL 911 f92K2 12 f!wE3
D' COWbU2`d110M
MOIG: Dssb IUIGCf!OLu M611 Ds21aU 9uq Ds21au Dbg9fs2 MITI ps bG40LWGq COucnLLSLJflx
Debb IUIGCf!OU M611 bsLWIff!Ud 9uq gigglud
450
5140
Desb lul6cflOu Mell D621au
450
4504
DG2Iau nbg9fS2 9uq COge Cowbl19UCG BGA16M 450
450
D'
LOfqj
pelOM:
16fL9 _LGcp Mill bG40LW fpG g62Idu 28LAIC82 g62CLlpGq 9pOAG IL) 9CCOLg9Uc8 Mifp fpG 2cpE;gn16
C' b13O1EC12CHEDnrE
Mifp!u lui2 2cobs Ot 26LAICG2'
ConufA IUtoLwGq 9Uq 9ggLG22 9UA COUC6LU2 bLOwbflA' d iof91 Ot e bLOaLG22 WGGf!Ua2 9LG IucingGq
cowblA Mllq Leanl9foLA LednlLGWGUl2- V4oLjfplA bLOaLs22 WGGf!Ua2 Mill ps cougnCfsq To Kssb fps
16JL9 16CP Mill MOLK C102GIA MIfp fpG CII6Uf TO 6u2nLG 911 nbg9fG2 WGGf fpGIL ObSL9fI0U91 US6g2 9uq
COnUfA tOL LGAISM 9uq coww6Uf'
UJ6SjIUa Mill pe COUgnclGq 9f Gscp g621au LGAI6M bps2o IO bLG2GUj fpG gG2IdU CIJ9Ua62 TO fpG
lPS26 Mill pe 2npWlfl6q lu jM0 g6IlAGL9p16 2f9dS2: 120\° 9uq jQQo\o g62idu- V g621aU LGAI6M
g6210U gocnwGuf2 9uq 2b6C1t!C9jlOU2 I1JCOLbOL9fIUa 911 UGCG229LA CP9Ua62 l0 JPG GXI2f!ua g62ldU2'
11J6 gs11ASL9pIs2 tOL fpG coge cowb119UCs nbg9fs2 9uq ge21au LSA1210u2 Mill lucings nbg9fsq
UGCG229LA CPSUd62 9uq GU2nL8 911 nbg9f62 9LG IUf6dL9fGq IUfO JPG OAGL911 g621aU'
IU 9CCOLg9UCS MI{p fpG WLb`d 2f9Ug9Lg2' 11J6 GUalU66LIUa f69UJ Mill bLOA1g6 gocnWGUf9fI0U Ot fpE;
-
0•
�■�
��
��
I
��I
��n
III
Illi�l
��
es"�I
��
i
iniiii�
��
��
-
..��
��
e
i
III
a
m
'm
S
13050 Wsjloboli2 VAsune' 2nif6 110' L04 WAGL2' LIolgg9 33815 0 538'501'2305 - L 800'38 ,515e
192K 5-4 bLOJ6221ousl L662: $30'000
COOLq!usf!ou suq 26dn6uClua jpsj MITI �9CIllj9j6 jpG Iu16cf!ou M6II 2A2j6w COU21:LnCI:IOU'
9Uq 9CCG221PIG j0 jIJ6 M6II 2Ij6' M6 MIII LGAISM fpG 2bsC6 9A91I9pI6 9j jp6 6XI2jlua t9cllTA 9uq Ig6ujitA 21j6 COU2jLnCjlOu
fpG IU16Cj!OU M6II COUjL9CjoL jAblcsllA Mill L6dn62j 9 COU2jLnCf!OU I9Agomu 9L6s 0t spOnj 100 }esj PA 300 t66j 9g19CGUj 10
sx12j!Ua oL bLobo26q bLogncjlou M6112' Mp!I6 jps }I1J9I M6II 2ijs q!wsU21OU2 9L6 jAbic9IIA uoj I9La6' gnliva cou2jLncj!ou'
WOUIjOL M6II s2 b6L blOUgs D6bg4w6uj Oj EUAILOUwGufgl bLoj6cjl0U (LDEb) anig6I1U62 9uq 9j 1692j 200166j jLOW 9UA
M6II ailpa 9uq 2ISIua Obf!ou2' M6 mill msuj To IOCsj6 jp6 UGM IU16CjI0U M6II MIjpIU J 00 j66j tLOw fpG 6X12jIUa qnsl SOU6
COLL62b0Ug2 j0 jIJ6 1U16Cf!OU SOU6 0} 6XI2jiUa Ou21j6 DIM' M6 MIII MOLK PAP fpG bL016Cj j69w 10 6A9In9j6 ASLIon2 IU16Cji0U
L6Coww6ug9jI0u2' 1p6 IU16CjI0u M6II MIII p6 C926q IUjO fpG BonIg6L SOU6 Mlfp!U fpG olgew9L EOLw9jioU MpiCp
COUC6bjn9l gL9MIUa2 0t C1922 I g66b IU16cf!ou M6II COL gl2bo291 of wnuicib9l E;tUnsuj' suq 9 2nww9LA Lsb04 g62CLlp!ua
COUC6bjn9l g621aU Mill IUcing6 M6II g6bfp2 9uq q!WGU21OU2' w9j6Us12' g62idu Iu16cl!ou L9j6' bL6t6LL6q M6II IOc9jlou'
M9jsL 2CI6UC6 mill gsnslob 9 coucsbjn9l lulscj!OU M6II 2A2jsw g62iau }oL fpG bLo16cjsq q!2bo2sl csbscijA' ipE;
1V2K 5'4 - bLsllwlUSLA lulscT!ou Msll D621au (300\° D621au)
1V2K 5: IMIEUIOM MEff 2Jk21EW DE210H
192K J blo}s221ousl E662: $10'000
6A9In9j!ou suq exbsu2iou g62iau 6lswsUj2 0} fpG bLolscj'
LGI9jsq To fpG bLolscj' W9b2' gL9mlua2' 9uq 2nww9LA j9pi62 mill ps a6UGLsjsq nugsL jp!2 j92K tOL I9jsL n2s lU jus 2A21sw
26sLCp bnpl!c g9j9p92S2 Oj L6anl9jOL� 9a6UC162 suq COOLglusj6 Mlfp fpG bLo16Cj j69w To cowbll6 9A91I9pIS gocnw6Uj2
pAgLoa6ol0d1C 2jng162' }scIIIjA g62lau gocnw6uj2' 9Uq LGI9j6q 2Ij6-2b6Cijic moll COwbl6jl0U LGb042' M9j6L 2CI6UC6 MIII
gocnwsuj2 Mill !ucings sxi2jlua suq bLGAlonelA i22nsg bsLwl12 suq LGIGA91JI enbb04!ua gocnwsUj2' L6aloU9l
M9j6L 2CI6UC6 Mill LGAIGM 9A9119pI8 j6CpUIC91 gocnw6Uj2 LGI9jsq To fpE; {scil!fA 9uq nug6LIAIUa pAgLoa6oloaA' 1p6
1V2K J: DViV COWbiruow VIVID ISEAIEM
DSWM-J' 9uq b19u2 To sqq su sgglj!ousl DIM' MsjsL 2CIsuc6 bLobo262 fpG }olIOMIU0 js2K2:
ConujA CnLL6UjIA nj!I!s62 ous gssb lulscj!OU M6II (DIM)' !gsuj!}Isq 92 IM-j' 9Uq ou6 gnsl-SOU6 wOUIjOL M6II Ig6UjI{I6q 92
bE;491ulua TO COII!sL ConujA,2 eolg6u e9j6 M9j6L 1j6C19w9jlou b9cllljA (CAMEL) M92j6M9j6L gl2bo291 U66g2' 1p6
MsjsL 20I6UC6 V220cl9js2 12 bI6926q To 2npwij fp!2 bLobo2sl To bLOAigs pAgLoasoloalcsl 26LAIc62 TO lsjL9 lscP
D69L AL' V6120U:
Coll!sl ConujA MSTGL 9uq 2snnsl D6bg4wsuf — Colgsu Csp MI&L
ISE: HAgLoa6oloalc9i 2sLA1cs2 tOL 9 MGM Dssb JUlGQOU Msll 2A2fsw
E2j6Lo' EloLigs 3385g
J 0e00 CpsALol6j MgA' 2n!j6 300
lsjLS 16cP
NCG bLs2igsuj
AL' DSUIGI VG1201J b'E'
1nIA 12, 5051
— Vu Vbsx CowbeuX —
`q220C1 J�62
Zc�sucs
Mg4sL74
2nBCOH2nF1` Wi bBObO2` F
8
13050 Ws4Lobo112 yneuns' 2nifs J J0' E04 WAsL2' EloLlgs 33aj5
bLOAlge asusL9l bL0I.6C4 9gW1U124L941oU 4pL OM26 Ot 4p6
M946L 2CIsUcs 9u41c1b94sa b941c1b941ua lu nb
nC110V1 bH`d2E WERIM
0 538'501'0305 - E 800'3a ,515@
192K 2 b►A{6221OU91
:gsel r9 GLWIPIA G40 42'
qua 9uq L6anl94oLA 9a6UCA w6641ua2 9uq MITI
i92K I buo}6221ou91 L662: $1'200
OU 9M9Lq'
COU(LKfOL2' 9u2MSL dns241ou2 ou 4p616CpUlc9l 2bscltic941ou2' sn91n94s COU4L9CfOL plg2 9uq bLOAlgs Lscowweug9floU2
M946L 2CISUC6 Mill MOLK Mlfp 4p6 bLoI.6C4 469W 40 pCI11fo 4ps plgglua bwc622' 944suq w66f1ua2 M14p bL02b6C41A6
1V2K d: BID bH`d2E 2EISAICE2
192K 3 bLOJ622[oU91 E002: $20'000
coU24Lnc41ou bp92s 014p6 bLolsC4'
2CI6UC6 MITI bL09C41A61A MOLK Mllp fps EDEb Mtt 40 w1U1w156 bLOC6221Lia 41W62 9uq t9CI114946 2w00fp fL9u21410u Iu(0 fps
1U1sC41oU' WOU14oLlua' 9uq obsL941ou bLocsgnLs' bLobo2sq 46241ua bLOdL9w gnLlua laps COU24Lnc41oU bLoc622' s4C' M946L
gs4sLWlU941oU Ot 4ps p926 0t 4p6 DugsLaLonuq 2onLcs2 0t DLIUKIua M946L' b641usU4 sua1UssL1ua gL9mlua2' bLobo26q
WOUIfOLIUa SOU62' L6a10U91 a6010d]C CLO22 26C41ou2 g649111ua 4p6 pAgLolodA 9uq pAgLOloa1C 21MC4MG? 014ps IOC91 9L69'
M14pIu 4p6 9L69 of iup uc6 of fps bLobo26q Msll' 9 49pn19410U 0t 911 Ms112 4p94 b6U64L946 {ps bLobo26q IUl'6C11Ou OL
9 g64911sq M611 IUAGU40LA 0t 911 bLognClua M6112' Iul.6C110u m6112' qLA p0162' 2n4SC6 M946L pogis2' dn9LLl62' M9j6L M6112
bLsb9Ls 9uq 2npw14 jo 4ps EDEb 9 cowbLspsu21A6 9bbl1c941ou b9CK9as 4p94 MITI lucings 2nbb04 gocnwsu42 lucinglua
V 46L COU2n14941oU MI1p 4p6 bLoI.6C4 469W 9uq p9lIS1ua fps Iul.6Cf1oU Msll 2A246w g621au 9uq 2141Ua' M946L 2CI6UC6 MITI
lb'2K 3: EDEb nIC bEISWUIMC
192K 5.3 bLo10221ou916662: $42'000
2npW1446q gL9Mlua2 9uq b19U2'
M611' Ds21au 61sWsu42 40 ps bLonlgsq PA M946L 2CI6uc6 92 b94 0t P2 492K mill lucings LGA121OU2 40 9uA bL6Alon2lA
4scpUIC912bscl{Ic941ou2 9uq bL6b9L6 9 4000\° p9l gs2lau gL9Mlua2 9uq 2bscl{Ic9llou2 tOL Cou2fLncllou of fps lulscflou
B92sq ou tesgp9CK } Low fps j69W' M9{6L 2CI6UC6 mill W9K6 UGC6229LA LGA121OU2 f0 4p6 aQo\o g621au gL9Mlua2 9uq
1d2K 5'3 - 4000 D021au—lulsc;lou M011
192K 5.5 buo16221OU9I L662: $12'000
bLonlgsq pA 4ps bLlws sua1u6sL1ua g621au 4s9w-
g62iau' 9uq L6COWW6Ugsq IUI.sC4i0U L9462' d11 WGCp9UIC91' 616C4LIC91' 24LncfnL9l' 9uq IU24LnWSU49410u g621au Mill p6
1OC%!OU2' M611 gIWGU210U2' COU21LnC(IOu w946L1912' COU24LnC410U 26dn6UCIUa' COU24LnC41ou we4pog2' M611 COwb16410u
2bscl}1c941ou2 toL cou24Lnc41ou of fps lulsc41ou msll' Ds21aU slsWSU42 4o ps bLonlgsq PA M916L 2CI6uc6 lucings M611
U6C6229LA LGA121OU2 40 4p6 COUC6bfn91 g621aU LGb04 9uq bL6b9L6 9 80o\? }lu9l g621au gL9Mlua2 9uq fGcpuiC9l
IU46aL9410U M14p fps 6X1241Ua IU{L924LnC4nL6' B92sq ou ts6gp9cK {LOW fps bLoI.6C4 469w' M94sL 2CI6UC6 mill w9K6
M94sL 2CI6uc6 mill COOLglU94s ml4p 164L9 lsCp 9uq Colli6L Conu4A (bLolsC4 4s9W) 4o lgsuptA gs2lau bL6t6LGUC62 9uq
1V2K 5'5 - 800\0 D621au — Iul COU M611
bsae 5
1nIA J0' 505d
1S1L9 lecp
WL' D9UIsl MG12OU b'E'
— yu ybsx CowbsuX —
�j220C19j62
Zc�sucs
Mg�s��
CdC7
13250 nGfLoboll2 ynsuns' 2nfe 140' Eou nAsL2' EloLlgs 23815
KILK a@M29COuenlj-cow
0{{!cs: 53a'501'230J
AOP!IG: 53a'518'1013
M9fsL 2Cleucs' Iuc-
bLiucib9l 2CIGuf!2f
KIL W9gIu 6 0 C1`
2luceLGIA'
0 538'501'2305 • E 822'388'5152
9ugA(ja M29cou2nlf'Cow
04!CG: 538'25a'1380
AOP!I6: 538,510'J 8�3
AA91GL 2Cisucs' IuC-
2eu!OL HAgLoaGolo8l2f
yugLGm WClusu19' b'e
dn62flou2 OL Monlq IIKG 9gq!l!ou91 !utoLwsl!ou' bIG926 qo UOf PE;211916 (O COuf9cf KILK V194P A19 bpou6 oL 6w91I'
Ms 9bbLsc19fe fue obb04nuifA fo bLonlgs 9 bLob0291 tOL pAgLoaGoloaic 2GLnICe2 ou AOnL PsP9II' 2uonlq Aon P9ne 9uA
bs8s 3
1nIA 12' 505d
JGJL9 I GCu
VX p9ulel Wslzou b'E'
---- yu yb6X Cowb9uX ---
`�j220C\9�62
Zcleuce
Ml"O'L
0
EO
buRG I o1I
EXP!A!f B
Lpf yursugwc;ul fo Coufr.sCJ I6-�QS I
lOfgl J!WG suq 1 SfGLI512 L66
$
$ I�e55'000
a
BL!gae fpG esb -LLesGweuf Exbsu2lou
$
$ e,42'000
8
esueLsl bLo}e22lousl Eualussuua 2sLAICs2
$
$ 200,000
eLSAlfA CoIIGCfloU IwbLonsweUI2 ($J 84'000 bsL 2sawGuj) - 2
$
$ a02'000
eB
J'2-w!IG C!fA esfe 2sawsuf
$
$ 510'000
ed
J-W!IG 2eawsUf2 ($535'000 bsL2sawsuf) —@ (3)
$
8 4,ioo'000 Ma'320
e
EoLCs Wslu IwbLonsweUJ2
$
$
2B
Dnblsx bnwb 2ispou IwbLonewsUf2 ($J5a'000 beL 2FsfioU) - 2
$
$ ed2'000
2`d
CowwnulfT bnwb 2fsf!ou IwbLonsweuf2 ($J_\2'000 beL 2fsf!ou) - J
$
$ 412'000
2
bnwb 2fsf!ou IwbLonsweuf2
$
$
d
AMAlb Exbsu2iou P 3"0 WeD
$
$5'113'000 $3'813'120
3
MGM INsalsL bnwb 2fsf!ou
$ d8e'000
5
CowbLsueu21As eolgsu esle Ms2fsMsfsL VV92fsL b!su
$
$ 1413'000
J
Hap Fenel D!21utsCl!ou IwbLoneuweUf2
$ 1450'000
lgeKe\lfew
DreCLibfiou
rnwb 2nw
Excssq
mof-lo-
N19�6 LI912
L!wG guq
ISEA12ED BV212 OE COWbEM2`d110M
2CHEDn E B-J
EXHIBIT B
Cd0
bg�s I Ot I
EXP!P!f C
L!L2I vwcugwGUj IO COUfLUCT I a-AQ5 j
8
BLlgae fps esb 1LssfWsUI Exbsu2iou
1'088
8
esusLsl bLOIe221ousi Eualuesuua 2sLAlcs2
j
(3L9AlfA COIIGCJ!Ou 2A2fGW lwbLOn6UJ6uf2
1'952
LOLCG w51U lwbLOAGWGUI2
1'852
0
bnwb 2491lou lwbLOAGWGL)f2
4'852
14
MMlb Exbsumu fo 2-0 AeD
tine Waa0)
2
MGM A921GL bnwb 2fspou
1'852
5
CowbL6P6U21AG AA92IGM91GL A921GL bl9u
202
J
HlaP Fsns1 D121utecllOu lwbLOASLusuf2
120
1g2K\Ifsw
D632CLi you
y LeGmew
26LAics2 nug6L �u12
MOf!cs P bLocssq JoL
ILOW Dg46 o}
EoL Coin lsflou
of CgleuggL Dg 2
Cnwnl9flAG NnWpsL
ISEA12ED b[S01EC1 WIrE210HE 2CHEDnrE
2CHEDnrE C-J
EXHIBIT C
SECOND AMENDMENT TO AGREEMENT No. 19-7621
FOR
Golden Gate Wastewater Engineer of Record and Infrastructure Improvements
THIS SECOND AMENDMENT, made all. into on this day of
2026, by and between Tetra Tech, Inc. (the "Consultant") and Collier County, a
political subdivision of the State of Florida, (the "County" or "Owner") (collectively, the "Parties"):
WHEREAS, on April 28, 2020 (Agenda Item No. 16.C.13), the County entered into an
Agreement No. 19-7621, "Golden Gate Wastewater Engineer of Record and Infrastructure
Improvements" (the "Agreement"), with the Consultant to provide professional services; and
WHEREAS, on November 12, 2024 (Agenda Item No. 16.C.3), the Parties amended the
Agreement to authorize a modification of Purchase Order 4500203372 through a reallocation of
$730,750 from task 6 to task 4, and extend the Agreement for an additional year; and
WHEREAS, the Parties wish to further amend the Agreement by: (1) adding additional funds
of $4,881,901.00 to task 4-WWTP Expansion to 3.OMGD in Schedule B- Basis of Compensation, (2)
add an additional scope of services to existing Task 4 as attached hereto, (3) increase the contract time
by 1,655 days, and (4) revise Schedule B- Consultant's Hourly Rate Schedule for all services performed
under the Agreements and
NOW, THEREFORE, in consideration of the mutual promises and covenants herein
contained, it is agreed by the Parties as follows:
1. The above recitals are hereby incorporated into this Second Amendment as if fully set forth
herein.
2. Upon execution of this Second Amendment, the Parties agree to add Time and Materials
Not -to -Exceed funds in the amount of $458815901.00 to task 4-WWTP Expansion to
3.OMGD of Exhibit B- Basis of Compensation of the Agreement, add 1,655 days to the
Agreement's current contract time, add an additional scope of services to existing Task 4
(see attached Exhibit "1"), and revise Schedule B, the Consultant's Hourly Rate Schedule,
for all future work performed while utilizing the previous rate schedule for the remaining
balance of the existing open Purchase Order (see attached Exhibit "2"). A current Affidavit
Regarding Labor and Services is also attached hereto as Exhibit 113."
3. All other terms and conditions of the Agreement, as previously amended, shall remain the
same.
SIGNATURE PAGE TO FOLLOW
* *Remainder of this page left intentionally blank*
Page 1 of 2
Second Amendment to Agreement No. 19-7621
CAO
IN WITNESS WHEREOF, the Parties have executed this Second Amendment on the date and
year first written above by an authorized person or agent.
ATTEST:
Crystal K. Kinzel, Clerk of the Circuit
Court and Comptroller
By:
Dated:
(SEAL)
CONTRACTOR:
Tetra Tech, Inc.
By:
SignaturV &4
ll
TType/print signature and titleT
Approved as to Form and Legality:
Scott R. Teach, Deputy County Attorney
BOARD OF COUNTY COMMISSIONERS
COLLIER COUNTY, FLORIDA
By:
Dan ICowal, Chairman
Page 2 of 2
Second Amendment to Agreement No. 19-7621
EXHIBIT 1
COLLIER COUNTY, FLORIDA
GOLDEN GATE WASTEWATER FOR
Modification to Construction Phase Services
A. PROJECT BACKGROUND
Tetra Tech is currently performing engineering services for Collier County Public Utilities under
Contract #19J621, Collier County Project # 70243.1 known as the Golden Gate Wastewater
FOR and Infrastructure Improvements.
The original authorization for Task 4 included expansion of the Golden Gate Wastewater
Treatment Plant (WWTP) from 1.5 MGD to 3.0 MGD. The original concept included utilizing the
existing biological treatment units and installing membrane bioreactor (MBR) units to meet the
expanded capacity. Ancillary components included reclaimed water and reject storage, a flow
equalization basin, an operations building, and upgraded electrical. As designed, the proposed
facility will be significantly larger, designed with an initial treatment capacity of 5.0 MGD and
master planned for a buildout capacity of 8.0 MGD. To be consistent with nomenclature, the facility
is also being renamed to the Central County Water Reclamation Facility.
With the larger facility comes the following upgrades:
• An Enlarged headworks (sized for 8 MGD)
• An enlarged flow equalization system with dual tanks
• A new biological process system sized to treat 4.0 MGD (with future mirrored system)
• An enlarged MBR system
• A sludge holding tank, dewatering facility and screw press (sized for buildout)
• (2) larger reject storage tanks
• (2) larger reclaimed water storage tanks (bid alternate)
• Demolition of the existing clarifier, digester, office and yard piping
• Enlarged components including power feed, wiring, panels and generator
• Additional instrumentation components associated with the additional and larger features
The original authorization included an estimated construction duration of 510 days to substantial
completion with an additional 60 days to final completion. Due to the increase in project size,
construction duration will be 1,050 days to substantial completion and an additional 60 days to
final completion. It is anticipated that the construction administration scope of work will extend six
months beyond the construction contract period to account for regulatory certification, startup,
and closeout. Additionally, this scope of services includes time for a 1-year warranty inspection,
bringing the total duration of this scope of work to 1,655 days.
The County has requested an expanded scope of services related to the construction
administration of the treatment plant expansion.
TW/Golden Gate GG/Scope
Tt# BP Collier County
-1-
TETRA TECH
B. SCOPE OF SERVICES
Provided below is Tetra Tech's proposed scope of services. These services will be added to the
existing Task 04 (WWTP Expansion to 3.0 MGD) of Tetra Tech's current contract:
Construction Management- WWTP
TETRA TECH shall assist the COUNTY with Construction Management and shall complete the
following tasks defined below. Construction phase is based on an estimated construction period of
1,655 days.
a. Prepare conformed documents (drawings and technical specifications for the enlarged
facility.
b. Perform project management services throughout the construction phase to include
coordination and communication with internal staff, the COUNTY and Contractor;
attending meetings; oversight of submittal reviews, RFI responses and change orders;
coordinate startup testing; coordinate substantial and final completion walkthroughs;
coordinate closeout activities. This scope of services has been budgeted for 12 hours
per week over the construction duration for a total of up to 2,000 project management
hours.
c. Prepare for and administer one (1) Pre -Construction meeting and prepare a written
summary of the meeting for distribution to attendees.
d. Attend progress meetings throughout the progress of the project. Progress meetings
will be held weekly as needed to coordinate work in progress with an additional 20
specially scheduled meetings, as needed. It is anticipated that 180 meetings will be
needed at an average duration of 2 hours each, followed by a site visit at an average
duration of 2 hours each, and meeting minute/site inspection summary report
preparation time of 2 hours, each. TETRA TECH shall be responsible for preparing
and distributing a written summary of each meeting.
e. Make site visits to the construction site by discipline staff at intervals appropriate to the
various stages of construction in order to observe the progress and quality of the Work.
These will be scheduled during critical points during the construction of the project and
will be determined based upon the Contractor's schedule. It is anticipated that 100 site
visits with an average duration of approximately 2 hours plus 2 hours for office time and
report preparation will be required. These site visits will be to observe the progress and
quality of the construction and its general conformance to the Contract Documents. In
addition, TETRA TECH shall notify the COUNTY of observed work which does not
conform to the Contract Documents, make recommendations for its correction, and as
authorized by the COUNTY, issue instruction to the Contractor, to carry out the
corrective measures.
f. Provide full-time resident project representative (RPR) services for up to 40 hours per
week. With a project duration of 200 weeks, 8,000 hours have been allocated for this
task. RPR services shall generally include:
TW/Golden Gate GG/Scope Fit] TETRATECH
Tt# BP Collier County -2-
CAO`
• General: RPR staff is to act as TETRA TECH's agent at the Site, will act as directed
by and under the supervision of TETRA TECH, and will confer with TETRATECH's
Project Manager regarding RPR staffs actions. RPR staffs dealings in matters
pertaining to the Contractor's work in progress shall in general be with TETRA
TECH and Contractor, keeping the COUNTY advised as necessary. RPR staffs
dealings with subcontractors shall only be through or with the full knowledge and
approval of Contractor. RPR staff shall generally communicate with the COUNTY
with the knowledge of and under the direction of TETRA TECH.
• Schedules: Review the progress schedule, schedule of Shop Drawing and Sample
submittals, and schedule of values prepared by Contractor and consult with TETRA
TECH's Project Manager concerning acceptability.
• Conferences and Meetings: Attend meetings such as preconstruction conferences,
progress meetings, job conferences and other project -related meetings, and
prepare and circulate copies of the minutes thereof.
• Serve as TETRA TECH's liaison with Contractor, working principally through
Contractor's superintendent and assisting in understanding the intent of the
Contract Documents.
• Assist TETRA TECH's Project Manager in serving as the COUNTY's liaison with
Contractor when Contractor's operations affect the COUNTY's on -site operations.
• Assist in obtaining from the COUNTY additional details or information, when
required for proper execution of the Work.
• Conduct on -site observations of Contractor's work in progress to assist TETRA
TECH's Project Manager in determining if the Work is in general proceedings in
accordance with the Contract Documents.
• Report to TETRA TECH'S Project Manager whenever RPR staff believes that any
part of Contractor's work in progress will not produce a completed Project that
conforms generally to the Contract Documents or will prejudice the integrity of the
design concept of the completed Project as a functioning whole as indicated in the
Contract Documents, or has been damaged, or does not meet the requirements of
any inspection, test or approval required to be made; and advise TETRA TECH's
Project Manager of that part of work in progress that RPR staff believes should be
corrected or rejected or should be uncovered for observation, or requires special
testing, inspection or approval.
• Review field testing for density including proctor selection for consistency. Report
to TETRA TECH's Project Manager and COUNTY regarding concerns over testing
procedures.
• Consult with TETRA TECH's Project Manager in advance of scheduled major
inspections, tests, and systems startups of important phases of the Work.
TW/Golden Gate GG/Scope
Tt# BP Collier County
-3-
5
TETRA TECH
• Verify that tests, equipment, and systems start-ups and operating and maintenance
training are conducted in the presence of appropriate COUNTY's personnel, and
that Contractor maintains adequate records thereof.
• Observe, record, and report to TETRA TECH's Project Manager appropriate details
relative to the test procedures and systems startups.
• Accompany visiting inspectors representing public or other agencies having
jurisdiction over the Project, record the results of these inspections, and report to
TETRA TECH's Project Manager.
• Prepare a daily report or keep a diary or logbook, recording Contractor's hours on
the Site, weather conditions, data relative to questions of Change Orders, Field
Orders, Work Change Directives, or changed conditions, Site visitors, daily
activities, decisions, observations in general, and specific observations in more
detail as in the case of observing test procedures; and send copies to TETRA
TECH's Project Manager.
• Before TETRA TECH issues a Certificate of Substantial Completion, submit to the
Contractor a list of observed items requiring completion or correction.
• Observe whether Contractor has arranged for inspections required by Laws and
Regulations, including but not limited to those to be performed by public agencies
having jurisdiction over the Work.
• Participate in a final inspection in the company of TETRA TECH, the COUNTY, and
Contractor and prepare a final list of items to be completed or corrected.
• Observe whether all items on the final list have been completed or corrected and
make recommendations to TETRA TECH concerning acceptance and issuance of
the Notice of Acceptability of the Work.
• RPR staff members shall not:
■ Authorize any deviation from the Contract Documents or substitution of
materials or equipment (including "COUNTY approved or equal" items).
■ Exceed limitations of TETRA TECH's authority as set forth in the Agreement
or the Contract Documents.
■ Undertake any of the responsibilities of the Contractor, subcontractors,
suppliers, or Contractor's superintendent.
■ Advise on, issue directions relative to or assume control over any aspect of
the means, methods, techniques, sequences, or procedures of Contractor's
work unless such advice or directions are specifically required by the
Contract Documents.
TW/Golden Gate GG/Scope
Tt# BP Collier County
-4-
aTETRATECM
■ Advise on, issue directions regarding, or assume control over safety
precautions and programs in connection with the activities or operations of
the COUNTY or Contractor.
■ Participate in specialized field or laboratory tests or inspections conducted
off -site by others except as specifically authorized by TETRA TECH's
Project Manager or the COUNTY.
■ Authorize the COUNTY to occupy the Project in whole or in part.
g. Review shop drawings and other required Contractor submittals to determine
conformance with the design concepts of the project and compliance with the
requirements provided in the Contract Documents. Shop drawings will be reviewed up
to two (2) times per submittal with additional review fees to be paid to the TETRA TECH
by the Contractor through the COUNTY. It is anticipated that up to 500 shop drawings
will be submitted for review.
h. Review Contractor's initial schedule and updates throughout the construction phase.
i. Review density test results provided by the Contractor to ensure passing results are
achieved and notify the COUNTY and Contractor in the event of failure.
j. Review requests for information (RFIs), provide interpretation of construction
documents, and issue written clarifications or interpretations. Up to 200 RFIs are
anticipated.
k. Develop and process Change Orders with COUNTY's input and approval as required
due to unforeseen conditions. Up to 10 change orders are anticipated.
Review the Contractor's applications for payment and the accompanying data and
schedules, determine the amounts owed to the Contractor, and advise the COUNTY of
the recommended payments to the Contractor. Up to 50 pay applications are
anticipated.
m. Attend up to 30 days of start-up testing and training.
n. Upon written request by Contractor, conduct a substantial completion inspection of the
Project to determine if Work is substantially complete or compile and distribute a punch
list of items to be addressed. Upon written request by Contractor, conduct a rem
inspection to confirm that final completion punch list items have been addressed and
subsequently provide a final completion certification to the COUNTY and recommend
that the COUNTY make final payment to the Contractor.
o. Review Contractor closeout documentation (to be submitted with Final Pay Request),
to include but not be limited to warranties, release of liens and related documentation
as required by the COUNTY and/or funding agencies.
TW/Golden Gate GG/Scope
Tt# BP Collier County
-5-
aTETRATECH
p. Review the Contractor's as -built submittals monthly for adequacy and review listing of
deviations from the construction permit and approved construction documents.
Prepare record drawings for COUNTY's use from information provided by the
Contractor delineating the location, and elevation of all facilities constructed. Provide
the COUNTY with one electronic file of record drawings in PDF format and three (3)
sets of prints of the record drawings (22" x 341$. Record drawings to be based on
electronic survey as -built data to be provided by the Contractor.
q. Prepare and submit certifications and required supporting documentation to regulatory
agencies having issued permits for construction.
r. Perform a review of operating manuals to be submitted by the Contractor for
mechanical and electrical equipment. It is anticipated that up to 50 operating manuals
will be submitted for review.
s. Update the existing Operating Protocol to reflect treatment modifications.
t. Update the WWTP Operation and Maintenance Manual to reflect the expanded
capacity and modified treatment process. The updated manual will be prepared in
accordance with Chapter 62-600.720, F.A.C.
Construction Management Deliverables:
• Meeting minutes for each meeting
• Site visit summary reports
• Correspondence related to residential -contractor liaison services
• Copies of Shop Drawing Reviews
• Copies of RFIs
• Change Proposals
• Executed Change Orders
• Approved Pay Requests with supporting documentation
• Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc.
• Substantial and Final Completion Punch Lists
• Approved operating manuals
• Record Documents (3 printed sets on 22 x 34 and 1 electronic copy)
• Copies of certifications of completion
• Updated Operating Protocol
• Updated Operation and Maintenance Manual.
