Loading...
Agenda 10/27/2015 Item #16C3 10/27/2015 16.C.3. EXECUTIVE SUMMARY Recommendation to approve Amendment 1 to Contract 11-5782 with CDM Smith, Inc., in the amount of$697,313,for Basin 101 of the"Wastewater Basin Program"for professional engineering services associated with the bidding phase and construction phase. OBJECTIVE: To obtain Engineer of Record construction phase services for projects ready for construction services for projects related to the Basin 101 optimization program, to remain in compliance and meet the demand in Master Pump Station(MPS)Basin 101 of the wastewater collection/transmission system. CONSIDERATIONS: The proposed scope of work under Projects Number 70043, 70044, 70046, and 71010 is consistent with the Capital Improvement Program (CIP) contained in the Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water User Rate Study approved by the Board of County Commissioners (Board) on June 10, 2014, as Agenda Item 11C. The proposed scope of work will be executed under multiple projects as shown in Attachment 1. Funding for the projects is available in, and is consistent with,the FY2016 CIP Budget. On September 11, 2012,as Agenda item 11E,the Board, as Ex-officio the Governing Board of the Collier County Water-Sewer District (CCWSD), approved Contract 11-5782 with CDM Smith, Inc., to design explicitly defined and demonstrable projects as part of the Wastewater Basin Program. The Executive Summary (Attachment 2) stated that "Subsequent contracts for construction of the required infrastructure as developed under these engineering designs, as well as Construction, Engineering and Inspection (CEI) services,will be presented to the Board for review and approval." All services anticipated in this contract amendment will be provided on a time and materials basis and will be carefully reviewed prior to payment authorization. Amendment 1 (Attachment 3) includes professional engineering services for: • Part 1: Construction Phase Services (Phase II Bidding and Post Design Services) as contemplated in the original CCNA solicitation document. • Part 2: 107th Avenue Sewer and Water Main Design along the path of a new wastewater force main being designed under the original design contract. Parts 1 and 2 are described below, and a project summary timeline is included as Attachment 4. Part 1: Construction Phase Services In Basin 101, CDM Smith, Inc., is nearing completion of the design of the following four contract sub- tasks which are now ready to be bid for construction. This work was contemplated in the original scope of work; staff is bringing this contract amendment with cost information for Board consideration. Construction Phase Services in the amount of$618,505 are therefore required for the following projects. Packet Page-696- 10/27/2015 16.C.3. Part 1: Construction Phase Services Contract Time and Anticipated Fee % of 11-5782 Project Description Materials Construction Construction Task ID Fee Cost Cost 11.3 Replace Bluebill Avenue Force Main $63,429 $545,281 11.6% New Creekside/Naples Park Force Main $114,418 $1,000,000 11.4% 11.5-1 Extension–Phase 1 New Creekside/Naples Park Force Main $120,457 $1,700,000 7.1% 11.5-2 Extension–Phase 2 11.6 Replace Sewer on 14 Finger Streets $320,201 $9,000,000 3.6% Total Part 1 Construction Phase Fee $618,505 $12,245,281 5.1% Part 2: 107t Avenue Sewer and Water Main Design Overall, the Basin 101 design scope is approximately 80 percent complete and the remaining contract sub-tasks planned for completion in FY 2016. One sub-task is the design of an additional wastewater force main from 111th Avenue south to Arthrex Boulevard via 8th Street North, 107th Avenue North and Creekside Boulevard. Under separate programs, the Public Utilities Department has plans to replace aging asbestos cement water pipe and clay sewer pipe along the 107th Avenue route, and the Growth Management Department has plans to improve drainage in this area. Therefore, to minimize neighborhood disruption and mobilization costs, it is most advantageous to coordinate construction of all four projects together. Part 2 of this contract amendment will add design services for the simultaneous replacement of asbestos cement water and clay wastewater gravity sewers along the segment of 107th Avenue impacted by the force main construction. Part 2: 107`h Avenue Sewer and Water Main Design Time and Anticipated Fee % of Project Description Materials Construction Construction Fee Cost Cost 107th Avenue Sewer and Water Main Design $78,808 $600,000 13.1% This contract amendment has been prepared to perform professional services on a time and material basis at the rates negotiated under the original contract. A summary of professional fees for Amendment 1 is summarized below. Description Amount Part 1 $618,505 Part 2 $78,808 Total $ 697,313 FISCAL IMPACT: Funding is available in, and is consistent with, the FY2016 Capital Budget approved by the Board on September 24, 2015. The source of funding is the Water User Fee Fund (412) and Wastewater User Fee Fund (414). Portions of this project are a direct replacement of assets that have reached the end of their useful lives; operating costs are anticipated to remain the same or decrease. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.—SRT Packet Page-697- 10/27/2015 16.C.3. GROWTH MANAGEMENT IMPACT: This project is consistent with and furthers the goals, objectives, and policies of the Growth Management Plan to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District, approve Amendment 1 to Contract 11-5782 with CDM Smith, Inc., for professional engineering services, and authorize funding in the amount of$697,313. Prepared By: Craig Pajer, P.E., Principal Project Manager, Public Utilities Planning and Project Management Division Attachments: 1) Attachment 1 —Project Number Table 2) Attachment 2-Executive Summary, 9/11/12 BCC Meeting,Item 11E 3) Attachment 3 -Amendment 1 to CDM Contract 11-5782 4) Attachment 4-Basin 101 Project Summary Timeline 5) Attachment 5—Project Location Map 6) Attachment 6—PowerPoint Presentation explaining projects Packet Page-698- 10/27/2015 16.C.3. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.3. Item Summary: Recommendation to approve Amendment 1 to Contract 11-5782 with CDM Smith, Inc., in the amount of$697,313, for Basin 101 of the "Wastewater Basin Program" for professional engineering services associated with the bidding phase and construction phase. Meeting Date: 10/27/2015 Prepared By Name: PajerCraig Title: Project Manager, Principal, Public Utilities Department 9/26/2015 10:05:33 PM Submitted by Title:Project Manager,Principal,Public Utilities Department Name: PajerCraig 9/26/2015 10:05:34 PM Approved By Name: NagySteve Title: Manager-Wastewater Collection, Public Utilities Department Date: 9/28/2015 7:43:33 AM Name: HapkeMargie Title: Recycling Coordinator,Public Utilities Department Date: 9/30/2015 2:13:18 PM Name: HerreraSandra Title: Manager-Procurement, Administrative Services Department Date: 10/7/2015 11:16:02 AM Name: MarkiewiczToanne Title: Division Director-Procurement Services, Administrative Services Department Date: 10/7/2015 1:55:56 PM Packet Page-699- 10/27/2015 16.C.3. Name: JohnsonScott Title: Manager-Procurement, Administrative Services Department Date: 10/8/2015 12:40:38 PM Name: JohnssenBeth Title: Division Director-Wastewater,Public Utilities Department Date: 10/8/2015 1:28:36 PM Name: ChmelikTom Title:Division Director-Public Utilities Eng,Public Utilities Department Date: 10/8/2015 3:32:05 PM Name: Joseph Bellone Title:Division Director-Operations Support, Public Utilities Department Date: 10/8/2015 4:12:12 PM Name: HallSwainson Title: Procurement Specialist, Administrative Services Department Date: 10/8/2015 4:40:11 PM Name: YilmazGeorge Title: Department Head-Public Utilities,Public Utilities Department Date: 10/9/2015 2:07:06 PM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 10/15/2015 3:35:56 PM Name: KlatzkowJeff Title: County Attorney, Date: 10/15/2015 3:42:31 PM Name: IsacksonMark Title: Division Director-Corp Fin & Mgmt Svc, Office of Management&Budget Date: 10/16/2015 8:40:49 AM Name: OchsLeo Title: County Manager, County Managers Office Date: 10/21/2015 2:59:49 PM Packet Page-700- 10/27/2015 16.C.3. Attachment 1 Project Number Table Description Project Numbers Part 1: Construction Phase Services 70043 70044 70046 Part 2: 107th Avenue Sewer and Water Main Design 70043 70044 71010 Project No. Project Name 70043 Gravity Transmission System Technical Support Program 70044 Force Main Transmission System Technical Support Program 70046 Wastewater Pump Station Technical Support Program 71010 Distribution System Technical Support Program Packet Page-701- 10/27/2015 16.C.3. 9/11/2012 Item 11 .E, EXECUTIVE SUMMARY Recommendation to approve Contract 11-5782 for three design contracts for the "Wastewater Basin Program," Project Numbers 70043, 70044, 70046, 70050, 70051, and 70064, in the total amount of S5,730,468, with AECOM Technical Services, Inc., CDM Smith Inc., and Hole Montes, Inc. to perform professional engineering services; and authorize a budget amendment in the amount of 51,648,267.31. OBJECTIVE: Obtain contract approval for expert professional engineering services to rehabilitate mission critical infrastructure in the wastewater collection system. CONSIDERATIONS: On June 24, 2008, as Agenda item 10G, the Board of County Commissioners (Board) adopted the 2008 Wastewater Master Plan Update that identified the general requirement for rehabilitating wastewater collection systems. The proposed scope of work will he executed under multiple projects shown in the attached Table 1. These projects are consistent with the 2010 Wastewater OP Update, pages 2 and 3, as identified in the 2011 User Fee Rate Study. On February 14, 2012, as Agenda item 16.C.1, the Board, as Ex-officio the Governing Board of the Collier County Water-Sewer District, approved the selection committee rankings and authorized staff to enter into negotiations with AECOM Technical Services, Inc., CDM Smith, Inc.. and Hole Montes. Inc., for three separate contracts under Request for Proposal No. 11-5782. Multiple technical support projects, Project Numbers 70043, 70044, 70046, 70050, 70051, and 70064, are being combined to fund this portion of the Wastewater Basin Program. At this time staff is seeking the approval of the proposed contracts for each of the Board-approved engineering consultants. On March 27. 2012. the Board requested staff to return with revised contracts that were more explicitly defined and demonstrable. The resulting scopes of work will now provide tangible, complete engineering designs and construction drawings for the following prioritized worst-first areas of the infrastructure: • Rehabilitate eight aging master pump stations, adding overflow containment and updating them to meet current Florida Department of Environmental Protection and Florida Building Code Standards. • Rehabilitate 111 pump stations, eliminating below grade leak hazards. adding containment where feasible and emergency back-up pumping at critical pump stations. • Alleviate potential overflow conditions that exist in Basin 101 (Naples Park). • Replace a 40-year-old sub-aqueous force main crossing with an aerial crossing at the 11 1th Street bridge. • Provide an alternative path for wastewater to reach the South County Water Reclamation Facility (SCWRF). Currently. 30 percent of the flow to the SCWRF goes through one force main. Reconstruction of Master Pump Station (MPS) 306 and a force main from MPS 306 to the SCWRF will provide a parallel path for needed reliability and maintainability (Sabai Bay). Packet Page -1234- Packet Page-702- 10/27/2015 16.C.3. 9/11/2012 Item 11 .E. • Replace 22.865 feet of gravity sewer clay pipe. • Replace 660 clay pipe service laterals. • Replace 14,275 feet of wastewater force main. The infrastructure being addressed represents the highest priority, worst-first areas based on internal condition assessments. Each contract contains a scope of work that has been customized based on the tasks requested in RFP 11-5782 in order to fit the needs of the particular basin that each vendor is to be working on. Although not all requested tasks in the RFP are needed for each basin, all of the tasks in each scope of work were requested in RFP 11-5782. Subsequent contracts for construction of the required infrastructure as developed under these engineering designs, as well as construction, engineering and inspection services (CET), will he presented to the Board for review and approval. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2012 Capital Budget approved by the Board on September 22, 2011. The source of funding is Wastewater User Fees. Fund (414). A budget amendment is required from Project Numbers 72552, Lift Station Facility Rehab, 70064, Collection System Lightning Protection, 73050, Wastewater Line Technical Support, and 70021, Energy Efficiency Studies, all from Fund 414, in the amount of 51.648.267.31. LEGAL CONSIDERATIONS: This item has been approved by the County Attorney's Office, the contracts are each legally sufficient, and the contracts require a majority vote for approval. - ERP GROWTH MANAGEMENT IMPACT: This project is consistent with and furthers the goals, objectives, and policies of the Growth Management Plan to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board of County Commissioners, as Ex-officio the Governing Board of the Collier County Water-Sewer District. 