Loading...
Backup Documents 07/12/2016 Item #16C2 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO U THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Routed by Procurement Services to the Office Initials Date Following Addressee(s) (In routing order) 1. Risk 2. County Attorney Office County Attorney Office Board of 3. BCC Office oa dCounty ‘-i>7 7 Commissioners \ �4j/ ',1z\,b 4. Minutes and Records Clerk of Court's Office sy a 1ta1 1,1:zoo-. 5. Return to Procurement Services Procurement Services Division Contact: Camille S-M PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Camille S-M for Sandra Herrera, 8/4/2016 Phone Number 239-252-8998 Procurement Staff Contact and Date Agenda Date Item was 7/12/2016 ✓ Agenda Item Number 16.C.2 Approved by the BCC Type of Document Contract re-thamie-nk Number of Original 2 _ Attached Documents Attached V PO number or account N/A Solicitation/Contract 11-5782 Wastewater number if document is / Number/Company Basin Analyses * to be recorded V Name INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed i by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the N/A document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's CJSM signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip CJSM should be provided to the County Attorney Office at the time the item is input into SIRE. tJ I Ft Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on the date above and all changes made CJSM during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC, all changes directed by the BCC have been made,and the document is ready for the ` Chairman's signature. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 MEMORANDUM Date: August 12, 2016 To: Camille Shim-Marinos Procurement Services From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Amendment #2 to Contract #11-5782 "Wastewater Basin Analysis (Basin 1)" Contractor: CDM Smith, Inc. Attached is an original of the document referenced above, (Item #16C2) approved by the Board of County Commissioners on Tuesday, July 12, 2016. The second original has been held by the Minutes and Records Department as part of the Board's Official Record. If you have any questions, please contact me at 252-8411. Thank you. Attachment 1 6 CORPORATE BOARD RESOLUTION A meeting of the Board of Directors of CDM Smith Inc., a corporation organized under the laws of the State of Massachusetts was held this 10th day of May, 2014 and was attended by a quorum of the members of the Board of Directors. The following resolution was offered, duly seconded, and after discussion was unanimously adopted by said quorum: BE IT RESOLVED, that Amelia Davies, Associate and Client Services Manager of CDM Smith Inc., is hereby authorized to sign all contracts, amendments and work orders for Florida Department of Transportation and any other government entity in the state of Florida. BE IT FURTHER RESOLVED, that said authorization and appointment shall remain in full force and effect, unless revoked by resolution of this Board of Directors. I, Mario J. Marcaccio, hereby certify that I am the Clerk of the corporation created under the laws of the State of Massachusetts; that the foregoing is a true and exact copy of a resolution adopted by a quorum by the Board of Directors of said corporation at a meeting legally called and held on the 10th day of May, 2014 and that said authorization and appointment remains in full force and effect. This 26th day of February, 2015 �° �, 1, y- 0.s Vi v•,%970\ 1 11 2.171 ���s� J� Mario J. Marcaccio, Clerk ��rj//f����( CDM Smith Inc. Ili O:\Janet's Computer\ROD Resolutions\Amelia Davies 2015.Resolution.doc EXHIBIT A-2 Contract Amendment#2 to Contract#11-5782 "Wastewater Basin Analyses (Basin 1)" Master Pump Station (MPS Basin 101-Naples Park (Gulfshore Drive and Naples Park); (Area located North of Vanderbilt Beach Road, West of US 41 and South of 111th Street) This amendment, dated:T( 12.- 2016 to the referenced Agreement shall be by and between the parties to the driginal Agreement, CDM Smith, Inc., (to be referred to as "Consultant") and Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (to be referred to as "Owner"). Statement of Understanding RE: Agreement# 11-5782 "Wastewater Basin Analyses (Basin 1)" The parties agree to amend the Agreement in accordance with Article II "Additional Services of Consultant" to include Supplemental Design Services, per Exhibit A2-A Schedule A "Scope of Services", Exhibit A2-B Schedule B "Basis of Compensation" and Exhibit A2-C Schedule F "Key Personnel, Subconsultants and Subcontractors", attached to this Amendment and incorporated herein by reference. All other terms and conditions of the Agreement shall remain in force. IN WITNESS WHEREOF, the parties have each, respectively, by an authorized person or agent, have executed this Amendment on the date indicated above. Dwigh E. Brock,-Clerk OWNER: Y: CBOARD OF COUNTY COMMISSIONERS ,J-, :.