Construction Management -Deep Infection Well
Upon award of the project, TETRA TECH and its Subconsultant Water Science Associates (WSA)
shall assist the COUNTY with Construction Management of the deep injection well and shall
complete the following tasks defined below.
TW/Golden Gate GG/Scope
Tt# BP Collier County
-6-
TETRA TECH
c�J
a. Construction Kick-off and Progress Meetings: WSA will attend the pre -construction
meeting and up to 20 progress meetings (virtual) with the construction team during the
construction phase.
b. General Administration of Construction Contract: WSA will coordinate with TETRA
TECH, the COUNTY, and the Contractor during construction phase activities. Water
Science will evaluate and render the initial opinions to the County on potential change
order items relating to the acceptability of the work or the interpretation of the
requirements of the contract documents pertaining to the execution and progress of
the work.
c. Change Orders and Work Change Directives: WSA will review and provide feedback
on change order individual items or work change directives relating to the WSA design.
d. Shop Drawings and Other Submittals: WSA will review and process shop drawing
submittals from the Contractor. Review will be with respect to the WSA specifications,
but only for conformance with the information given in the contract documents and
compatibility with the design concept of the completed project as a functioning whole
as indicated by the contract documents. Such reviews will not extend to means,
methods, techniques, sequences, or procedures of construction or to safety
precautions and programs incident thereto.
e. Applications for Payment: WSA will assist TETRA TECH with review of progress
payments and make timely recommendations regarding applications for payment.
Such recommendations of payment will be in good faith based on WSA information
that the work has progressed to the point indicated; the work is generally in accordance
with the contract documents (subject to an evaluation of the Work as a functioning
whole prior to or upon substantial completion); and the conditions precedent to the
contractor being entitled to such payment appear to have been fulfilled in so far as it
is the responsibility of WSA to observe the contractor's work.
f. Substantial Completion: Following notice from the contractor that they consider the
entire work ready for its intended use, WSA, TETRA TECH, and the COUNTY staff,
accompanied by the Contractor, will conduct one inspection of the construction site to
determine if the work is substantially complete. A list of deficiencies and omissions
identified by the inspection team, WSA will be responsible to deliver to TETRA TECH,
the COUNTY, and the Contractor the list of deficiencies and omissions to be corrected
prior to either considering the project substantially complete or those that need to be
completed prior to final acceptance. WSA will be responsible for supporting TETRA
TECH and the COUNTY to issue a certificate of substantial completion when the work
is deemed substantially complete.
g. Final Notice of Acceptability of Work: WSA will conduct one final inspection to
determine if the completed work of the contractor is acceptable so that the WSA may
recommend, in writing, final payment to the contractor. Accompanying the
recommendation for final payment, WSA will indicate that the work is acceptable to
TW/Golden Gate GG/Scope
Tt# BP Collier County
-7-
OTETRA TECH
WSA's knowledge and based on the extent of the services performed and furnished
by WSA under this Agreement. WSA will prepare a "Certification of Construction
Completion and request for a Letter of Clearance" for submittal to the Florida
Department of Environmental Protection (FDEP).
h. WSA will provide comprehensive management during the construction of the injection
well. WSA will provide a qualified Senior Field Supervisor who will be on call 24 hours
a day / 7 days a week and has in-depth knowledge of local geology and experienced
in trouble shooting and solving drilling related issues which could impact the project
progress if not resolved in a timely manner. The Senior Field Supervisor will ensure
that appropriate team members are providing the necessary review of performance
and adherence to the schedule and that quality control procedures are followed.
Submittals from the contractor will be promptly reviewed to assure compliance with
specifications. Prior to the start of construction, a pre -construction meeting will be
scheduled with the contractor to establish protocols, procedures, review working
conditions, site access, regulatory compliance, and coordinate construction -related
activities. Submittals from the contractor will be reviewed by WSA and
recommendations will be made to the project team.
Throughout drilling, WSA will have a Resident Project Representative (RPR) onsite
working under the direction of a Florida Licensed Professional Geologist to observe
the drilling and testing operations. WSA's construction management team will
coordinate tests and maintain communications with the appropriate regulatory
personnel to assure compliance with applicable regulatory standards and with the
construction Specifications. WSA will closely monitor field activities and will be present
onsite during critical testing and logging that require field decisions. The on -site RPR
will be responsible for identifying the lithology of the formations being penetrated,
monitoring well flowing conditions if artesian units are penetrated, evaluate various
testing efforts on the formation integrity and productivity during construction, and
reporting on daily and weekly progress. Geologic information will be collected and
analyzed during the drilling program to identify subsurface conditions and evaluate
how existing conditions match those assumed during the design and permitting
program.
The WSA RPR will maintain a log of daily activities to be submitted with the weekly
reports to the FDEP and will supervise the well construction and testing activities
including borehole drilling (pilot -hole and reamed hole), inclination surveys,
geophysical logging, coring, packer testing, casing installation and grouting, pilot -hole
plug backs, and supervise the Contractor for the collection of drill cutting, water
samples, and well development required in the technical specifications. The on -site
geologist will also verify quantities of materials used by the drilling Contractor and
provide a daily report to WSA's Project Manager, who will then prepare and distribute
a daily report to TETRA TEC and the COUNTY.
Upon completion of construction and testing activities, WSA will prepare a completion
report detailing the drilling and construction activities and the results of all testing with
associated analyses. The report will include lithologic logs, geophysical logs, casing
logs and records, cementing logs and records, core descriptions, water quality
TW/Golden Gate GG/Scope
Tt# BP Collier County
-8-
TETRA TECH
c'�O
analyses, packer testing data and analyses, injection test data and analyses, and an
update of the hydrogeology encountered with the injection well. The completion report
will contain an evaluation of the injection zone ability to receive the design volume and
the confining above the injection zone to prevent upper movement of injected fluids.
The completion report will be signed by a Florida licensed professional geologist and
a Florida licensed professional engineer. The report will be submitted to the FDEP for
review and approval. The completion report will be provided in digital format.
Responses to FDEP RAls regarding the construction and testing of the injection well
system will be provided.
j. WSA will provide additional as -needed services on a time and material basis with
TETRA TECH authorization of any budget allocated for these services. Any work for
this Task shall be done after written approval from TETRA TECH with a clear indication
of the scope and value of the work. Additional services to be provided under this Task
may include but are limited to; additional surveying and subsurface utility locates,
additional geotechnical investigations, additional miscellaneous permitting, additional
review of data, and additional design for unforeseen conditions.
C. PROJECT SCHEDULE
Tetra Tech will perform the design services described above in accordance with the schedule
below:
* Note: Schedule to be concurrent with Contractor construction
D. COMPENSATION
The proposed fee breakdown is summarized below. The basis of payment for all tasks is time
and materials and billed on a monthly basis.
TW/Golden Gate GG/Scope
Tt# BP Collier County
-9-
TETRA TECH
■O
Ilq��l
IlAlll
II�I�III�
DIII���IlII�I�!!
��
�IIAI��I�IlI�!!!gllll�
���
�
niiii■u■ni
a$
d
SUBCONSULI NI PROPOSAL
August 28, 2025
Mr. Daniel Nelson P.E.
Vice President
Tetra Tech
10600 Chevrolet Way, Suite 300
Estero, Florida 33928
RE: Construction Engineering Services for Injection Well No. 2
Collier County Water and Sewer District - Golden Gate WRF
Dear Mr. Nelson,
Apex Companies, LLC, through its wholly owned subsidiary Water Science Associates, LLC (Apex) is pleased to
submit this proposal to assist Tetra Tech (Prime Consultant/Client) with construction engineering services for
Collier County Water and Sewer District's (County) Golden Gate Injection Well No. 2 (IW-2). The scope of work
developed for the project is provided below.
Project Understanding
Apex has an existing contract with Tetra Tech to complete Design, Permitting, and Bidding services for IW-2 under
Tasks 1 through 4. The planning, design, and permitting services for the injection well project is nearing
completion. Florida Department of Environmental Protection (FDEP) issued the Notice of Draft Permit on August
14, 2025. County is expected to secure the final FDEP Underground Injection Control (UIC) Permit in November
2025. Construction of IW-2 is expected to commence early next year (2026). This amendment includes scope and
fee details for tasks pertaining to construction engineering services and reporting for IW-2.
Scope of Services
The scope of services under this amendment will be completed under the following tasks:
Task 9.0 - IW-2 Below -Ground Construction Engineering Services
Work elements identified under this task include construction administration services, field oversight, agency
coorA;nation and reporting, preparation of completion report and operations and maintenance manual, startup
services, support during operational testing, and preparation of operation testing application package. Based on
a review of recent construction projects with similar scope, we anticipate a construction duration of forty-two (42)
weeks to complete this phase of the project.
Subtask 9.1 -Construction Administration -Well Construction and Testing
Conformed Plans and Specifications: Apex shalicon, orrn the bid plans and specifications to reflect changes and
clarifications made during the negotiation phase with the selected Contractor. Apex shall prepare responses to
Contractor Requests for Information (RFI). Apex shall issue necessary clarifications and interpretations of the
Contract Documents as appropriate to the orderly completion of the Work. Such clarifications and interpretations
are to be consistent with the intent of and reasonably inferable from the Contract Documents,
Construction Kick-off and Progress Meetings: Apex will attend the pre -construction meeting and up to 20
progress meetings (virtuap with the construction team during the construction phase.
WATER RESOURCES •ENVIRONMENTAL SERVICES •HEALTH &SAFETY •COMPLIANCE &ASSURANCE •INFRASTRUCTURE SERVICES
Apex Companies, LLC • (S00) 733-2739 • www,apexcos.com
Page 2 of 7
General Administration of Construction Contract: Apex will coordinate with the Tetra Tech/COUNTY and the
CONTRACTOR during construction phase activities. Apex shall consult with and advise Tetra Tech/COUNTY, while
acting as the COUNTY Is representative as provided in the Contract Documents. Apex shall evaluate and render
the initial opinions to the Tetra Tech/COUNTY on potential change order items from the CONTRACTOR relating to
the acceptability of the work or the interpretation of the requirements of the Contract Documents pertaining to
the execution and progress of the work.
Change Orders and Work Change Directives: Apex shall review and provide feedback on Change Order
individual items or Work Change Directives relating to Apex's design up to the quantity identified in the Project
Budget.
Shop Drawings and Other Submittals: Apex shall review and process shop drawing submittals from
CONTRACTOR. Review shall be in respect to Apex's Specifications, but only for conformance with the information
given in the Contract Documents and compatibility with the design concept of the completed Project as a
functioning whole, as indicated by the Contract Documents. Such reviews will not extend to means, methods,
techniques, sequences, or procedures of construction or to safety precautions and programs incident thereto.
Applications for Payment: Apex shall assist the COUNTY with review of progress payments and make timely
recommendations to the COUNTY regarding the Applications for Payment. Such recommendations of payment
shall be in good faith based on Apex's information that the Work has progressed to the point indicated; the Work
is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning
whole prior to or upon Substantial Completion); and the conditions precedent to CONTRACTOR's being entitled
to such payment appear to have been fulfilled in so far as it is Apex's responsibility to observe the CONTRACTOR Is
work.
Substantial Completion: Following notice from the CONTRACTOR that they consider the entire work ready for
its intended use, Apex and the COUNTY staff, accompanied by the CONTRACTOR, shall conduct an inspection of
the construction site to determine if the work is Substantially Complete. A list of deficiencies and omissions
identified by Apex and COUNTY shall be prepared. Apex shall be responsible for delivering to the COUNTY and
the CONTRACTOR the list of deficiencies and omissions to be corrected prior to either considering the project
Substantially Complete or those that need to be completed prior to Final Acceptance. Apex shall be responsible
for supporting the COUNTY to issue a Certificate of Substantial Completion when the work is deemed Substantially
Complete.
Final Notice of Acceptability of Work: Apex shall conduct one final inspection to determine if the completed
work of the CONTRACTOR is acceptable so that Apex may recommend, in writing, final payment to the
CONTRACTOR. Accompanying the recommendation for final payment, Apex shall indicate that the work is
acceptable to Apex's knowledge and based on the extent of the services performed and furnished by Apex under
this Agreement. Apex shall prepare a "Certification of Construction Completion and Request for a Letter of
Clearance" for submittal to FDEP.
Subtask 9.2 -Field Oversight -Well Construction and Testing
Apex will provide comprehensive management during the construction of IW-2. Apex will provide a qualified
Senior Field Supervisor who will be on call 24 hours aday / 7 days a week and has in-depth knowledge of local
geology and experienced in trouble shooting and solving drilling related issues which often slows down the
project progress if not resolved in a timely manner. The Senior Field Supervisor will ensure that appropriate team
members are providing the necessary review of performance and adherence to the schedule and that quality
control procedures are followed. Submittals from the CONTRACTORs will be promptly reviewed to ensure
compliance with Specifications. Prior to the start of construction, a pre -construction meeting will be scheduled
apexcos.com
CAO
Page 3 of 7
with the contractors) to establish protocols, procedures, review working conditions, site access, regulatory
compliance, and coordinate construction -related activities. Submittals from the contractor(s) shall be reviewed by
Apex and recommendations shall be made to the COUNTY.
Throughout drilling, Apex will have a Resident Project Representative (RPR) working under the direction of a
Florida Licensed Professional Geologist onsite or a Qualified Geologist to observe the drilling and testing
operations. Apex's construction management team will coordinate tests and maintain communications with the
appropriate regulatory personnel to ensure compliance with applicable regulatory standards and with the
construction Specifications. Apex PM will closely monitor field activities and will be present onsite during critical
testing and logging that require field decisions. The on -site geologist/ RPR is responsible for identifying the
lithology of the formations being penetrated, monitoring well flowing conditions if artesian units are penetrated,
evaluating various testing efforts on the formation integrity and productivity during construction, and reporting
on daily and weekly progress. Geologic information will be collected and analyzed during the drilling program to
identify subsurface conditions and evaluate how existing conditions match those assumed during the design and
permitting program.
The field geologist will be Apex's agent on -site and will act as directed by and under the supervision of Apex's PM.
The geologist shall maintain a log of daily activities to be submitted with the weekly reports to the FDEP and shall
supervise the well construction and testing activities including borehole drilling (pilot -hole and reamed hole),
inclination surveys, geophysical logging, coring, packer testing, casing installation and grouting, pilot -hole plug
backs, and supervise the CONTRACTOR for the collection of drill cuttings, water samples, and well development
required in the Technical Specifications. The onsite geologist shall also verify quantities of materials used by the
drilling contractor and provide a daily report to Apex's PM, who will then prepare and e-mail a daily report to the
COUNTY and other Team members.
Subtask 9.3 —Well Completion Report
Upon completion of construction and testing activities, Apex shall prepare a completion report detailing the
drilling and construction activities and the results of all testing with associated analyses. The report will include
lithologic logs, geophysical logs, casing logs and records, cementing logs and records, core descriptions, water
quality analyses, packer testing data and analyses, injection test data and analyses, and an update of the
hydrogeology encountered with the injection well. The completion report shall contain an evaluation of the
injection zone ability to dispose of the design volume and the confining above the injection zone to prevent upper
movement of injected fluids. The completion report shall be signed by a Florida licensed professional geologist
and/or a Florida licensed professional engineer. The report shall be submitted to the FDEP for review and approval.
The completion report shall be provided in digital format.
Subtask 9.4 —Operations and Maintenance Manual
The Apex Team will prepare an Operations and Maintenance (O&M) Manual for the injection well and monitoring
well system. The O&M Manual will be a team effort that will require contributions and feedback from all members
A the construction team and COUNTY's operational staff. The equipment technical specifications, drawings, and
operations and maintenance data provided bythe manufacturer for each piece of equipment will be incorporated
into the document. The Manual typically includes the following information as per FDEP's criteria:
Purpose of the Manual and instructions on its use
Brief description of the facility, effluent discharges, and injection wells
Operator's responsibility and responsibilities of others
A general diagram of the key system operations component
apexcos.com
Page 4 of 7
• Diagram and description of pipelines associated with the injection well system with related
appurtenances such as pumps and valves including make, model, size, maximum rates and pressures
• Description of metering and monitoring systems for flow rates and injection well pressures, gage
locations, procedures and timing for gage calibrations, and record keeping for monitoring data
• Discussion of all monitoring and sampling requirements in the FDEP's UIC permit, sampling procedures,
monitoring schedule and where/how to file the Monthly Operating Report (MOR)
• Schedule and procedure for annual pressure fall -off testing
• Routine inspection schedule and a sample of the record keeping log sheet with a description of how to
complete the log sheet
• Discussion of maintenance procedures on pipelines, injection pumps, and well control devices and
valves
• Procedures and schedule for system shutdowns during emergencies (such as hurricanes, blow -outs,
etc.)
• Discussion on common operating problems (water leaks, oil leaks, etc.), how to recognize them, how to
avoid them and what to do when they occur.
Subtask 9.5 -Project Startup and Commissioning
Apex shall assist the COUNTY staffwith start-up and commissioning ofthe Injection Well systems on an as -needed
basis and will be on call and provide trouble -shooting assistance and response to operational or regulatory agency
enquiries. The scope of this task will be determined in coordination with the COUNTY and the Construction
Contractor. Apex shall conducttraining sessions with COUNTY staff to provide instruction on the proper operation
of the facilities and to facilitate commencement of use of the injection well system. Apex shall work with the
County operators to develop effective operating protocols and record -keeping procedures for the system. This
shall include providing the pertinent operation and reporting forms.
Startup will involve the operation of individuals stem components by the contractor for the purpose of functional
testing, adjustments, and system checks. Startup includes functional testing in which the contractor is in control
of the equipment operation. Manufacturers of the various new equipment will provide Certificates of Proper
Installation and/or Operation as required. The overall duration of this individual equipment functional startup
phase of construction is up to one week.
Subtask 9.6 -Operational Testing Authorization and Support During Operational Testing
Upon completion of the well and above -ground facilities, Apex shall prepare a request for FDEP approval to
commence operational testing. The operational testing request shall include a Notice of Completion of
Construction certified by a Florida Licensed professional engineer, all injection well construction and testing data,
as -built drawings, O&M manual, and other data obtained during construction required by the FDEP to evaluate
well performance.
After receiving the FDEP authorization to commence operational testing, a minimum of twelve (12) months of
operation of the system underthis authorization must be completed before the initial five-year duration operation
permit can be applied for. All monthly operating reports (MORs) prepared by the WTP operators will be reviewed
by Apex prior to submittal to the FDEP during the operational testing period.
Subtask 9.7 -Prepare Injection Well Operation Permit Application
Apex shall apply for the initial five-year operation permit after a minimum of twelve (12) months of operational
testing. The application package shall include a review and assimilation of all operational data for the injection
well system, an updated area of review, an update to the Plugging and Abandonment (P&A) costs, and the
apexcos.com
cA0
Page 5 of 7
necessary permit application forms. Responses to FDEP Requests for Additional Information (RAIs) will be
completed by Apex. All appropriate coordination with COUNTY and the FDEP shall be provided throughout the
UIC permitting process. A more detailed description for obtaining the first operation permit for the injection well
is provided below.
All required supporting documentation for the permit application shall be prepared and integrated into a report
by Apex.This shall include plotting injection operating data, including injection pressures, flow rates, and injection
volumes, for the entire operational period. It shall also include all water level and water quality data collected for
the two monitoring zones of the dual zone monitor well (DZMW) and the injectate streams as well as the specific
injectivity data.
The area of review which details the subsurface geology, nearby wells, water use permits and calculated present
and future extent of the injected water, will be updated. This shall include, as appropriate, items described in FAC
62-528.450 (2) (a) through (e), plus FAC 62-5280455 (3) (b) 1., 2., and 3. The Plug and Abandonment plan and
associated costs for the injection well system shall be updated. The COUNTY shall provide a copy of the Primary
and Secondary Drinking Water Standards analyses results, performed within the previous twelve (12) months, of
the injectate. The analytical results will be included in the application package.
All other information specified in 62-528.440 (4), as applicable, including FDEP permit application Form 62-528.900
(1), shall be prepared and incorporated into the report. Apex shall prepare a draft operation permit application to
include the report and other information identified above for COUNTY's review and comment and shall, after
receipt of comments, finalize the application package. The final operation permit application report shall be
signed and sealed by a Professional Geologist or a Professional Engineer licensed in the State of Florida in
accordance with FAC62-528.440 and, in accordance with FAC4.050, the application form will be signed by a Florida
Professional Engineer. The application package will be submitted electronically to the FDEP. The required FDEP
permit application fee will need to be paid by the COUNTY either through the FDEP web portal or by check.
Subtask 9.8 —Additional Services
Apex shall provide additional services as needed on a time and material basis with the COUNTY in control of the
utilization of any budget allocated for these services. Any work for this Task shall be done after written
authorization from the COUNTY with a clear indication of the scope and value of work. Additional services to be
provided under this Task may include additional surveying and subsurface utility locates; additional geotechnical
investigations; additional miscellaneous permitting; additional review of data; and additional design for
unforeseen conditions.
Fee and Payment
Apex's current time charge rates are attached. Billing rates shall be subject to adjustment annually every April.
The breakdown of the fee by task is as follows:
Task S.OBelow-Ground Construction Engineering Services
Fee Type
Fee
9.1 Construction Administration -Well Construction and Testing
T&M
$ 195,10000
9.2 Field Oversight- Well Construction and Testing
T&M
$1,155,00000
9.3 Well Completion Report
LS
$ 63,04000
9.4 Operations and Maintenance Manual
LS
$ 42,39000
9.5 Project Start Up/ Commissioning
LS
$ 6190000
9.6 Operational Testing Authorization and Support During Operational Testing
LS
$ 33195000
9.7 Prepare Injection Well Operation Permit Application
LS
$ 61,77500
9.8 Additional Services
T&M
$ 16,40000
Reimbursable Expense
$ 15,00000
Total
$1,589,555•00
apexcos.com
Page 6 of 7
Invoices will be issued to the Client on a monthly basis and will be based upon percentage complete and/or time
and materials spent on tasks identified above. The compensation indicated above is based on an estimate of the
character and extent of work involved. Unforeseen conditions, which become evident during the course of the
work, may alter or increase the effort required. The amount indicated will not be exceeded without written
amendment between the Client and Apex.
Project Schedule
The construction duration for IW-2 is anticipated to be forty-two (42) weeks from notice to proceed (NTP).
Development of Well Completion Report is expected to take three (3) months after the construction of the well.
Operation testing and permitting is anticipated to take another two (2) years from the date of commencement of
injection.
The proposed fee and effort are based upon Apex's best faith effort to fully understand the needs of this proposal.
If the scope of the services to be rendered is changed materially or if the period of time required to render services
hereunder is extended beyond the completion dates proposed, the amount of compensation provided shall be
adjusted appropriately (if required), upon approval of the Client and Apex. If project delays outside of Apex's
control cause the completion date to extend substantially, additional compensation may be requested through a
written amendment to account for additional coordination time.
Acceptance
We look forward to working with you on this important project. We would be pleased to discuss the scope of
services and this proposal with you. If you find the proposed scope and fee acceptable, we can coordinate the
preparation and execution of an Agreement. Apex is ready to begin work upon receipt of a notice to proceed or
signed Agreement. Please feel free to contact us with any questions or concerns.
Sincerely,
Apex Companies, LLC
r
rf!
Rahul John, PG
Principal
P: (239)246.1934
E: Rahul.John@apexcos.com
Attachment: Budget Worksheet
apexcos.com
o
Ln
00
VI
m
0
a
m
oo
m
n
Ln
8
U08V1. 1 1V101
m
o
m
a
r
a
vi
vi
L
m
m
.-+
m
a
1D
m
N
N
N
N
Yll
f
ulwpV / lslleladaS SI9
o
N
N
0
00
0
°N
N
J
a
;sl5oloag
m
00
0
0
o
0
0
0
O
0
N
plaid / lslauapsjjelS
'"
INN!
o
o7suaaSa(ad
m
Nm
o
00
N
N
K
d
;slaoloaSojphH JoluaS
N
ry
N
Jaaeueln) Pafo�d �oluaS
at
m
o
o
N
N
Jaau1 12U3
tn
Ln
m
o
fv
o
o
Ln
/ isl7uahS ledloulM
N
c
c
m
�
c
c
n
c
H
0
Y_
c
Ira
C
W
C
G
V
d
O
~
DO
N
C
0
°
wmmV
Z
y2y
G
0
X'mammVl
0
w
u
c
fm
t
a
a
y
m
a
c
o
a
F'
fn
T
c
0
e
E
E
U
m
c
c
a
C
d
3
°
O
c
°
2
u
ONOA
w
_
0
L
0
C
m
O
C
RUN
m
EIA
p
°
$
u
0
°
c
E
omm
O
—
°
a
v
c
cc
No
NN
.2
♦` o
j
v
m
v
�'
ummm
c
t0
�'
w
K
m
s
e
INN
m
v°+i
u c
m
t
u
E
0
o
c
a
w
oao_s0
0w0
m
C
m o
oa
oYo
RUM
aw
v
a
x
Q
a
z
Q
a
_a
L.
`0
3
L.
O
o
0
0
o
a
L.
mmJ
LL
a
a
a
E
�
°
Ni
n
N
a
M
m
a
�^
a
�°
n
00
w
O
�°
`9ci�m
30
6
ci3
x f
c
°
lr
coo
SCHEDULE 0 - ATTACHMENT 1
CONSULTANT'S HOURLY RATE SCHEDULE
Title
Hourly Rate
Project Manager 1
$230990
Project Manager 2
$249.62
Sr Project Manager
$299.55
Program Manager
$324.51
Engineer 1
$118957
Engineer 2
$137529
Engineer 3
$156901
Project Engineer 1
$174.74
Project Engineer 2
$212018
Sr Engineer 1
$274.58
Sr Engineer 2
$280982
Sr Engineer 3
$312.03
Architectural Technician
$68.65
Architectural Designer 1
$93.61
Architectural Designer 2
$106009
Architectural Designer 3
$162925
Architect 1
$168949
Architect 2
$180.98
Sr Architect 1
$224.66
Sr Architect 2
$249.62
Scientist 1
$93.61
Scientist 2
$118.57
Sr Scientist 1
$168.49
Sr Scientist 2
$205094
Sr Scientist 3
$262.10
Principal Scientist
$324.51
Construction Project Rep 1
$99.85
Construction Project Rep 2
$124.81
Construction Administrator
$112933
Construction Manager 1
$212.18
Construction Manager 2
$249.62
Survey Tech 1
$74.89
Survey Tech 2
$112.33
Survey Crew Chief
$124.81
Sr Land Surveyor
$193.46
CAD Technician 1
$81.13
CAD Technician 2
$93.61
CAD Technician 3
$118.57
CAD Designer
$137029
Sr CAD Designer 1
$162.25
Sr CAD Designer 2
$180998
CAD Director
$199.70
GIS Analyst 1
$87.37
GIS Analyst 2
$124981
Sr GIS Analyst
$137929
GIS Manager
$168.49
Project Assistant 1
$81.13
Project Assistant 2
$93.61
Project Administrator
$118.57
Sr Project Administrator
$143.53
Cq0
EXHIBIT 3
CAO
AFFIDAVIT REGARDING LABOR AND SERVICES
AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED
Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes, when a contract is executed, renewed, or extended between a
nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an
affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the
nongovernmental entity does not use coercion for labor or services.
Effective January 1, 2024, a governmental entity may not accept a bid on, a proposal for, or a reply to, or enter into, a contract with
an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the
government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet
any of the following criteria: (a) the entity is owned by the government of a foreign country of concern; (b) the government of a
foreign country of concern has a controlling interest in the entity; or (c) the entity is organized under the laws of or has its principal
place of business in a foreign country of concern.
Effective July 1, 2025, when an entity extends or renews a contract with a governmental entity which would grant the entity access
to an individual's personal identifying information, the entity must provide the governmental entity with an affidavit signed by an
officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs
(2)(a)-(c), § 287.138, Florida Statutes,
Nongovernmental Entity's Name:
Tetra Tech Inc.
Address:
10600 Chevrolet Way, Suite 102, Estero FL 33928
Phone Number:
239-390-1467
Authorized Representative's Name:
Jonathan C. Bundy
Authorized Representative's Title:
Vice President
Email Address:
ion.bundy@tetratech.com
A17 l/l� (T�Tama of A,itLinri�orl
penalty of perjury that Tetra Tech Inc. (Name of Nongovernmental Entity) does not: (1) use
coercion for labor or services as defined in § 787.06, Florida Statutes, and (2) the nongovernmental entity is not (a) owned by
a government of a foreign country of concern, (b) that a foreign country of concern does not have a controlling interest in the
entity, and (c) that the entity is not organized under the laws of or has its principal place of business in a foreign country of
concern, all as prohibited under § 287.138, Florida Statutes.
Under penalty of 'rjury, I declare that I have read the foregoing Affidavit and that the facts stated in it are true.
1 a9 1 L�
(Signatu of authorized representative) Date
STATE OF r�_
COUNTY OF
Sworn to (or affirmed) and subscribed before me, by means of O'physical presence or ❑online notarization this
day of�,,� ,� , 20 (Name of Affiant), who produced his Florida Driver's License as
Notary Public
Commission Expires �
Personally Known ®'OR Produced Identification ❑
Type of Identification Produced:
Notary Public State of Florida
l Pamela D. Harper
My Commission HH 377032
Expires 4/1/2027
c'�O
PROFESSIONAL SERVICES AGREEMENT
Contract # 19-7621
for
" Golden Gate Wastewater FOR and Infrastructure Improvements "
O C C NA ❑ N 9N��iwAe
THIS AGREEMENT is made and entered into this '&'.day of `L 20 20 by
and between the Board of County Commissioners for Collier County, Florida, a political
subdivision of the State of Florida (hereinafter referred to as the "COUNTY") and
Tetra Tech, Inc. authorized
to do business in the State of Florida, whose business address is
10600 Chevrolet Way, Suite 300, Estero, FL 33928 (hereinafter
referred to as the "CONSULTANT" and/or "CONTRACTOR").
WITNESSETH:
WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT
concerning Golden Gate Wastewater FOR and Infrastructure Improvements
(hereinafter referred to as the "Project"), said services being more fully described in Schedule A,
"Scope of Services", which is attached hereto and incorporated herein;
WHEREAS, the CONSULTANT has submitted a proposal for provision of those services;
and;
WHEREAS, the CONSULTANT represents that it has expertise in the type of professional
services that will be required for the Project.
NOW, THEREFORE, in consideration of the mutual covenants and provisions contained
herein, the parties hereto agree as follows:
ARTICLE ONE
CONSULTANT'S RESPONSIBILITY
1.1. CONSULTANT shall provide to COUNTY professional services in all phases of the Project
to which this Agreement applies.
1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the
Scope of Services described in detail in Schedule A. The total compensation to be paid
CONSULTANT by the COUNTY for all Basic Services is set forth in Article Five and Schedule B,
"Basis of Compensation", which is attached hereto and incorporated herein.
1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement
all such licenses as are required to do business in the State of Florida and in Collier County,
Page 1 of 32
PSA Single Project Agreement 2017.010 Ver.2
Florida, including, but not limited to, all licenses required by the respective state boards and other
governmental agencies responsible for regulating and licensing the professional services to be
provided and performed by the CONSULTANT pursuant to this Agreement.
1.4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a
professional service which, under Florida Statutes, requires a license, certificate of authorization
or other form of legal entitlement to practice such services, it shall employ and/or retain only
qualified personnel to provide such services to the COUNTY.
1.5. CONSULTANT designates Daniel Nelson, PE a quaed licensed
professional to serve as the CONSULTANT's project coordinator (hereinafter referred to as the
"Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of
the CONSULTANT with respect to directing, coordinating and administering all aspects of the
services to be provided and performed under this Agreement. Further, the Project Coordinator
has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating
to this Agreement. The CONSULTANT agrees that the Project Coordinator shall devote whatever
time is required to satisfactorily manage the services to be provided and performed by the
CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from
the Project without the COUNTY's prior written approval, and if so removed must be immediately
replaced with a person acceptable to the COUNTY.
1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request
from the COUNTY to promptly remove and replace the Project Coordinator, or any other
personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors
or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT
to provide and perform services or work pursuant to the requirements of this Agreement, said
request may be made with or without cause. Any personnel so removed must be immediately
replaced with a person acceptable to the COUNTY.
1.7. The CONSULTANT represents to the COUNTY that it has expertise in the type of
professional services that will be performed pursuant to this Agreement and has extensive
experience with projects similar to the Project required hereunder. The CONSULTANT agrees
that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to
the COUNTY's review and approval and shall be in accordance with the generally accepted
standards of professional practice in the State of Florida, as well as in accordance with all
applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and
requirements of any governmental agencies, and the Florida Building Code where applicable,
which regulate or have jurisdiction over the Services to be provided and performed by
CONSULTANT hereunder, the Local Government Prompt Payment Act (218,735 and 218.76
F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those
contractual requirements at F.S. § 119.0701(2)(a).(b) as stated as follows:
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT:
Page 2 of 32
PSA Single Project Agreement 2017.010 Ver.2
Communication and Customer Relations Division
3299 Tamiami Trail East, Suite 102
Naples, FL 34112=5746
Telephone: (239) 252-8383
The Contractor must specifically comply with the Florida Public Records Law to:
1. Keep and maintain public records required by the public agency to perform the
service.
2. Upon request from the public agency's custodian of public records, provide the
public agency with a copy of the requested records or allow the records to be
inspected or copied within a reasonable time at a cost that does not exceed the cost
provided in this chapter or as otherwise provided by law.
3. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for
the duration of the contract term and following completion of the contract if the
Contractor does not transfer the records to the public agency.