1. Approve Contract 11-5782 to AECOM Technical Services, Inc., CDM Smith Inc., and Hole Montes. Inc., for professional engineering services, and authorize funding, for the initial contract phase in the amounts of 51.870.468, $1.940,000 and $1,920.000_ respectively(a total of$5.730,468); and,. 2. Authorize the Chairman to execute the contracts with each firm after approval by the County Attorney's Office: and. 3. Approve the necessary Budget Amendment to transfer funds in the amount of 51,648.267.31 from Project Number 72552 (Lift Station Facility Rehab), Project Number 70064 (Collection System Lightning Protection), Project Number 73050 (Wastewater Line Technical Support), and Project Number 70021 (Energy Efficiency Studies) to Project Number 70046 (Wastewater Pump Station Technical Support). Packet Page 4235- Packet Page-703- 10/27/2015 16.0.3. 9/11/2012 Item 11 .E. Prepared By: Craig Pajer. PE, Principal Project Manager. Public Utilities Planning and Project Management Department Attachments: 1) Table I, Funding.Sources: 2008 Wastewater Master Plan Update and 2011 Wastewater CIP Update Reference Table 2) Solicitation Document for II-5782 3) Proposed Contracts Packet Page-1236- Packet Page -704- 10/27/2015 16.C.3. EXHIBIT A-1 Contract Amendment#1 to Contract#11-5782 "Wastewater Basin Analyses (Basin 1)" This amendment, dated , 2015 to the referenced agreement shall be by and between the parties to the original 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: Contract# 11-5782 "Wastewater Basin Analyses (Basin 1)" In order to continue the services provided for in the original Contract document referenced above, the Consultant agrees to amend the Contract in accordance with Article II "Additional Services of Consultant" to include Construction Phase Engineering Services (identified as Task 2.2 Bidding and Phase III Post Design Services of the original solicitation) and for Supplemental Design Services, per Exhibit Al-A Schedule A "Scope of Services", Exhibit Al-B Schedule B "Basis of Compensation" and Exhibit Al-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(s) indicated below. Accepted: , 2015 Dwight E. Brock, Clerk OWNER: BY: BOARD OF COUNTY COMMISSIONERS Deputy Clerk OF COLLIER COUNTY, FLORIDA By: Consultant's First Witness: Tim Nance, Chairman By: CONSULTANT: CDM Smith, Inc. Print Name Consultant's Second Witness: By: By: Print Name and Title Print Name Approved as to Form and Legality: Assistant County Attorney 1 Packet Page-705- fit 10/27/2015 16.C.3. EXHIBIT Al-A Amendment#1 to Contract#11-5782 "Wastewater Basin Analyses (Basin 1)" Schedule A "SCOPE OF SERVICES" This Amendment provides for Construction Phase Engieneering Services and Project Management and Quality Control (as identified in Task 2.2 Bidding and Phase Ill Post Design Services of the original solicitation) and Supplemental Design Services consisting of the following: TASK 1 -CONSTRUCTION PHASE ENGINEERING SERVICES: The construction phase services for four specific projects are authorized in this contract amendment as follows: 1. Project 1 — 111th Street Bridge Force Main (identified as subtasks 11.3 in the contract) 2. Project 2 — Creekside Boulevard to Naples Park Force Main Extension Phase 1 (identified as subtasks 11.5 in the contract) 3. Project 3 — Creekside Boulevard to Naples Park Force Main Extension Phase 2 (including 8th Street North and 107th Avenue North Water Main and Gravity Sewer Replacements) (identified as subtasks 11.5 in the contract) 4. Project 4 — Finger Street Sewer System Replacement (identified as subtasks 11.6 in the contract) Subtask 1.1 - Bidding Services The CONSULTANT will attend one pre-bid meeting per project which will be administered by the OWNER. CONSULTANT will review and respond to technical questions received from the potential bidders and will prepare up to one addendum for each project (if necessary). CONSULTANT will evaluate the bids received and provide a recommendation to the OWNER on award of each contract. Subtask 1.2 -Conform Construction Documents CONSULTANT will conform the Contract Documents incorporating addenda revisions issued during the bidding process to the drawings and the technical specifications, as appropriate, for use during the construction phase. Subtask 1.3 - Pre-Construction and Construction Progress Meetings CONSULTANT will prepare the agenda, attend and issue meeting notes for one preconstruction conference and monthly construction progress meetings per project. For the preconstruction conference, the CONSULTANT Project Manager (PM), engineer(s) of record and key design staff will attend in person. For progress meetings, the CONSULTANT PM will attend in person, the engineer(s) of record will participate via conference call, unless a site visit is scheduled for the same day. For Subtask 11.3 of the original scope of work (111th Street Bridge Force Main), there will be Risk Mitigation Meetings for the horizontal direction drill that may not coincide with progress meetings. At least four Risk Mitigation Meetings will be identified in the specifications. Packet Page-706- 10/27/2015 16.C.3. These additional meetings are included in the project budget for Subtask 11.3 of the original scope of work (111th Street Bridge Force Main). Subtask 1.4 -General Administration of Construction Contract CONSULTANT shall consult with and advise OWNER while acting as OWNER's representative as provided in the Contract Documents. All of OWNER's instructions to Contractor will be issued through CONSULTANT, who shall have the authority to act on behalf of the OWNER in dealings with the Contractor to the extent provided in the Agreement and said Contract Documents except as otherwise provided in writing. CONSULTANT shall evaluate and render the initial opinions to the OWNER on the claims from 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. Subtask 1.5 -Visits to Site and Observation of Construction The OWNER will contract separately for construction engineering inspection (CEI) services. The CONSULTANT will periodically review daily construction reports and other documents prepared by the CEI firm to evaluate the Contractor's adherence to the construction documents. CONSULTANT will make periodic site visits to observe construction activities at times requested by the OWNER and/or the CEI. CONSULTANT may require special inspections or tests of the work, and shall receive and review all certificates of inspections, tests and approvals required by laws, rules, regulations, ordinances, codes, orders or the Contract Documents. Subtask 1.6 - Clarifications and Interpretations CONSULTANT shall issue necessary clarifications and interpretations of the Contract Documents as appropriate for the orderly completion