--0 OF COLLIER COUNTY, FLORIDA Attest as oktf}all naftputy Clerk ,signat :only. ja4:6_, By: 412410 Consultant's First Witness: Donna Fiala, Chairman By: Xi'44L #1.L...C/( CONSULTANT: CDM Smith, Inc. Print Name Consultant's Second Witness: . By: O DG�,IJ-C.to By. Qml-t 6A /4 . U(.(.0;-(3 OS, (a/'-(. Print Name and Title b Son SC\e r r0- Print Name ro ed . to m and Legality: aggp iii L...... '- . aunty Attorney Oot 1 Contract Amendment#2 to Contract#11-5782 'Wastewater Basin Analyses(Basin 1)" Consultant:CDM Smith, Inc. 1 6C 2 EXHIBIT A2-A Amendment#2 to Contract#11-5782 "Wastewater Basin Analyses (Basin 1)" Master Pump Station (MPS Basin 101-Naples Park (Gulfshore Drive and Naples Park); (Area located North of Vanderbilt Beach Road, West of US 41 and South of 111th Street) Schedule A "SCOPE OF SERVICES" SUPPLEMENTAL DESIGN SERVICES FOR MASTER PUMP STATION 101.12 AND 8T" STREET NORTH GRAVITY SEWER This Amendment provides for Supplemental Design Services consisting of the following: TASK 1 - DESIGN OF MASTER PUMP STATION (MPS) 101.12 Subtask 1.1 - Design of MPS 101.12 The CONSULTANT will prepare for incorporation in the Contract Documents, Drawings showing the scope, extent and character of the work to be performed and furnished by Contractor and Technical Specifications (which will be prepared, where appropriate, in general conformance with the fifty-division format of the Construction Specifications Institute). The design will include the abandonment of the existing PS 101.12 site, basically including equipment removal and structural demolition where appropriate. Design of demolition of the existing PS 101.12 influent flow piping and/or replacement to direct flows to the proposed MPS 101.12 is included in the 8th Street North Interceptor Sewer scope. The Drawings and Specifications will be prepared in five phases: Conceptual Design (10%) — CONSULANT will prepare a conceptual design memorandum which will: • Collect and review existing information • Identify and evaluate key alternatives to be analyzed • Define basic design criteria • Confirm code, regulation and standards requirements • Prepare process and instrumentation diagrams (P&IDs) • Complete process and hydraulic modeling and system sizing • Prepare initial equipment data sheets • Define civil, site and environmental conditions and constraints • Prepare conceptual site facility layouts, and/or pipeline routing concept plan Preliminary Design (30%) — CONSULTANT will: • Evaluate geotechnical, survey and environmental findings • Finalize design criteria requirements • Develop preliminary specification table of contents • Prepare specifications for pre-purchase items (if appropriate) • Develop 30% complete design Drawings 2 Contract Amendment#2 to Contract#11-5782 Wastewater Basin Analyses(Basin 1)" Consultant:CDM Smith, Inc. 1 6 c Design Development (60%) — CONSULTANT will: • Respond to comments on the preliminary design • Finalize form of bid • Update specification table of contents • Develop 60% specifications • Develop 60% complete design Drawings Pre-Final Design (90%) — CONSULTANT will prepare 90% complete design Drawings and Specifications. These documents will be signed and sealed for permitting purposes. Final Design (100%) — CONSULTANT will revise the 90% design Drawings and Specifications based on comments received from the OWNER. The final design documents will be transmitted electronically (in PDF format) to the OWNER for bidding of the project. Subtask 1.2 - Survey and Subsurface Utility Engineering (SUE) Allowance CONSULTANT will hire a professional subconsultant to perform the survey plan and subsurface utility engineering (SUE) plan. Subtask 1.3 - Permitting The CONSULTANT will prepare the permit applications necessary for the construction of the designed work, meet with regulatory agencies as required to review the permit applications and provide responses to additional information requested by the regulatory agencies. The permits to be to applied for the OWNER by the CONSULTANT include: • FDEP Notification/Application For Constructing A Domestic Wastewater Collection/Transmission System; • Collier County Site development plan including landscaping; • Collier County Right-of-Way Permit. Subtask 1.4 - Opinion of Probable Construction Cost The CONSULTANT will prepare an opinion