4. Upon completion of the contract, transfer, at no cost, to the public agency all public
records in possession of the Contractor or keep and maintain public records
required by the public agency to perform the service. If the Contractor transfers all
public records to the public agency upon completion of the contract, the Contractor
shall destroy any duplicate public records that are exempt or confidential and
exempt from public records disclosure requirements. If the Contractor keeps and
maintains public records upon completion of the contract, the Contractor shall meet
all applicable requirements for retaining public records. All records stored
electronically must be provided to the public agency, upon request from the public
agency's custodian of public records, in .a format that is compatible with the
information technology systems of the public agency.
If Contractor observes that the Contract Documents are at variance therewith, it shall promptly
notify the County in writing. Failure by the Contractor to comply with the laws referenced herein
shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally
terminate this Agreement immediately.
1.8. In the event of any conflicts in these requirements, the CONSULTANT shall notify the
COUNTY of such conflict and utilize its best professional judgment to advise the COUNTY
regarding resolution of each such conflict. The COUNTYS approval of the design documents in
no way relieves CONSULTANT of its obligation to deliver complete and accurate documents
necessary for successful construction of the Project.
1.9. The COUNTY reserves the right to deduct portions of the (monthly) invoiced (task) amount
for the following: Tasks not completed within the expressed time frame, including required
deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or
federal requirements and/or codes and ordinances applicable to CONSULTANT's performance
of the work as related to the project. This list is not deemed to be all-inclusive, and the COUNTY
reserves the right to make sole determination regarding deductions. After notification of
deficiency, if the CONSULANT fails to correct the deficiency within the specified timeframe, these
funds would be forfeited by the CONSULTANT. The COUNTY may also deduct or charge the
Page 3 of 32
PSA Single Project Agreement 2017.010 Ver.2
CONSULTANT for services and/or items necessary to correct the deficiencies directly related to
the CONSULTANT's non-performance whether or not the COUNTY obtained substitute
performance.
1.10. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or
organization, without the COUNTY's prior written consent, or unless incident to the proper
performance of the. CONSULTANT'S obligations hereunder, or in the course of judicial or
legislative proceedings where such information has been properly subpoenaed, any non-public
information concerning the services to be rendered by CONSULTANT hereunder, and
CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to
comply with the provisions of this paragraph. CONSULTANT shall provide the COUNTY prompt
written notice of any such subpoenas.
1.11. As directed by the COUNTY, all plans and drawings referencing a specific geographic area
must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in
the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should
either reference specific established Survey Monumentation, such as Certified Section Corners
(Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK (Real -
Time Kinematic) GPS Network as provided by the COUNTY. Information layers shall have
common naming conventions (i.e. right-of-way - ROW, centerlines - CL, edge -of -pavement - EOP,
etc.), and adhere to industry standard CAD specifications.
ARTICLE TWO
ADDITIONAL SERVICES OF CONSULTANT
2.1. If authorized in writing by the COUNTY through a Change Order or Amendment to this
Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types
listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional
Services shall be set forth in the Change Order or Amendment authorizing those Additional
Services. With respect to the individuals with authority to authorize Additional Services under this
Agreement, such authority will be as established in the COUNTY's Procurement Ordinance and
Procedures in effect at the time such services are authorized. These services will be paid for by
the COUNTY as indicated in Article Five and Schedule B. Except in an emergency endangering
life or property, any Additional Services must be approved in writing via a Change Order or an
Amendment to this Agreement prior to starting such services. The COUNTY will not be
responsible for the costs of Additional Services commenced without such express prior written
approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i)
a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by
CONSULTANT that such Work is not additional but rather a part of the Basic Services required
of CONSULTANT hereunder. If the COUNTY determines that a change in the Agreement is
required because of the action taken by CONSULTANT in response to an emergency, an
Amendment shall be issued to document the consequences of the changes or variations, provided
that CONSULTANT has delivered written notice to the COUNTY of the emergency within forty-
eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure
to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT's right it
otherwise may have had to seek an adjustment to its compensation or time of performance under
this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic
Services, shall be Additional Services:
Page 4 of 32
PSA Single Project Agreement 2017.010 Ver.2
2.2. Preparation of applications and supporting documents (except those already to be
furnished under this Agreement) for private or governmental grants, loans, bond issues or
advances in connection with the Project.
2.3. Services resulting from significant changes in the general scope, extent or character of the
Project or its design including, but not limited to, changes in size, complexity, the COUNTY's
schedule or character of construction; and revising studies, reports, design documents or Contract
Documents previously accepted by the COUNTY when such revisions are required by changes
in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably
anticipated prior to the preparation of such studies, reports or documents, or are due to any other
causes beyond CONSULTANT's control and fault.
2.4. Providing renderings or models for the COUNTY's use.
2.5. Investigations and studies involving detailed consideration of operations, maintenance and
overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations,
rate schedules and appraisals; and evaluating processes available for licensing and assisting the
COUNTY in obtaining such process licensing.
2.6. Furnishing services of independent professional associates and consultants for other than
the Basic Services to be provided by CONSULTANT hereunder.
2.7. Services during travel outside of Collier and Lee Counties required of CONSULTANT and
directed by the COUNTY, other than visits to the Project site or the COUNTY's office.
2.8. Preparation of operating, maintenance and staffing manuals, except as otherwise provided
for herein.
2.9. Preparing to serve or serving as a CONSULTANT or witness for the COUNTY in any
litigation, or other legal or administrative proceeding, involving the Project (except for assistance
in consultations which are included as part of the Basic Services to be provided herein).
2.10. Additional services rendered by CONSULTANT in connection with the Project, not
otherwise provided for in this Agreement or not customarily furnished in Collier County as part of
the Basic Services in accordance with generally accepted professional practice.
ARTICLE THREE
THE COUNTY'S RESPONSIBILITIES
3.1. The COUNTY shall designate in writing a project manager to act as the COUNTY's
representative with respect to the services to be rendered under this Agreement (hereinafter
referred to as the "Project Manager"). The Project Manager shall have authority to transmit
instructions, receive information, interpret and define the COUNTY's policies and decisions with
respect to CONSULTANT's services for the Project. However, the Project Manager is not
authorized to issue any verbal or written orders or instructions to the CONSULTANT that would
have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever:
Page 5 of 32
PSA Single Project Agreement 20I7.010 Ver.2
a. The scope of services to be provided and performed by the CONSULTANT hereunder;
b. The time the CONSULTANT is obligated to commence and complete all such services;
or
c. The amount of compensation the COUNTY is obligated or committed to pay the
CONSULTANT.
3.2. The Project Manager shall:
a. Review and make appropriate recommendations on all requests submitted by the
CONSULTANT for payment for services and work provided and performed in
accordance with this Agreement;
b. Provide all criteria and information requested by CONSULTANT as to the COUNTY 's
requirements for the Project, including design objectives and constraints, space,
capacity and performance requirements, flexibility and expandability, and any
budgetary limitations;
c. Upon request from CONSULTANT, assist CONSULTANT by placing at
CONSULTANT's disposal all available information in the COUNTY's possession
pertinent to the Project, including existing drawings, specifications, shop drawings,
product literature, previous reports and any other data relative to the Project;
J. Arrange for access to and make all provisions for CONSULTANT to enter the Project
site to perform the services to be provided by CONSULTANT under this Agreement;
and
e. Provide notice to CONSULTANT of any deficiencies or defects discovered by the
COUNTY with respect to the services to be rendered by CONSULTANT hereunder.
ARTICLE FOUR
TIME
4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the
execution of this Agreement upon written Notice to Proceed from the COUNTY for all or any
designated portion of the Project and shall be performed and completed in accordance with the
Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of
the essence with respect to the performance of this Agreement.
4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its
services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due
to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of
government or of the COUNTY, fires, floods, epidemics, quarantine regulations, strikes or
lock -outs, then CONSULTANT shall notify the COUNTY in writing within five (5) working days
after commencement of such delay, stating the specific cause or causes thereof, or be deemed
to have waived any right which CONSULTANT may have had to request a time extension for that
specific delay.
4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or
progress of CONSULTANT's services from any cause whatsoever, including those for which the
COUNTY may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform
or give rise to any right to damages or additional compensation from the COUNTY.
CONSULTANT's sole remedy against the COUNTY will be the right to seek an extension of time
to its schedule provided, however, the granting of any such time extension shall not be a condition
Page 6 of 32
PSA Single Project Agreement 2017.010 Ver.2
precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall
expressly apply to claims for early completion, as well as claims based on late completion.
Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided
hereunder have been delayed for a total of 180 calendar days, CONSULTANT's compensation
shall be equitably adjusted, with respect to those services that have not yet been performed, to
reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such
delays.
4.4. Should the CONSULTANT fail to commence, provide, perform or complete any of the
services to be provided hereunder in a timely manner, in addition to any other rights or remedies
available to the COUNTY hereunder, the COUNTY at its sole discretion and option may withhold
any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT
resumes performance of its obligations hereunder in such a manner so as to reasonably establish
to the COUNTY's satisfaction that the CONSULTANT's performance is or will shortly be back on
schedule.
4.5. In no event shall any approval by the COUNTY authorizing CONSULTANT to continue
performing Work under this Agreement or any payment issued by the COUNTY to CONSULTANT
be deemed a waiver of any right or claim the COUNTY may have against CONSULTANT for delay
or any other damages hereunder.
ARTICLE FIVE
COMPENSATION
5.1. Compensation and the manner of payment of such compensation by the COUNTY for
services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled
"Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager,
or designee, reserves the right to utilize any of the following Price Methodologies:
•
Time and Materials: The COUNTY agrees to pay the contractor for the amount of labor
time spent by the CONSULTANT's employees and subcontractors to perform the work (number
of hours times hourly rate), and for materials and equipment used in the project (cost of materials
plus the contractor's mark-up). This methodology is generally used in projects in which it is not
possible to accurately estimate the size of the project, or when it is expected that the project
requirements would most likely change. As a general business practice, these contracts include
back-up documentation of costs; invoices would include number of hours worked and billing rate
by position (and not company (or subcontractor) timekeeping or payroll records), material or
equipment invoices, and other reimbursable documentation for the project.
52 The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall
Page 7 of 32
PSA Single Project Agreement 2017.010 Ver.2
ARTICLE SIX
THE OWNERSHIP OF DOCUMENTS
6.1. Upon the completion or termination of this Agreement, as directed by the o Oment ,
CONSULTANT shall deliver to the COUNTY copies or originals of all records,
drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations,
reports and other technical data, other than working papers, prepared or developed by or for
specify
CONSULTANT under this Agreement ("Project Dmentseare )to be del veredpbyllCONSULTANTr
the originals or copies of such Project Doc the
CONSULTANT shall be solely responsible for all con expsociaed pense, may, retain Icopies oof the Project
NTY
ANT, at its owoje t
the Project Documents. CONSULT
Documents for its files and internal use. the
6.2. Notwithstanding anything in this Agreement to the contrary and without requiring
ONSULTANT hereby grants to the COUNTY a
COUNTY to pay any additional compensation, C
nonexclusive, irrevocable license in all of the Project Documents at i has full right hand a0uthor ty to grant this
UNTY's use on this
Project. CONSULTANT warrants to the COUNT
license to the COUNTY. Further, CONSULTANT consents to the COUNTY's use of the Project
Documents to complete the Project following CONoS renovations of the termination for
Project,ny reason or to
CONSULTANT
perform additions to or remodeling, replacement
also acknowledges the COUNTY may be making consents to sProjectDu�huuse by the ICOUNTYreview and
information to various third parties and hereby cons
ARTICLE SEVEN
MAINTENANCE OF RECORDS
orting
7,1. CONSULTANT will keep adequate records and suppdocumentation which concern
or reflect its services hereunder. The records a the date of termination and documentation lof this Agreement
CONSULTANT for a minimum of five (5) years from ( )
or (b) the date the Project is completed, whichever is later, rresentativessuch later d otf e as may be the COUNTYashalld
by law. The COUNTY, or any duly authorized agents or p
free of charge, have the right to audit, inspeciodnof this Ag Bement andrecords
dur� g the fivet(5) year
often as they deem necessary during the per provided, however, such activity
period noted above, or such later date as may be required by law; p
shall be conducted only during normal business hours.
ARTICLE EIGHT
INDEMNIFICATION
8.1. To the maximum extent permitted by Florida law, CONSULTANT shall defend, indemnify
damages,
and hold harmless the COUNTY, its officers
to reasonable empable attorneys' feesdanld Iparlalegals' fees, to
losses and costs, including, but not limitedof
the extent caused by the negligence, recklessn esCONSULTANTanI the peor intentionly rformance oftthis
CONSULTANT or anyone employed or utilized by the
Agreement. This indemnification obligation shall not
construed
to an�ndemnefied pagty or person
e or reduce
any other rights or remedies which otherwise may be available
described in this paragraph.
Page 8 of 32
PSA Single Project Agreement 2017.010 Ver.2
This section does not pertain to any incident arising from the sole negligence of Collier County.
8.1.1. The duty to defend under this Article 8 is independent and separate from the duty
to indemnify, and the duty to defend exists regardless of any ultimate liability of the
CONSULTANT, the COUNTY and any indemnified party. The duty to defend arises immediately
upon presentation of a claim by any party and written notice of such claim being provided to
CONSULTANT. The CONSULTANT's obligation to indemnify and defend under this Article 8 will
survive the expiration or earlier termination of this Agreement until it is determined by final
judgment that an action against the COUNTY or an indemnified party for the matter indemnified
hereunder is fully and finally barred by the applicable statute of limitations.
8.1.2. To the extent that the Agreement that the work pertains to is a "Professional Services
Contract" as defined in Section 725.08(3), Florida Statutes, and the CONSULTANT is a
'Design Professional" �as defined in Section 725.08(4), Florida Statutes, the indemnification
provided herein shall be limited as provided in Sections 725.08(1) & (2), Florida Statutes.
ARTICLE NINE
INSURANCE
9.1. CONSULTANT shall obtain and carry, at all times during its performance under the
Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this
Agreement.
9.2. All insurance shall be from responsible companies duly authorized to do business in the
State of Florida.
9.3. All insurance policies required by this Agreement shall include the following provisions
and conditions by endorsement to the policies:
9.3.1. All insurance policies, other than the Business Automobile policy, Professional
Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet
the requirements of this Agreement shall name Collier County Board of County
Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier
County Government, as an additional insured as to the operations of CONSULTANT under
this Agreement and shall contain a severability of interests' provisions.
9.3.2. Companies issuing the insurance policy or policies shall have no recourse against
the COUNTY for payment of premiums or assessments for any deductibles which all are
at the sole responsibility and risk of CONSULTANT.
9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self-
insurance program carried by the COUNTY applicable to this Project, and the "Other
Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any
insurance or self-insurance program carried by the COUNTY applicable to this Project.
9.3.4. The Certificates of Insurance must read: For any and all work performed on
behalf of Collier County, or reference this contract number.
Page 9 of 32
PSA Single Project Agreement 2017.010 Ver.2
O
9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall
be construed in accordance with the laws of the State of Florida.
9.4. CONSULTANT, its subconsultants and the COUNTY shall waive all rights against each
other for damages covered by insurance to the extent insurance proceeds are paid and received
by the COUNTY, except such rights as they may have to the proceeds of such insurance held by
any of them.
9.5. All insurance companies from whom CONSULTANT obtains the insurance policies
required hereunder must meet the following minimum requirements:
9.5.1. The insurance company must be duly licensed and authorized by the Department
of Insurance of the State of Florida to transact the appropriate insurance business in the
State of Florida.
9.5.2. The insurance company must have a current A. M. Best financial rating of "Class
VI" or higher.
ARTICLE TEN
SERVICES BY CONSULTANT'S OWN STAFF
10.1. The services to be performed hereunder shall be performed by CONSULTANT's own staff,
unless otherwise authorized in writing by the COUNTY. The employment of, contract with, or use
of the services of any other person or firm by CONSULTANT, as independent consultant or
otherwise, shall be subject to the prior written approval of the COUNTY. No provision of this
Agreement shall, however, be construed as constituting an agreement between the COUNTY and
any such other person or firm. Nor shall anything in this Agreement be deemed to give any such
party or any third party any claim or right of action against the COUNTY beyond such as may then
otherwise exist without regard to this Agreement.
10.2. Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign
to the Project to perform the Services required hereunder. Such personnel shall be committed to
this Project in accordance with the percentages noted in Schedule F. All personnel, identified in
Schedule F shall not be removed or replaced without the COUNTY's prior written consent.
10.3. CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors.
By appropriate written agreement, the CONSULTANT shall require each subconsultant or
subcontractor, to the extent of the Services to be performed by the subconsultant or
subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume
toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by
this Agreement, assumes toward the COUNTY. Each subconsultant or subcontract agreement
shall preserve and protect the rights of the COUNTY under this Agreement with respect to the
Services to be performed by the subconsultant or subcontractor so that the sub consulting or
subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall
require each subconsultant or subcontractor to enter into similar agreements with its sub-
subconsultants or sub -subcontractors.
10.4. CONSULTANT acknowledges and agrees that the COUNTY is a third -party beneficiary of
each contract entered into between CONSULTANT and each subconsultant or subcontractor,
however nothing in this Agreement shall be construed to create any contractual relationship
Page 10 of 32
PSA Single Project Agreement 2017.010 Ver.2
between the COUNTY and any subconsultant or subcontractor. Further, all such contracts shall
provide that, at the COUNTY's discretion, they are assignable to the COUNTY upon any
termination of this Agreement.
ARTICLE ELEVEN
WAIVER OF CLAIMS
11.1. CONSUL I AN I s acceptance of final payment shall constitute a full waiver of any and all
claims, except for insurance company subrogation claims, by it against the COUNTY arising out
of this Agreement or otherwise related to the Project, and except those previously made in writing
in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at
the time of the final payment. Neither the acceptance of CONSULTANT's services nor payment
by the COUNTY shall be deemed to be a waiver of any of the COUNTY's rights against
CONSULTANT.
ARTICLE TWELVE
TERMINATION OR SUSPENSION
12.1. CONSULTANT shall be considered in material default of this Agreement and such default
will be considered cause for the COUNTY to terminate this Agreement, in whole or in part, as
further set forth in this section, for any of the following reasons: (a) CONSULTANT's failure to
begin services under the Agreement within the times specified under the Notice(s) to Proceed, or
(b) CONSULTANT's failure to properly and timely perform the services to be provided hereunder
or as directed by the COUNTY, or (c) the bankruptcy or insolvency or a general assignment for
the benefit of creditors by CONSULTANT or by any of CONSULTANT's principals, officers or
directors, or (d) CONSULTANT Is failure to obey any laws, ordinances, regulations or other codes
of conduct, or (e) CONSULTANT's failure to perform or abide by the terms and conditions of this
Agreement, or (f) for any other just cause. The COUNTY may so terminate this Agreement, in
whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the
material default.
12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it
is determined for any reason that CONSULTANT was not in default, or that its default was
excusable, or that the COUNTY otherwise was not entitled to the remedy against CONSULTANT
provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1
shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and
CONSULTANT's remedies against the COUNTY shall be the same as and be limited to those
afforded CONSULTANT under paragraph 12.3, below.
12.3. The COUNTY shall have the right to terminate this Agreement, in whole or in part, without
cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such
termination for convenience, CONSULTANT'S recovery against the COUNTY shall be limited to
that portion of the fee earned through the date of termination, together with any retainage withheld
and any costs reasonably incurred by CONSULTANT that are directly attributable to the
termination, but CONSULTANT shall not be entitled to any other or further recovery against the
COUNTY, including, but not limited to, anticipated fees or profits on work not required to be
performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably
possible.
Page 11 of 32
PSA Single Project Agreement 2017.010 Ver.2
12.4. Upon termination and as directed by the COUNTY, the CONSULTANT shall deliver to the
COUNTY all original papers, records, documents, drawings, models, and other material set forth
and described in this Agreement, including those described in Article 6, that are in
CONSULTANT's possession or under its control.
12.5. The COUNTY shall have the power to suspend all or any portions of the services to be
provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior
written notice of such suspension. If all or any portion of the services to be rendered hereunder
are so suspended, the CONSULTANT's sole and exclusive remedy shall be to seek an extension
of time to its schedule in accordance with the procedures set forth in Article Four herein.
12.6. In the event (i) the COUNTY fails to make any undisputed payment to CONSULTANT
within forty-five (45) days after such payment is due or such other time as required by Florida's
Prompt Payment Act or (ii) the COUNTY otherwise persistently fails to fulfill some material
obligation owed by the COUNTY to CONSULTANT under this Agreement, and (ii) the COUNTY
has failed to cure such default within fourteen (14) days of receiving written notice of same from
CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such
default is cured, after giving THE COUNTY a second fourteen (14) days written notice of
CONSULTANT's intention to stop performance under the Agreement. If the Services are so
stopped for a period of one hund-red and twenty (120) consecutive days through no act or fault of
the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other
persons performing portions of the Services under contract with the CONSULTANT, the
CONSULTANT may terminate this Agreement by giving written notice to the COUNTY of
CONSULTANT's intent to terminate this Agreement. If the COUNTY does not cure its default
within fourteen (14) days after receipt of CONSULTANT's written notice, CONSULTANT may,
upon fourteen (14) additional days' written notice to the COUNTY, terminate the Agreement and
recover from the COUNTY payment for Services performed through the termination date, but in
no event, shall CONSULTANT be entitled to payment for Services not performed or any other
damages from the COUNTY.
ARTICLE THIRTEEN
TRUTH IN NEGOTIATION REPRESENTATIONS
13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company
or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure
this Agreement and that CONSULTANT has not paid or agreed to pay any person, company,
corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT,
any fee, commission, percentage, gift or any other consideration contingent upon or resulting from
the award or making of this Agreement.
13.2. ❑ CCNA Projects: In accordance with provisions of Section 287.055, (5)(a), Florida
Statutes, the CONSULTANT agrees to execute the required Truth -In -Negotiation Certificate,
attached hereto and incorporated herein as Schedule E, certifying that wage rates and other
factual unit costs supporting the compensation for CONSULTANT's services to be provided under
this Agreement are accurate, complete and current at the time of the Agreement. The
CONSULTANT agrees that the original Agreement price and any additions thereto shall be
adjusted to exclude any significant sums by which the COUNTY determines the Agreement price
was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit
costs. All such adjustments shall be made within one (1) year following the end of this Agreement.
Page 12 of 32
PSA Single Project Agreement 2017.010 Vec2
ARTICLE FOURTEEN
CONFLICT OF INTEREST
14.1. CONSULTANT represents that it presently has no interest and
either direct or indirect, which would conflict in any manner with the
required hereunder. CONSULTANT further represents that no persons
shall be employed to perform those services.
ARTICLE FIFTEEN
MODIFICATION
shall acquire no interest,
per of services
having any such interest
15.1. No mocation or change in this Agreement shall be valid or binding upon either party
unless in writing and executed by the party or parties intended to be bound by it.
ARTICLE SIXTEEN
NOTICES AND ADDRESS OF RECORD
16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT
to the COUNTY shall be in writing and shall be delivered by hand, email, or by United States
Postal Service Department, first class mail service, postage prepaid, addressed to the following
the COUNTY's address of record:
Board of County Commissioners for Collier County, Florida
Division Name:
Division Director:
Address:
Administrative Agent/PM:
Telephone:
E-Mail(s).
Engineering and Project Management Division
Tom Chmelik
3339 East Tamiami Trail
Naples, Florida 34112
Corinne Trtan, Project Manager
(239) 2520"4233
Corinne Trtan()colliercountyfl.gov
16.2. All notices required or made pursuant to this Agreement to be given by the COUNTY to
the CONSULTANT shall be made in wrng and shall be delivered by hand, email or by the United
States Postal Service Department, first class mail service, postage prepaid, addressed to the
following CONSULTANT's address of record:
Company Name: Tetra Tech Inc.
Address: 10600 Chevrolet Way, Suite 300
Estero FL 33928
Attention Name &Title: Daniel Nelson PE Vice President
Telephone: (239) 390-1467
E-Mail(s)a Danny. Nelsonptetratech.com
Page 13 of 32
PSA Single Project Agreement 2017.010 Ver.2
FM
16.3. Either party may change its address of record by written notice to the other party given in
accordance with requirements of this Article.
ARTICLE SEVENTEEN
MISCELLANEOUS
17.1. CONSULTANT, in representing the COUNTY, shall promote the best interests of the
COUNTY and assume towards the COUNTY a duty of the highest trust, confidence, and fair
dealing.
17.2. No mocation, waiver, suspension or termination of the Agreement or of any terms
thereof shall impair the rights or liabilities of either party.
17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by
CONSULTANT without the prior written consent of the COUNTY.
17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed
to be a waiver of any other breach and shall not be construed to be a modification of the terms of
this Agreement.
17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this
Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or
change the provisions in such Articles, Schedules, Parts and Attachments.
17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes
the entire agreement between the parties hereto and shall supersede, replace and nullify any and
all prior agreements or understandings, written or oral, relating to the matter set forth herein, and
any such prior agreements or understanding shall have no force or effect whatever on this
Agreement.
17.7. Unless otherwise expressly noted herein, all representations and covenants of the parties
shall survive the expiration or termination of this Agreement.
17.8. This Agreement may be simultaneously executed in several counterparts, each of which
shall be an original and all of which shall constitute but one and the same instrument.
17.9. The terms and conditions of the following Schedules attached hereto are by this reference
incorporated herein:
Schedule A SCOPE OF SERVICES
Schedule B BASIS OF COMPENSATION
Schedule C PROJECT MILESTONE SCHEDULE
Schedule D INSURANCE COVERAGE
0 Schedule E CCNA Projects: TRUTH IN NEGOTIATION CERTIFICATE
Schedule F KEY PERSONNEL
Schedule G Other: n/a
Solicitation # 19-7621 including all Attachment(s), Exhibit(s) & Addendum
Consultant's Proposal
Page 14 of 32
PSA Single Project Agreement 2017.010 Ver.2
. v. _IMP
.
.. .. .. .. �. 3 33 .}..
Mmmmm
JIRO
------------
3-......fillbu
-_ Y
SIZI
12
Wror
17.11. Applicability. Sections corresponding to any checked box ( )expressly apply to the
terms of this Agreement.
ARTICLE EIGHTEEN
APPLICABLE LAW
18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of
Florida, and by such laws, rules and regulations of the United States as made applicable to
services funded by the United States government. Any suit or action brought by either party to
this Agreement against the other party relating to or arising out of this Agreement must be brought
in the appropriate federal or state courts in Collier County, Florida, which courts have sole and
exclusive jurisdiction on all such matters.
ARTICLE NINETEEN
SECURING AGREEMENT/PUBLIC ENTITY CRIMES
19.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company
or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure
this Agreement and that CONSULTANT has not paid or agreed to pay any person, company,
corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT,
any fee, commission, percentage, gift or any other consideration contingent upon or resulting from
the award or making of this Agreement. 0 At the time this Agreement is executed,
CONSULTANT shall sign and deliver to the COUNTY the Truth -In -Negotiation Certificate
identified in Article 13 and attached hereto and made a part hereof as Schedule E.
CONSULTANT's compensation shall be adjusted to exclude any sums by which the COUNTY
determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage
rates and other factual unit costs.
19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed
by the COUNTY of and is in compliance with the terms of Section 287.133(2)(a) of the Florida
Statutes which read as follows:
"A person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a bid, proposal,
or reply on a contract to provide any goods or services to a public entity; may
not submit a bid, proposal, or reply on a contract with a public entity for the
construction or repair of a public building or public work; may not submit bids,
proposals, or replies on leases of real property to a public entity, may not be
awarded or perform work as a contractor, supplier, subcontractor, or
Page 15 of 32
PSA Single Project Agreement 2017.010 Ver.2
consultant under a contract with any public entity; and may not transact
business with any public entity in excess of the threshold amount provided in
s. 287.017 for CATEGORY TWO for a period of 36 months following the date
of being placed on the convicted vendor list."
ARTICLE TWENTY
DISPUTE RESOLUTION
20.1. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve
disputes between the parties, the parties shall make a good faith effort to resolve any such
disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT
with full decision -making authority and by the COUNTY's staff person who would make the
presentation of any settlement reached during negotiations to the COUNTY for approval. Failing
resolution, and prior to the commencement of depositions in any litigation between the parties
arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation
before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation
shall be attended by representatives of CONSULTANT with full decision -making authority and by
the COUNTY's staff person who would make the presentation of any settlement reached at
mediation to the COUNTY's board for approval. Should either party fail to submit to mediation as
required hereunder, the other party may obtain a court order requiring mediation under section
44.102, Fla. Stat.
20.2. Any suit or action brought by either party to this Agreement against the other party relating
to or arising out of this Agreement must be brought in the appropriate federal or state courts in
Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters.
ARTICLE TWENTY-ONE
IMMIGRATION LAW COMPLIANCE
21.1. By executing and entering into this agreement, the CONSULTANT is formally
acknowledging without exception or stipulation that it is fully responsible for complying with the
provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seg•
and regulations relating thereto, as either may be amended. Failure by the CONSULTANT to
comply with the laws referenced herein shall constitute a breach of this agreement and the
COUNTY shall have the discretion to unilaterally terminate this Agreement immediately.
Page 16 of 32
PSA Single Project Agreement 2017.010 Ver.2
IN WITNESS WHEREOF, the parties hereto have executed this Professional Services
Agreement the day and year first written above.
ATTEST:
Crystal I<. Kinzel, Clerk of Courts &
Comptlglletif
B
Da;te�'"'�'�
`��ignature only,
Apayrned a$ to FUgn ald Legality:
Dep�i'�y County Attorney
Scott R. Reach
Name
Consultant's Witnesses:
Witness
James Warner -Pro
Name and T' e
Manager
Witness
Burl Reardon -Project Manager
Name and Title
BOARD OF COUNTY COMMISSIONERS FOR
COLLIER COUNTY, FLORIDA
By:
Burt L. SCAUnderS Chairman
Consultant:
Tetra Tech, Ir
By:
ce E. Jenkins -Vice President
Name and Title
Page 17 of 32
PSA Single Project Agreement 2017.010 Ver.2
vJ O
SCHEDULE A
SCOPE Or SERVICES
65
❑ following this page (pages through )
Page 18 of 32
PSA Single Project Agreement 2017.010 Ver.2
COLLIER COUNTY CONTRACT #19-7621
GOLDEN GATE WASTEWATER FOR AND INFRASTRUCTURE IMPROVEMENTS
SCOPE OF SERVICES
I. PROJECT QESCRIPTlON
In March of 2018, the Collier COUNTY Water -Sewer District (CCWSD) completed the acquisition of the Golden Gate
Utility System from the Florida Governmental Utility Authority. The wastewater system consists of 36 miles of sewer
mains, 28 lift stations and 437 manholes along with a domestic wastewater treatment plant. The Golden Gate
Wastewater Treatment Plant (WWTP) is permitted by the Florida Department of Environmental Protection (FDEP)
as a 1,5 million gallons per day (MGD) facility using the Modified Ludzack Ettinger (MLE) treatment process for partial
nitrogen removal. The WWTP was most recently expanded in 2008 and includes three (3) ring steel process tanks to
house the flow equalization; biological treatment; clarification; disinfection; and digester facilities.
Recognizing the need to better understand the existing infrastructure and to make necessary improvements, the
COUNTY has requested specific services be performed. Provided below is a description of the proposed projects
followed by a scope of services required to perform each of these projects.
Task 1— Migh Level Disinfection improvements
As part of the recent decommissioning of the Golden Gate Water Treatment Plant (WTP), the Florida
Department of Environmental Protection (FDEP) has placed a requirement for the WWTP to increase its
treatment level to include high level disinfection, which is required to be in -place and operational by March 31,
2022. (Prior to the decommissioning of the WTP, the concentrate from the WTP was delivered to and blended
with the WWTP effluent and injected into the deep injection well.) With the elimination of the concentrate
application, FDEP regulations require the increase to high level disinfection. For existing plants where high level
disinfection is required, Rule 62-600.440(6) of the Florida Administrative Code (F.A.C.) requires a minimum
chlorine residual of 1.0 milligrams per liter (mg/L) be maintained at all times, with a minimum contact times of
15 minutes at peak hourly flow. (Note that for new treatment plants or for plant expansions, the minimum
requirements for disinfection level are increased from this requirement, however that rule does not apply to
the current requirement. At such point that the COUNTY decides to proceed with the treatment expansion (as
defined under Task 4) the requirements will change, which essentially will change the required size of the
chlorine contact basin.)