of the work. Such clarifications and interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents. Subtask 1.7 - Change Orders and Work Change Directives CONSULTANT shall recommend Change Orders and Work Change Directives to OWNER as appropriate, and shall prepare Change Orders and Work Change Directives as required. Major change orders significantly deviating from the Contractor's scope of work may require authorization of additional services. Subtask 1.8 -Shop Drawings and Other Submittals CONSULTANT shall review and approve (or take other appropriate action in respect of) Shop Drawings, Samples, and Equipment Vendor Operations and Maintenance (O&M) Manuals and other data, which the Contractor is required to submit 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 in the Contract Documents. Subtask 1.9 - CONTRACTOR's Construction Schedules Review CONSULTANT will review the CONTRACTOR'S initial (baseline) construction schedule for concurrence with the Contract Documents. CONSULTANT will provide the OWNER with a monthly update on construction progress. In addition, CONSULTANT will make 3 Packet Page-707- N,� 10/27/2015 16.C.3. recommendations of actions the CONTRACTOR may be required to take to maintain the project schedule. Subtask 1.10 - Applications for Payment CONSULTANT will review monthly pay requests submitted by Contractor for general compliance with the contract requirements and for consistency with the value of work performed; where after, Consultant will make recommendation to the OWNER for payment to the Contractor. Subtask 1.11 - Contractor's Completion Documents CONSULTANT shall receive, review and transmit to the OWNER with written comments, maintenance and operating instructions, equipment vendor operation and maintenance (O&M) manuals (up to six O&M manuals per project, including one resubmittal of each), schedules, guarantees, bonds, certificates or other evidence of insurance required by the Contract Documents, certificates of inspection, tests and approvals, and marked-up record documents (including Shop Drawings, Samples and other data approved as provided under Subtask 1.8 and marked-up Record Drawings) which are to be assembled by the Contractor in accordance with the Contract Documents to obtain final payment. CONSULTANT's review of such documents will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with the Contract Documents. Subtask 1.12 -Substantial Completion Following notice from Contractor that Contractor considers the entire work ready for its intended use, CONSULTANT and OWNER, accompanied by the Contractor and the OWNER's CEI firm, shall conduct an inspection to determine if the work is Substantially Complete (SC). A list of deficiencies and omissions will be prepared by the CONSULTANT based on the SC inspection. If after considering any objections from the OWNER, CONSULTANT considers the work is Substantially Complete, CONSULTANT shall deliver a Certificate of Substantial Completion to OWNER and Contractor with the list of any deficiencies and omissions to be corrected prior to Final Acceptance. Subtask 1.13 - Final Notice of Acceptability of the Work CONSULTANT shall conduct up to two a final inspection(s) per project to determine if the completed work of Contractor is acceptable so that CONSULTANT may recommend, in writing, final payment to the Contractor. Accompanying the recommendation for final payment, CONSULTANT shall indicate that the work is acceptable (subject to the provisions of Subtask 1.10) to the CONSULTANT's knowledge, information and belief and based on the extent of the services performed and furnished by CONSULTANT under this Agreement. Subtask 1.14 - Record Drawings CONSULTANT shall review the Contractor's As-Built Drawings for any material deviations to design intent. The CONSULTANT shall convert the Contractor's marked-up As-Built Drawings into Record Drawings and deliver five (5) hard copy sets and one (1) CD/DVD with the PDF and AutoCAD files of the Record Drawings to the OWNER. 4 Packet Page-708- 10/27/2015 16.C.3. Subtask 1.15 - Permitting Compliance and Certifications CONSULTANT will assist the Owner in monitoring the Contractor's compliance with the permitting agencies including FDEP, SFWMD, and Collier County. CONSULTANT will review information provided by OWNER (see DATA OR COORDINATION ASSISTANCE TO BE PROVIDED BY THE OWNER) to certify construction to permitting agencies. Certification to permitting agencies will be qualified as relying on daily oversight by OWNER's CEI and information provided by OWNER. TASK 2 - PROJECT MANAGEMENT AND QUALITY CONTROL Subtask 2.1 - Project Management and Quality Control 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. An internal project quality management and kickoff session will be conducted at the start of the Project. This action is required by CONSULTANT's quality assurance/quality control (QA/QC) guidelines. CONSULTANT readily welcomes the participation of the OWNER staff during the session. Subtask 2.1 - Preparation of Status Reports The CONSULTANT PM will prepare monthly written progress reports summarizing activities completed, work remaining and identifying any problems which have occurred or anticipated needs. This task also includes monthly project status review management meetings, preparation of monthly written progress reports and periodic progress internal team meetings. DATA OR COORDINATION ASSISTANCE TO BE PROVIDED BY THE OWNER 1. OWNER will directly hire a company to provide construction engineering and inspection (CEI) services. The CEI firm will be responsible for overseeing the work in the field and reporting deficiencies and deviations from the Contract Documents to the OWNER. The OWNER will be responsible for all communication between the CEI firm and the CONSULTANT. 2. Furnish to CONSULTANT, as requested by CONSULTANT for performance of services as required by the Contract Documents, the following: a. CD reports, photos, inspections and information. b. Data prepared by or services of others, including without limitation explorations and tests of subsurface conditions at or contiguous to the site, drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site, or hydrographic surveys; c. The services of an independent testing laboratory to perform all inspections, tests and approvals of samples, materials and equipment; d. Appropriate professional interpretation of all of the foregoing; 5 Packet Page-709- �� 10/27/2015 16.C.3. e. Environmental assessments, audits, investigations and impact statements, and other relevant environmental or cultural studies as to the Project, the site and adjacent areas; f. Field surveys for design purposes and property, boundary, easement, right-of- way, topographic and utility surveys or data, including relevant reference points; g. Property descriptions; h. Zoning, deed and other land use restrictions; i. Other special data or consultations not covered in the scope of work. 3. CONSULTANT may rely upon, the accuracy and completeness of all reports, data and other information furnished pursuant to this paragraph. CONSULTANT may use such reports, data and information in performing or furnishing services under this Work Order. 