of probable construction cost (OPCC) at the 60 and 100 percent design stages. TASK 2 - PROJECT MANAGEMENT AND QUALITY CONTROL The CONSULTANT'S proposed project manager shall be approved by the County prior to beginning work. Activities performed under this task consist of those general functions required to maintain the project on schedule, within budget, and that the quality of the work products defined within this scope is consistent with CONSULTANT's standards and OWNER's requirements. Specific activities included are identified below: 4 3 Contract Amendment#2 to Contract#11-5782 Wastewater Basin Analyses(Basin 1)" Consultant:CDM Smith,Inc. 6 f Subtask 2.1 - Project Kick-Off and Progress Meetings CONSULTANT will prepare for and conduct a kick-off meeting for the project. The CONSULTANT will attend design additional design phase meetings to review the design definition, conceptual design, preliminary design, design development and pre-final design as described in Subtask 1.1. The CONSULTANT will prepare and distribute meeting minutes of each meeting within two days of its occurrence. Additional meetings for permitting are included under Subtask 1.3. Subtask 2.2 - Project Quality Control (QC) Technical Review CONSULTANT maintains a QC program on all projects. Technical Review Committee (TRC) meetings are budgeted for and will be performed to review various percent complete submittals. OWNER's representatives are invited to attend and participate at the TRC meetings. Subtask 2.3 - Project Status Reports CONSULTANT's project manager will prepare and submit monthly written status reports for an anticipated project life of twelve months. DATA OR COORDINATION ASSISTANCE TO BE PROVIDED BY THE OWNER Geotechnical services will be procured directly by the OWNER based on the scope of work provided by the CONSULTANT on October 22, 2014. 1. OWNER will pay all permit application fees. 2. OWNER will promptly review and respond to all submittals by the CONSULTANT. 3. OWNER will provide standard contract forms and general conditions (i.e. Division 0). 4. OWNER will provide direction at the project kickoff meeting on the required screening around the pump station. ASSUMPTIONS The above described engineering services have been based upon the following assumptions: 1. Design of the MPS 101.12 will be based on record drawings provided by the OWNER, the geotechnical investigation to be performed for the OWNER, and survey and subsurface utility engineering (SUE) to be obtained by the CONSULTANT. 2. Structural design will not include deep foundations (i.e. piles). 3. New pump station will tie into existing SCADA system. Modifications will be made to existing HMI and SCADA. 4. It is assumed that fuel storage will not exceed 660 gallons and that no chemical storage will occur within the structure. Therefore, no fire protection is anticipated for this project. If it is determined during design that fire protection is required by 4 4 Contract Amendment#2 to Contract#11-5782 Wastewater Basin Analyses(Basin 1)" Consultant:CDM Smith,Inc. 1 6 C P Code, Building Department, Fire Marshall, the Client's Insurance underwriter, etc., additional design budget will be required. 5. The design will be based on the OWNER's Utility Standards.Manual 6. SCADA for MPS 101.12 will be through fiber cable brought to the site by the OWNER. 7. Review meetings are scheduled for 7 days from submittals of the associated work assignments. The scheduling for subsequent work assignments assumes that all OWNER's comments are provided at the review meetings. If all comments are not received at the review meetings, the schedule for the next work assignment may be delayed. 8. The architectural appearance will be made to blend in with the surrounding residential area which consists primarily of single family, ranch style homes. 9. The wetwell, permanent backup generator, standby diesel pumps, and odor control system will be located outside of the proposed electrical building. 10. The structure shall house only the electrical equipment and controls. 11. Wet well will be constructed of polymer concrete. DELIVERABLES: CONSULTANT will provide the following deliverables to the OWNER: 1. Conceptual design memorandum 2. Preliminary Design Report 3. 60% Design Drawings and Specifications 4. 90% Design Drawings and Specifications 5. Opinion of Probable Construction Cost at 60 and 100 percent design stages 6. 