To accomplish the current requirements (15 minutes of contact time), a new cloth filtration system, a new free-
standing chlorine contact basin and reject storage will need to be constructed. It is anticipated that reject
storage will be accomplished through either conversion of one of the on -site effluent storage ponds to a lined
reject pond, or through the addition of a ground storage tank. As the existing chlorine contact basin is located
within the existing ring steel package plant, there is no room for an expansion without constructing a new free-
standing basin. Flow would continue to enter the current chlorine contact basin, however, rather than flowing
to the effluent pumping station (used to pump the effluent to the deep injection well), the piping to the effluent
pump station will need to be intercepted and redirected to the proposed, larger chlorine contact basin. From
the new basin, effluent can be redirected back to the effluent pump station for injection into the deep injection
well. As the existing chlorine contact basin is elevated above -grade within the ring steel plant, it is estimated
that the new chlorine contact basin can be operated using gravity flow. We do not anticipate the use of
mechanical pumps as a requirement to redirect effluent to the effluent pump station. In addition to the piping
A-1
and chlorine contact basin improvements, and to demonstrate compliance with the minimum treatment level
of 1,0 mg/L, a continuous chlorine residual analyzer is anticipated to be required. The analyzer will be set to
deliver a signal for recording of the chlorine residual level and to notify the COUNTY in the event that the
minimum requirement is not met, The resultant total suspended solids (TSS) needs to be less than 5 mg/L. Task
1 is Priority 1 allowing for final FDEP operational approval by March 31, 2022.
as 2 —Comprehensive Golden Gate Wastewafier Master Plan
In order to full understand the extent of the existing system and its condition, the COUNTY desires to perform
a system analysis and to develop a comprehensive master plan to address current deficiencies and
improvements which may be required to meet future growth and expansion of service to existing residences
within the service area who are currently not customers, but rather remain on private septic tank systems, Prior
to acquisition of the existing system, the COUNTY previously commissioned for an evaluation of the existing
system which will be utilized to assist in the master plan development. As part of the master planning effort,
the COUNTY has identified the goal to:
• Identify and analyze the Golden Gate Wastewater System
• Describe the Service Level Goals for the system
• Project wastewater collection and treatment demand for the 5-year, 10-and 20-year planning
horizon
• Evaluate the Wastewater System and identify deficiencies
Evaluate the Wastewater Treatment System and identify deficiencies
• Identifying any regulatory concerns for the collection and treatment systems
• Analyze available engineering alternatives for maintenance and system improvements
• Prioritize and recommend the rehabilitation program for wastewater facilities.
As part of the master planning effort, hydraulic modeling of the system will be performed, To support the
hydraulic modeling, field efforts including pressure monitoring and flow testing of pump stations is anticipated
to be performed. In addition, to support the overall condition evaluation, it is anticipated that video
inspections and smoke testing will be performed. Video inspections will be documented in accordance with
the National Association of Sewer Service Corporation (NASSCO) guidelines.
In addition to the Golden Gate City area, the master planning effort will review the Activity Center 9 area
which is anticipated to contribute wastewater flow to the Golden Gate wastewater system. This effort will be
performed by subconsultant Johnson Engineering, Inc. (JEI).
Task 3 —New Master Pump Station
The COUNTY has indicated that a new Master Pump Station and force main system will be necessary in order to
transfer wastewater flow to the existing 20-inch force main located within the Santa Barbara Boulevard right-
of-way. From here, wastewater can be directed to either the North COUNTY Water Reclamation Facility
(NCWRF), the South COUNTY Water Reclamation Facility (SCWRF) or the Northeast Water Reclamation Facility
(NEWRF). For this effort, it is estimated that up to two (2) miles of a 20-inch (or smaller) force main will be
included to transfer flow to the 20-inch Santa Barbara force main.
The proposed master pump station will be designed in accordance with Collier COUNTY's standards and is
anticipated to be constructed as an in -line station to include the following:
• Up to three (3) in -line wastewater pumps
• Yard piping, valves and fittings
• Either a back-up diesel pump and/or a stand-by generator
• Fuelstorage
• Electrical panels, variable frequency drive controls, etc.
• Instrumentation for off -site monitoring and control
• Perimeter fencing (or perimeter wall) if required by permit.
A-2
C��
C��
• Perimeter landscaping if required by permit.
Tasks 3, 4 and 9 are all equal at Priority 2; however, it is recognized that designing concurrently may extend the
timeline to reaching the goal of relieving constrained WWTP capacity. TETRA TECH will work with the COUNTY
to define relative timelines to achieving Tasks 3, 4 and 9 before developing a course of action, It is anticipated
that this will occur during the development of the Comprehensive Master Plan (Task 2).
Task 4 — WWTP Expansion to 3.0 MGD
The COUNTY has identified the need to expand the existing Golden Gate WWTP as part of this contract from its
current capacity of 1.5 MGD to up to 4.5 MGD of total capacity with site planning to provide future treatment
up to 7.5 MGD (using membrane bioreactor (MBR) technology). The 3.0 MGD MBR expansion is in addition to
the existing 1.5 MGD MLE process unit(s. The ultimate goal will be to decommission the existing MLE process
at some point in the future. To accomplish the 3.0 MGD MBR expansion, the following improvements are
necessary:
• Installation of MBR technology to provide expanded treatment up to 3.0 MGD of new capacity
• Modification of the existing treatment units and yard piping to provide pre-treatment in advance of
the MBR units. Alternately, new biological treatment units may be designed to allow for future
decommissioning of the existing treatment units
• Installation of an Irrigation quality water pump station and storage
• Installation of a reject pond or tank — appropriately sized based on capacity
• Installation of a new stand-alone flow -equalization basin
• Installation of a new headworks components with grit removal and fine screening compatible with MBR
technology
• Construction of a new Operations Building complete with laboratory, control room, electrical room,
lead operator office, training room and restroom/locker room — estimated size up to 5,000 square feet
• SCADA systems and integration
• Upgraded Electrical and Instrumentation components to support to the new improvements
• Installation of a new standby generator to provide for the expanded electrical components
• Coordination for upsized power supply (as necessary)
• Installation of a new Deep injection well (if required) for the expanded capacity
• Site Improvements, including drainage, access drive, parking, perimeter fence, landscaping, etc.
• Installation of lightning protection (no copper or tined copper allowed) and surge protection
• Installation of odor control system for influent with 2,000 ppm hydrogen sulfide concentration
• Installation of associated appurtenances
Design considerations shall incorporate:
Ease of operation, maintenance and repair
USEPA Class 1 reliability of all components
• Safe operating conditions and workspaces
• Nonobtrusive "dark sky" LED lighting
• Considerations for expansion in phases — either the full 3.0 MGD expansion, or as three (3) separate
1.0 MGD expansions
Conceptual site planning for process expansion up to 7.5 MGD (using MBR technology)
• Consideration for future decommissioning of existing DAVCO treatment units (for those portions
which will not remain in operation
Tasks 3, 4 and 9 are all equal at Priority 2; however, it is recognized that designing concurrently may extend the
timeline to reaching the goal of relieving constrained WWTP capacity. TETRA TECH will work with the COUNTY
to define relative timelines to achieving Tasks 3, 4 and 9 before developing a course of action. It is anticipated
that this will occur during the development of the Comprehensive Master Plan (Task 2).
A-3
Task 5 — Pump Station System Improvements
Up to 5 regular duplex pump stations without emergency backup and 1 community pump station which will
require either a diesel pump or standby generator are proposed. As part of this project, the COUNTY desires to
rehabilitate or eliminate these stations to 1) bring them into compliance with Collier COUNTY's standards and
2) to provide general updating due to age and condition. To accomplish this, the following improvements will
be performed for up to the 6 aforementioned pump stations:
• The existing wetwells will be rehabilitated — concrete repair, new coating/liner, new concrete lids and
hatches
• The existing valve vaults may be replaced (or repaired with concrete repair, new coating/liner, new
concrete lids and hatches)
• The existing pumps will be replaced (with VFDs for pumps over 25 HP)
• New piping from the pumps, through the wetwell and valve vault
• Potential installation of either adiesel-driven pump or a standby generator (for any community pump
station — one which receives wastewater flow from another pump station)
• Replacement of electrical and telemetry
• New fencing will be installed (and may be upgraded to the replacement with a security/privacy wall)
• Site/civil improvements will be made as necessary
• Landscaping will be installed as necessary, including installation of irrigation system
Task 6 —Force Main Improvements
Up to 5 force main segments (projected as up to 1-mile per segment) are proposed to be replaced under this
contract— up to 5 miles total. Force main segment replacement is anticipated due to undersizing and/or current
condition. In addition, as part of this task, a new force main is anticipated to be installed along City Gate Drive,
west from Collier Boulevard approximately 1.0 miles to Tropicana Boulevard and then approximately 0.5 miles
north along Tropicana Boulevard to the Golden Gate WWTP.
Task 7 —Gravity Collection System Improvements
Up to 5 tributary/gravity collection lines (projected as up to 1-mile per segment) are proposed to be replaced
under this contract — up to 5 miles total. Replacement is anticipated due to age, condition and/or undersizing.
It is anticipated that full replacement will be performed, however, where possible, some portions may be
improved using alternative methods such as slip -lining or pipe bursting.
Task B —General Professional Engineering Services Allowance
As engineering needs may arise within the duration of this contract, the COUNTY has requested this general
engineering services task to provide professional engineering and related assistance. Such assistance may
include but not be limited to:
• Design assistance for minor utility improvements such as line relocations or repairs
• Inflow and infiltration review assistance
• Operational assistance for wastewater treatment
• Electrical and instrumentation assistance
• Regulatory assistance for compliance
• Feasibility Studies
• Review of upcoming regulatory changes that may affect the Golden Gate City system
• Assistance with grants and funding opportunities
• Hydraulic modeling for existing system components or proposed system improvements
• Participation in meetings, preparation of brief reports and otherwise provide guidance to the COUNTY as
may be requested
Taslc 9 —Bridge the Gap Treatment Expansion
With the GG WWTP operating at over 85%capacity, there is an immediate need to add capacity in the form of
0.25 MGD MBR modules. To accomplish this, the following improvements are necessary:
A-4
■
e Modifications to the biological treatment process upstream of the MBR process would be required.
• Installation of fine bar screens in advance of the MBR units would need to be installed. This can be
accomplished through revisions/upgrades to the existing headworks or through the addition of stand-
alone screens upstream of the MBR units.
• Yard piping modifications would be performed to direct wastewater to/from the proposed MBR units
• MBR units would be sized and installed. This may be accomplished as stand-alone skid cassettes with
capability to meet the expansion requirement, with redundancy, or as in -vessel units placed within
existing treatment tankage.
• A review and potential modification to the return and waste activated sludge systems will be performed
• An upgraded/enlarged emergency power generator is anticipated.
• Electrical and instrumentation improvements to accommodate the new technology.
Tasks 3, 4 and 9 are all equal at Priority 2; however, it is recognized that designing concurrently may extend
the timeline to reaching the goal of relieving constrained WWTP capacity. TETRA TECH will work with the
COUNTY to define relative timelines to achieving Tasks 3, 4 and 9 before developing a course of action. It is
anticipated that this will occur during the development of the Comprehensive Master Plan (Task 2).
To accomplish the tasks as described above, TETRA TECH proposes the following scope of services:
II. Scope of Services
Tas{c 1—High Level Disinfection Improvements
Preliminary Design Services
A. Project Kickoff
Upon authorization, TETRA TECH shall perform the following services:
a. Schedule and hold a kickoff meeting with the COUNTY for the purpose of introducing team members
and defining their roles. TETRA TECH will prepare a meeting agenda and prepare and distribute minutes
of the meeting.
b. Develop and maintain a Project Management Plan (PMP) complete with team member roles,
schedules, deliverable deadlines, a health and safety plan, and related components necessary to
manage the proposed project.
8. Data Collection
Upon authorization, TETRA TECH will perform the following Data Collection services:
a. Prepare a list of items to be provided by the COUNTY as necessary to complete the tasks described
within this scope of services. TETRA TECH shall reasonably rely upon the data provided by the COUNTY
for project completion. Validity and accuracy of data shall be the responsibility of the COUNTY. Those
items shall include, but not be limited to:
1) Record drawings of the existing WWTP and any improvements made
2) Hydraulic profile
3) Survey data within the WWTP site
4) Past Geotechnical investigation and recommendations reports which may exist in the vicinity.
5) Permits obtained for past construction projects in the vicinity of the proposed improvements.
C. Preliminary Design
■
Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for
final design: :
a. Perform calculations in order to size the proposed chlorine contact basin, filters and reject storage.
Sizing shall be based on providing 15 minutes of contact time based on peak hourly flow. Peak hourly
flow will be based on 10-States Standards.
b. Perform a hydraulic analysis to determine if the new chlorine contact chamber can be placed in such
a way that will eliminate the need for pumps.
c. Evaluate filter alternatives and present the alternatives (up to 3) to the COUNTY for consideration
and selection.
d. Evaluate the reject storage alternatives to include the conversion of one of the effluent ponds to a
lined reject pond (with modified yard piping) and the alternative to install a new storage tank (either
glass -fused -to -steel or pre -stressed concrete).
e. Perform a preliminary site layout to show the size and location of the proposed chlorine contact
chamber, filters, reject storage and associated yard piping.
f. Meet with the COUNTY to review the findings of the modeling and preliminary layout for the
COUNTY's approval prior to proceeding with final design.
g. TETRA TECH shall provide recommendations and a summary of the preliminary design efforts in the
form of a technical memorandum for review and concurrence prior to proceeding to the final design
phase.
Preliminary Services Deliverables
• Kickoff Meeting Agenda &Minutes
• Data Request
• Preliminary design technical memorandum
• Preliminary (30-percent) site layout
Field Investigations
A. Surveying &Subsurface Utility Exploration (SUE)
Upon authorization, TETRA TECH will proceed with the surveying and subsurface utility exploration (SUE)
efI orts within the vicinity of the proposed improvements to include:
a. Perform field surveying to gather information required to complete the design. Data shall be
collected using NAVD88 vertical datum. Data will include above and below ground data within the
vicinity of the proposed chlorine contact basin, reject storage, filters, yard piping and associated
improvement areas. Prior to performing the surveying efforts, contact will be made to Sunshine
State One -Call in order to determine existing utilities along the selected route.
b. Perform SUE efforts to assist with identification of underground utilities. For this effort, the
following services shall be provided;
1) Coordinate with COUNTY to define the locations of the test trenches.
2) Excavate no more than six (6)15-foot wide trenches in the vicinity of the proposed underground
piping/tank areas. The test trenches will be in unpaved areas and up to 6-feet deep. Excavations
will be performed using air vacuum and water pressure equipment that is non-destructive to
existing facilities. No excavations under pavement or concrete will be performed under this
scope of work.
3) Mark the location of the excavated underground utilities with laths on ground surface and repair
ground surface within the limits of original trenches.
A-6
4) Field locate underground utility lines using traditional and UPS surveying methods and plot the
utilities in relationship to existing above -ground improvements. The depths, locations, sizes,
types (if possible) and materials of the excavated utility lines will be obtained.
5) Prepare an underground utility base map delineating horizontal and vertical data of the
underground improvements collected,
6) Provide the underground utility base map to the COUNTY in AutoCAD format.
8. Geotechnicallnvestigations
Upon authorization, TETRA TECH shall proceed with the geotechnical investigations utilizing Ardaman &
Associates, Inc, which shall include:
a. Perform four (4) standard penetration tests (SPTs) to a depth of up to 35-ft to determine the soil
conditions at the proposed chlorine contact chamber, filters and reject storage. The SPTs will be
used to assist in designing of the chlorine contact basin and will include foundation
recommendations for the proposed structure.
Field Investigation Deliverables
• Survey Data
Geotechnical Report
Final Design � Permitting
A: High Level Disinfection System Design
Upon completion of the Field Investigations, TETRA TECH will initiate design services for the following:
• Design for the proposed high level disinfection system components to include;
o Modification/repurposing of the existing chlorine contact chamber
o New Yard Piping to the new chlorine contact chamber and re -piping to the effluent pump
station
o New chlorine contact chamber
o New filtration system
o New reject storage system
o Continuous chlorine residual monitor (complete with sampling pump, and laboratory
modifications to analyzer)
o Continuous turbidimeter
o Instrumentation improvements for monitoring and recording of chlorine residual
o Improvements to allow adjustment of chlorine dosing in order to maintain minimum chlorine
residual level (1.0 mg/Q.
o Site grading improvements
Design will result in preparation of engineering drawings and technical specifications, which will be submitted
to the COUNTY for review at 60-, 90-, and 100-percent completion levels. The 60-percent submittal will
generally include: drawings with survey and topographic information, all existing utility locations, all engineering
drawings of the proposed improvements, all applicable details, draft of technical specifications and an opinion
of probable construction costs. The 90-percent submittal will generally include: updated engineering drawings
in plan view with updated section views and cross sections (90% complete all disciplines), technical
specifications incorporating the comments received for the COUNTY on the 60-percent submittal, and an
updated opinion of costs. The 100-percent submittal will generally include: updated engineering drawings
(100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY
on the 90-percent submittal, and an updated opinion of costs. Review meetings shall be held with the COUNTY
following submittal at each completion stage.
A PDF set shall be provided to the COUNTY for each review. A review meeting shall be held with the COUNTY
following each submission. Tasks anticipated to be completed during this phase are summarized below:
a. Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including
supplemental technical specifications) shall be incorporated into the TETRATECH's electronic data base
and modified to include new borders, legends, etc. Drawings shall be prepared using 2204-inch paper
(1"=40' scale) for the purpose of being able to produce % scale drawings at 11x17-inch.
b. The Contract final drawings shall generally include, but not be limited to the following for all
improvements:
1. General — 6 sheets
Cover Sheet (1 sheet)
Index of Drawings (1 sheet)
Location and General Notes (1 sheet)
Legend and Abbreviations (1 sheet)
Existing Process Flow Diagram (1 sheet)
Hydraulic Profile (1 sheet)
2. Civil — 5 sheets
Existing Conditions, Clearing & Erosion Control (1 sheet)
Site Plan, Geometry & Project Data Table (1 sheet)
Site Improvement Plan (1 sheet)
Civil Sections and Details (2 sheets)
3. Mechanical —14 sheets
Yard Piping Plan (2 sheets)
Chlorine Contact Chamber Plan and Section Views (2 sheets)
Filter Plan and Section Views (2 sheets)
Reject Storage Plan and Section Views (2 sheets)
Mechanical Details (6 sheets)
4. Structural — 6 sheets
Structural Legend (1 sheet)
Chlorine Contact Chamber Foundation (1 sheet)
Filter Foundation (1 sheet)
Reject Storage Foundation (1 sheet)
Typical Foundation and Structural Details (2 sheet)
5. Electrical/Instrumentation — 8 sheets
Electrical Notes and Symbols (1 sheet)
Electrical Site Plan and Exterior Lighting (2 sheets)
Electrical Wiring Diagram (2 sheet)
Telemetry System (1 sheets)
Electrical Details (2 sheets)
c. Prepare a comprehensive project manual that shall generally consist of technical specifications for
competitive bidding. The project manual and its contents shall be prepared using Microsoft WORD and
formatted in accordance with CSI standards.
d. Prepare a bid schedule for unit cost bidding of the items proposed for installation. The bid schedule
shall be accompanied with a Measurement and Payment section to describe the bid items.
I3. Quality Control/Quality Assurance
C;p"d
During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks:
a. Prior to submission of each design submittal 160-, 90- and 100-percent); perform review of design
documents (drawings and specifications) technical calculations, constructability; conformance with
engineering standards; conflicts with existing and/or proposed facilities and related factors.
b. Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for
Quality Control/Quality Assurance reviews.
c. Provide comments to design team in both written and redlined format.
C. Permitting
Upon authorization, TETRA TECH will perform the following permitting services:
a. Schedule and attend the following pre -application meetings
1) Florida Department of Environmental Protection (FDEP)
2) South Florida Water Management District (SFWMD)
b. Prepare and submit to the FDEP Wastewater Facility Permit Applications (Forms 1 and 2A) along with
backup documentation.
c. Prepare and submit Notice of Intent (NO1) and Stormwater Pollution Prevention Plan (SWP3)
applications to the FDEP for stormwater control during construction for each project location (3 total)
d. Prepare and submit a Site Development Plan Amendment (SDP -A) application to the COUNTY for the
proposed improvements. The Application will include the following supplemental attachments:
1) Property information (Legal Description, Folio, Address, Zoning)
2) Location Map
3) Survey
4) Cover letter (explaining project)
5) Pre -Application meeting notes
6) Affidavit of Authorization
7) Property opinion of title
8) Site Development Plans
e, Prepare and submit an Environmental Resource Permit (ERP) for submittal to the SFWMD to address
the additional impervious area and associated stormwater runoff that may be generated.
f. TETRA TECH shall include a request for a check from the COUNTY for each application in the amount
required by each regulatory agency. Backup documentation to support the application fee will also be
included. All permit application fees shall be paid by the COUNTY.
g. Respond to all requests for additional information (RAIs) from the permitting agencies to clarify the
original application(s).
Final Design &Permitting Deliverables
Design submittals to include drawings and project manual at the 60-percent, 90-percent and 100-
percent completion stages, as defined above. This will include 1 set of full sized (24x36-inch drawing
sheets) along with technical specifications and an electronic copy in PDF format of each.
Engineer's opinion of probable costs at the 60-, 90-percent and 100-percent completion stages
Draft and final permit applications and supporting documentation
Request for permit application fees along with backup documentation, as required
Copies of responses to RAIs
Original permits, once received
Notes:
1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front-
end (Division 0-Bidding ad Contract Requirements and Division 01 —General Requirements). TETRA TECH
A-9
shall provide the drawings and technical documents along with a bid schedule for the COUNTY's
incorporation into the bid documents.
Bidding Assistance
Upon authorization, TETRA TECH shall perform the following Bidding related services:
a. Provide the COUNTY an electronic copy of the bid documents to include a bid form, drawings, and
technical specifications in PDF format for incorporation with the COUNTY's bidding and contract
documents for bidding purposes for each project. The COUNTY shall be responsible for printing,
distribution and logging of the bid sets to potential bidders.
b. Attend a Pre -Bid Meeting.
c. Respond to questions and prepare addenda as required to interpret, clarify or expand the bidding
documents. The COUNTY shall be responsible for distribution of addenda to all registered plan holders.
d. Consult with and advise the COUNTY as to the acceptability of subcontractors and other persons and
organizations proposed by the prime contractor (hereinafter called "Contractor").
e. Consult with and advise the COUNTY as to the acceptability of substitute materials and equipment
proposed by the Contractor when substitution prior to the award of contracts is allowed by the bidding
documents.
f. Evaluate bids and make recommendation of the award,
g. Coordinate process of obtaining the insurance, performance bond and payment bond certificates and
other such submittal items required from the Contractor by the contract documents so that
construction of the project can commence.
h. Following award of the contract, prepare a set of conformed documents incorporating changes made
during bidding through addenda and contract documents executed by the COUNTY and Contractor.
Two (2) hard copies and one (1) electronic copy in PDF format on CD of a conformed set of Contract
Documents shall be provided to the COUNTY and one (1) reproducible set to each recommended
Contractor,
Bidding Assistance Deliverables
• Electronic AutoCAD, MS WORD and PDF copies of the bid set to include bid form, substitute materials
form, drawings and technical specifications.
• Responses to questions in addenda format.
• Bid evaluation and recommendation of award letter.
• Copies of the Conformed Documents as defined.
Construction Management
Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete
the following tasks defined below. Construction phase is based on an estimated construction period of 330 days (270
days to substantial completion and 60 additional days to final completion,
a. Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the
meeting for distribution to attendees.
b. Attend progress meetings throughout progress of the project, Progress meetings will be held monthly
as needed to coordinate work in progress. It is anticipated that 10 progress meetings will be needed
at an average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each,
and meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH
shall be responsible for preparing and distributing written summary of each meeting.
c. Make site visits to the construction site at intervals appropriate to the various stages of construction in
order to observe the progress and quality of the Work. These will be scheduled during critical points
during the construction of the project and will be determined based upon the Contractor's schedule.
It is anticipated that 20 site visits (2 per month) with an average duration of approximately 2 hours plus
A-10
2 hours for office time and report preparation will be required. These site visits will be to observe the
progress and quality of the construction and its general conformance to the Contract Documents. In
addition, TETRA TECH shall notify the COUNTY of observed work which does not conform to the
Contract Documents, make recommendations for its correction, and as authorized by the COUNTY,
issue instruction to the Contractor, to carry out the corrective measures.
d. Review shop drawings and other required Contractor submittals to determine conformance with the
design concepts of the project and compliance with the requirements provided in the Contract
Documents. Shop drawings will be reviewed up to two (2) times per submittal with additional review
fees to be paid to the TETRA TECH by the Contractor through the COUNTY. It is anticipated that up to
40 shop drawings will be submitted for review,
e. Review requests for information (RFIs), provide interpretation of construction documents, and issue
written clarifications or interpretations. Up to 10 RFIs are anticipated.
f. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen
conditions, Up to 2 change orders are anticipated.
g. Review the Contractor's applications for payment and the accompanying data and schedules,
determine the amounts owed to the Contractor, and advise the COUNTY of the recommended
payments to the Contractor. Up to 12 pay applications are anticipated.
h. Attend up to 2 days of start-up testing and training.
L Upon written request by Contractor, conduct a substantial completion inspection of the Project to
determine if Work is substantially complete or compile and distribute a punch list of items to be
addressed. Upon written request by Contractor, conduct a re -inspection to confirm that final
completion punch list items have been addressed and subsequently provide a final completion
certification to the COUNTY and recommend that the COUNTY make final payment to the Contractor.
j. Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but
not be limited to warranties, release of liens and related documentation as required by the COUNTY
and/or funding agencies.
k. Review the Contractor's as -built submittals monthly for adequacy and review listing of deviations from
the construction permit and approved construction documents. Prepare record drawings for
COUNTY's use from information provided by the Contractor delineating the location, and elevation of
all facilities constructed. Provide the COUNTY with one (1) CD-ROM electronic file of record drawings
in PDF format and three (3) sets of prints of the record drawings (22 x 34) for each construction
contract. Record drawings to be based on electronic survey as -built data to be provided by the
Contractor.
I. Prepare and submit certifications and required supporting documentation to regulatory agencies
having issued permits for construction.
m. Modify the existing Operating Protocol to reflect the changes to high level disinfection.
Construction Management Deliverables
• Meeting minutes for each meeting
• Site visit summary reports
• Correspondence related to residential -contractor liaison services
Copies of Shop Drawing Reviews
Copies of RFIs
• Change Proposals
• Executed Change Orders
• Approved Pay Requests with supporting documentation
• Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc.
• Substantial and Final Completion Punch Lists
Record Documents (3 printed sets on 22" x 34" and 1 electronic copy)
• Copies of certifications of completion
END OF TASK 1— HIGH LEVEL DISINFECTION IMPROVEMENTS
Chi
Task 2 — Comprehensive Golden Gate Wastewater Master Plan
Projections/Exisg System
The Projections/Existing System phase will describe and evaluate the existing system and identify the quantity
of service projected at the five (5), ten (10), fifteen (15) and twenty (20) year planning horizons.
A. Project Kickoff Meeting
A kickoff meeting will be held within two weeks of award to introduce the team members, identify points
of contact, and define roles and responsibilities. Prior to the meeting TETRA TECH will prepare a data
request for information not already provided but necessary for the project. The status of the data request
will be discussed at the kickoff meeting as well as the project schedule.
B. Project Status Meetings
TETYRA TECH will provide progress reports to the COUNTY on a monthly basis in conjunction with monthly
invoices. TETRA TECH will meet with COUNTY staff monthly on the status of the project (estimated at 8). At
a minimum, the TETRA TECH project manager will attend the meeting with additional TETRA TECH staff, as
necessary, depending on the focus of the activities for the period. TETRA TECH will prepare the meeting
agenda and sign in sheet for all meetings and provide a summary of the meeting minutes within one week.
At a minimum, the status meeting agenda will include:
• Status of work completed to date
• Key findings
• Work anticipated for the upcoming month
• Problems/obstacles identified during the reporting period
• Outstanding Issues
• Review of the project schedule
C. Data Collection
TETRA TECH will collect, coordinate and organize data and various documents to develop the background
information needed for the planning effort. To the extent TETRA TECH has already received this data
additional copies will not be necessary. Data sources are expected to include:
• Minimum five (5) years of monthly operating reports.
• Operational protocols, reports, and maintenance records.
• Existing geospatial information system (GIS) shapefiles and/or geodatabase of the wastewater system
and include at a minimum force main diameters and materials.
• Wastewater pump station pump curves.
• Record drawings for projects not incorporated in the COUNTY's current GIS information.
• Design reports and permitting documents pertaining to the previously performed improvements
• Aerial photographs and tax maps.
• USDA SCS Soils Maps.
• FEMA Flood Maps.
• Comprehensive plan components for Golden Gate City.
• Existing and future land use maps.
• Current permits associated with the system.
• Customer billing data, identifying each customer's class and meter size, for a minimum of 12 months.
• Service area boundary maps
D. Wastewater Projections
TETRA TECH will develop build -out wastewater flow projections for the Golden Gate service area. The
projections will reflect increased development intensities in certain areas current served as well as other
developed and undeveloped areas where central wastewater service is advisable.
E. CapacityAnalysis
TETRA TECH will review the existing wastewater treatment plant and evaluate the ability of the system to
meet the projected demands. The evaluation criteria will be a combination of the requirements of FDEP,
industry standards and other criteria developed uniquely for the COUNTY service area. The capacity analysis
for the lift stations and wastewater transmission system will be evaluated as part of the hydraulic modeling.
F. Regulatory Analysis
TETRA TECH will summarize existing and proposed regulatory requirements that will affect the wastewater
treatment plant, biosolids disposal and effluent disposal system. The regulations will be compared to the
current water quality and any deficiencies will be identified and addressed in the capital program.
G. Reclaimed Water Opportunities
As the current system is not provided with reclaimed water (irrigation) improvements, an analysis of the
service are will be performed in order to evaluate potential large-scale users where it may be advantageous
to extend irrigation service to.
H. Draft Submittal and Review
TETRA TECH will prepare a Technical Memorandum that presents the data analysis, maps, and projections
and submit a PDF copy of the documents to the COUNTY for review and comment. The memorandum will
take the form of sections that will ultimately be included in the Master Plan. This review will be used by
the COUNTY to verify the completeness of the data and maps and to review the projections prior to any
planning work.
I. Review Meeting
TETRA TECH will attend a review meeting addressing the draft submittal and prepare meeting minutes.
J. Draft Technical Memorandum Revisions
TETRA TECH will incorporate the COUNTY's review comments into the maps and projections.
Hydraulic Modeling
In order to understand the existing transmission system deficiencies and to assist in recommending
improvements, the following hydraulic modeling efforts are proposed for the pressurized force main piping:
A. Data Collection
TETRA TECH will provide a list of data required for hydraulic model construction that will include (at a
minimum) the most recent data listed above uhder Projections/Existing System —Data Collection. TETRA
TECH will utilize the COUNTY's GIS wastewater system data for existing pipelines, review construction plans
A-13
for planned infrastructure, as-builts or the best available information to construct the model. Where GIS
data is not available, TETRA TECH will recreate data using PDF files from available system maps. TETRATECH
will conduct a model review workshop with COUNTY to examine the Model's force main layout,
connectivity, and infrastructure data.
8. Hydraulic Model Update
TETRA TECH will incorporate infrastructure data such as force mains, pump stations, valves and
interconnects into the model. The model will consist of all wastewater force main system piping identified
in the COUNTY's GIS data including piping recently constructed or currently under construction, which are
not included in the COUNTY's GIS data. TETRA TECH will perform quality control activities to check model
input such as diameters, elevations, pump curves and controls as proper model inputs.
C. Demand Development Allocation and Scenario Management
TETRA TECH will develop and allocate demands based on customer billing data, house and business
locations, etc. Allocation will be performed in a simple, fluid process using the demand allocator module.
D. Hydraulic Model Calibration
TETRA TECH will develop a calibration protocol which will define calibration locations, summarize field
data collection, and conduct apre- and post -calibration meeting with COUNTY staff. Pressure recording
devices will be installed and removed by Johnson Engineering, for up to five (5) locations to assist with
model calibration. TETRA TECH will summarize, analyze, and compare the data to the model output.
TETRA TECH will adjust model inputs to within established hydraulic criteria as reasonable, and document
results in a calibration memorandum. Field checking of valves or additional data collection (by COUNTY
staff) will be recommended as necessary.
E. Model Scenarios
A hydraulic analysis will be performed in orderto determine the system's ability to meet projected demands
in the 5-year, 10-year and 20-year scenarios. For each scenario, an analysis will be performed with the firm
capacities of all wastewater pump stations simultaneously to approximate a worst case condition,
Additional adjustments may be made based on input from COUNTY staff regarding system operations. The
final model will be structured to consider manifolded force main pressures at any location and to quantify
existing pump station delivery impacts resulting from the addition of new pump stations.
F. Draft Submittal and Review
TETRA TECH will prepare a draft Technical Memorandum that presents the data analysis, maps, and
projections and submit a PDF copy of the documents to the COUNTY for review and comment. The
memoranda will take the form of sections that will ultimately be included in the Master Plan.
G. Review Meeting
TETRA TECH will attend a review meeting addressing the draft submittal and will record and distribute
meeting minutes of said meeting
H. Draft Technical Memorandum Revisions
TETRA TECH will incorporate the COUNTY's review comments into the draft Technical Memorandum.
Capita! Proaram
The Capital Program will identify the projects required to meet the goals of the Master an, Tasks included in
the Capital Program Phase include:
A. Identify Facility Requirements
Facility requirements will include a detailed list of storage, treatment, pumping, transmission, and related
wastewater facilities required to effectively convey service to end users previously identified as well as any
requirements for interconnects with neighboring COUNTY utility systems. The facility requirements will be
based on the results from the hydraulic modeling and the capacity evaluation. The requirements will be
developed for the 5-year, 10-year, 15- year and 20 year planning horizons and will include a description of
each project and opinion of probable cost.
B. Prioritization of Improvements
TETRA TECH will prioritize the identified improvements for both new and existing facilities and provide dates
for improvements as necessary to meet system demand. The prioritization will develop a CIP for the 5-
year, 10-year, 15- year and 20-year planning horizons. The prioritization will also include a ranking of
projects based on identifying projects that will meet system demands and correct deficiencies for the least
amount of capital expenditure while also considering non -cost factors. The CIP for the planning horizons
will also include a set of events that will trigger the initiation of the projects.