4. Provide, as required by the Contract Documents, engineering surveys and staking to enable Contractor to proceed with the layout of the work, and other special field surveys. 5. Provide access to and make provisions for CONSULTANT to enter upon public and private property as required for CONSULTANT to perform services under this Work Order. 6. Examine all alternate solutions, studies, reports, sketches, drawings, specifications, proposals and other documents presented by CONSULTANT (including obtaining advice of an attorney, insurance counselor and other consultants as OWNER deems appropriate with respect to such examination) and render in writing decisions pertaining thereto. 7. Provide approvals and permits from all governmental authorities having jurisdiction to approve the portions of the Project designed or specified by CONSULTANT and such approvals and consents from others as may be necessary for completion of such portions of the Project. DELIVERABLES FOR TASK1 CONSULTANT will provide the following deliverables to the OWNER: 1. Conformed drawings; 2. Approved record drawings; 3. Recommendation/approval of contractor's pay applications; 4. Shop drawing review and approval files; 5. Review of contractor(s) schedules; and 6. Certificates of substantial and final completion. 6 Packet Page -710- 10/27/2015 16.C.3. The Consultant shall provide additional Supplemental Design Services for Basin 101 "Naples Park 8th Street and 107th Avenue Water Main and Gravity Sewer" consisting of the following tasks and subtasks: TASK 1 DESIGN WATER MAIN AND GRAVITY SEWER REPLACEMENTS Subtask 1.1 - Design Water Main and Gravity Sewer Replacements The CONSULTANT will prepare the design of the replacement of the water mains and gravity sewers within the area depicted on Figure 1. The CONSULTANT will incorporate the replacement of 1,370 LF of water mains and 1,125 LF of gravity sewers into the design documents for the Creekside Blvd Forcemain Extension project (Task 11.5 under the Wastewater Basin Program (Basin #1)). The design submittals for the water mains and gravity sewer mains will be concurrent with the Creekside Blvd. Forcemain Extension — Phase 2 design. Subtasks 1.2 - 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; • Application for a Specific Permit to Construct Public Water Supply Components; • Asbestos-Free Certification or Asbestos Sampling Plan for PWSs; • Collier County Right-of-Way Permit; and • Any other permits required. Subtask 1.3 - Opinion of Probable Construction Cost The CONSULTANT will prepare an opinion of probable construction cost (OPCC) at the 90 percent design and bid document design stages. TASK 2 - PROJECT MANAGEMENT AND QUALITY CONTROL 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 CONSULTANT's standards and OWNER's expectations. Specific activities included are identified below: 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. 7 Packet Page-711- �� 10/27/2015 16.C.3. Project Status Reports CONSULTANT's project manager will prepare and submit monthly written status reports for an anticipated project life of five months. DATA OR COORDINATION ASSISTANCE TO BE PROVIDED BY THE OWNER 1. County preferred pipe material for the water main replacement is PVC. 2. Geotechnical services which will be procured directly by the OWNER based on the scope of work provided by the CONSULTANT on October 22, 2014. 3. OWNER will pay all permit application fees. 4. OWNER will promptly review and respond to all submittals by the CONSULTANT. 5. OWNER will provide standard contract forms and general conditions (i.e. Division 0). DELIVERABLES CONSULTANT will provide the following deliverables to the OWNER: 1. 60% Design Drawings and Specifications; 2. 90% Design Drawings and Specifications; 3. 90% Design Opinion of Probable Construction Cost; 4. Complete contract documents ready for receipt of bids; and 5. Bid Document Opinion of Probable Construction Cost. 8 Packet Page -712- 10/27/2015 16.C.3. EXHIBIT Al-B Amendment#1 to Contract#11-5782 "Wastewater Basin Analyses (Basin 1)" "SCHEDULE B - BASIS OF COMPENSATION" 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 84 Material- Not to Exceed Amount 1 Construction Phase Engineering Services Subtask Bidding Services $13,044 1.1 Subtask Conform Construction Documents $37,252 1.2 Subtask Pre-Construction and Construction $45,010 1.3 Progress Meetings Subtask General Administration of Construction $143,950 1.4 Contract Subtask Visits to Site and Observation of $40,450 1.5 Construction Subtask Clarifications and Interpretations $25,981 1.6 Subtask Change Orders and Work Change $21,120 1.7 Directives Subtask Shop Drawings and Other Submittals $95,270 1.8 Subtask Contractor's Construction Schedules $11,550 1.9 Review ce, Packet Page-713- 10/27/2015 16.C.3. Subtask Applications of Payment $16,830 1.10 Subtask Contractor's Completion pietion Docu i gents $12,960 1.11 Subtask Substantial Completion $9,720 1.12 Subtask Final Notice of Acceptability of the Work $5,176 1.13 Subtask Record of Drawings $75,204 1.14 Subtask Permitting Compliance and Certifications $21,888 1.15 Task 2 Project Management and Quality Control Subtask Project Quality Control (QC) Technical $37,520 2.1 Review Subtask Preparation of Stauts Reports $5,580 2.2 Subtotal for Tasks 1-2, including $618,505 subtasks Supplemental Design Task 1 & 2 Naples Park 8th Street and 107th Avenue Water Main and Gravity Sewer Replacements Task 1 Supplemental Design Subtask Design $57,516 1.1 Subtask Permiting $4,780 1.2 Subtask Opinion of Probable Construction Cost $8,462 1.3 Task 2 Project Management and Quality Control $8,050 Subtotal for Tasks 1-2 $78,808 (including subtasks) GRAND TOTAL FEE FOR $697,313 AMENDMENT #1 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 Ito this Schedule B. 10 Packet Page-714- 10/27/2015 16.C.3. 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. B.2.1. Notwithstanding anything in this 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 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 (1) 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 "'aches" 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 11 1 Packet Page-715- 10/27/2015 16.C.3. 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. 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. 