100% Complete contract documents ready for receipt of bids TASK 1 - DESIGN OF 8TH STREET. NORTH GRAVITY SEWER-INTERCEPTOR Subtask Subtask 1.1 - Design of Water Main and Gravity Sewer Replacements The CONSULTANT will prepare the design of the gravity sewer interceptor within the area depicted in Figure 1. The overall length of the interceptor will be approximately 6,260 linear feet (LF). The design will include the abandonment of PS 101.13 and PS 101.14. The Drawings and Specifications will be prepared in four phases: 4 Preliminary Design (10%) — CONSULANT will prepare a preliminary design report which will: • Collect and review existing information • Confirm code, regulation and standards requirements • Complete process and hydraulic modeling and system sizing • Define civil, site and environmental conditions and constraints • Evaluate geotechnical, survey and environmental findings • Finalize design criteria requirements • Develop preliminary specification table of contents • Develop 10% complete design Drawings 5 Contract Amendment#2 to Contract#11-5782 'Wastewater Basin Analyses(Basin 1)" Consultant:CDM Smith,Inc. i 16C2 Design Development (50%) — Consultant will: • Respond to comments on the preliminary design • Finalize form of bid • Update specification table of contents • Develop 50% specifications • Develop 50% complete design Drawings Pre-Final Design (90%) — CONSULTANT will prepare 90% complete design Drawings and Specifications. These documents will be signed and sealed for permitting purposes. Final Design (100%) — CONSULTANT will revise the 90% design Drawings and Specifications based on comments received from the OWNER. The final design documents will be transmitted electronically (in PDF format) to the OWNER for bidding of the project. Subtask 1.2 - Survey and Subsurface Utility Engineering (SUE) Allowance CONSULTANT will hire a professional subconsultant to perform the survey plan and subsurface utility engineering (SUE) plan. Subtask 1.3 - Permitting The CONSULTANT will prepare the permit applications necessary for the construction of the designed work, meet with regulatory agencies as required to review the permit applications and provide responses to additional information requested by the regulatory agencies. The permits which are to be applied for by the CONSULTANT as a representative of the OWNER include: • Notification/Application For Constructing a Domestic Wastewater Collection/Transmission System • Collier County Right-of-Way Permit Subtask 1.4 - Opinion of Probable Construction Cost The CONSULTANT will prepare an opinion of probable construction cost (OPCC) at the 50 and 100 percent design stages. TASK 2 - PROJECT MANAGEMENT AND QUALITY CONTROL The Consultant's proposed project manager shall be approved by the County prior to beginning work. Activities performed under this task consist of those general functions required to maintain the project on schedule, within budget, and that the quality of the work products defined within this scope is consistent with the 6 Contract Amendment#2 to Contract#11-5782 'Wastewater Basin Analyses(Basin 1)" Consultant:CDM Smith,Inc. 16C22 CONSULTANT's standards and OWNER's requirements. Specific activities included are identified below: Subtask 2.1 - Project Kick-Off and Progress Meetings 4 CONSULTANT will prepare for and conduct a kick-off meeting for the project. The CONSULTANT will attend design additional design phase meetings to review the design definition, conceptual design, preliminary design, design development and pre-final design as described in Subtask 1.1. The CONSULTANT will prepare and distribute meeting minutes of each meeting as appropriate. Additional meetings for permitting are included under Subtask 1.3. Subtask 2.2 - Project Quality Control (QC) Technical Review CONSULTANT maintains a quality management system (QMS) program on all of your projects. Technical Review Committee (TRC) meetings are budgeted for and will be performed to review various percent complete submittals. OWNER's representatives are invited to attend and participate at the TRC meetings. Subtask 2.3 - Project Status Reports CONSULTANT's project manager will prepare and submit monthly written status t' reports for an anticipated project life of five months. DATA OR COORDINATION ASSISTANCE TO BE PROVIDED BY THE OWNER 1. Geotechnical services which will be procured directly by the OWNER based on the scope of work provided by the CONSULTANT on October 22, 2014. 2. OWNER will pay all permit application fees. 3. OWNER will promptly review and respond to all submittals by the CONSULTANT. 4. OWNER will provide standard contract forms and general conditions (i.e. Division 0). ASSUMPTIONS The above described engineering services have been based upon the following assumptions: 1. Design of the gravity sewer interceptor will be based on record drawings provided by the OWNER, the geotechnical investigation to be performed for the OWNER, and survey and subsurface utility engineering (SUE) to be obtained by the CONSULTANT. 