C. Draft Submittal and Review
TETRA TECH will prepare a draft Technical Memorandum summarizing the Capital Program and submit a
PDF copy of the document to the COUNTY for review and comment. The memorandum will take the form
of the sections that will ultimately be included in the Master Plan.
D. Review Meeting
TETRA TECH will attend a review meeting addressing the draft submittal and will record and distribute
meeting minutes of said meeting
E. Draft Technical Memorandum Revisions
TETRA TECH will incorporate the COUNTY's review comments into the draft Technical Memoranda.
Report Preparation
TETRA TECH will submit two (2) copies of a report combining the final Technical Memoranda for each Phase for
review by the COUNTY and will subsequently meet with the Staff to discuss the document. The report will be
revised pursuant to the COUNTY's comments and two (2) copies of each of the final report will be submitted to
the COUNTY along with electronic versions of the various models and documents.
Activity Center 9 Evaluation
A. Wastewater System Evaluation
Subconsultant Johnson Engineering Inc. (1E1) will provide the following services as part of this task:
• Update the future wastewater generation calculations within the Activity Center 9 boundary. JEI will
provide the projected future flow calculation to the COUNTY for review in excel and PDF format. The
updates to the future flow calculations will include, but not be limited to, the following items:
o Include the 433 multi -family zoned units in the Collier Boulevard Mixed Use Commerce Center.
o Use 200 gallons per day (gpd) for multi -family residential units (instead of 100 gpd).
o Include 360 multi -family units in the rezoned portion of the Collier Boulevard Mixed Use
Commerce Center.
o Use 1,036 gallons per minute (gpm) for City Gate peak flow (instead of the previous 674 gpm).
o Include the new Government Operations Business Park flows (north of City Gate).
• Coordinate with Collier County Public Utilities (CCPU) and Growth Management Department (GMD)
staff to determine proposed developer timing, and to establish various operational scenarios.
• Based on the operational scenarios (determined with CCPU staff), JEI will estimate when the 14-inch
force main along Davis Boulevard will reach capacity, and when/what wastewater flows can be
conveyed elsewhere until the Golden Gate Wastewater Treatment Plant has sufficient capacity.
• Coordinate and work with CCPU wastewater collections staff to determine existing valve states, and
proposed valve states for the various operational scenarios.
• Evaluate the existing wastewater system within the project boundary to determine deficiencies and
identify necessary system improvements.
o The Consultant will specifically evaluate the force mains within the City Gate PUD, along Magnolia
Pond Drive, the proposed Golden Gate force main, and the force main system along Davis
Boulevard to determine how they will be impacted from the proposed developments.
B. Wastewater System Data Collection
Subconsultant 1E1 will provide the following services as part of this task:
• Monitor wastewater flows received by the wastewater pump stations of interest within the project
boundary and determine how the pump stations and downstream force mains are impacted as a result
of the ongoing and proposed developments nearby. The pump stations of interest will be identified
during the project and through discussions with CCPU staff. This task includes installing low-pressure
transducers in pump station wet wells, physically measuring wet well dimensions and float settings,
recording pump information, taking photographs of the pump station sites, downloading data,
analyzing SCADA information provided by the County, calculating flow, and providing graphical and
tabular results to the COUNTY. LiDAR or record drawing information may be used to determine
elevations of each pump station if they are unknown. JEI will utilize pump station information and
records obtained during a previous project in the same area.
• Monitor wastewater force main pressure at various and strategic locations to help determine how the
pump stations and downstream force mains are impacted as a result of the ongoing and proposed
developments nearby, JEI may utilize an existing Telog pressure record stationed in the project
boundary, as well as install high-pressure transducers on air release valves or pump station discharges.
These locations will be determined during the data collection process and may be dependent on field
conditions. Collier County Wastewater Collections will assist the Consultant with installing the high-
pressure transducers. This task includes installing high-pressure transducers on air lease valves or pump
station discharges, physically measuring the distance from the connection point to some reference
A-16
point (natural ground or pump station slab), taking photographs ofthe pressure site, downloading data,
and providing graphical and tabular results to the COUNTY. LiDAR or record drawing information will
be used to determine elevations of each pump station if they are unknown,
• JEI will provide written reports identifying the changes in force main pressures and pump stations of
interest flows.
END OF TASK 2 —COMPREHENSIVE GOLDEN GATE WASTEWATER MASTER PLAN
A-17
[��: �"
Task 3 — New Master Pump Station
Preliminary Design Services
A. Project Kickoff
Upon authorization, TETRA TECH shall perform the following services:
a. Schedule and hold a kickoff meeting with the COUNTY for the purpose of introducing team members
and defining their roles. TETRATECH will prepare a meeting agenda and prepare and distribute minutes
of the meeting.
b. Develop and maintain a Project Management Plan (PMP) complete with team member roles,
schedules, deliverable deadlines, a health and safety plan, and related components necessary to
manage the proposed project,
8. Data Collection
Upon authorization, TETRA TECH will perform the following Data Collection services:
a. Prepare a list of items to be provided by the COUNTY as necessary to complete the tasks described
within this scope of services. TETRATECH shall reasonably rely upon the data provided bythe COUNTY
for project completion. Validity and accuracy of data shall be the responsibility of the COUNTY. Those
items shall include, but not be limited to:
1) GIS data for existing infrastructure
2) Hydraulic model files
3) Survey data within vicinity of the proposed master pump station and along the project route
4) Past Geotechnical investigation and recommendations reports which may exist in the vicinity.
5) Permits obtained for past construction projects in the vicinity of the proposed improvements.
C. Preliminary Design
Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for
final design: :
a. Perform hydraulic modeling using the COUNTY's wastewater model in order to assist with pump and
force main sizing. TETRA TECH will utilize growth projection data to assist in sizing for future
conditions,
b. Develop a preliminary layout of the pump station site to include access drive, fencing, location of
proposed electrical components, standby generator (or diesel pump) and related site features.
c. Meet with the COUNTY to review the findings of the modeling and preliminary layout for the
COUNTY's approval prior to proceeding with final design.
d. Review route alternatives and present up to three (3) alternatives to the COUNTY for final selection.
e. TETRA TECH shall provide recommendations and a summary of the preliminary design efforts in the
form of a technical memorandum for review and concurrence prior to proceeding to the final design
phase.
Preliminary Services Deliverables
• Kickoff Meeting Agenda &Minutes
• Data Request
• Preliminary design technical memorandum
• Preliminary pu0 percent) site layout
Field Investigations
A. Surveying &Subsurface Utility Exploration (SUED
Upon authorization, TETRA TECH will proceed with the surveying and subsurface utility exploration (SUE)
efforts within the vicinity of the proposed improvements to include:
a. Perform field surveying to gather information required to complete the design. Data shall be
collected using NAVD88 vertical datum. Data will include above and below ground data within the
vicinity of the proposed master pump station as well as along the proposed force main route. Prior
to performing the surveying efforts, contact will be made to Sunshine State One -Call in order to
determine existing utilities along the selected route.
b. Assist the COUNTY with easement acquisition. This will include preparation of a legal sketch and
description to assist the COUNTY with their negotiation and recording of an easement, if required
for the proposed master pump station.
c. Perform SUE efforts to assist with identification of underground utilities, For this effort, the
following services shall be provided:
1) Coordinate with COUNTY to define the locations of the test trenches,
2) Excavate no more than six (6) 15-foot wide trenches from edge of pavement to the right-of-
way lines, to search for existing utilities. The test trenches will be in unpaved areas and up to 6-
feet deep. Excavations will be performed using air vacuum and water pressure equipment that
is non-destructive to existing facilities. No excavations under pavement or concrete will be
performed under this scope of work.
3) Mark the location of the excavated underground utilities with laths on ground surface and repair
ground surface within the limits of original trenches,
4) Field locate underground utility lines using traditional and GPS surveying methods and plot the
utilities in relationship to existing above -ground improvements. The depths, locations, sizes,
types (if possible) and materials of the excavated utility lines will be obtained.
5) Prepare an underground utility base map delineating horizontal and vertical data of the
underground improvements collected.
6) Provide the underground utility base map to the COUNTY in AutoCAD format,
8. Geotechnicallnvestigations
Upon authorization, TETRA TECH shall proceed with the geotechnical investigations utilizing Ardaman &
Associates, Inc. which shall include:
a. Perform one (1) standard penetration tests (SPTs) to a depth of up to 354t to determine the soil
conditions at the proposed master pump station site and two (2) SPTs to a depth of 35-ft along the
force main route.
b. Perform (21) hand auger borings to a depth of 8-feet (or to the presence of rock) in order to
determine the presence of rock or other unsuitable material along the proposed force main route,
within the construction zone.
C. Environmentallnvestigations
Upon authorization, TETRA TECH will utilize Johnson Engineering, Inc. (JEI) to perform a Protected Species
Survey and Habitat Mapping for the project site to include the pump station site and if required, the force main
route. For this effort JEI shall conduct a protected species survey of the project area to determine State and
A-19LL
Federal threatened and endangered species involvement. The survey shall be conducted in accordance with
methodologies accepted by the Florida Fish and Wildlife Conservation Commission (FWC), U.S. Fish and Wildlife
Service (USFWS), and Lee County Land Development Code, Chapter 10, Article 3, Division 8 (Protection of
Habitat). This task includes preparation of a vegetation community map in accordance with the Florida Land Use
Cover and Forms Classification System (FLUCFCS) methodology established by the Florida Department of
Transportation (FDOT). The FLUCFCS map shall be required for the state environmental permit application
process and/or Lee County development order (DO) review. The methodology and findings, including locations
of observed protected species (if any), will be summarized in a Protected Species Survey Report in a format
suitable to meet the permitting requirements of Lee County, FWC, and USFWS. Species specific surveys,
management plans, permitting, and/or relocations, other than those stated herein will require a supplemental
agreement, if required by the regulatory agencies. Species specific wildlife surveys, which may have seasonal
requirements or specific methodologies, wildlife monitoring, agency permitting, and/or relocations are not
included in this task. These services, if required by the regulatory agencies, are either covered under separate
tasks below or will require a supplemental agreement$
Field Investigation Deliverables
e Survey Data
• Geotechnical Report
Environmental Investigation results
Final Design &Permitting
A. New Master Pump Station Design
Upon completion of the Field Investigations, TETRA TECH will initiate design services for the following:
• Design for the proposed Master Pump Station to include:
o Pump station layout including piping, valuing and appurtenances
o Diesel pump or emergency power generator & fuel storage
o Entrance drive
o Fencing
o Landscaping
o Site improvements
o Electrical controls, communication and appurtenances
o Pump station protective pole structure
o Proposed force main improvements
Design will result in preparation of engineering drawings and technical specifications, which will be submitted
to the COUNTY for review at 60-, 90 , and 100-percent completion levels. The 60-percent submittal will
generally include: drawings with survey and topographic information, all existing utility locations, all engineering
drawings of the proposed improvements, all applicable details, draft of technical specifications and an opinion
of probable construction costs. The 90-percent submittal will generally include: updated engineering drawings
in plan view with updated section views and cross sections (90% complete all disciplines), technical
specifications incorporating the comments received for the COUNTY on the 60-percent submittal, and an
updated opinion of costs. The 100-percent submittal will generally include: updated engineering drawings
(100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY
on the 90-percent submittal, and an updated opinion of costs. Review meetings shall be held with the COUNTY
following submittal at each completion stage.
A PDF set shall be provided to the COUNTY for each review. A review meeting shall be held with the COUNTY
following each submission. Tasks anticipated to be completed during this phase are summarized below:
a. Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including
supplemental technical specifications) shall be incorporated into the TETRATECH's electronic data base
and modified to include new borders, legends, etc, Drawings shall be prepared using 2204-inch paper
(1"=40' scale) for the purpose of being able to produce %z scale drawings at 11x17-inch.
b. The Contract final drawings shall generally include, but not be limited to the following for all
improvements:
1. General — 3 sheets
Cover Sheet (1 sheet)
Index of Drawings and General Notes (1 sheet)
Legend and Abbreviations (1 sheet)
2. Civil — 26 sheets
Existing Conditions, Clearing & Erosion Control (1 sheet)
Site Plan, Geometry & Project Data Table (1 sheet)
Site Improvement Plan (1 sheet)
Force Main Plan & Profile (21 sheets)
Civil Sections and Details (2 sheets)
3. Mechanical — 3 sheets
Pump Station Section Views (2 sheets)
Mechanical Details (1 sheet)
4. Structural — 3 sheets
Structural Legend (1 sheet)
Structure Foundation (1 sheet)
Pump Support Slab/Pole Structure (1 sheet)
5. Electrical/Instrumentation —15 sheets
Electrical Notes and Symbols (1 sheet)
Electrical Site Plan and Exterior Lighting (1 sheet)
Power Feed Plan (1 sheet)
Pump Building Power Plan (1 sheet)
Pump Building Grounding and Lighting Plan (1 sheet)
Enlarged Pump Plan (1 sheet)
Electrical Riser Diagram (1 sheet)
Electrical Wiring Diagram (1 sheet)
Control Panel Schematics (2 sheets)
Emergency Generator Plan/Sections (1 sheet)
Telemetry System (2 sheets)
Electrical Details (2 sheets)
6. Landscape Plans — 8 sheets
Landscape Legend, General Notes (2 sheets)
Landscape Plan Sheets (2 sheets
Landscape Details (4 sheets)
c. Prepare a comprehensive project manual that shall generally consist of technical specifications for
competitive bidding. The project manual and its contents shall be prepared using Microsoft WORD and
formatted in accordance with CSI standards.
d. Prepare a bid schedule for unit cost bidding of the items proposed for installation, The bid schedule
shall be accompanied with a Measurement and Payment section to describe the bid items.
8. Quality Control/Quality Assurance
During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks:
a. Prior to submission of each design submittal (60-, 90- and 100-percent1; perform review of design
documents (drawings and specifications) technical calculations, constructability; conformance with
engineering standards; conflicts with existing and/or proposed facilities and related factors.
b, Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for
Quality Control/Quality Assurance reviews.
c. Provide comments to design team in both written and redlined format.
C. Permitting
Upon authorization, TETRA TECH will perform the following permitting services:
a. Schedule and attend the following pre -application meetings
1) Collier County
2) Florida Department of Environmental Protection (FDEP)
3) South Florida Water Management District (SFWMD)
b. Prepare and submit to the FDEP Application for Constructing Wastewater Collection and Transmission
System Improvements along with backup documentation.
c. Prepare and submit Notice of Intent (NO1) and Stormwater Pollution Prevention Plan (SWP3)
applications to the FDEP for stormwater control during construction for each project location (3 total)
d. Prepare and submit a Site Development Plan Amendment (SDP -A) application to the COUNTY for the
proposed improvements. The Application will include the following supplemental attachments:
1) Property information (Legal Description, Folio, Address, Zoning)
2) Location Map
3) Survey
4) Cover letter (explaining project)
5) Pre -Application meeting notes
6) Affidavit of Authorization
7) Property opinion of title
8) Site Development Plans
e. Prepare and submit an Environmental Resource Permit (ERP) for submittal to the SFWMD to address
the additional impervious area and associated stormwater runoff that may be generated.
f, TETRA TECH shall include a request for a check from the COUNTY for each application in the amount
required by each regulatory agency. Backup documentation to support the application fee will also be
included. All permit application fees shall be paid by the COUNTY.
g. Respond to all requests for additional information (RAIs) from the permitting agencies to clarify the
original application(s).
Final Design &Permitting Deliverables
Design submittals to include drawings and project manual at the 60-percent, 90-percent and 100-
percent completion stages, as defined above. This will include 1 set of full sized (22x34-inch drawing
sheets) along with technical specifications and an electronic copy in PDF format of each.
Engineer's opinion of probable costs at the 60-, 90-percent and 100-percent completion stages
Draft and final permit applications and supporting documentation
Request for permit application fees along with backup documentation, as required
Copies of responses to RAIs
Original permits, once received
Notes:
1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front-
end (Division 0-Bidding ad Contract Requirements and Division 01— General Requirements). TETRA TECH
shall provide the drawings and technical documents along with a bid schedule for the COUNTY's
incorporation into the bid documents.
Bidding Assistance
Upon authorization, TETRA TECH shall perform the following Bidding related services;
a. Provide the COUNTY an electronic copy of the bid documents to include a bid form, drawings, and
technical specifications in PDF format for incorporation with the COUNTY's bidding and contract
documents for bidding purposes for each project, The COUNTY shall be responsible for printing,
distribution and logging of the bid sets to potential bidders.
b. Attend a Pre -Bid Meeting.
c. Respond to questions and prepare addenda as required to interpret, clarify or expand the bidding
documents, The COUNTY shall be responsible for distribution of addenda to all registered plan holders.
d. Consult with and advise the COUNTY as to the acceptability of subcontractors and other persons and
organizations proposed by the prime contractor (hereinafter called "Contractor").
e, Consult with and advise the COUNTY as to the acceptability of substitute materials and equipment
proposed by the Contractor when substitution prior to the award of contracts is allowed by the bidding
documents.
f. Evaluate bids and make recommendation of the award.
g. Coordinate process of obtaining the insurance, performance bond and payment bond certificates and
other such submittal items required from the Contractor by the contract documents so that
construction of the project can commence.
h. Following contract award, prepare a set of conformed documents incorporating changes made during
bidding through addenda and contract documents executed by the COUNTY and Contractor. Two (2)
hard copies and one (1) electronic copy in PDF format on CD of a conformed set of Contract Documents
shall be provided to the COUNTY and one (1) reproducible set to each recommended Contractor.
Bidding Assistance Deliverables
• Electronic AutoCAD, MS WORD and PDF copies of the bid set to include bid form, substitute materials
form, drawings and technical specifications.
• Responses to questions in addenda format,
• Bid evaluation and recommendation of award letter,
• Copies of the Conformed Documents as defined.
Construction Management
Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete
the following tasks defined below, Construction phase is based on an estimated construction period of 270 days (210
days to substantial completion and 30 additional days to final completion with an additional 30 days to closeout).
a. Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the
meeting for distribution to attendees.
b. Attend progress meetings throughout progress of the project. Progress meetings will be held monthly
as needed to coordinate work in progress. It is anticipated that 9 progress meetings will be needed at
an average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each,
and meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH
shall be responsible for preparing and distributing written summary of each meeting.
c. Make site visits to the construction site at intervals appropriate to the various stages of construction in
order to observe the progress and quality of the Work. These will be scheduled during critical points
during the construction of the project and will be determined based upon the Contractor's schedule.
It is anticipated that 15 site visits (2 per month) with an average duration of approximately 2 hours plus
� A-23
2 hours for office time and report preparation will be required. These site visits will be to observe the
progress and quality of the construction and its general conformance to the Contract Documents. In
addition, TETRA TECH shall notify the COUNTY of observed work which does not conform to the
Contract Documents, make recommendations for its correction, and as authorized by the COUNTY,
issue instruction to the Contractor, to carry out the corrective measures.
d. Review shop drawings and other required Contractor submittals to determine conformance with the
design concepts of the project and compliance with the requirements provided in the Contract
Documents. Shop drawings will be reviewed up to two (2) times per submittal with additional review
fees to be paid to the TETRA TECH by the Contractor through the COUNTY. It is anticipated that up to
30 shop drawings will be submitted for review.
e. Review requests for information (RFIs), provide interpretation of construction documents, and issue
written clarifications or interpretations, Up to 10 RFIs are anticipated.
f. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen
conditions. Up to 4 change orders are anticipated.
g. Review the Contractor's applications for payment and the accompanying data and schedules,
determine the amounts owed to the Contractor, and advise the COUNTY of the recommended
payments to the Contractor. Up to 9 pay applications are anticipated,
h. Attend up to 1 day of start-up testing and training. It is anticipated that startup up testing will arranged
such that all testing is performed on a single day.
i. Upon written request by Contractor, conduct a substantial completion inspection of the Project to
determine if Work is substantially complete or compile and distribute a punch list of items to be
addressed, Upon written request by Contractor, conduct a re -inspection to confirm that final
completion punch list items have been addressed and subsequently provide a final completion
certification to the COUNTY and recommend that the COUNTY make final payment to the Contractor.
j. Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but
not be limited to warranties, release of liens and related documentation as required by the COUNTY
and/or funding agencies.
k. Review the Contractor's as -built submittals monthly for adequacy and review listing of deviations from
the construction permit and approved construction documents. Prepare record drawings for
COUNTY's use from information provided by the Contractor delineating the location, and elevation of
all facilities constructed. Provide the COUNTY with one (1) CD-ROM electronic file of record drawings
in PDF format and three (3) sets of prints of the record drawings (22" x 34") for each construction
contract. Record drawings to be based on electronic survey as -built data to be provided by the
Contractor.
Prepare and submit certifications and required supporting documentation to regulatory agencies
having issued permits for construction.
Construction Management Deliverables
• Meeting minutes for each meeting
• Site visit summary reports
• Correspondence related to residential -contractor liaison services
• Copies of Shop Drawing Reviews
• Copies of RFIs
• Change Proposals
• Executed Change Orders
• Approved Pay Requests with supporting documentation
• Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc.
• Substantial and Final Completion Punch Lists
• Record Documents (3 printed sets on 22" x 34" and 1 electronic copy)
e Copies of certifications of completion
END OF TASK 3 -NEW MASTER PUMP STATION
Task 4 — WWTP Expansion to 3.0 MGD
Preliminary Design Services
A. Project Kickoff
Upon authorization, TETRA TECH shall perform the following services:
a. Schedule and hold a kickoff meeting with the COUNTY for the purpose of introducing team members
and defining their roles. TETRATECH will prepare a meeting agenda and prepare and distribute minutes
of the meeting.
b. Develop and maintain a Project Management Plan (PMP) complete with team member roles,
schedules, deliverable deadlines, a health and safety plan, and related components necessary to
manage the proposed project.
8. Data Collection
Upon authorization, TETRA TECH will perform the following Data Collection services:
a. Prepare a list of items to be provided by the COUNTY as necessary to complete the tasks described
within this scope of services. TETRA TECH shall reasonably rely upon the data provided by the COUNTY
for project completion, Validity and accuracy of data shall be the responsibility of the COUNTY. Those
items shall include, but not be limited to:
1) Record drawings of the existing WWTP and any improvements made
2) Hydraulic profile
3) Survey data within the WWTP site
4) Past Geotechnical investigation and recommendations reports which may exist in the vicinity.
5) Permits obtained for past construction projects in the vicinity of the proposed improvements.
C. Preliminary Design -Treatment
Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for
final design for the treatment components;
a. Perform calculations in order to size the proposed treatment units. Sizing shall be based on meeting
tIeatment at the design capacity with peak hourly flow factors applied.
b. Perform a hydraulic analysis to verify the hydraulic profile for process flow.
c. Perform a preliminary site layout to show the size and location of the proposed treatment units with
consideration for ultimate expansion to 7.5 MGD and consideration for demolition of the existing
DAVCO ring steel process units.
d. Prepare preliminary floor plan layouts for a proposed operations building.
e. Meet with the COUNTY to review the findings of the modeling and preliminary layout for the
COUNTY's approval prior to proceeding with final design.
f. TETRA TECH shall provide recommendations and a summary of the preliminary design efforts in the
form of a technical memorandum for review and concurrence prior to proceeding to the final design
phase.
D. Preliminary Design —Deep Injection Well
Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for
final design for the treatment components:
A-25
af"—1
a. Perform an evaluation of the capacity of the existing deep injection well for consideration of the
addition of a 211 well. For scoping purposes, it is assumed that a new deep injection well will be
required. If the capacity evaluation determines that the existing well has sufficient capacity for the
expanded treatment capacity, then no additional services associated with a second well will be
required to be performed.
b. Perform an Area of Review Study —This study is intended to describe in detail the nature of the
hydrogeologic condition system and extent to which any confining layers may be penetrated by
other wells or artificial penetrations in the area. The regulations require that all penetrations be
documented within a minimum area encompassing the area of review of the proposed injection
well. The actual area of the study will be determined at the first formal meeting with the FDEP, The
Area of Review Study will describe the hydrogeology of the subsurface and must include tables
showing the locations and depths of all wells, abandoned wells, dry holes, surface water bodies,
springs, and related features. The date of drilling and/or plugging of the wells must be included along
with uses for the wells. Also included will be cross -sections detailing geologic structure, confining
layers, permeable intervals, and water quality.
c. Perform Injection Well Design Research -Review the hydrogeological conditions, materials, and
equipment needs associated with the design of the Class I deep injection well and the monitoring
well system, which will include a dual zone monitoring well and monitoring wells around the
concrete well pad,
d. Prepare an Injection Well Evaluation Summary Memorandum to include the site and facilities layout,
a piping diagram, disposal back-up options, materials of construction alternatives, and a cost opinion
for facilities.
Preliminary Services Deliverables
• Kickoff Meeting Agenda &Minutes
• Data Request
• Preliminary design technical memorandum
• Injection Well Evaluation Summary Memorandum
• Preliminary (30-percent) site layout
Field Investigations
A. Surveying &Subsurface Utility Exploration (SUEJ
Upon authorization, TETRA TECH will proceed with the surveying and subsurface utility exploration (SUE)
efforts within the vicinity of the proposed improvements to include:
a. Perform field surveying to gather information required to complete the design. Data shall be
collected using NAVD88 vertical datum. Data will include above and below ground data within the
vicinity of the proposed treatment plant improvements. Prior to performing the surveying efforts,
contact will be made to Sunshine State One -Call in order to determine existing utilities along the
selected route.
b. Perform SUE efforts to assist with identification of underground utilities. For this effort, the
following services shall be provided:
1) . Coordinate with COUNTY to define the locations of the test trenches.
2) Excavate no more than six (6)15400t wide trenches. The test trenches will be in unpaved areas
and up to 64eet deep. Excavations will be performed using air vacuum and water pressure
equipment that is non-destructive to existing facilities. No excavations under pavement or
concrete will be performed under this scope of work.
A-26
3) Mark the location of the excavated underground utilities with laths on ground surface and repair
ground surface within the limits of original trenches,
4) Field locate underground utility lines using traditional and GPS surveying methods and plot the
utilities in relationship to existing above -ground improvements. The depths, locations, sizes,
types (if possible) and materials of the excavated utility lines will be obtained.
5) Prepare an underground utility base map delineating horizontal and vertical data of the
underground improvements collected,
6) Provide the underground utility base map to the COUNTY in AutoCAD format.
B. Geotechnicallnvestigations
Upon authorization, TETRA TECH shall proceed with the geotechnical investigations utilizing Ardaman &
Associates, Inc. which shall include:
a. Perform the following standard penetration tests (SPTs) to assist in designing of the proposed
improvements, including foundation recommendations for the proposed structures:
• MBR skids — (2) SPTs to a depth of 50 feet
• Reject Tank — (4) SPTs to a depth of 100 feet
Operations Building — (2) SPTs to a depth of 50 feet
Headworks Structure — (1) SPT to a depth of 35 feet
• Standby generator — (1) SPT to a depth of 35 feet
b. Perform (10) hand auger borings to a depth of 8-feet (or to the presence of rock) in order to
determine the presence of rock or other unsuitable material within the construction zone for yard
piping.
Field Investigation Deliverables
• Survey Data
• Geotechnical Report
Final Desian & Permittina —Treatment Expansion
A. WWTP Expansion Design
Upon completion of the Field Investigations, TETRA TECH will initiate design services for the following:
• Installation of MBR skids to provide expanded treatment up to 3.0 MGD
• Modification of the existing treatment units and yard piping to provide pre-treatment in advance of
the MBR units. Alternately, new biological treatment units may be designed to allow for future
decommissioning of the existing treatment units
• Installation of an Irrigation quality water pump station
• Installation of a reject pond or tank — sized for 1 day of capacity — 3.0 MGD
• Installation of a new stand-alone flow -equalization basin
• Installation of a new headworks components with grit removal and fine screening compatible with
MBR
• Construction of a new Operations Building complete with laboratory, control room, electrical room,
lead operator office, training room and restroom/locker room — estimated size up to 5,000 square
feet
• SCADA systems and integration
• Upgraded Electrical and Instrumentation components to support to the new improvements
• Installation of a new standby generator to provide for the expanded electrical components
• Coordination for upsized power supply (as necessary)
• Site Improvements, including drainage, access drive, parking, perimeter fence, landscaping, etc.
�1A-27
• Installation of lightning protection (no copper or tined copper allowed) and surge protection
• Installation of odor control system for influent with 2,000 ppm hydrogen sulfide concentration
• Installation of associated appurtenances
Design will result in preparation of engineering drawings and technical specifications, which will be submitted
to the COUNTY for review at 60-, 90-, and 100-percent completion levels. The 60-percent submittal will
generally include: drawings with survey and topographic information, all existing utility locations, all engineering
drawings of the proposed improvements, all applicable details, draft of technical specifications and an opinion
of probable construction costs. The 90-percent submittal will generally include: updated engineering drawings
in plan view with updated section views and cross sections (90% complete all disciplines), technical
specifications incorporating the comments received for the COUNTY on the 60-percent submittal, and an
updated opinion of costs. The 100-percent submittal will generally include: updated engineering drawings
(100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY
on the 90-percent submittal, and an updated opinion of costs. Review meetings shall be held with the COUNTY
following submittal at each completion stage.
A PDF set shall be provided to the COUNTY for each review. A review meeting shall be held with the COUNTY
following each submission. Tasks anticipated to be completed during this phase are summarized below:
a. Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including
supplemental technical specifications) shall be incorporated into theTETRATECH's electronic data base
and modified to include new borders, legends, etc. Drawings shall be prepared using 22x34-inch paper
(1"=40' scale) for the purpose of being able to produce %2 scale drawings at 11x17-inch.
b. The Contract final drawings shall generally include, but not be limited to the following for all
improvements:
1. General — 6 sheets
Cover Sheet (1 sheet)
Index of Drawings (1 sheet)
Location and General Notes (1 sheet)
Legend and Abbreviations (1 sheet)
Existing Process Flow Diagram (1 sheet)
Hydraulic Profile (1 sheet)
2. Civil —11 sheets
Existing Conditions, Clearing &Erosion Control (1 sheet)
Site Plan, Geometry &Project Data Table (1 sheet)
Site Improvement Plan (3 sheets)
Enlarged Site Plan (1 sheet)
Stormwater Management Plans (2 sheets)
Civil Sections and Details (3 sheets)
3. Mechanical — 57 sheets
Demolition Plan (2 sheets)
Yard Piping Plan (6 sheets)
In -Plant Pump Station (2 sheets
Headworks Improvements Plan &Section View (3 sheets)
Reject Storage Plan &Section Views (3 sheets)
Flow Equalization Storage Plan &Section Views (3 sheets)
MBR Plan &Section Views (8 sheets)
Irrigation Quality Pump Station (4 sheets)
Existing Process Modification Drawings (8 sheets)
Chemical System Improvements (5 sheets)
A-28
_. l
RAS/WAS Control Station Plan & Section Views (3 sheets)
Deep Injection Well Plan/Pump Sections (2 sheets)
Mechanical Detail Sheets (8 sheets)
4. Structural — 28 sheets
Structural Legend (1 sheet)
Structure Foundation (1 sheet)
In -Plant Pump Station (1 sheet)
Headworks Plan & Section (3 sheets)
Reject Storage Foundation (1 sheet)
Flow Equalization Foundation (1 sheet)
MBR Structural Drawings (5 sheets)
Irrigation Quality Pump Station Foundation (1 sheet)
RAS/WAS Control Station (1 sheet)
Generator Slab (1 sheet)
Fuel Storage Foundation (1 sheet)
Chemical System Pump Slabs (1 sheet)
Deep Injection Well Pumps (2 sheets)
Operations Building Roof Plan (1 sheet)
Operations Building Foundation Plan (1 sheet)
Structural Section/Details (6 sheets)
5. Architectural —15 sheets
Abbreviations, Legends and General Notes (1 sheet)
Standards and Symbols (1 sheet)
Code and Life Safety Analysis (1 sheet)
Architectural Site Plan (1 sheet)
Operations Building Floor Plan (1 sheet)
Operations Building Elevation and Notes (2 sheets)
Operations Building Sections (3 sheets)
Generator Building Floor Plan & Sections (2 sheets)
Architectural Schedule and Details (3 sheets)
6. HVAC and Plumbing — 8 sheets
Mechanical Notes and Symbol (1 sheet)
Operations Building Mechanical Plan (1 sheet)
MBR HVAC Plan (1 sheet)
Generator Building HVAC Plan (1 sheet)
Plumbing Plan/Single Line ( 1 sheet)
Details (3 sheets)
7. Electrical/Instrumentation —41 sheets
Electrical Notes and Symbols (2 sheet)
Instrumentation Legend & Abbreviations (1 sheets)
Electrical Demolition Plan (2 sheets)
Electrical Site Plan and Exterior Lighting (1 sheet)
Power Feed Plan (1 sheet)
Operations Building Power Plan (1 sheet)
Operations Building Grounding and Lighting Plan (1 sheet)
MBR Building Power Plan (1 sheet)
MBR Building Grounding and Lighting Plan (1 sheet)
Generator Power, Grounding and Lighting (2 sheets)
Enlarged Pump Plans (2 sheet)
Electrical Riser Diagram (1 sheet)
Electrical Single Line Wiring Diagrams (4 sheet)
MCC Plans (4 sheets)
Emergency Generator Plan/Sections (1 sheet)
Telemetry System (12 sheets)
Electrical Details (4 sheets)
8. Landscape Plans — 8 sheets
Landscape Legend, General Notes (2 sheets)
Landscape Plan Sheets (2 sheets
Landscape Details (4 sheets)
c. Prepare a comprehensive project manual that shall generally consist of technical specifications for
competitive bidding. The project manual and its contents shall be prepared using Microsoft WORD and
formatted in accordance with CSI standards,
d. Prepare a bid schedule for unit cost bidding of the items proposed for installation. The bid schedule
shall be accompanied with a Measurement and Payment section to describe the bid items.