12 1{)sj Packet Page-716- ��_ 10/27/2015 16.C.3. ATTACHMENT 1 TO SCHEDULE B Title Standard Hourly Principal $ 195.00 Senior Project Manager $ 115.00 Project Manager $ 148.00 Senior Engineer $ 155.00 Engineer $ 119.00 Senior Inspector $ 85.00 Inspector $ 15.00 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 $ 10.00 Surveyor and Mapper $ 130.00 CADD Technician $ 85.00 Survey Crew- 2 man $ 130.00 Survey Crew- 3 man $ 110.00 Survey Crew- 4 man $ 180.00 SUBCONSULTANT: Note: Subconsultant fees are included in the Schedule B, Section B.2.1 for the project. *Invoices for subconsultant services will be provided on a Time and Materials basis and shall include a reference to the appropriate task at the time the invoice is submitted, along with the appropriate associated hourly rate as listed above. END OF SCHEDULE B. 13 Packet Page-717- 10/27/2015 16.C.3. EXHIBIT Al-C Amendment#1 to Contract#11-5782 "Wastewater Basin Analyses (Basin 1)" "SCHEDULE F KEY PERSONNEL, SUBCONSULTANTS AND SUBCONTRACTORS" 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 Kristopher Samples Engineer Isaac Holowell Engineer Linda Kraczon Clerical SUBCONSULTANT: AIM Engineering & Surveying Inc. Survey and Subsurface Utility Engineering 14 Packet Page -718- 10/27/2015 16.C.3. WORK ORDER FOR WASTEWATER BASIN PROGRAM (BASIN 1) CONSTRUCTION PHASE ENGINEERING SERVICES This Work Order,when executed, shall be incorporated in and become part of the Agreement for Professional Services between the Collier County(OWNER), and CDM Smith Inc. (CONSULTANT), dated October 26, 2012 hereafter referred to as the Agreement. PROJECTBACKGROUND The OWNER retained the CONSULTANT under the Wastewater Basin Program (Basis#1)to evaluate and design improvements to the Naples Park(Basin 101)wastewater collection system service area. Eleven improvement projects within the program have advanced into design. The OWNER has requested the CONSULTANT to provide construction phase engineering services following its advertisement of bids for the following projects. 1. Subtask 11.3—111th Street Bridge Force Main 2. Subtask 11.5—Creekside Boulevard to Naples Park Force Main Extension Phase 1 3. Subtask 11.5—Creekside Boulevard to Naples Park Force Main Extension Phase 2 (including 8th St. N and 107th Ave. N Water Main and Gravity Sewer Replacements) 4. Subtask 11.6—Finger Street Sewer System Replacement The following proposal is for the CONSULTANT to provide construction phase engineering services for the identified projects. SCOPEOFWORK The following is a description of the services to be provided under this Work Order. Note that the services to be provided for each project are the same but with different levels of effort associated with each project dependent on the scope of the project, anticipated duration and anticipated number of submittals. A summary of the assumptions is provided in the assumptions section of this Work Order. TASK 1- CONSTRUCTION PHASE ENGINEERING SERVICES Subtask 1.1 - Bidding Services The CONSULTANT will attend one pre-bid meeting per project which will be administered by the OWNER. CONSULTANT will review and respond to technical questions received from the potential bidders and will prepare up to one addendum for each project (if necessary). CONSULTANT will evaluate the bids received and provide a recommendation to the OWNER on award of each contract. Subtask 1.2- Conform Construction Documents CDM Page 1 of 6 CDM Smith Scope—Basin 101 Construction Phase Services Smith 5/15/2015 Packet Page-719- 10/27/2015 16.C.3. CONSULTANT will conform the Contract Documents incorporating addenda revisions issued during the bidding process to the drawings and the technical specifications, as appropriate,for use during the construction phase. Subtask 1.3 - Pre-Construction and Construction Progress Meetings CONSULTANT will prepare the agenda, attend and issue meeting notes for one preconstruction conference and monthly construction progress meetings per project. For the preconstruction conference,the CONSULTANT Project Manager(PM),engineer(s)of record and key design staff will attend in person. For progress meetings,the CONSULTANT PM will attend in person,the engineer(s) of record will participate via conference call, unless a site visit is scheduled for the same day. For Subtask 11.3 (111th Street Bridge Force Main),there will be Risk Mitigation Meetings for the horizontal direction drill that may not coincide with progress meetings. At least four Risk Mitigation Meetings will be identified in the specifications. These additional meetings are included in the project budget for Subtask 11.3 (111th Street Bridge Force Main). Subtask 1.4 - General Administration of Construction Contract CONSULTANT shall consult with and advise OWNER while acting as OWNER's representative as provided in the Contract Documents. All of OWNER's instructions to Contractor will be issued through CONSULTANT,who shall have the authority to act on behalf of the OWNER in dealings with the Contractor to the extent provided in the Agreement and said Contract Documents except as otherwise provided in writing. CONSULTANT shall evaluate and render the initial opinions to the OWNER on the claims from 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. Subtask 1.5 - Visits to Site and Observation of Construction The OWNER will contract separately for construction engineering inspection (CEI) services. The CONSULTANT will periodically review daily construction reports and other documents prepared by the CEI firm to evaluate the Contractor's adherence to the construction documents. CONSULTANT will make periodic site visits to observe construction activities at times requested by the OWNER and/or the CEI. CONSULTANT may require special inspections or tests of the work, and shall receive and review all certificates of inspections,tests and approvals required by laws, rules, regulations, ordinances, codes, orders or the Contract Documents. Subtask 1.6 - Clarifications and Interpretations CONSULTANT shall issue necessary clarifications and interpretations of the Contract Documents as appropriate for the orderly completion of the work.Such clarifications and interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents. Subtask 1.7 - Change Orders and Work Change Directives CONSULTANT shall recommend Change Orders and Work Change Directives to OWNER as appropriate, and shall prepare Change Orders and Work Change Directives as required. Major change orders significantly deviating from the Contractor's scope of work may require authorization of additional services. CDM Page 2 of 6 CDM Smith Scope—Basin 101 Construction Phase Services SMIth 5/15/2015 Packet Page-720- 10/27/2015 16.C.3. Subtask 1.8 - Shop Drawings and Other Submittals CONSULTANT shall