2. The design will be based on the OWNER's Utility Standards Manual. 3. The gravity sewer interceptor will be installed via open cut methods. No consideration or evaluation of trenchless technology installation is included in this scope of work. 4. Replacement of the gravity sewer manholes may be included as part of the design. 7 Contract Amendment#2 to Contract#11-5782 "Wastewater.Basin Analyses(Basin 1)' Consultant:CDM Smith, Inc. 1602 5. Design will require the Contractor to field verify and address water and sewer service lateral locations. 6. All existing service laterals shall be replaced to the extent of the County Right of Way limits. 7. Review meetings are scheduled for 7 days from submittals of the associated work assignments. The scheduling for subsequent work assignments assumes that all OWNER's comments are provided at the review meetings. If all comments are not received at the review meetings, the schedule for the next work assignment may be delayed. DELIVERABLES CONSULTANT will provide the following deliverables to the OWNER: 1. Preliminary Design Report 2. 50% Design Drawings and Specifications 3. 90% Design Drawings and Specifications 4. Opinion of Probable Construction Cost at 50 and 100 percent design stages 5. 1 0 0% `Complete contract documents ready for receipt of bids 8 Contract Amendment#2 to Contract#11-5782 'Wastewater Basin Analyses(Basin 1)" Consultant:CDM Smith,Inc. n $ 1 c , EXHIBIT Al-B Amendment#2 to Contract#11-5782 "Wastewater Basin Analyses (Basin 1)" Master Pump Station (MPS Basin 101-Naples Park (Gulfshore Drive and Naples Park); (Area located North of Vanderbilt Beach Road, West of US 41 and South of 111th Street) "SCHEDULE B - BASIS OF COMPENSATION" SUPPLEMENTAL DESIGN SERVICES FOR MASTER PUMP STATION 101.12 AND 8TH STREET NORTH GRAVITY SEWER TIME AND MATERIAL 1. MONTHLY STATUS REPORTS: B.1.1. As a condition precedent to payment, CONSULTANT shall submit to OWNER as part of its monthly invoice, a progress report reflecting the Project design and construction status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any then-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. B1.1.1. All monthly status reports and invoices shall be mailed to the attention of Craig Pajer, Principal Project Manager, Collier County Public Utilities, 3339 East Tamiami Trail, Suite 303, Naples, FL 34112, (239) 252-2554. 2. COMPENSATION TO CONSULTANT: B.2.1. For the Basic Services provided for in this Agreement, OWNER agrees to make monthly payments to CONSULTANT based upon CONSULTANT'S Direct Labor Costs and Reimbursable Expenses in accordance with the terms stated below. Provided, however, in no event shall such compensation exceed the amounts set forth in the table below. Tasks Description of Services Time & Material Not to Exceed Amount 1 Supplemental Design Services — Master Pump Station 101.12 Subtask Design of MPS 101.12 $323,070 1.1 Subtask Survey arid Subsurface Utility Engineering $9,319 1.2 (SUE) Allowance Subtask Permitting $15,360 1.3 Subtask Opinion of Probable Construction Cost $19,140 1.4 Task 2 Project Management and Quality Control $36,945 Subtotal for Tasks 1-2, including s u btasks $403,834 9 Contract Amendment#2 to Contract#11-5782 Wastewater Basin Analyses(Basin 1)" Consultant:CDM Smith,Inc. 0 1 }r' Supplemental Design 8th Street North Gravity Sewer Interceptor Task 1 Design Gravity Sewer Interceptor Subtask Gravity Sewer Replacements $106,548 1.1 Subtask Survey and Subsurface Utility Engineering $55,057 1.2 (SUE) Allowance Subtask Permitting $7,350 1.3 Subtask Opinion of Probable Construction Cost $10,488 1.4 Task 2 Project Management and Quality Control $14,136 Subtotal for Tasks 1-2 $193,579 (including subtasks) GRAND TOTAL FEE FOR $597,413 AMENDMENT #2 B.2.2. 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 I to this Schedule B. B.2.3. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by OWNER, regarding CONSULTANT'S Direct Labor Costs incurred at the time of billing, to be reviewed and approved by OWNER. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, OWNER agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided. 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 provisions of Section 3.5.1 below. There shall be no overtime pay on Basic Services or Additional Services without OWNER'S prior written approval. B.2.5. The compensation provided for under Sections 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. 