B. Quality Control/Quality Assurance
During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks:
a. Prior to submission of each design submittal (60-, 90- and 100-percent); perform review of design
documents (drawings and specifications) technical calculations, constructability; conformance with
engineering standards; conflicts with existing and/or proposed facilities and related factors,
b. Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for
Quality Control/Quality Assurance reviews.
c. Provide comments to design team in both written and redlined format.
C. Permitting
Upon authorization, TETRA TECH will perform the following permitting services:
a. Schedule and attend the following pre -application meetings
1) Collier County
2) Florida Department of Environmental Protection (FDEP)
3) South Florida Water Management District (SFWMD)
b. Prepare and submit to the FDEP Wastewater Facility Permit Applications (Forms 1 and 2A) along with
backup documentation,
c. Prepare and submit Notice of Intent (NO1) and Stormwater Pollution Prevention Plan (SWP3)
applications to the FDEP for stormwater control during construction for each project location (3 total)
d. Prepare and submit a Site Development Plan Amendment (SDP -A) application to the COUNTY for the
proposed improvements. The Application will include the following supplemental attachments:
1) Property information (Legal Description, Folio, Address, Zoning)
2) Location Map
3) Survey
4) Cover letter (explaining project)
5) Pre -Application meeting notes
6) Affidavit of Authorization
7) Property opinion of title
8) Site Development Plans
e. Prepare and submit an Environmental Resource Permit (ERP) for submittal to the SFWMD to address
the additional impervious area and associated stormwater runoff that may be generated.
A-30
r--
f, TETRA TECH shall include a request for a check from the COUNTY for each application in the amount
required by each regulatory agency. Backup documentation to support the application fee will also be
included. All permit application fees shall be paid by the COUNTY.
g. Respond to all requests for additional information (RAIs) from the permitting agencies to clarify the
original application(s),
Final Design & Permitting Deliverables
• Design submittals to include drawings and project manual at the 60-percent, 90-percent and 100-
percent completion stages, as defined above. This will include 1 set of full sized (22x34-inch drawing
sheets) along with technical specifications and an electronic copy in PDF format of each,
• Engineer's opinion of probable costs at the 60-, 90-percent and 100-percent completion stages
Draft and final permit applications and supporting documentation
• Request for permit application fees along with backup documentation, as required
• Copies of responses to RAIs
• Original permits, once received
Notes:
1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front-
end (Division 0-Bidding ad Contract Requirements and Division 01 — General Requirements). TETRA TECH
shall provide the drawings and technical documents along with a bid schedule for the COUNTY's
incorporation into the bid documents.
2. The COUNTY has indicated that the expansion may be released as either a single project or in three (3) 1.0
MGD expansion phases. This scope of services has been prepared such that a single set of drawings would
be prepared and would indicate those items to be performed within each phase. This scope of services is
not based on the development of three (3) separate drawing sets. In other words, if bid in phases, phase 2
and 3 would use the same drawing set as phase 1, with notations as to the work required for each phase.
Final Design &Permitting — Deep Infection Weil
A. 2nd Injection well
Upon completion of the Field Investigations, TETRA TECH will initiate design services for the Deep Injection Well,
which is anticipated to be completed as a separate design package from the treatment expansion due to the
nature of the work required. This work is anticipated to be released for bid to qualified well drillers. As such the
work associated with this package will include solely the deep injection well and associated well head/pad. All
piping to the injection well, electrical modifications and injection well pump will be included under the
treatment package.
Design will result in preparation of engineering drawings and technical specifications, which will be submitted
to the COUNTY for review at 60-, 90-, and 100-percent completion levels. The 60-percent submittal will
generally include: drawings with survey and topographic information, all existing utility locations, all engineering
drawings of the proposed improvements, all applicable details, draft of technical specifications and an opinion
of probable construction costs. The 90-percent submittal will generally include: updated engineering drawings
in plan view with updated section views and cross sections (90% complete all disciplines), technical
specifications incorporating the comments received for the COUNTY on the 60-percent submittal, and an
updated opinion of costs. The 100-percent submittal will generally include: updated engineering drawings
(100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY
on the 90-percent submittal, and an updated opinion of costs. Review meetings shall be held with the COUNTY
following submittal at each completion stage,
A PDF set shall be provided to the COUNTY for each review. A review meeting shall be held with the COUNTY
following each submission. Tasks anticipated to be completed during this phase are summarized below:
�A-31'
a. Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including
supplemental technical specifications) shall be incorporated into the TETRATECH's electronic data base
and modified to include new borders, legends, etc. Drawings shall be prepared using 2204-inch paper
(1"=40' scale) for the purpose of being able to produce %2 scale drawings at 11x17-inch.
b. The Contract final drawings shall generally include, but not be limited to the following for all
improvements:
1. General — 4 sheets
Cover Sheet (1 sheet)
Index of Drawings (1 sheet)
Location and General Notes (1 sheet)
Legend and Abbreviations (1 sheet)
2. Civil — 4 sheets
Existing Conditions, Clearing & Erosion Control (1 sheet)
Site Plan, Geometry & Project Data Table (1 sheet)
Site Improvement Plan (1 sheets)
Enlarged Site Plan (1 sheet)
3. Mechanical — 3 sheets
Deep Injection Well Plan/Profile (2 sheets)
Detail Sheet (1 sheet)
4. Structural — 3 sheets
Structural Legend (1 sheet)
Structure Foundation (1 sheet)
Structural Section/Details (1 sheet)
c. Prepare a comprehensive project manual that shall generally consist of technical specifications for
competitive bidding. The project manual and its contents shall be prepared using Microsoft WORD and
formatted in accordance with CSI standards.
d. Prepare a bid schedule for unit cost bidding of the items proposed for installation. The bid schedule
shall be accompanied with a Measurement and Payment section to describe the bid items.
8. Quality Control/Quality Assurance
During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks:
a. Prior to submission of each design submittal (60-, 90- and 100-percent); perform review of design
documents (drawings and specifications) technical calculations, constructability; conformance with
engineering standards; conflicts with existing and/or proposed facilities and related factors.
b, Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for
Quality Control/Quality Assurance reviews.
c. Provide comments to design team in both written and redlined format.
C. Permitting - UIC
Upon authorization, TETRA TECH will perform the following permitting services:
a. Prepare and submit the application and supporting documents for the FDEP permit for construction of
a Class I Injection Well System. TETRA TECH's assistance to the COUNTY will include attendance at an
FDEP pre -application meeting, a pre -issuance meeting and a public meeting (if required). Additional
A-32
meetings may likely be required for the Class I deep injection well and dual zone monitoring well
construction throughout the permitting process. A total of six (6) meetings are proposed for permitting
purposes. In addition, Tetra Tech shall respond to all agency requests for additional information. The
City shall pay all permit application fees,
b. TETRA TECH shall include a request for a check from the COUNTY for each application in the amount
required by each regulatory agency, Backup documentation to support the application fee will also be
included. All permit application fees shall be paid by the COUNTY,
c. Respond to all requests for additional information (RAIs) from the permitting agencies to clarify the
original application(s).
Final Design & Permittin6 Deliverables
Design submittals to include drawings and project manual at the 60-percent, 90-percent and 100-
percent completion stages, as defined above. This will include 1 set of full sized (22044ch drawing
sheets) along with technical specifications and an electronic copy in PDF format of each.
Engineer's opinion of probable costs at the 60-, 90-percent and 100-percent completion stages
Draft and final permit applications and supporting documentation
Request for permit application fees along with backup documentation, as required
Copies of responses to RAIs
Original permits, once received
Notes:
1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front-
end (Division 0-Bidding ad Contract Requirements and Division 01 — General Requirements). TETRA TECH
shall provide the drawings and technical documents along with a bid schedule for the COUNTY's
incorporation into the bid documents.
2. Due to the distinct nature of the type of work, it is anticipated that the deep injection well addition (if
required) will be constructed under a separate contract than the treatment plant expansion. As such, this
scope of services has been developed with the intent to providing separate bid packages.
3, Any County SDP permitting for the injection well will be included under the SDP for the treatment
expansion.
8iddina Assistance
Upon authorization, TETRA TECH shall perform the following Bidding related services, with a consideration that
the project may be performed in three (3) separate phases for the treatment process, with a separate (4cn)
stand-alone package for the deep injection well. As construction for a single phase is estimated to take
approximately 2 years to complete, it is estimated that within the duration of this contract, only a single
expansion could be performed. As such, if expansion with 1.0 MGD increments is the selected alternative,
phases 2 and 3 are not anticipated to be performed within this contract period and therefore bidding for a single
phase (whether for a 1.0 MGD expansion or the full 3.0 MGD expansion) is what is included within this scope,
along with a second bid process for the injection well. The services as defined below will be performed for the
treatment expansion and separately for the injection well.
a. Provide the COUNTY an electronic copy of the bid documents to include a bid form, drawings, and
technical specifications in PDF format for incorporation with the COUNTY's bidding and contract
documents for bidding purposes for each project. The COUNTY shall be responsible for printing,
distribution and logging of the bid sets to potential bidders.
b. Attend a Pre -Bid Meeting,
c. Respond to questions and prepare addenda as required to interpret, clarify or expand the bidding
documents. The COUNTY shall be responsible for distribution of addenda to all registered plan holders,
�A-33
d. Consult with and advise the COUNTY as to the acceptability of subcontractors and other persons and
organizations proposed by the prime contractor (hereinafter called "Contractor").
e. Consult with and advise the COUNTY as to the acceptability of substitute materials and equipment
proposed by the Contractor when substitution prior to the award of contracts is allowed by the bidding
documents.
f. Evaluate bids and make recommendation of the award.
g. Coordinate process of obtaining the insurance, performance bond and payment bond certificates and
other such submittal items required from the Contractor by the contract documents so that
construction of the project can commence.
h. Following award of the contract, prepare a set of conformed documents incorporating changes made
during bidding through addenda and contract documents executed by the COUNTY and Contractor.
Two (2) hard copies and one (1) electronic copy in PDF format on CD of a conformed set of Contract
Documents shall be provided to the COUNTY and one (1) reproducible set to each recommended
Contractor.
Bidding Assistance Deliverables
Electronic AutoCAD, MS WORD and PDF copies of the bid set to include bid form, substitute materials
form, drawings and technical specifications.
Responses to questions in addenda format.
Bid evaluation and recommendation of award letter.
Copies of the Conformed Documents as defined,
Construction Management —Treatment Expansion
Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete
the following tasks defined below. Construction phase is based on an estimated construction period of 600 days (510
days to substantial completion and 60 additional days to final completion with an additional 30 days to closeout).
a. Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the
meeting for distribution to attendees.
b. Attend progress meetings throughout progress of the project. Progress meetings will be held monthly
as needed to coordinate work in progress. It is anticipated that 20 progress meetings will be needed
at an average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each,
and meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH
shall be responsible for preparing and distributing written summary of each meeting.
c. Make site visits to the construction site at intervals appropriate to the various stages of construction in
order to observe the progress and quality of the Work. These will be scheduled during critical points
during the construction of the project and will be determined based upon the Contractor's schedule.
It is anticipated that 40 site visits (2 per month) with an average duration of approximately 2 hours plus
2 hours for office time and report preparation will be required. These site visits will be to observe the
progress and quality of the construction and its general conformance to the Contract Documents. In
addition, TETRA TECH shall notify the COUNTY of observed work which does not conform to the
Contract Documents, make recommendations for its correction, and as authorized by the COUNTY,
issue instruction to the Contractor, to carry out the corrective measures.
d. Review shop drawings and other required Contractor submittals to determine conformance with the
design concepts of the project and compliance with the requirements provided in the Contract
Documents. Shop drawings will be reviewed up to two (2) times per submittal with additional review
fees to be paid to the TETRA TECH by the Contractor through the COUNTY. It is anticipated that up to
150 shop drawings will be submitted for review.
e. Review requests for information (RFis), provide interpretation of construction documents, and issue
written clarifications or interpretations. Up to 50 RFIs are anticipated.
f. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen
conditions. Up to 8 change orders are anticipated.
�A-34
g. Review the Contractor's applications for payment and the accompanying data and schedules,
determine the amounts owed to the Contractor, and advise the COUNTY of the recommended
payments to the Contractor. Up to 20 pay applications are anticipated,
h. Attend up to 5 days of start-up testing and training.
i. Upon written request by Contractor, conduct a substantial completion inspection of the Project to
determine if Work is substantially complete or compile and distribute a punch list of items to be
addressed, Upon written request by Contractor, conduct a re -inspection to confirm that final
completion punch list items have been addressed and subsequently provide a final completion
certification to the COUNTY and recommend that the COUNTY make final payment to the Contractor.
j. Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but
not be limited to warranties, release of liens and related documentation as required by the COUNTY
and/or funding agencies.
k. Review the Contractor's as -built submittals monthly for adequacy and review listing of deviations from
the construction permit and approved construction documents, Prepare record drawings for
COUNTY's use from information provided by the Contractor delineating the location, and elevation of
all facilities constructed. Provide the COUNTY with one (1) CD-ROM electronic file of record drawings
in PDF format and three (3) sets of prints of the record drawings (22" x 34") for each construction
contract, Record drawings to be based on electronic survey as -built data to be provided by the
Contractor.
I. Prepare and submit certifications and required supporting documentation to regulatory agencies
having issued permits for construction.
m. Update the existing Operating Protocol to reflect treatment modifications
n. Update the WWTP Operation and Maintenance Manual to reflect the expanded capacity and modified
treatment process. The updated manual will be prepared in accordance with Chapter 62-600,720,
F.A.C.
Construction Management Deliverables
• Meeting minutes for each meeting
• Site visit summary reports
• Correspondence related to residential -contractor liaison services
Copies of Shop Drawing Reviews
• Copies of RFIs
• Change Proposals
• Executed Change Orders
Approved Pay Requests with supporting documentation
Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc.
• Substantial and Final Completion Punch Lists
• Record Documents (3 printed sets on 22" x 34" and 1 electronic copy)
• Copies of certifications of completion
Construction Management -Deep Injection Well
Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete
the following tasks defined below. Construction phase is based on an estimated construction period of 365 days (305
days to substantial completion and 60 additional days to final completion).
a. Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the
meeting for distribution to attendees.
b, Attend progress meetings throughout progress of the project. Progress meetings will be held monthly
as needed to coordinate work in progress. It is anticipated that 12 progress meetings will be needed
at an average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each,
and meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH
shall be responsible for preparing and distributing written summary of each meeting.
A-35a
c. Review shop drawings and other required Contractor submittals to determine conformance with the
design concepts of the project and compliance with the requirements provided in the Contract
Documents. Shop drawings will be reviewed up to two (2) times per submittal with additional review
fees to be paid to the TETRA TECH by the Contractor through the COUNTY. It is anticipated that up to
20 shop drawings will be submitted for review.
d. Review requests for information (RFIs), provide interpretation of construction documents, and issue
written clarifications or interpretations. Up to 5 RFIs are anticipated.
e. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen
conditions. Up to 2 change orders are anticipated.
f. Review the Contractor's applications for payment and the accompanying data and schedules,
determine the amounts owed to the Contractor, and advise the COUNTY of the recommended
payments to the Contractor. Up to 9 pay applications are anticipated.
g. Upon written request by Contractor, conduct a substantial completion inspection of the Project to
determine if Work is substantially complete or compile and distribute a punch list of items to be
addressed. Upon written request by Contractor, conduct a re -inspection to confirm that final
completion punch list items have been addressed and subsequently provide a final completion
certification to the COUNTY and recommend that the COUNTY make final payment to the Contractor.
h. Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but
not be limited to warranties, release of liens and related documentation as required by the COUNTY
and/or funding agencies.
i. Prepare record drawings for COUNTY's use from information provided by the Contractor delineating
the location, and elevation of all facilities constructed. Provide the COUNTY with one (1) CD-ROM
electronic file of record drawings in PDF format and three (3) sets of prints of the record drawings (22"
x 34") for each construction contract. Record drawings to be based on electronic survey as -built data
to be provided by the Contractor.
j. Prepare and submit certifications and required supporting documentation to regulatory agencies
having issued permits for construction.
Construction Management Deliverables
• Meeting minutes for each meeting
• Site visit summary reports
• Correspondence related to residential -contractor liaison services
• Copies of Shop Drawing Reviews
• Copies of RFIs
• Change Proposals
• Executed Change Orders
• Approved Pay Requests with supporting documentation
• Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc.
• Substantial and Final Completion Punch Lists
• Record Documents (3 printed sets on 22" x 34" and 1 electronic copy)
• Copies of certifications of completion
Geological Field Services -Deep Injection Well
Upon commencing the construction phase of the project, ENGINEER shall provide field geological services based on
the following:
• Deep Injection Well —Deep injection well construction is anticipated to be performed 24-hours per day over
a construction period of 365 calendar days. As such, this scope of services includes utilizing Water Science
Associates who will be provide a geologist to be on -call 24 hours per day, 7 days per week.
The role of the TETRA TECH's staff is to assist the COUNTY inspector with the following:
a. Observe pilot -hole drilling, installation and grouting of all well casings,
b. Observe the Contractor collecting lithologic samples, logging samples and analyzing samples.
c. Observe the Contractor collecting drill -stem water quality samples for submittal to a certified laboratory by
the Contractor. Collect duplicate samples for in -field analysis to expedite results.
d. Inspect testing equipment and observe installation of testing equipment (inflatable packer assembly, test
pumps, pressure transducers, flow meters, etc.).
e. Observe up to six (6) packer tests at the dual zone monitor well the Class I deep injection well and analyze
data to determine water quality at discreet (isolated) intervals.
f. Observe collection of up to eight (8) wire -line core samples to determine porosity and hydraulic conductivity
in productive and confining units.
g. Observe geophysical and borehole video logging and analyzing data to determine injection zone interval,
to confirm correct grouting of casing, and to confirm plumbness and alignment.
h. Observe specific capacity and injectivity tests and analyze data to determine the capacity of the proposed
injection zone at the Class I deep injection well.
END OF TASK 4 — WWTR EXPANSION TO 3.0 MGD
Task 5 — Pump Station Improvements
There are 6 wastewater pump stations proposed for rehabilitation which may be performed as individual
projects, or which may be grouped into multiple projects. Of these 6, 1 station is estimated to be a community
pump station requiring emergency backup (either a generator or diesel pump) while the remaining 5 are
estimated to be standard duplex stations which per County standards do not require emergency backup. Note
that This scope of services and the associated fee estimate have been developed on a per station basis, for
which there will be an estimate for each community station improvement and separately for each standard
duplex station.
Preliminary Desian Services
A. Project Kickoff
Upon authorization, TETRA TECH shall perform the following services:
a. Schedule and hold a kickoff meeting with the COUNTY for the purpose of introducing team members
and defining their roles. TETRATECH will prepare a meeting agenda and prepare and distribute minutes
of the meeting.
B. Data Collection
Upon authorization, TETRA TECH will perform the following Data Collection services:
b. Prepare a list of items to be provided by the COUNTY as necessary to complete the tasks described
within this scope of services, TETRA TECH shall reasonably rely upon the data provided by the COUNTY
for project completion, Validity and accuracy of data shall be the responsibility of the COUNTY. Those
items shall include, but not be limited to:
1) GIS data for existing infrastructure
2) Survey data within vicinity of the existing pump stations
3) As -built drawings of the existing stations
4) Pump data including pump curves, run time information, flow testing, pressure monitoring, etc.
5) Past Geotechnical investigation and recommendations reports which may exist in the vicinity.
6) Permits obtained for past construction projects in the vicinity of the proposed improvements.
C. Preliminary Design
Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for
final design:
a. Use hydraulic modeling efforts from master planning (Task 2) to finalize pump sizing.
b. Develop a preliminary layout of the pump station site to include access drive, fencing, location of
proposed electrical components, standby generator (or diesel pump) and related site features, all as
applicable.
c, Meet with the COUNTY to review the preliminary layout for the COUNTY's approval prior to
proceeding with final design.
Preliminary Services Deliverables
• Kickoff Meeting Agenda (xMinutes
• Data Request
• Preliminary pu-percent) site layout
Field Investigations
A. Surveying & Subsurface Utility Exploration (SUED
Upon authorization, TETRA TECH will proceed with the surveying and subsurface utility exploration (SUE)
efforts within the vicinity of the proposed improvements to include:
a. Perform field surveying to gather information required to complete the design. Data shall be
collected using NAVD88 vertical datum. Data will include above and below ground data within the
vicinity of each pump station (6 sites total). Prior to performing the surveying efforts, contact will be
made to Sunshine State One -Call in order to determine existing utilities along the selected route.
Field Investigation Deliverables
• Survey Data
Final Design &Permitting
A. Pump Station Rehabilitation Design
Upon completion of the Field Investigations, TETRA TECH will initiate design services for the following:
• Design for each proposed Pump Station to include:
o Pump station layout including piping, valving and appurtenances
o Diesel pump or emergency power generator & fuel storage (as applicable)
o Entrance drive (as applicable)
o Fencing (as applicable)
o Landscaping (as applicable)
o Site improvements (as applicable)
o Electrical controls, communication and appurtenances
Design will result in preparation of engineering drawings and technical specifications, which will be submitted
to the COUNTY for review at 60-, 90-, and 100-percent completion levels. The 60-percent submittal will
generally include: drawings with survey and topographic information, all existing utility locations, all engineering
drawings of the proposed improvements, all applicable details, draft of technical specifications and an opinion
of probable construction costs. The 90-percent submittal will generally include: updated engineering drawings
in plan view with updated section views and cross sections (90% complete all disciplines), technical
specifications incorporating the comments received for the COUNTY on the 60-percent submittal, and an
updated opinion of costs. The 100-percent submittal will generally include: updated engineering drawings
(100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY
on the 90-percent submittal, and an updated opinion of costs. Review meetings shall be held with the COUNTY
following submittal at each completion stage.
A PDF set shall be provided to the COUNTY for each review. A review meeting shall be held with the COUNTY
following each submission. Tasks anticipated to be completed during this phase are summarized below:
a. Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including
supplemental technical specifications) shall be incorporated into the TETRATECH's electronic data base
and modified to include new borders, legends, etc. Drawings shall be prepared using 22x34-inch paper
(1"=40' scale) for the purpose of being able to produce Y2 scale drawings at 11xV7 inch.
b. For community pump stations, the Contract final drawings shall generally include, but not be limited
to the following for all improvements with the sheet counts below estimated per pump station:
1. General — sheets
Cover Sheet (1 sheet)
Index of Drawings and General Notes (1 sheet)
Legend and Abbreviations (1 sheet)
2. Civil — 5 sheets
Existing Conditions, Clearing & Erosion Control (1 sheet)
Site Improvement Plan (1 sheet)
Fence Plan and Details (2 sheets)
Civil Sections and Details (1 sheets)
3. Mechanical — 4 sheets
Demolition Plan (1 sheet)
Pump Station Improvement Plan (1 sheet)
Standby Generator Plan & Section (1 sheet)
Mechanical Details (1 sheet)
4. Structural — 3 sheets
Structural Legend (1 sheet)
Structure Foundation (1 sheet)
Fence/Wall Plan & Details (1 sheet)
5. Electrical/Instrumentation —8 sheets
Electrical Legend (1 sheet)
Electrical Site Plan (1 sheet)
Electrical Riser & Wiring Diagram (1 sheet)
Control Panel Schematics (2 sheets)
Emergency Generator Plan/Sections (1 sheet)
Telemetry System (1 sheets)
Electrical Details (1 sheets)
6. landscape Plans — 4 sheets
Landscape Legend, General Notes (1 sheets)
Landscape Plan (1 sheet)
Landscape Details (2 sheets)
c. For standard' duplex pump stations the Contract final drawings shall generally include, but not be
limited to the following for all improvements with the sheet counts below estimated per pump station:
1. General — 3 sheets
Cover Sheet (1 sheet)
Index of Drawings and General Notes (1 sheet)
Legend and Abbreviations (1 sheet)
2. Civil — 4 sheets
Existing Conditions, Clearing &Erosion Control (1 sheet)
Site Improvement Plan (1 sheet)
Fence Plan and Detail (1 sheet)
Civil Sections acid Details (1 sheets)
3. Mechanical — 3 sheets
Demolition Plan (1 sheet)
Pump Station Improvement Plan (1 sheet)
Mechanical Details (1 sheet)
4. Electrical/Instrumentation — 6 sheets
Electrical Legend (1 sheet)
Electrical Site Plan (1 sheet)
Electrical Riser & Wiring Diagram (1 sheet)
Control Panel Schematic (1 sheets)
Telemetry System (1 sheets)
Electrical Details (1 sheets)
d. Prepare a comprehensive project manual that shall generally consist of technical specifications for
competitive bidding. The project manual and its contents shall be prepared using Microsoft WORD and
formatted in accordance with CSI standards,
e. Prepare a bid schedule for unit cost bidding of the items proposed for installation. The bid schedule
shall be accompanied with a Measurement and Payment section to describe the bid items,
8. Quality Control/Quality Assurance
During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks:
a. Prior to submission of each design submittal (60-, 90- and 100-percent); perform review of design
documents (drawings and specifications) technical calculations, constructability; conformance with
engineering standards; conflicts with existing and/or proposed facilities and related factors,
b. Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for
Quality Control/Quality Assurance reviews.
c. Provide comments to design team in both written and redlined format.
C. Permitting
Upon authorization, TETRA TECH will perform the following permitting service on a per pump station basis (up
to 6 per each permit application type):
a. Schedule and attend the following pre -application meetings
1) Florida Department of Environmental Protection (FDEP)
b. Prepare and submit to the FDEP Application for Constructing Wastewater Collection and Transmission
System Improvements along with backup documentation.
c. Prepare and submit an insubstantial change permit application to the COUNTY for the proposed
improvements. The Application will include the following supplemental attachments:
1) Property information (Legal Description, Folio, Address, Zoning)
2) Location Map
3) Survey
4) Cover letter (explaining project)
5) Pre -Application meeting notes
6) Affidavit of Authorization
7) Property opinion of title
8) Site Development Plans
d. TETRA TECH shall include a request for a check from the COUNTY for each application in the amount
required by each regulatory agency. Backup documentation to support the application fee will also be
included. All permit application fees shall be paid by the COUNTY.
e. Respond to all requests for additional information (RAls) from the permitting agencies to clarify the
original application(s).
Final Design & Permitting Deliverables
Cr'r(3
• Design submittals to include drawings and project manual at the 60-percent, 90-percent and 100-
percent completion stages, as defined above. This will include 1 set of full sized (2204-inch drawing
sheets) along with technical specifications and an electronic copy in PDF format of each.
• Engineer's opinion of probable costs at the 60-, 90-percent and 100-percent completion stages
• Draft and final permit applications and supporting documentation
• Request for permit application fees along with backup documentation, as required
• Copies of responses to RAls
• Original permits, once received
Notes:
1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front-
end (Division 0-Bidding ad Contract Requirements and Division 01 — General Requirements). TETRA TECH
shall provide the drawings and technical documents along with a bid schedule for the COUNTY's
incorporation into the bid documents.
Biddina Assistance
Upon authorization, TETRA TECH shall perform the following Bidding related services:
a. Provide the COUNTY an electronic copy of the bid documents to include a bid form, drawings, and
technical specifications in PDF format for incorporation with the COUNTY's bidding and contract
documents for bidding purposes for each project. The COUNTY shall be responsible for printing,
distribution and logging of the bid sets to potential bidders,
b. Attend a Pre -Bid Meeting.
c. Respond to questions and prepare addenda as required to interpret, clarify or expand the bidding
documents, The COUNTY shall be responsible for distribution of addenda to all registered plan holders.
d. Consult with and advise the COUNTY as to the acceptability of subcontractors and other persons and
organizations proposed by the prime contractor (hereinafter called "Contractor").
e. Consult with and advise the COUNTY as to the acceptability of substitute materials and equipment
proposed by the Contractor when substitution priorto the award of contracts is allowed by the bidding
documents.
f. Evaluate bids and make recommendation of the award.
g. Coordinate process of obtaining the insurance, performance bond and payment bond certificates and
other such submittal items required from the Contractor by the contract documents so that
construction of the project can commence.
h. Following award of the contract, prepare a set of conformed documents incorporating changes made
during bidding through addenda and contract documents executed by the COUNTY and Contractor.
Two (2) hard copies and one (1) electronic copy in PDF format on CD of a conformed set of Contract
Documents shall be provided to the COUNTY and one (1) reproducible set to each recommended
Contractor.
Bidding Assistance Deliverables
• Electronic AutoCAD, MS WORD and PDF copies of the bid set to include bid form, substitute materials
form, drawings and technical specifications.
Responses to questions in addenda format.
• Bid evaluation and recommendation of award letter.
• Copies of the Conformed Documents as defined.
Notes:
1. There are 6 wastewater pump stations proposed for rehabilitation which may be performed as individual
projects, or which may be grouped into multiple projects. This scope of services and the associated fee
�� A-42
estimate have been developed on a per station basis. If prior to bidding, the COUNTY decides to group
multiple stations into a single contract for bidding purposes, then the bidding effort may be reduced.
Construction Management
Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete
the following tasks defined below. Construction phase is based on an estimated construction period of 150 days (90
days to substantial completion and 30 additional days to final completion with an additional 30 days to closeout) for
each station,
a. Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the
meeting for distribution to attendees.
b. Attend progress meetings throughout progress of the project. Progress meetings will be held monthly
as needed to coordinate work in progress. It is anticipated that 6 progress meetings will be needed at
an average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each,
and meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH
shall be responsible for preparing and distributing written summary of each meeting.
c. Make site visits to the construction site at intervals appropriate to the various stages of construction in
order to observe the progress and quality of the Work. These will be scheduled during critical points
during the construction of the project and will be determined based upon the Contractor's schedule.
It is anticipated that 8 site visits (2 per month) with an average duration of approximately 2 hours plus
2 hours for office time and report preparation will be required. These site visits will be to observe the
progress and quality of the construction and its general conformance to the Contract Documents. In
addition, TETRA TECH shall notify the COUNTY of observed work which does not conform to the
Contract Documents, make recommendations for its correction, and as authorized by the COUNTY,
issue instruction to the Contractor, to carry out the corrective measures,
d, Review shop drawings and other required Contractor submittals to determine conformance with the
design concepts of the project and compliance with the requirements provided in the Contract
Documents. Shop drawings will be reviewed up to two (2) times per submittal with additional review
fees to be paid to the TETRA TECH by the Contractor through the COUNTY. It is anticipated that up to
12 shop drawings will be submitted for review,
e. Review requests for information (RFIs), provide interpretation of construction documents, and issue
written clarifications or interpretations. Up to 4 RFIs are anticipated.
f. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen
conditions. No more than 1 change order is anticipated.
g, Review the Contractor's applications for payment and the accompanying data and schedules,
determine the amounts owed to the Contractor, and advise the COUNTY of the recommended
payments to the Contractor. Up to 6 pay applications are anticipated.
h. Attend up to 1/2 day of start-up testing and training. It is anticipated that startup up testing will
arranged such that all testing is performed on a single day.
i. Upon written request by Contractor, conduct a substantial completion inspection of the Project to
determine if Work is substantially complete or compile and distribute a punch list of items to be
addressed. Upon written request by Contractor, conduct a re -inspection to confirm that final
comp►etion punch list items have been addressed and subsequently provide a final completion
certification to the COUNTY and recommend that the COUNTY make final payment to the Contractor.
j. Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but
not be limited to warranties, release of liens and related documentation as required by the COUNTY
and/or funding agencies.
k. Prepare record drawings for COUNTY's use from information provided by the Contractor delineating
the location, and elevation of all facilities constructed. Provide the COUNTY with one (1) CD-ROM
electronic file of record drawings in PDF format and three (3) sets of prints of the record drawings (22"
x 34") for each construction contract. Record drawings to be based on electronic survey as -built data
to be provided by the Contractor.
A-43
Prepare and submit certifications and required supporting documentation to regulatory agencies
having issued permits for construction.
Construction Management Deliverables
• Meeting minutes for each meeting
• Site visit summary reports
• Correspondence related to residential -contractor liaison services
• Copies of Shop Drawing Reviews
• Copies of RFIs
• Change Proposals
• Executed Change Orders
• Approved Pay Requests with supporting documentation
• Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc.
• Substantial and Final Completion Punch Lists
• Record Documents (3 printed sets on 22" x 34" and 1 electronic copy)
• Copies of certifications of completion
Notes:
1. There are 6 wastewater pump stations proposed for rehabilitation which may be performed as individual
projects, or which may be grouped into multiple projects. This scope of services and the associated fee
estimate have been developed on a per station basis. If prior to construction, the COUNTY decides to group
multiple stations into a single contract for bidding purposes, then the construction management effort may
require adjustment.
EN®OF TASK 5 —PUMP STATION IMPROVEMENTS
Task 6 — Force Main Improvements
There are 6 total wastewater force main segments proposed for replacement which may be performed as
individual projects, or which may be grouped into multiple projects. This scope of services and the associated
fee estimate have been developed on a per force main basis.
Preliminary Design Services
A. Project Kickoff
Upon authorization, TETRA TECH shall perform the following services:
1. Schedule and hold a kickoff meeting with the COUNTY for the purpose of introducing team members
and defining their roles. TETRATECH will prepare a meeting agenda and prepare and distribute minutes
of the meeting.