review and approve (or take other appropriate action in respect of) Shop Drawings, Samples,and Equipment Vendor Operations and Maintenance (O&M) Manuals and other data,which the Contractor is required to submit 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 in the Contract Documents. An estimate of the number of shop drawing,sample, and equipment O&M manuals submittals for each project is included in Table 1.The budget for this subtask assumes a maximum of 250 submittals (inclusive of initial (A) and resubmittals(B)and a maximum of 2 reviews per submittal). Subtask 1.9 - CONTRACTOR's Construction Schedules Review CONSULTANT will review the CONTRACTOR'S initial (baseline) construction schedule for concurrence with the Contract Documents. CONSULTANT will provide the OWNER with a monthly update on construction progress. In addition, CONSULTANT will make recommendations of actions the CONTRACTOR may be required to take to maintain the project schedule. Subtask 1.10- Applications for Payment CONSULTANT will review monthly pay requests submitted by Contractor for general compliance with the contract requirements and for consistency with the value of work performed;where after, Consultant will make recommendation to the OWNER for payment to the Contractor. Subtask 1.11- Contractor's Completion Documents CONSULTANT shall receive, review and transmit to the OWNER with written comments, maintenance and operating instructions,equipment vendor operation and maintenance (O&M) manuals(up to six O&M manuals per project,including one resubmittal of each), schedules,guarantees, bonds, certificates or other evidence of insurance required by the Contract Documents,certificates of inspection,tests and approvals,and marked-up record documents(including Shop Drawings,Samples and other data approved as provided under Subtask 1.8 and marked-up Record Drawings) which are to be assembled by the Contractor in accordance with the Contract Documents to obtain final payment. CONSULTANT's review of such documents will only be to determine generally that their content complies with the requirements of,and in the case of certificates of inspections,tests, and approvals that the results certified indicate compliance with the Contract Documents. Subtask 1.12- Substantial Completion Following notice from Contractor that Contractor considers the entire work ready for its intended use, CONSULTANT and OWNER, accompanied by the Contractor and the OWNER's CEI firm, shall conduct an inspection to determine if the work is Substantially Complete (SC). A list of deficiencies and omissions will be prepared by the CONSULTANT based on the SC inspection. If after considering any objections from the OWNER, CONSULTANT considers the work is Substantially Complete, CONSULTANT shall deliver a Certificate of Substantial Completion to OWNER and Contractor with the list of any deficiencies and omissions to be corrected prior to Final Acceptance. Subtask 1.13 - Final Notice of Acceptability of the Work CONSULTANT shall conduct up to two a final inspection(s) per project to determine if the completed work of Contractor is acceptable so that CONSULTANT may recommend, in writing,final payment to the CDP4 Page 3 of 6 CDM Smith Scope—Basin 101 Construction Phase Services Smith 5/15/2015 Packet Page-721- 10/27/2015 16.C.3. Contractor.Accompanying the recommendation for final payment, CONSULTANT shall indicate that the work is acceptable (subject to the provisions of Subtask 1.10)to the CONSULTANT's knowledge, information and belief and based on the extent of the services performed and furnished by CONSULTANT under this Agreement. Subtask 1.14- Record Drawings CONSULTANT shall review the Contractor's As-Built Drawings for any material deviations to design intent. The CONSULTANT shall convert the Contractor's marked-up As-Built Drawings into Record Drawings and deliver five (5) hard copy sets and one (1) CD/DVD with the PDF and AutoCAD files of the Record Drawings to the OWNER. Subtask 1.15-Permitting Compliance and Certifications CONSULTANT will assist the Owner in monitoring the Contractor's compliance with the permitting agencies including FDEP,SFWMD, and Collier County.CONSULTANT will review information provided by OWNER(see DATA OR COORDINATION ASSISTANCE TO BE PROVIDED BY THE OWNER)to certify construction to permitting agencies. Certification to permitting agencies will be qualified as relying on daily oversight by OWNER'S CEI and information provided by OWNER. TASK 2- PROJECT MANAGEMENT, AND QUALITY CONTROL Subtask 2.1 - Project Management and Quality Control 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. An internal project quality management and kickoff session will be conducted at the start of the Project. This action is required by CONSULTANT's quality assurance/quality control (QA/QC)guidelines. CONSULTANT readily welcomes the participation of the OWNER staff during the session. Subtask 2.2 - Preparation of Status Reports The CONSULTANT PM will prepare monthly written progress reports summarizing activities completed, work remaining and identifying any problems which have occurred or anticipated needs.This task also includes monthly project status review management meetings, preparation of monthly written progress reports and periodic progress internal team meetings. DATAORCOORDINATIONASSISTANCETOBEPROVIDEDBYTHEOWNER 1. OWNER will directly hire a company to provide construction engineering and inspection (CEI) services. The CEI firm will be responsible for overseeing the work in the field and reporting deficiencies and deviations from the Contract Documents to the OWNER. The OWNER will be responsible for all communication between the CEI firm and the CONSULTANT. 2. Furnish to CONSULTANT, as requested by CONSULTANT for performance of services as required by the Contract Documents,the following: a. CEI reports, photos, inspections and information. CDM Page 4 of 6 CDM Smith Scope—Basin 101 Construction Phase Services SMIth 5/15/2015 Packet Page-722- 10/27/2015 16.C.3. b. Data prepared by or services of others, including without limitation explorations and tests of subsurface conditions at or contiguous to the site, drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site,or hydrographic surveys; c. The services of an independent testing laboratory to perform all inspections,tests and approvals of samples, materials and equipment; d. Appropriate professional interpretation of all of the foregoing; e. Environmental assessments, audits, investigations and impact statements, and other relevant environmental or cultural studies as to the Project,the site and adjacent areas; f. Field surveys for design purposes and property, boundary, easement, right-of-way, topographic and utility surveys or data, including relevant reference points; g. Property descriptions; h. Zoning,deed and other land use restrictions; and i. Other special data or consultations not covered in the scope of work. 3. OWNER shall be responsible for, and CONSULTANT may rely upon,the accuracy and completeness of all reports, data and other information furnished pursuant to this paragraph. CONSULTANT may use such reports, data and information in performing or furnishing services under this Work Order. 