10 Contract Amendment#2 to Contract#11-5782 Wastewater Basin Analyses(Basin 1)" Consultant:CDM Smith,Inc. 0 16C 2 B.2.1. Notwithstanding anything in this Agreement to the contrary, CONSULTAN1 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 OWNER, pending resolution of the dispute provided that OWNER continues to pay to CONSULTANT all amounts that OWNER does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS: B.3.1. CONSULTANT shall submit, with each of the monthly status reports provided for under Section 1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees and Reimbursable Expenses 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 Owner. Additionally, the number of the purchase order granting approval for such services shall appear on all invoices. 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 submissionof 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. B.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 the Project name and shall not be submitted more than one time monthly. B.3.3. 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 limits set forth in the table in Section 2.1 by the percentage Owner has determined CONSULTANT has completed such task as of that particular monthly billing. B.3.4. 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.3.5. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for Additional Services, CONSULTANT shall be limited to a maximum markup of 5% on the fees and expenses associated with such subconsultants and subcontractors. f 11 Contract Amendment#2 to Contract#11-5782 'Wastewater Basin Analyses(Basin 1)" Consultant:CDM Smith,Inc. O 1 1 6 02 B.3.5.1. Reimbursable Expenses associated with Additional Services must comply with section 112.011, 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: B.3.5.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.5.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by OWNER. Such expenses, if approved by OWNER, may include coach airfare, standard accommodations and meals, all in accordance with section 112.011, F.S. Further, such expenses, if approved by OWNER, 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. B.3.5.1.3. Permit Fees required by the Project. B.3.5.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by OWNER. , B.3.5.1.5. Expense of models for the County's use. B.3.4.1.1. Other items on request and approved in writing by the OWNER. r 12 Contract Amendment#2 to Contract#11-5782 Wastewater Basin Analyses(Basin 1)" Consultant:CDM Smith, Inc. 1 6C 2 ATTACHMENT 1 TO SCHEDULE B Title Standard Hourly Principal $ 195.00 Senior Project Manager $ 165.00 Project Manager $ 148.00 Senior Engineer $ 155.00 Engineer $ 119.00 Senior Inspector $ 85.00 Inspector $ 65.00 Senior Planner $ 140.00 Planner $ 110.00 Senior Designer $ 115.00 Designer $ 100.00 Environmental Specialist $ 115.00 Senior GIS Specialist $ 145.00 GIS Specialist $ 100.00 Clerical $ 60.00 Surveyor and Mapper $ 130.00 CADD Technician $ 85.00 Survey Crew- 2 man $ 130.00 Survey Crew- 3 man $ 160.00 Survey Crew- 4 man $ 180.00 The above hourly rates are applicable to Time and Materials projects only. The above list may not be all inclusive. Additional hourly rates for other personnel may be added upon mutual agreement in advance and in writing by the Project Manager and the Consultant. Time and Materials: the County agrees to pay the Consultant 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. SUBCONSULTANT: AIM Engineering & Surveying Inc. Survey and Subsurface Utility Engineering END OF SCHEDULE B. la Contract Amendment#2 to Contract#11-5782 'Wastewater Basin Analyses(Basin 1)" Consultant:CDM Smith,Inc. 16C2 EXHIBIT A2-C Amendment#2 to Contract #11-5782 "Wastewater Basin Analyses (Basin 1)" Master Pump Station (MPS Basin 101-Naples Park (Gulfshore Drive and Naples Park); (Area located North of Vanderbilt Beach Road, West of US 41 and South of 111th Street) "SCHEDULE F KEY PERSONNEL, SUBCONSULTANTS AND SUBCONTRACTORS" SUPPLEMENTAL DESIGN SERVICES FOR MASTER PUMP STATION 101.12 AND 8TH STREET NORTH GRAVITY SEWER KEY PERSONNEL POSITION Paul Pinault Principal Jason Sciandra Sr. Project Manager Clay Tappan Principal Brian Williams Sr. Engineer Marc Stonehouse Sr. Project Manager Donna Friis Principal Carl Frizzell Sr. Engineer Kevin Francoforte Sr. Engineer Spencer Perry Sr. Engineer William Whitmore Sr. Engineer Isaac Holowell Engineer Linda Kraczon Clerical SUBCONSULTANT: AIM Engineering & Surveying Inc. Survey and Subsurface Utility Engineering • 14 • Contract Amendment#2 to Contract#11-5782 Wastewater Basin Analyses(Basin 1)" Consultant:CDM Smith,Inc.