B. Data Collection
Upon authorization, TETRA TECH will perform the following Data Collection services:
a. Prepare a list of items to be provided by the COUNTY as necessary to complete the tasks described
within this scope of services, TETRA TECH shall reasonably rely upon the data provided by the COUNTY
for project completion. Validity and accuracy of data shall be the responsibility of the COUNTY, Those
items shall include, but not be limited to:
1) GIS data for existing infrastructure
2) Survey data within vicinity of the proposed force mains
3) As -built drawings of the existing utilities within the force main areas
4) Past Geotechnical investigation and recommendations reports which may exist in the vicinity.
5) Permits obtained for past construction projects in the vicinity of the proposed improvements.
C, Preliminary Design
Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for
final design:
a, Review route alternatives and present up to three (3) alternatives to the COUNTY for final selection.
b, Meet with the COUNTY to review the findings of the modeling and preliminary layout for the
COUNTY's approval prior to proceeding with final design.
Preliminary Services Deliverables
Kickoff Meeting Agenda &Minutes
Data Request
Preliminary design technical memorandum
Preliminary (30-percent) site layout
Notes:
1, Force main sizing is not included within this scope of services. It is anticipated that force main sizing will
match existing unless determined otherwise through hydraulic modeling efforts performed within Task 2.
Field Investigations
A. Surveying & Subsurface Utility Exploration (SUE)
Upon authorization, TETRA TECH will proceed with the surveying and subsurface utility exploration (SUE)
efforts within the vicinity of the proposed improvements to include:
a. Perform field surveying to gather information required to complete the design. Data shall be
collected using NAVD88 vertical datum. Data will include above and below ground data within the
vicinity of each 1-mile force main segment (6 segments total), plus the approximate 1.5 miles of
force main along City Gate Drive and Tropicana Boulevard —% right-of-way only. Prior to performing
the surveying efforts, contact will be made to Sunshine State One -Call in order to determine existing
utilities along the selected route.
b. Perform SUE efforts to assist with identification of underground utilities. For this effort, the following
services shall be provided:
1) Coordinate with COUNTY to define the locations of the test trenches,
2) Excavate no more than six (6) 15-foot wide trenches from edge of pavement to the right-of-way
lines, to search for existing utilities. The test trenches will be in unpaved areas and up to 6-feet
deep. Excavations will be performed using air vacuum and water pressure equipment that is non-
destructive to existing facilities. No excavations under pavement or concrete will be performed
under this scope of work.
3) Mark the location of the excavated underground utilities with laths on ground surface and repair
ground surface within the limits of original trenches.
4) Field locate underground utility lines using traditional and GPS surveying methods and plot the
utilities in relationship to existing above -ground improvements. The depths, locations, sizes,
types (if possible) and materials of the excavated utility lines will be obtained.
5) Prepare an underground utility base map delineating horizontal and vertical data of the
underground improvements collected.
6) Provide the underground utility base map to the COUNTY in AutoCAD format.
8. Geotechnicallnvestigations
Upon authorization, TETRA TECH shall proceed with the geotechnical investigations utilizing Ardaman &
Associates, Inc. which shall include:
a. Perform two (2) standard penetration tests (SPTs) to a depth of up to 50-ft to determine the soil
conditions along the force main route, The SPTs will be used to assist in designing of the potential
horizontal directional drills.
b. Perform (11) hand auger borings to a depth of 8-feet (or to the presence of rock) in order to
determine the presence of rock or other unsuitable material along the proposed force main route,
within the construction zone.
C. EnvironmentalInvestigations
Upon authorization, TETRA TECH will utilize Johnson Engineering, Inc. (JEI) to perform a Protected Species
Survey and Habitat Mapping for the project site to include the force main route. For this effort JEI shall conduct
a protected species survey of the project area to determine State and Federal threatened and endangered
species involvement. The survey shall be conducted in accordance with methodologies accepted by the Florida
Fish and Wildlife Conservation Commission (FWC), U.S. Fish and Wildlife Service (USFWS), and Lee County Land
Development Code, Chapter 10, Article 3, Division 8 (Protection of Habitat). This task includes preparation of a
vegetation community map in accordance with the Florida Land Use Cover and Forms Classification System
(FLUCFCS) methodology established by the Florida Department of Transportation (FDOT). The FLUCFCS map
shall be required for the state environmental permit application process and/or Lee County development order
A-46'
}
(DO) review. The methodology and findings, including locations of observed protected species (if any), will be
summarized in a Protected Species Survey Report in a format suitable to meet the permitting requirements of
Lee County, FWC, and USFWS. Species specific surveys, management plans, permitting, and/or relocations,
other than those stated herein will require a supplemental agreement, if required by the regulatory agencies.
Species specific wildlife surveys, which may have seasonal requirements or specific methodologies, wildlife
monitoring, agency permitting, and/or relocations are not included in this task. These services, if required by
the regulatory agencies, are either covered under separate tasks below or will require a supplemental
agreement.
Field Investigation Deliverables
• Survey Data
• Geotechnical Report
• Environmental Investigation results
Final Design &Permitting
A. Force Main Design
Upon completion of the Field Investigations, TETRA TECH will initiate design services for the following:
• Design for the (5) 1-mile force main segments and the 1.5-mile City Gate Drive segment to include:
o Force Main Plan and Profile Sheets
o Connection Details
o Horizontal Directional Drill Details
Design will result in preparation of engineering drawings and technical specifications, which will be submitted
to the COUNTY for review at 60-, 90 and 100-percent completion levels. The 60-percent submittal will
generally include: drawings with survey and topographic information, all existing utility locations, all engineering
drawings of the proposed improvements, all applicable details, draft of technical specifications and an opinion
of probable construction costs. The 90-percent submittal will generally include: updated engineering drawings
in plan view with updated section views and cross sections (90% complete all disciplines), technical
specifications incorporating the comments received for the COUNTY on the 60-percent submittal, and an
updated opinion of costs. The 100-percent submittal will generally include: updated engineering drawings
(100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY
on the 90-percent submittal, and an updated opinion of costs. Review meetings shall be held with the COUNTY
following submittal at each completion stage.
A PDF set shall be provided to the COUNTY for each review. A review meeting shall be held with the COUNTY
following each submission. Tasks anticipated to be completed during this phase per each force main segment
are summarized below:
a. Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including
supplemental technical specifications) shall be incorporated into the TETRATECH's electronic data base
and modified to include new borders, legends, etc. Drawings shall be prepared using 2204-inch paper
(1"=40' scale) for the purpose of being able to produce %z scale drawings at 11x17-inch.
b. The Contract final drawings shall generally include, but not be limited to the following for all
improvements with the sheet counts below estimated per force main segment for the (5) 1-mile
segments:
1. General — 4 sheets
Cover Sheet (1 sheet)
Index of Drawings and General Notes (1 sheet)
Location Map & Overall Key Sheet (1 sheet)
C;At�
Legend and Abbreviations (1 sheet)
2, Civil —19 sheets
Plan &Profile Sheets (11 sheets)
Civil Sections and Details (8 sheets)
c. The Contract final drawings shall generally include, but not be limited to the following for all
improvements with the sheet counts below estimated per force main segment for the 1.5-mile
segment along City Gate Drive:
1. General — 4 sheets
Cover Sheet (1 sheet)
Index of Drawings and General Notes (1 sheet)
Location Map & Overall Key Sheet (1 sheet)
Legend and Abbreviations (1 sheet)
2. Civil — 24 sheets
Plan & Profile Sheets (16 sheets)
Civil Sections and Details (8 sheets)
d. Prepare a comprehensive project manual that shall generally consist of technical specifications for
competitive bidding. The project manual and its contents shall be prepared using Microsoft WORD and
formatted in accordance with CSI standards.
e. Prepare a bid schedule for unit cost bidding of the items proposed for installation. The bid schedule
shall be accompanied with a Measurement and Payment section to describe the bid items.
B. Quality Control/Quality Assurance
During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks:
a. Prior to submission of each design submittal (60-, 90- and 100-percent); perform review of design
documents (drawings and specifications) technical calculations, constructability; conformance with
engineering standards; conflicts with existing and/or proposed facilities and related factors,
b. Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for
Quality Control/Quality Assurance reviews,
c. Provide comments to design team in both written and redlined format.
C. Permitting
Upon authorization, TETRA TECH will perform the following permitting services on a per force main segment
basis (up to 6 per each permit application type):
a. Schedule and attend the following pre -application meetings
1) Collier County
2) Florida Department of Environmental Protection (FDEP)
b. Prepare and submit to the FDEP Application for Constructing Wastewater Collection and Transmission
System Improvements along with backup documentation.
c. Prepare and submit Notice of Intent (NO1) and Stormwater Pollution Prevention Plan (SWP3)
applications to the FDEP for stormwater control during construction for each project location (6 total)
d. Prepare and submit a Site Development Plan Amendment (SDP-1) application to the COUNTY any
proposed improvements located outside of the COUNTY right-of-way. The Application will include the
following supplemental attachments:
1) Property information (Legal Description, Folio, Address, Zoning)
A-48'
L -_
2) Location Map
3) Survey
4) Cover letter (explaining project)
5) Pre -Application meeting notes
6) Affidavit of Authorization
7) Property opinion of title
8) Site Development Plans
e. TETRA TECH shall include a request for a check from the COUNTY for each application in the amount
required by each regulatory agency. Backup documentation to support the application fee will also be
included. All permit application fees shall be paid by the COUNTY.
f. Respond to all requests for additional information (RAIs) from the permitting agencies to clarify the
original application(s).
Final Design & Permitting Deliverables
Design submittals to include drawings and project manual at the 60-percent, 90-percent and 100-
percent completion stages, as defined above. This will include 1 set of full sized (2204-inch drawing
sheets) along with technical specifications and an electronic copy in PDF format of each,
• Engineer's opinion of probable costs at the 60-, 90-percent and 100-percent completion stages
• Draft and final permit applications and supporting documentation
• Request for permit application fees along with backup documentation, as required
• Copies of responses to RAIs
• Original permits, once received
Notes:
1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front-
end (Division 04dding ad Contract Requirements and Division 01 — General Requirements). TETRA TECH
shall provide the drawings and technical documents along with a bid schedule for the COUNTY's
incorporation into the bid documents.
Bidding Assistance
Upon authorization, TETRA TECH shall perform the following Bidding related services:
a. Provide the COUNTY an electronic copy of the bid documents to include a bid form, drawings, and
technical specifications in PDF format for incorporation with the COUNTY's bidding and contract
documents for bidding purposes for each project. The COUNTY shall be responsible for printing,
distribution and logging of the bid sets to potential bidders.
b. Attend a Pre -Bid Meeting.
c. Respond to questions and prepare addenda as required to interpret, clarify or expand the bidding
documents. The COUNTY shall be responsible for distribution of addenda to all registered plan holders.
d. Consult with and advise the COUNTY as to the acceptability of subcontractors and other persons and
organizations proposed by the prime contractor (hereinafter called "Contractor").
e. Consult with and advise the COUNTY as to the acceptability of substitute materials and equipment
proposed by the Contractor when substitution prior to the award of contracts is allowed by the bidding
documents.
f. Evaluate bids and make recommendation of the award.
g. Coordinate process of obtaining the insurance, performance bond and payment bond certificates and
other such submittal items required from the Contractor by the contract documents so that
construction of the project can commence.
h. Following award of the contract, prepare a set of conformed documents incorporating changes made
during bidding through addenda and contract documents executed by the COUNTY and Contractor.
Two (2) hard copies and one (1) electronic copy in PDF format on CD of a conformed set of Contract
A-49
Documents shall be provided to the COUNTY and one (1) reproducible set to each recommended
Contractor.
Bidding Assistance Deliverables
• Electronic AutoCAD, MS WORD and PDF copies of the bid set to include bid form, substitute materials
form, drawings and technical specifications.
• Responses to questions in addenda format.
Bid evaluation and recommendation of award letter.
• Copies of the Conformed Documents as defined.
Notes;
1. There are 6 total wastewater force main segments proposed for replacement which may be performed as
individual projects, or which may be grouped into multiple projects. This scope of services and the
associated fee estimate have been developed on a per force main basis. If prior to bidding, the COUNTY
decides to group multiple segments into a single contract for bidding purposes, then the bidding effort may
be reduced,
Construction Manaaement
Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete
the following tasks defined below, Construction phase is based on an estimated construction period of 150 days (90
days to substantial completion and 30 additional days to final completion with an additional 30 days to closeout) per
each force main segment (6 total).
a, Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the
meeting for distribution to attendees.
b. Attend progress meetings throughout progress of the project. Progress meetings will be held monthly
as needed to coordinate work in progress. It is anticipated that 6 progress meetings will be needed at
an average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each,
and meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH
shall be responsible for preparing and distributing written summary of each meeting.
c. Make site visits to the construction site at intervals appropriate to the various stages of construction in
order to observe the progress and quality of the Work. These will be scheduled during critical points
during the construction of the project and will be determined based upon the Contractor's schedule.
It is anticipated that 10 site visits (2 per month) with an average duration of approximately 2 hours plus
2 hours for office time and report preparation will be required, These site visits will be to observe the
progress and quality of the construction and its general conformance to the Contract Documents. In
addition, TETRA TECH shall notify the COUNTY of observed work which does not conform to the
Contract Documents, make recommendations for its correction, and as authorized by the COUNTY,
issue instruction to the Contractor, to carry out the corrective measures.
d. Review shop drawings and other required Contractor submittals to determine conformance with the
design concepts of the project and compliance with the requirements provided in the Contract
Documents. Shop drawings will be reviewed up to two (2) times per submittal with additional review
fees to be paid to the TETRA TECH by the Contractor through the COUNTY. It is anticipated that up to
15 shop drawings will be submitted for review.
e. Review requests for information (RFIs), provide interpretation of construction documents, and issue
written clarifications or interpretations. Up to 5 RFIs are anticipated,
f. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen
conditions. Up to 2 change orders are anticipated.
g. Review the Contractor's applications for payment and the accompanying data and schedules,
determine the amounts owed to the Contractor, and advise the COUNTY of the recommended
payments to the Contractor. Up to 6 pay applications are anticipated.
A-50
h. Upon written request by Contractor, conduct a substantial completion inspection of the Project to
determine if Work is substantially complete or compile and distribute a punch list of items to be
addressed. Upon written request by Contractor, conduct a re -inspection to confirm that final
completion punch list items have been addressed and subsequently provide a final completion
certification to the COUNTY and recommend that the COUNTY make final payment to the Contractor.
i. Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but
not be limited to warranties, release of liens and related documentation as required by the COUNTY
and/or funding agencies.
j. Review the Contractor's as -built submittals monthly for adequacy and review listing of deviations from
the construction permit and approved construction documents. Prepare record drawings for
COUNTY's use from information provided by the Contractor delineating the location, and elevation of
all facilities constructed. Provide the COUNTY with one (1) CD-ROM electronic file of record drawings
in PDF format and three (3) sets of prints of the record drawings (22" x 34") for each construction
contract. Record drawings to be based on electronic survey as -built data to be provided by the
Contractor.
k. Prepare and submit certifications and required supporting documentation to regulatory agencies
having issued permits for construction.
Construction Management Deliverables
• Meeting minutes for each meeting
• Site visit summary reports
• Correspondence related to residential -contractor liaison services
• Copies of Shop Drawing Reviews
• Copies of RFIs
• Change Proposals
• Executed Change Orders
• Approved Pay Requests with supporting documentation
• Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc.
• Substantial and Final Completion Punch Lists
Record Documents (3 printed sets on 22" x 34" and 1 electronic copy)
• Copies of certifications of completion
Notes:
1. There are 6 total force main segments proposed for rehabilitation which may be performed as individual
projects, or which may be grouped into multiple projects. This scope of services and the associated fee
estimate have been developed on a per segment basis. If prior to construction, the COUNTY decides to
group multiple segments into a single contract for bidding purposes, then the construction management
effort may require adjustment.
Task 7 _ Gravity Collection System Improvements
There are 5 total gravity collection segments proposed for replacement which may be performed as individual
projects, or which may be grouped into multiple projects. This scope of services and the associated fee estimate
have been developed on a per force main basis.
Preliminary Design Services
A. Project Kickoff
Upon authorization, TETRA TECH shall perform the following services:
a. Schedule and hold a kickoff meeting with the COUNTY for the purpose of introducing team members
and defining their roles. TETRA TECH will prepare a meeting agenda and prepare and distribute minutes
of the meeting.
b. Develop and maintain a Project Management Plan (PMP) complete with team member roles,
schedules, deliverable deadlines, a health and safety plan, and related components necessary to
manage the proposed project.
B. Data Collection
Upon authorization, TETRA TECH will perform the following Data Collection services:
a. Prepare a list of items to be provided by the COUNTY as necessary to complete the tasks described
within this scope of services. TETRA TECH shall reasonably rely upon the data provided by the COUNTY
for project completion. Validity and accuracy of data shall be the responsibility of the COUNTY. Those
items shall include, but not be limited to:
1) GIS data for existing infrastructure
2) Survey data within vicinity of the gravity collection piping
3) Television or smoke testing information from past studies (as available)
4) As -built drawings of the existing utilities within the collection system areas
5) Past Geotechnical investigation and recommendations reports which may exist in the vicinity.
6) Permits obtained for past construction projects in the vicinity of the proposed improvements.
C. Preliminary Design
Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for
final design: :
a. Review condition of existing piping based on data collected in order to determine and make a
recommendation for repair in place versus replacement.
b. Meet with COUNTY regarding alternatives for COUNTY input on repair/replacement method.
Preliminary Services Deliverables
• Kickoff Meeting Agenda &Minutes
• Data Request
Field investigations
A. Surveying
Upon authorization, TETRA TECH will proceed with the surveying and subsurface utility exploration (SUE)
efforts within the vicinity of the proposed improvements to include:
a. Perform field surveying to gather information required to complete the design. Data shall be
collected using NAVD88 vertical datum. Data will include above and below ground data within the
vicinity of each 1-mile gravity collection segment (5 segments total), including location of manholes,
service laterals (where available for location identification), edge of pavement, edge of right-of-way,
and related information pertinent to design. Prior to performing the surveying efforts, contact will
be made to Sunshine State One -Call in order to determine existing utilities along the selected route,
Field Investigation Deliverables
® Survey Data
Notes:
1. As the proposed gravity improvements are anticipated to consist of either repair in -place or placement
within the roadway where no other existing utilities are anticipated to exist, subsurface utility exploration
efforts are not proposed to be included within this scope of services.
Final Design &Permitting
A. Gravity Collection System Design
Upon completion of the Field Investigations, TETRA TECH will initiate design services for the following:
Design for the 5 gravity collection system improvement segments to include:
o Force Main Plan and Profile Sheets
o Connection Details
o Horizontal Directional Drill Details
Design will result in preparation of engineering drawings and technical specifications, which will be submitted
to the COUNTY for review at 60-, 90-, and 100-percent completion levels. The 60-percent submittal will
generally include: drawings with survey and topographic information, all existing utility locations, all engineering
drawings of the proposed im.provements, all applicable details, draft of technical specifications and an opinion
of probable construction costs, The 90-percent submittal will generally include: updated engineering drawings
in plan view with updated section views and cross sections (90% complete all disciplines), technical
specifications incorporating the comments received for the COUNTY on the 60-percent submittal, and an
updated opinion of costs. The 100-percent submittal will generally include: updated engineering drawings
(100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY
on the 90-percent submittal, and an updated opinion of costs, Review meetings shall be held with the COUNTY
following submittal at each completion stage.
A PDF set shall be provided to the COUNTY for each review, A review meeting shall be held with the COUNTY
following each submission. Tasks anticipated to be completed during this phase per each force main segment
are summarized below:
a, Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including
supplemental technical specifications) shall be incorporated into the TETRA TECH's electronic data base
and modified to include new borders, legends, etc. Drawings shall be prepared using 2204-inch paper
(1"=40' scale) for the purpose of being able to produce % scale drawings at 11x17-inch.
b. The Contract final drawings shall generally include, but not be limited to the following for all
improvements with the sheet counts below estimated per gravity collection system improvement
segment:
A-S 3
1. General — 4 sheets
Cover Sheet (1 sheet)
Index of Drawings and General Notes (1 sheet)
Location Map & Overall Key Sheet (1 sheet)
Legend and Abbreviations (1 sheet)
2. Civil —19 sheets
Plan & Profile Sheets (11 sheets)
Civil Sections and Details (8 sheets)
c. Prepare a comprehensive project manual that shall generally consist of technical specifications for
competitive bidding. The project manual and its contents shall be prepared using Microsoft WORD and
formatted in accordance with CSI standards,
d. Prepare a bid schedule for unit cost bidding of the items proposed for installation. The bid schedule
shall be accompanied with a Measurement and Payment section to describe the bid items.
8. Quality Control/Quality Assurance
During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks:
a. Prior to submission of each design submittal (60-, 90- and 100-percent); perform review of design
documents (drawings and specifications) technical calculations, constructability; conformance with
engineering standards; conflicts with existing and/or proposed facilities and related factors.
b. Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for
Quality Control/Quality Assurance reviews.
c, Provide comments to design team in both written and redlined format.
C. Permitting
Upon authorization, TETRA TECH will perform the following permitting services on a per gravity collection
segment basis (up to 5 per each permit application type):
a. Schedule and attend the following pre -application meetings
1) Florida Department of Environmental Protection (FDEP)
b. Prepare and submit to the FDEP Application for Constructing Wastewater Collection and Transmission
System Improvements along with backup documentation.
c. Prepare and submit Notice of Intent (NOI) and Stormwater Pollution Prevention Plan (SWP3)
applications to the FDEP for stormwater control during construction for each project location (5 total)
d, TETRA TECH shall include a request for a check from the COUNTY for each application in the amount
required by each regulatory agency. Backup documentation to support the application fee will also be
included. All permit application fees shall be paid by the COUNTY.
e. Respond to all requests for additional information (RAIs) from the permitting agencies to clarify the
original application(s).
Final Design & Permitting Deliverables
Design submittals to include drawings and project manual at the 60-percent, 90-percent and 100-
percent completion stages, as defined above. This will include 1 set of full sized (22x34-inch drawing
sheets) along with technical specifications and an electronic copy in PDF format of each.
Engineer's opinion of probable costs at the 60-, 90-percent and 100-percent completion stages
Draft and final permit applications and supporting documentation
Request for permit application fees along with backup documentation, as required
Copies of responses to RAIs
-A-549
Original permits, once received
Notes:
1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front-
end (Division 0-Bidding ad Contract Requirements and Division 01— General Requirements), TETRA TECH
shall provide the drawings and technical documents along with a bid schedule for the COUNTY's
incorporation into the bid documents.
2. For those segments in which repair in -place methods are used, no permitting efforts are anticipated to be
required.
eiddina Assistance
Upon authorization, TETRA TECH shall perform the following Bidding related services:
a, Provide the COUNTY an electronic copy of the bid documents to include a bid form, drawings, and technical
specifications in PDF format for incorporation with the COUNTY's bidding and contract documents for
bidding purposes for each project, The COUNTY shall be responsible for printing, distribution and logging
of the bid sets to potential bidders.
b. Attend a Pre -Bid Meeting.
c. Respond to questions and prepare addenda as required to interpret, clarify or expand the bidding
documents. The COUNTY shall be responsible for distribution of addenda to all registered plan holders.
d. Consult with and advise the COUNTY as to the acceptability of subcontractors and other persons and
organizations proposed by the prime contractor (hereinafter called "Contractor").
e. Consult with and advise the COUNTY as to the acceptability of substitute materials and equipment proposed
by the Contractor when substitution prior to the award of contracts is allowed by the bidding documents.
f. Evaluate bids and make recommendation of the award.
g, Coordinate process of obtaining the insurance, performance bond and payment bond certificates and other
such submittal items required from the Contractor by the contract documents so that construction of the
project can commence.
h. Following award of the contract, prepare a set of conformed documents incorporating changes made during
bidding through addenda and contract documents executed by the COUNTY and Contractor. Two (2) hard
copies and one (1) electronic copy in PDF format on CD of a conformed set of Contract Documents shall be
provided to the COUNTY and one (1) reproducible set to each recommended Contractor.
Bidding Assistance Deliverables
Electronic AutoCAD, MS WORD and PDF copies of the bid setto include bid form, substitute materials
form, drawings and technical specifications.
Responses to questions in addenda format.
Bid evaluation and recommendation of award letter.
Copies of the Conformed Documents as defined.
Notes:
1. There are 5 total gravity collection segments proposed for replacement which may be performed as
individual projects, or which may be grouped into multiple projects. This scope of services and the
associated fee estimate have been developed on a per force main basis, If prior to bidding, the COUNTY
decides to group multiple segments into a single contract for bidding purposes, then the bidding effort may
be reduced.
Canstructian Management
Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete
the following tasks defined below. Construction phase is based on an estimated construction period of 150 days (90
days to substantial completion and 30 additional days to final completion with an additional 30 days to closeout) per
each gravity collection system segment (5 total),
a. Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the meeting
for distribution to attendees.
b. Attend progress meetings throughout progress of the project. Progress meetings will be held monthly as
needed to coordinate work in progress. It is anticipated that 6 progress meetings will be needed at an
average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each, and
meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH shall be
responsible for preparing and distributing written summary of each meeting.
c. Make site visits to the construction site at intervals appropriate to the various stages of construction in
order to observe the progress and quality of the Work. These will be scheduled during critical points during
the construction of the project and will be determined based upon the Contractor's schedule. It is
anticipated that 12 site visits (2 per month) with an average duration of approximately 2 hours plus 2 hours
for office time and report preparation will be required. These site visits will be to observe the progress and
quality of the construction and its general conformance to the Contract Documents. In addition, TETRA
TECH shall notify the COUNTY of observed work which does not conform to the Contract Documents, make
recommendations for its correction, and as authorized by the COUNTY, issue instruction to the Contractor,
to carry out the corrective measures.
d. Review shop drawings and other required Contractor submittals to determine conformance with the design
concepts of the project and compliance with the requirements provided in the Contract Documents. Shop
drawings will be reviewed up to two (2) times per submittal with additional review fees to be paid to the
TETRA TECH by the Contractor through the COUNTY. It is anticipated that up to 15 shop drawings will be
submitted for review.
e, Review requests for information (RFIs), provide interpretation of construction documents, and issue written
clarifications or interpretations. Up to 10 RFIs are anticipated.
f. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen
conditions. Up to 4 change orders are anticipated.
g. Review the Contractor's applications for payment and the accompanying data and schedules, determine
the amounts owed to the Contractor, and advise the COUNTY of the recommended payments to the
Contractor. Up to 9 pay applications are anticipated.
h. Upon written request by Contractor, conduct a substantial completion inspection of the Project to
determine if Work is substantially complete or compile and distribute a punch list of items to be addressed.
Upon written request by Contractor, conduct a re -inspection to confirm that final completion punch list
items have been addressed and subsequently provide a final completion certification to the COUNTY and
recommend that the COUNTY make final payment to the Contractor.
i. Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but not be
limited to warranties, release of liens and related documentation as required by the COUNTY and/or
funding agencies.
j. Review the Contractor's as -built submittals monthly for adequacy and review listing of deviations from the
construction permit and approved construction documents. Prepare record drawings for COUNTY's use
from information provided by the Contractor delineating the location, and elevation of all facilities
constructed. Provide the COUNTY with one (1) CD-ROM electronic file of record drawings in PDF format and
three (3) sets of prints of the record drawings (22" x 34") for each construction contract. Record drawings
to be based on electronic survey as -built data to be provided by the Contractor,
k. Prepare and submit certifications and required supporting documentation to regulatory agencies having
issued permits for construction.
Construction Management Deliverables
Meeting minutes for each meeting
Site visit summary reports
• Correspondence related to residential -contractor liaison services
• Copies of Shop Drawing Reviews
• Copies of RFIs
Change Proposals
• Executed Change Orders
Approved Pay Requests with supporting documentation
Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc.
Substantial and Final Completion Punch Lists
• Record Documents (3 printed sets on 22" x 34" and 1 electronic copy)
• Copies of certifications of completion
Notes:
1. There are 5 total gravity collection segments proposed for rehabilitation which may be performed as
individual projects, or which may be grouped into multiple projects. This scope of services and the
associated fee estimate have been developed on a per segment basis. If prior to construction, the COUNTY
decides to group multiple segments into a single contract for bidding purposes, then the construction
management effort may require adjustment.
Task 8 — General Professional Engineering Services
As -Needed Professiana! Enaineerina Services
Upon authorization, TETRA TECH shall perform the following or related services on an as -needed basis:
• Design assistance for minor utility improvements such as line relocations or repairs
• Inflow and infiltration review assistance
• Operational assistance for wastewater treatment
Electrical and instrumentation assistance
• Regulatory assistance for compliance
• Feasibility Studies
• Review of upcoming regulatory changes that may affect the Golden Gate City system
• Assistance with grants and funding opportunities
• Hydraulic modeling for existing system components or proposed system improvements
• Participation in meetings, preparation of brief reports and otherwise provide guidance to the COUNTY as
may be requested
• Miscellaneous field surveying
• Miscellaneous environmental consultation
END OF TASIf 8 �-GENERAL PROFESSIONAL, ENGINEERING SERVICES
Task 9 — Bridge the Gap Treatment Expansion
Preliminary Desian Services
A. Project Kickoff
Upon authorization, TETRA TECH shall perform the following services:
a, Schedule and no a kickoff meeting with the COUNTY for the purpose of introducing team members
and defining their roles, TETRA TECH will prepare a meeting agenda and prepare and distribute minutes
of the meeting.
b. Develop and maintain a Project Management Plan (PMP) complete with team member roles,
schedules, deliverable deadlines, a health and safety plan, and related components necessary to
manage the proposed project.
B. Data Collection
Upon authorization, TETRA TECH will perform the following Data Collection services:
a. Prepare a list of items to be provided by the COUNTY as necessary to complete the tasks described
within this scope of services. TETRA TECH shall reasonably rely upon the data provided by the COUNTY
for project completion. Validity and accuracy of data shall be the responsibility of the COUNTY. Those
items shall include, but not be limited to:
1) Record drawings of the existing WWTP and any improvements made
2) Hydraulic profile
3) Survey data within the WWTP site
4) Past Geotechnical investigation and recommendations reports which may exist in the vicinity.
5) Permits obtained for past construction projects in the vicinity of the proposed improvements.
C. Preliminary Design
Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for
final design: :
a. Perform calculations in order to size the treatment components (MBR units, biological modifications,
filtration upgrades, disinfection facilities, return and waste activated sludge facilities, pumping
systems, emergency generator, electrical and instrumentation systems. Consideration will be given
to the ultimate plant expansion(s) and the potential to reuse components added during this "bridge
the gap" phase. — No improvements are anticipated for the residuals stabilization system or to the
deep injection well as part of this "bridge the gap" project.
b. Perform a preliminary site layout for the "bridge the gap" units,
c. Meet with the COUNTY to review the findings of the modeling and preliminary layout for the
COUNTY's approval prior to proceeding with final design.
d, TETRA TECH shall provide recommendations and a summary of the preliminary design efforts in the
form of a technical memorandum for review and concurrence prior to proceeding to the final design
phase.
Preliminary Services Deliverables
Kickoff Meeting Agenda &Minutes
• Data Request
• Preliminary design technical memorandum
• Preliminary (30-percent) site layout
Field lnvestiaations
A. Surveying &Subsurface Utility Exploration (SUE)
Upon authorization, TETRA TECH will proceed with the surveying and subsurface utility exploration (SUE)
efforts within the vicinity of the proposed improvements to include:
a. Perform field surveying to gather information required to complete the design. Data shall be
collected using NAVD88 vertical datum. Data will include above and below ground data within the
vicinity of the proposed expansion, Prior to performing the surveying efforts, contact will be made
to Sunshine State One -Call in order to determine existing utilities along the selected route.
b. Perform SUE efforts to assist with identification of underground utilities, For this effort, the
following services shall be provided:
1) Coordinate with COUNTY to define the locations of the test trenches.
2) Excavate no more than six (6)15-foot wide trenches in the vicinity of the proposed underground
piping/tank areas. The test trenches will be in unpaved areas and up to 6-feet deep. Excavations
will be performed using air vacuum and water pressure equipment that is non-destructive to
existing facilities. No excavations under pavement or concrete will be performed under this
scope of work.
3) Mark the location of the excavated underground utilities with laths on ground surface and repair
ground surface within the limits of original trenches.
4) Field locate underground utility lines using traditional and GPS surveying methods and plot the
utilities in relationship to existing above -ground improvements. The depths, locations, sizes,
types (if possible) and materials of the excavated utility lines will be obtained.
5) Prepare an underground utility base map delineating horizontal and vertical data of the
underground improvements collected.
6) Provide the underground utility base map to the COUNTY in AutoCAD format.
8. Geotechnicallnvestigations
Upon authorization, TETRA TECH shall proceed with the geotechnical investigations utilizing Ardaman &
Associates, Inc. which shall include:
a. Perform four (4) standard penetration tests (SPTs) to a depth of up to 50-ft to determine the soil
conditions at the proposed treatment unit expansion area. The SPTs will be used to assist in
designing of the chlorine contact basin and will include foundation recommendations for the
proposed structure.
Field Investigation Deliverables
• Survey Data
• Geotechnical Report
Final Design &Permitting
A. Bridge the Gap Expansion Treatment System Design
Upon completion of the Field Investigations, TETRA TECH will initiate design services for the following:
• Design for the proposed bridge the gap treatment system to include:
o The addition of MBR units — either in -vessel within existing tankage or stand-alone skid
cassettes
o Modifications to the biological treatment process upstream of the MBR process
o Installation of fine bar screens in advance of the MBR units
o Yard piping modifications
o Modifications (as necessary) to the return and waste activated sludge systems
o An upgraded/enlarged emergency power generator
o Electrical and instrumentation improvements to accommodate the new technology.
Design will result in preparation of engineering drawings and technical specifications, which will be submitted
to the COUNTY for review at 60-, 90-, and 100-percent completion levels. The 60-percent submittal will
generally include: drawings with survey and topographic information, all existing utility locations, all engineering
drawings of the proposed improvements, all applicable details, draft of technical specifications and an opinion
of probable construction costs. The 90-percent submittal will generally include: updated engineering drawings
in plan view with updated section views and cross sections (90% complete all disciplines), technical
specifications incorporating the comments received for the COUNTY on the 60-percent submittal, and an
updated opinion of costs. The 100-percent submittal will generally include: updated engineering drawings
(100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY
on the 90-percent submittal, and an updated opinion of costs. Review meetings shall be held with the COUNTY
following submittal at each completion stage.
A PDF set shall be provided to the COUNTY for each review. A review meeting shall be held with the COUNTY
following each submission. Tasks anticipated to be completed during this phase are summarized below:
a. Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including
supplemental technical specifications) shall be incorporated into the TETRATECH's electronic data base
and modified to include new borders, legends, etc. Drawings shall be prepared using 2204-inch paper
(1"=40' scale) for the purpose of being able to produce % scale drawings at 11x17-inch.
b. The Contract final drawings shall generally include, but not be limited to the following for all
improvements:
1. General — 6 sheets
Cover Sheet (1 sheet)
Index of Drawings (1 sheet)
Location and General Notes (1 sheet)
Legend and Abbreviations (1 sheet)
Existing Process Flow Diagram (1 sheet)
Hydraulic Profile (1 sheet)
2. Civil — 9 sheets
Existing Conditions, Clearing &Erosion Control (1 sheet)
Site Plan, Geometry & Project Data Table (1 sheet)
Site Improvement Plan (3 sheets)
Enlarged Site Plan (1 sheet)
Civil Sections and Details (3 sheets)
3. Mechanical — 26 sheets
Demolition Plan (2 sheets)
Yard Piping Plan (4 sheets)
Bar Screen Improvements Plan & Section View (2 sheets)
MBR Plan & Section Views (6 sheets)
Existing Process Modification Drawings (3 sheets)
Chemical System Improvements (2 sheets)
RAS/WAS Control Station Plan & Section Views (3 sheets)
Mechanical Detail Sheets (4 sheets)
4. Structural —14 sheets
Structural Legend (1 sheet)
Structure Foundation (1 sheet)
Bar Screen Plan & Section (2 sheets)
MBR Structural Drawings (3 sheets)
RAS/WAS Control Station (1 sheet)
Generator Slab (1 sheet)
Fuel Storage Foundation (1 sheet)
Structural Section/Details (4 sheets)
5. Electrical/Instrumentation — 22 sheets
Electrical Notes and Symbols (2 sheet)
Instrumentation Legend & Abbreviations (1 sheets)
Electrical Demolition Plan (1 sheet)
Electrical Site Plan (1 sheet)
Power Feed Plan (1 sheet)
MBR System Power Plan (1 sheet)
Electrical Riser Diagram (1 sheet)
Electrical Single Line Wiring Diagrams (2 sheet)
MCC Plans (2 sheets)
Telemetry System 6 sheets)
Electrical Details (4 sheets)
c, Prepare a comprehensive project manual that shall generally consist of technical specifications for
competitive bidding, The project manual and its contents shall be prepared using Microsoft WORD and
formatted in accordance with CSI standards.
d. Prepare a bid schedule for unit cost bidding of the items proposed for installation. The bid schedule
shall be accompanied with a Measurement and Payment section to describe the bid items.
D. Quality Control/Quality Assurance
During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks;
a. Prior to submission of each design submittal (60-, 90- and 100-percent); perform review of design
documents (drawings and specifications) technical calculations, constructability; conformance with
engineering standards; conflicts with existing and/or proposed facilities and related factors.
b. Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for
Quality Control/Quality Assurance reviews. .
c. Provide comments to design team in both written and redlined format.
E. Permitting
Upon authorization, TETRA TECH will perform the following permitting services:
a. Schedule and attend the following pre -application meetings
1) Collier County
2) Florida Department of Environmental Protection (FDi. P)
3) South Florida Water Management District (SFWMD)
b. Prepare and submit to the FDEP Wastewater Facility Permit Applications (Forms 1 and 2A) along with
backup documentation.
c. Prepare and submit Notice of Intent (NO1) and Stormwater Pollution Prevention Plan (SWP3)
applications to the FDEP for stormwater control during construction for each project location (3 total)
d. Prepare and submit a Site Development Plan Amendment (SDP -A) application to the COUNTY for the
proposed improvements. The Application will include the following supplemental attachments:
1) Property information (Legal Description, Folio, Address, Zoning)
2) Location Map
3) Survey
4) Cover letter (explaining project)
5) Pre -Application meeting notes
6) Affidavit of Authorization
7) Property opinion of title
8) Site Development Plans
e. Prepare and submit an Environmental Resource Permit (ERP) for submittal to the SFWMD to address
the additional impervious area and associated stormwater runoff that may be generated.
f. TETRA TECH shall include a request for a check from the COUNTY for each application in the amount
required by each regulatory agency. Backup documentation to support the application fee will also be
included. All permit application fees shall be paid by the COUNTY.
g. Respond to all requests for additional information (RAIs) from the permitting agencies to clarify the
original application(s)$
Final Design &Permitting Deliverables
Design submittals to include drawings and project manual at the 60-10ercent, 90-percent and 100-
percent completion stages, as defined above. This will include 1 set of full sized (24364ch drawing
sheets) along with technical specifications and an electronic copy in PDF format of each.
Engineer's opinion of probable costs at the 60-, 90-percent and 100-percent completion stages
Draft and final permit applications and supporting documentation
Request for permit application fees along with backup documentation, as required
Copies of responses to RAIs
Original permits, once received
Notes:
1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front-
end (Division 0-Bidding ad Contract Requirements and Division 01 —General Requirements). TETRA TECH
shall provide the drawings and technical documents along with a bid schedule for the COUNTY's
incorporation into the bid documents.
2. No improvements are anticipated under the "Bridge the Gap" expansion for the headworks (other than bar
screen improvements); for the flow equalization basin; to the operations building; to the deep injection
well; to the reject storage system; or to the effluent storage system.
3. No improvements are anticipated for the emergency power generator as part of the "Bridge the Gap"
improvements. If during the preliminary evaluation it is determined that increased emergency power is
required, then additional services would need to be authorized.
4. It is anticipated that the High Level Disinfection Improvements (Task 1) will result in sizing the disinfection
system as well as for the filtration improvements to account for the "Bridge the Gap" capacity needs.
Siddina Assistance
Upon authorization, TETRA TECH shall perform the following Bidding related services:
a. Provide the COUNTY an electronic copy of the bid documents to include a bid form, drawings, and
technical specifications in PDF format for incorporation with the COUNTY's bidding and contract
A-63
documents for bidding purposes for each project. The COUNTY shall be responsible for printing,
distribution and logging of the bid sets to potential bidders.
b. Attend a Pre -Bid Meeting,
c. Respond to questions and prepare addenda as required to interpret, clarify or expand the bidding
documents. The COUNTY shall be responsible for distribution of addenda to all registered plan holders.
d. Consult with and advise the COUNTY as to the acceptability of subcontractors and other persons and
organizations proposed by the prime contractor (hereinafter called "Contractor").
e, Consult with and advise the COUNTY as to the acceptability of substitute materials and equipment
proposed by the Contractor when substitution prior to the award of contracts is allowed by the bidding
documents.
f, Evaluate bids and make recommendation of the award.
g. Coordinate process of obtaining the insurance, performance bond and payment bond certificates and
other such submittal items required from the Contractor by the contract documents so that
construction of the project can commence.
h. Following award of the contract, prepare a set of conformed documents incorporating changes made
during bidding through addenda and contract documents executed by the COUNTY and Contractor,
Two (2) hard copies and one (1) electronic copy in PDF format on CD of a conformed set of Contract
Documents shall be provided to the COUNTY and one (1) reproducible set to each recommended
Contractor.
Bidding Assistance Deliverables
Electronic AutoCAD, MS WORD and PDF copies of the bid set to include bid form, substitute materials
form, drawings and technical specifications.
Responses to questions in addenda format.
Bid
evaluation and recommendation of award letter.
Copies of the Conformed Documents as defined.
Construction Manaaement
Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete
the following tasks defined below. Construction phase is based on an estimated construction period of 360 days (300
days to substantial completion and 60 additional days to final completion).
a, Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the
meeting for distribution to attendees.
b. Attend progress meetings throughout progress of the project, Progress meetings will be held monthly
as needed to coordinate work in progress, It is anticipated that 12 progress meetings will be needed
at an average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each,
and meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH
shall be responsible for preparing and distributing written summary of each meeting.
c, Make site visits to the construction site at intervals appropriate to the various stages of construction in
order to observe the progress and quality of the Work. These will be scheduled during critical points
during the construction of the project and will be determined based upon the Contractor's schedule.
It is anticipated that 20 site visits (2 per month) with an average duration of approximately 2 hours plus
2 hours for office time and report preparation will be required. These site visits will be to observe the
progress and quality of the construction and its general conformance to the Contract Documents. In
addition, TETRA TECH shall notify the COUNTY of observed work which does not conform to the
Contract Documents, make recommendations for its correction, and as authorized by the COUNTY,
issue instruction to the Contractor, to carry out the corrective measures.
J. Review shop drawings and other required Contractor submittals to determine conformance with the
design concepts of the project and compliance with the requirements provided in the Contract
Documents. Shop drawings will be reviewed up to two (2) times per submittal with additional review
fees to be paid to the TETRA TECH by the Contractor through the COUNTY. It is anticipated that up to
40 shop drawings will be submitted for review.
e. Review requests for information (RFIs), provide interpretation of construction documents, and issue
written clarifications or interpretations. Up to 10 RFls are anticipated,
f. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen
conditions. Up to 4 change orders are anticipated.
g, Review the Contractor's applications for payment and the accompanying data and schedules,
determine the amounts owed to the Contractor, and advise the COUNTY of the recommended
payments to the Contractor. Up to 12 pay applications are anticipated.
h. Attend 1 day of start-up testing and training.
i. Upon written request by Contractor, conduct a substantial completion inspection of the Project to
determine if Work is substantially complete or compile and distribute a punch list of items to be
addressed, Upon written request by Contractor, conduct a re -inspection to confirm that final
completion punch list items have been addressed and subsequently provide a final completion
certification to the COUNTY and recommend that the COUNTY make final payment to the Contractor.
j. Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but
not be limited to warranties, release of liens and related documentation as required by the COUNTY
and/or funding agencies.
k. Review the Contractor's as -built submittals monthly for adequacy and review listing of deviations from
the construction permit and approved construction documents. Prepare record drawings for
COUNTY's use from information provided by the Contractor delineating the location, and elevation of
all facilities constructed. Provide the COUNTY with one (1) CD-ROM electronic file of record drawings
in PDF format and three (3) sets of prints of the record drawings (22" x 34") for each construction
contract. Record drawings to be based on electronic survey as -built data to be provided by the
Contractor.
I. Prepare and submit certifications and required supporting documentation to regulatory agencies
having issued permits for construction.
m. Modify the existing Operating Protocol to reflect the changes to high level disinfection.
Construction Management Deliverables
Meeting minutes for each meeting
• Site visit summary reports
Correspondence related to residential -contractor liaison services
Copies of Shop Drawing Reviews
• Copies of RFIs & Change Proposals
• Approved Pay Requests with supporting documentation
• Updated logs for Shop Drawings, RFls, Pay Requests, Residential Comments, etc.
Substantial and Final Completion Punch Lists
• Record Documents (3 printed sets on 22" x 34" and 1 electronic copy)
Copies of certifications of completion
END OF TAS1< 9 — BRIDGE ThIE GAP TREATMENT EXPANSION
SCHEDULE B
BASIS OF COMPENSATION
1. MONTHLY STATUS REPORTS
3.1.1. As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part
of its monthly invoice a progress report reflecting the Project status, in terms of the total work
effort estimated to be required for the completion of the Basic Services and any authorized
Additional Services, as of the last day of the subject monthly billing cycle. Among other things,
the report shall show all Service items and the percentage complete of each item.
2. COMPENSATION TO CONSULTANT
B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the
payments to CONSULTANT in accordance with the terms stated below. Payments will be made
in accordance with the following Schedule; however, the payment of any particular line item noted
below shall not be due until services associated with any such line item have been completed or
partially completed to the COUNTY'S reasonable satisfaction. Lump sum payments will be made
upon the percentage complete. In no event shall such Time and Materials compensation exceed
the amounts set forth in the table below.
Tasks/item
Description
Lump Sum
Time and
Materials
Not=To-
Exceed
1
2
3
High Level Disinfection Improvements
Comprehensive Golden Gate Wastewater Master Plan
New Master Pump Station
$
$
$
$ 420,000
$ 473,000
$ 486,000
4
WWTP Expansion to 3.0 MGD
$
$ 2,143,000
5
5A
58
6
Pump Station Improvements
Community Pump Station Improvements ($1751000 per station) - 1
Duplex Pump Station Improvements ($129,000 per station) - 5
Force Main Improvements
$
$
$
$
$
$175,000
$ 645,000
$
6A
6B
1-Mile Segments ($232,000 per segment) - 5
1.5-Mile City Gate Segment
$
$
$
$
1,160,000
270,000
7
8
Gravity Collection Improvements ($181,000 per segment) 5
General Professional Engineering Services
$
$
$
$
905,000
300,000
9
Bridge the Gap Treatment Expansion
$
$ 645,000
$
$
$
$
$
$
$
$
$
$
Total Lump Sum Fee
Total Time and Materials Fee
GRAND TOTAL FEE
$
$
$
$
$7,622,000
$7,622,000
Page 19 of 32
PSA Single Project Agreement 2017.010 Ver.l
3.2.2. FWJ* Time and Material Fees: The fees noted in Section B.2.1. shall constitute the amounts
to be paid to CONSULTANT for the performance of the Basic Services. Direct Labor Costs mean
the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT's personnel,
with respect to this Project, including all indirect payroll related costs and fringe benefits, all in
accordance with and not in excess of the rates set forth in the Attachment 1 to this Schedule B.
With each monthly Application for Payment, CONSULTANT shall submit detailed time records,
and any other documentation reasonably required by the COUNTY, regarding CONSULTANT's
Direct Labor Costs incurred at the time of billing, to be reviewed and approved by the COUNTY.
There shall be no overtime pay without the COUNTY's prior written approval.
13.2.2.1. Notwithstanding anything herein to the contrary, in no event may CONSULTANT's
monthly billings, on a cumulative basis, exceed the sum determined by multiplying the applicable
not to exceed task(s) limits by the percentage the COUNTY has determined CONSULTANT has
completed such task as of that particular monthly billing.
B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the
COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based
on the services to be provided and as set forth in the Amendment authorizing such Additional
Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this
Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1
below. There shall be no overtime pay on Additional Services without the COUNTY's prior written
approval.
B.2.5. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total
and complete amount payable to CONSULTANT for the Basic Services to be performed under
the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies
and out-of-pocket expenses incurred in the performance of all such services.
B.2.6. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges
and agrees that in the event of a dispute concerning payments for Services performed under this
Agreement, CONSULTANT shall continue to perform the Services required of it under this
Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the
COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are
due and payable.
3. SCHEDULE OF PAYMENTS
B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more
than one invoice per month for all fees earned that month for both Basic Services and Additional
Services. Invoices shall be reasonably substantiated, identify the services rendered and must be
submitted in triplicate in a form and manner required by the COUNTY.
Page 20 of 32
PSA Single Project Agreement 2017.010 Ver.2
B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon
receipt and approval of invoices submitted on the date of services or within six (6) months after
completion of contract. Any untimely submission of invoices beyond the specified deadline period
is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall
be deemed of the essence with respect to the timely submission of invoices under this Agreement.
3.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done,
no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted
on CONSULTANT's letterhead and must include the Purchase Order Number and Project name
and shall not be submitted more than one time monthly.
3.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove
and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with
supporting documentation.
B
B.3.4. Unless specific rates Est been established in Attachment 1, attached to this Schedule ,
CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by
CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a
maximum markup of five percent (5%) on the fees and expenses associated with such
subconsultants and subcontractors.
8.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in
the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the
following items:
13.3.4,11. Cost for reproducing documents that exceed the number of documents
described in this Agreement and postage and handling of Drawings and Specifications.
B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to
Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if
approved by the COUNTY, may include coach airfare, standard accommodations and meals, all
in accordance with §112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY,
may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such
trips within Collier and Lee Counties are expressly excluded.
8.3.4.1.3. Permit Fees required by the Project.
B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in
advance and in writing by the COUNTY.
B.3.4.1.5. Expense of models for the County's use.
B.3.4.1.6. Other items on request and approved in writing by the COUNTY.
B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses,
except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of
the Services.
Page 21 of 32
PSA Single Project Agreement 2017.010 Vec2
B.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally
recognized accounting basis.
B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring
any reimbursable expenses, and absent such prior approval, no expenses incurred by
CONSULTANT will be deemed to be a reimbursable expense.
Page 22 of 32
PSA Single Project Agreement 2017.010 Ver.2
SCHEDULE B -ATTACHMENT 1
CONSULTANT'S HOURLY RATE SCHEDULE
Title
Hourly Rate
Project Manager 1
$185.00
Project Manager 2
$200.00
Sr Project Manager
$240.00
Program Manager
$260.00
Engineer 1
$95.00
Engineer 2
$110.00
Engineer 3
$125.00
Project Engineer 1
$140.00
Project Engineer 2
$170.00
Sr. Engineer 1
$220.00
Sr. Engineer 2
$225.00
Sr. Engineer 3
$250.00
Architectural Technician
$55.00
Architectural Designer 1
$75.00
Architectural Designer 2
$85.00
Architectural Designer 3
$130.00
Architect 1
$135.00
Architect 2
$145.00
Sr. Architect 1
$180.00
Sr. Architect 2
$200.00
Scientist 1
$75.00
Scientist 2
$95.00
Sr. Scientist 1
$135.00
Sr. Scientist 2
$165.00
Sr. Scientist 3
$210.00
Principal Scientist
$260.00
Construction Project Rep 1
$80.00
Construction Project Rep 2
$100.00
Construction Administrator
$90.00
Construction Manager 1
$170.00
Construction Manager 2
$200.00
The above hourly rates are applicable to Time and Materials tasks) only. The above list may not
be all inclusive. Additional hourly rates for other personnel may be added via an Amendment
upon mutual agreement in advance and in writing by the parties. ❑ *O�r-a��-� �-��T-��'�
hourly rates are for purposes of providing estimate(s), as required by the grantor agency.
Page 23-A of 32
PSA Single Project Agreement 2017.010 Ver.l
SCHEDULE B — ATTACHMENT 1
CONSULTANT'S HOURLY RATE SCHEDULE
The above hourly rates are applicable to Time and Materials tasks) only. The above list may not
be all inclusive. Additional hourly rates for other personnel may be added via an Amendment
upon mutual agreement in advance and in writing by the parties. ❑ 2*r-
- '----,_i_\ . ;.-. A h.i +ho_ar�aiknx�ap.�dar`r
Page 23-A of 32
PSA Single Project Agreement 2017.010 Ver.l
SCHEDULE C
PROJECT MILESTONE SCHEDULE
Task/Item
Description
Cumulative Number
of Calendar Days
For Completion
from Date of
Notice to Proceed for
Services under this
A reement
1
High Level Disinfection Improvements
730
2
Comprehensive Wastewater Master Plan
365
3
New Master Pump Station
1,825
4
WWTP Expansion to 3.0 MGD
1,825
5
Pump Station Improvements
1,825
6
Force Main Improvements
1,825
7
Gravity Collection System Improvements
1,825
g
General Professional Engineering Services
1,825
g
Bridge the Gap Treatment Expansion
1,095
Page 24 of 32
PSA Single Project Agreement 2017.010 Ver.2
SCHEDULE D
INSURANCE COVERAGE
1. The amounts and types of insurance coverage shall conform to the following minimum
requirements with the use of Insurance Services Office (ISO) forms and endorsements or their
equivalents. If CONSULTANT has any self -insured retentions or deductibles under any of the
below listed minimum required coverages, CONSULTANT must identify on the Certificate of
Insurance the nature and amount of such self -insured retentions or deductibles and provide
satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or
deductibles will be CONSULTANT's sole responsibility.
2. The insurance required by this Agreement shall be written for not less than the limits
specified herein or required by law, whichever is greater.
3. Coverages shall be maintained without interruption from the date of commencement of the
services until the date of completion and acceptance of the Project by the COUNTY or as specified
in this Agreement, whichever is longer.
4. Certificates of insurance acceptable to the COUNTY shall be filed with the COUNTY within
ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact
that CONSULTANT has acquired and put in place the insurance coverages and limits required
hereunder. In addition, certified, true and exact copies of all insurance policies required shall be
provided to the COUNTY, on a timely basis, if requested by the COUNTY. Such certificates shall
contain a provision that coverages afforded under the policies will not be canceled or allowed to
expire until at least thirty (30) days prior written notice has been given to the COUNTY.
CONSULTANT shall also notify the COUNTY, in a like manner, within twenty-four (24) hours after
receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or
limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve
CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate
limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately
take steps to have the aggregate limit reinstated to the full extent permitted under such policy.
5. All insurance coverages of the CONSULTANT shall be primary to any insurance or self-
insurance program carried by the COUNTY applicable to this Project.
6. The acceptance by the COUNTY of any Certificate of Insurance does not constitute
approval or agreement by the COUNTY that the insurance requirements have been satisfied or
that the insurance policy shown on the Certificate of Insurance is in compliance with the
requirements of this Agreement.
7. CONSULTANT shall require each of its subconsultants to procure and maintain, until the
completion of the subconsultant's services, insurance of the types and to the limits specified in
this Section except to the extent such insurance requirements for the subconsultant are expressly
waived in writing by the COUNTY.
Page25 of 32
PSA Singte Project Agreement 2017.010 Ver.2
8. Should at any time the CONSULTANT not maintain the insurance coverages required
herein, the COUNTY may terminate the Agreement or at its sole discretion shall be authorized to
purchase such coverages and charge the CONSULTANT for such coverages purchased. If
CONSULTANT fails to reimburse the COUNTY for such costs within thirty (30) days after demand,
the COUNTY has the right to offset these costs from any amount due CONSULTANT under this
Agreement or any other agreement between the COUNTY and CONSULTANT. The COUNTY
shall be under no obligation to purchase such insurance, nor shall it be responsible for the
coverages purchased or the insurance company or companies used. The decision of the
COUNTY to purchase such insurance coverages shall in no way be construed to be a waiver of
any of its rights under the Agreement.
9. If the initial, or any subsequently issued Certificate of Insurance expires prior to the
completion of the services required hereunder or termination of the Agreement, the
CONSULTANT shall furnish to the COUNTY, in triplicate, renewal or replacement Certificate(s) of
Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the
Contractor to provide the COUNTY with such renewal certificate(s) shall be deemed a material
breach by CONSULTANT and the COUNTY may terminate the Agreement for cause.
10. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY.
Required by this Agreement? ❑ Yes ❑ No
Workers' Compensation and Employers' Liability Insurance shall be maintained by the
CONSULTANT during the term of this Agreement for all employees engaged in the work under
this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance
shall not be less than.
a. Worker's Compensation -Florida Statutory Requirements
b. Employers' Liability - The coverage must include Employers' Liability with a
minimum limit of $ L0001000 for each accident.
The insurance company shall waive all claims rights against the COUNTY and the policy shall be
so endorsed.
11. United States Longshoreman's and Harbor Worker's Act coverage shall be maintained
where applicable to the completion of the work. Required by this Agreement? ❑Yes ❑ No
12. Maritime Coverage (Jones Act) shall be maintained where applicable to the completion
oI the work.
Required by this Agreement? ❑ Yes No
13. COMMERCIAL GENERAL LIABILITY.
Required by this Agreement? ❑ Yes ❑ No
A. Commercial General Liability Insurance, written on
maintained by the CONSULTANT. Coverage will include, but
Page 26 of 32
an "occurrence" basis, shall be
not be limited to, Bodily Injury,
DO
Single Project Agreement 2017.010 Ver.2
15-
Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent
Contractors, Broad Form Property Damage including Completed Operations and Products and
Completed Operations Coverage. Products and Completed Operations coverage shall be
maintained for a period of not less than five (5) years following the completion and acceptance by
the COUNTY of the work under this Agreement. Limits of Liability shall not be less than the
following:
Coverage
$ z,000,000
shall have
aggregate.
minimum
limits
of
$ �,000,000
Per Occurrence,
B. The General Aggregate Limit shall apply separately to this Project and the policy shall
be endorsed using the following endorsement wording. This endorsement modifies insurance
provided under the following: Commercial General Liability Coverage Part. The General
Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away
from premises owned by or rented to you." Applicable deductibles or self -insured retentions shall
be the sole responsibility of CONSULTANT. Deductibles orself-insured retentions carried by the
CONSULTANT shall be subject to the approval of the Risk Management Director or his/her
designee.
14. Collier County Board of County Commissioners, OR, Board of County Commissioners in
Collier County, OR, Collier County Government shall be listed as the Certificate Holder and
included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability
where required. The insurance shall be primary and non-contributory with respect to any other
insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's
policy shall be endorsed accordingly. Contractor shall ensure that all subcontractors comply with
the same insurance requirements that the Contractor is required to meet.
15. Watercraft Liability coverage shall be carried by the CONSULTANT or the
SUBCONSULTANT in limits of not less than the Commercial General Liability limit shown in
subparagraph (1) above if applicable to the completion of the Services under this Agreement.
Required by this Agreement? ❑Yes ❑ No
16. Aircraft Liability coverage shall be carried by
SUBCONSULTANT in limits of not less than $5,000,000 each
completion of the Services under this Agreement.
Required by this Agreement? ❑Yes ❑ No
17. AUTOMOBILE LIABILITY INSURANCE.
Required by this Agreement? ❑Yes ❑ No
the CONSULTANT or the
occurrence if applicable to the
Business Auto Liability: Coverage shall have minimum limits of $ �,000,000 Per
Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This
shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -The
ownership.
Page 27 of 32
PSA Single Project Agreement 2017.010 Ver.2
18. TECHNOLOGY ERRORS AND OMISSIONS INSURANCE.
Required by this Agreement? ❑Yes ❑ No
Technology Errors and Omissions Insurance: Coverage shall have minimum limits of
$ Per Occurrence.
19. CYBER INSURANCE.
Required by this Agreement? ❑Yes ❑ No
Cyber Insurance: Coverage shall have minimum limits of $ Per Occurrence.
20. UMBRELLA LIABILITY.
A. Umbrella Liability may be maintained as
CONSULTANT and, if so, such policy shall be excess
General Liability, and Automobile Liability coverages
coverages on a "following form" basis.
part of the liability insurance of the
of the Employers' Liability, Commercial
required herein and shall include all
-B. The policy shall contain wording to the effect that,
underlying limit due to the payment of claims, the Umbrell
primary insurance.
21. PROFESSIONAL LIABILITY INSURANCE.
Required by this Agreement? ❑Yes ❑ No
in the event of the exhaustion of any
a policy will "drop down" to apply as
A. Professional Liability: Shall be maintained by the CONSULTANT to ensure its
legal liability for claims arising out of the performance of professional services under this
Agreement. CONSULTANT waives its right of recovery against COUNTY as to any claims under
this insurance. Such insurance shall have limits of not less than $ �,000,000 each claim and
aggregate.
B. Any deductible applicable to any claim shall be the sole responsibility of the
CONSULTANT. Deductible amounts are subject to the approval of the COUNTY.
C. The CONSULTANT shall continue this coverage for this Project for a period of not
less than five (5) years following completion and acceptance of the Project by the COUNTY.
D. The policy retroactive date will always be prior to the date services were first
performed by CONSULTANT or the COUNTY, and the date will not be moved forward during the
term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit
Certificates of Insurance providing for an unqualified written notice to the COUNTY of any
cancellation of coverage or reduction in limits, other than the application of the aggregate limits
provision. In addition, CONSULTANT shall also notify the COUNTY by certified mail, within
twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or
material change in coverages or limits received by CONSULTANT from its insurer. In the event
Page 28 of 32
PSA Single Project Agreement 2017.010 Ver.2
C�r� i1�
of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT
shall immediately take steps to have the aggregate limit reinstated to the full extent permitted
under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and
any endorsements issued or to be issued on the policy if requested by the COUNTY.
22. VALUABLE PAPERS INSURANCE.
In the sole discretion of the COUNTY, CONSULTANT may be required to purchase
valuable papers and records coverage for plans, specifications, drawings, reports, maps, books,
blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or
reconstructing valuable papers or records utilized during the term of this Agreement.
23. PROJECT PROFESSIONAL LIABILITY.
A. If the COUNTY notifies CONSULTANT that a project professional liability policy will
be purchased, then CONSULTANT agrees to use its best efforts in cooperation with the COUNTY
and the COUNTY's insurance representative, to pursue the maximum credit available from the
professional liability carrier for a reduction in the premium of CONSULTANT's professional liability
policy. If no credit is available from CONSULTANT's current professional policy underwriter, then
CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a
renewal occurs during the term of the project policy (and on any subsequent professional liability
policies that renew during the term of the project policy). CONSULTANT agrees that any such
credit will fully accrue to the COUNTY. Should no credit accrue to the COUNTY, the COUNTY
and CONSULTANT, agree to negotiate in good faith a credit on behalf of the COUNTY for the
provision of project -specific professional liability insurance policy in consideration for a reduction
in CONSULTANT's self -insured retention and the risk of uninsured or underinsured consultants.
B. The CONSULTANT agrees to provide the following information when requested by
the COUNTY or the COUNTY's Project Manager:
1. The date the professional liability insurance renews.
2. Current policy limits.
3. Current deductibles/self-insured retention.
4. Current underwriter.
5. Amount (in both dollars and percent) the underwriter will give as a credit if the
policy is replaced by an individual project policy.
6. Cost of professional insurance as a percent of revenue.
7. .Affirmation that the design firm will complete a timely project errors and omissions
application.
C. If the COUNTY elects to purchase a project professional liability policy,
CONSULTANT to be insured will be notified and the COUNTY will provide professional liability
insurance, naming CONSULTANT and its professional subconsultants as named insureds.
END OF SCHEDULE D
Page 29 of 32
PSA Single Project Agreement 2017.010 Ver.2
❑ This schedule is not applicable.
SCHEDULE
TRUTH IN NEGOTIATION CERTIFICATE
In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida
Statutes, Tetra Tech, Inc. (company's name)
hereby certifies that wages, rates and other factual unit costs supporting the compensation for the
services of the CONSULTANT to be provided under the Professional Services Agreement,
concerning " Golden Gate Wastewater FOR and Infrastructure Improvements "project
is accurate, complete and current as of the time of contracting.
TITLE: rence E. Jenkins - Vice President
DATE: April 10, 2020
Page 34 of 32
PS Single Project Agreement 2017,010 Ver.2
SCHEDULE F
KEY PERSONNEL
Name
personnel Category
Percentage
of Time
Danny Nelson, PE
Program Manager
25
Anke Backer
Project Administrator
15
Tyler Wainright, PE
Project Engineer 1
25
Steven Agapi, PE
Project Engineer 1
35
Fred Mittl, PE
Sr. Engineer 3
10
Christian Colarusso, PE
Project Engineer 1
20
Jordan Moulton, EI
Engineer 2
20
Sicheng Zhu, EI
Engineer 2
40
Brenda Keenan, PE
Project Engineer 2
20
Kevin Friedman, PE
Sr. Engineer 1
10
John Toomey, PE
Program Manager
5
Scott Smith, PE
Project Engineer 2
10
Tim Vanderwalker, PE
Project Engineer 2
5
James Warner, PE
Sr. Engineer 1
5
Matt Azarian, EI
Engineer 2
10
Justin Voss, PE
Project Engineer 2
5
James Christopher, PE
Program Manager
5
Steven Cyr
Sr. CAD Designer 1
50
Germain Marquez
CAD Designer
40
Jon Evans, PE
CAD Director
5
Dean Vittitoe
Sr. CAD Designer 2
10
Andrew Woodcock, PE
Sr. Engineer 3
5
Tiffany Miller, PE
Project Engineer 1
15
Tricia Hourigan
Sr. CAD Designer 1
5
Jason Burkett, PE
Sr. Engineer 1
5
Nishan Joshi
Engineer 2
5
Quintin Biagi
Sr. Architect 2
5
Tidus Maddela, PE
Project Engineer 1
10
Brent Fox
Sr. CAD Designer 1
15
Chris Coleman, PE
Sr. Engineer 3
5
Mike Sutherland, PE
Sr. Engineer 1
5
Vickash Dial, EI
Engineer 3
5
Banks Wason, PE
Sr. Engineer 1
15
Aurora Reinefeld, EI
Project Engineer 1
25
David Burger, PE
Program Manager
5
Page 31-A of 32
PSA Single Project Agreement 2017.010 Ver. l
SCHEDULEF
a e
Personnel Category
e ge
off Time
Tim Calzaretta
Sr. CAD Designer 2
35
Alex Montalvo
GIS Manager
5
Betty Morris
Sr. GIS Analyst
5
Travis Liszack
Construction Project Rep 2
100
Page 31-A of 32
PSA Single Project Agreement 2017.010 Ver.l
Other:
❑ following this page (pages
❑ this schedule is not applicable
SCHEDULE G
(Description)
through )
Page 32 of 32
PSA Single Project Agreement 2017.010 Ver.2