4. Provide, as required by the Contract Documents,engineering surveys and staking to enable Contractor to proceed with the layout of the work, and other special field surveys. 5. Provide access to and make provisions for CONSULTANT to enter upon public and private property as required for CONSULTANT to perform services under this Work Order. 6. Examine all alternate solutions, studies, reports, sketches, Drawings, Specifications, proposals and other documents presented by CONSULTANT (including obtaining advice of an attorney, insurance counselor and other consultants as OWNER deems appropriate with respect to such examination) and render in writing decisions pertaining thereto. 7. Provide approvals and permits from all governmental authorities having jurisdiction to approve the portions of the Project designed or specified by CONSULTANT and such approvals and consents from others as may be necessary for completion of such portions of the Project. ASSUMPTIONS The above described engineering services have been based upon the following assumptions: 1. Table 1 summarizes the assumptions for each project to be constructed. CD` Page 5 of 6 CDM Smith Scope—Basin 101 Construction Phase Services Smith 5/15/2015 Packet Page-723- 10/27/2015 16.C.3. 2. OWNER will retain an independent CEI firm to provide field inspections services. The CEI firm will be responsible for overseeing the work in the field and reporting deficiencies and deviations from the Contract Documents to the OWNER. DELIVERABLES CONSULTANT will provide the following deliverables to the OWNER: 1. Conformed drawings 2. Approved record drawings 3. Recommendation/approval of contractor's pay applications 4. Shop drawing review and approval files 5. Review of contractor(s)schedules 6. Certificates of substantial and final completion TIMEOFCOMPLETION/SCHEDULE The CONSULTANT will initiate work within one week after receipt of written Notice to Proceed (NTP). All services will be completed within 800 days of notice to proceed. Each Subtask project is budgeted based on an estimated construction duration (see Assumption 1). If the duration of the Task 1 services extends past the estimated construction duration, it will be considered out-of-scope services and will likely be necessary to increase the not-to-exceed cost. The CONSULTANT shall not be obligated to incur cost, and OWNER shall not be obligated to pay fees in excess of the fee set forth in the preceding sentence without written authorization from the OWNER. COMPENSATIONANDPAYMENT In the Basic Services performed under this Work Order,the OWNER agrees to pay the CONSULTANT a not-to-exceed amount of$618,505 for Tasks 1 and 2 paid on a time and materials basis at CONSULTANT's hourly billing rates plus subconsultant and other direct costs. A budget for the project is included as Attachment A. The CONSULTANT will submit invoices on a monthly basis along with written monthly status reports. CDir! Page 6 of 6 CDM Smith Scope—Basin 101 Construction Phase Services SITULh 5/15/2015 Packet Page-724- 10/27/2015 16.C.3. N 0 0 0 0 in Q In 0 0 0 lD V 0 0 0 0 0 u1 l0 N 1---To 'i o o 0 0 0 •-■ 0 0 0 0 la o 0 0 0 O O N v q C e o 00 O M N N O O O r- ei O V N O O e-i N• 01 01 H N N lD 0 N N, CO N u1 co O co co M N co N O N N M M HI N Hi .--� N .-1 N ei N CO CO N ei co V) l/ ^ W U O 0 0 0 0 0 0 et N\ et 0 0 0 O O 0 0 0 0 0 V CO m N u1 M 0 0 0 0 N u1 N 0 0 0 'i N 0 0 0 0 0 N 'i eel- " ¢ • '.j a, U O O kO O N O '7 O N O cc; V O O 0 0 O et t0 Ui c QJ et .-i no N N co u1 N R 01 en Co m u1 N .-i l0 et V en u1 O) N Y C N .4 .O ei N en N ei E N LL ) N 5 CIO to __ H (V .L N M O In 000000 .7 CO O O 0 01 Q' O O O O 0 co Ci .-• w N M 0 0 0 0 u1 .-7 u1 co O co O O 0 0 0 0 O u1 co u1 N O ri ,,2 O O O Ni Oi N .-1 lO N O N N O O O e co; . N y M ..i Y L N 01 en en en et M ei N N Hi CO et M et' y r♦ N N Cr) • N CI. 2 m U u_L o a N a.,, 1 N 0 u'1 0 0 0 0 N. 'i N 0 0 o et lO 0 0 0 0 0 n a N w v `'", O N 0 0 0 0 M M O O 0 O N O O O O 0 M CO N ( U .i.'I C '~ O O lD O u1 u1 N et N O 'i N O 0 O O O n .-i M 73 '� .^ N ri Y L ei et In O V N M u1 e-1 N N r•1 Ol et et .-i cc, 61 a 0 Y - 0- N r CO C L H a F- U 2 2 } > 2 < U 0 co O n -i e 0 0 0 00 0 0 0 0 0 0 00 n 0 m en 0 0 O CO n 0 0 0 0 0 rn CO N C z L N 4-, C O 11) Ln r O N O 'i t` O O O O O •-i m E c c ,, -i c In V u 0 t N M .I -I r-4 N N CO V t 1-4 lc) 0 N N CO U N O — Y p O E U O D. s, U TD -c cc U E H U o CD W r1 0 H .6., J N N ,n N U) co ro 4-' Q O .N Q ` y 'i a 9 co * c U CO I +, * E ° c d a) m y .0 •� 0 O o l Y a ai OD , L u`) v w■ C E C \ o t v L fB t 0 .N-. u L 7 o F— u1 N 3 — �, a CO > 0 - o o v v u u N v L N O .° -> a c y O` >- .'L+ a. >- N o v a '� c ° IO -c C N O , C ( O C CO c 73 * LL U C JA a a (0 N (..1 — °LI d c (a a, V u U • > u_ N N _ L O a p- N ._ )„ OM N as v 3 •5 c ° CC) ° N N a to CO O Y L L L L a L l.) C 3 a L C U E U M 0 N a 7 '^ 00 N O^ v=i C ,7,-, a m U N u*sr o ° a o n n g o ,, ` ° c = v C c o v p m Y co o ro a a a et o v v a i ,� et v o t r C °- +�- C Ou E 00 a L N o E > t a oM E "EL. oO 0`o Io v o E To a o n ▪ c L so c en N CU c 70"-- o d c°i c on °- n E 'u ca o E u - o0 S a c n `° m Y u o a o ° E 0 a m �c o a ^ ▪ v E - u, v c E m u v 3 u w c 0 c o v U E c o o .3 '^ v c m o. m m o 0 v °' In 0 v U, O co a '^ w a) c o O ¢ o p N o E 0 c � � in ✓ n n ° v E c > u a) p` L u a -y c o «, .. 0 C n u m 3 a :° u u v u E 'u 'u .� :.6 v = o E v _ c a r v ¢ a o E a v v o c c -,-;,-"' • o a C! ¢ o v (1) n a LL r r er o y >(CO E v v a o 0 0 Z ¢ ¢ m CO u 2 C7 O U cc U N * v a u vt u. cc D_ a c. a H o L UI o O .-i NJ M et I11 10 N, CO 01 O HI 'i '-I '11 'i 'i N •I, N N .-1 ei ei .-i .-i N .-i ei ei e-1 e♦ .4 .-I N N `•-I Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Ill UI UI U, in N N VI UI UI UI V1 U, U, U, (, UI N VI .D 10 Io to (a A R CC CO (c N (C A (6 (0 (C co N R a) (C • .a d a .0 .0 . .a .0 .0 1 .a o H Packet Page-725- V1 �, In v, �, ,,, V) V) V) z° et N O O O O O O O O O O V' CO 60 O O O 0 10/27/2015 16.C.3. et l)') N 0 CO N n LO M CD N n 0 CO 0 N CO 0 0 O N O 0 et CO N O CO 0 n (- N CO et CO 0 . O ..% n O co- O (0 17 (!) .- O N 0 CC) i!) (0 n (0 m O O M et eY eN' N N 0 69 (fl n N n M 69 et U 69 6 9 69 69 69 69 69 69 69 69 6 9 69 0 69 69 O 69 69 (4 O H 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 69 69 O 69 69 O O O O O 6) O E9 O (C) 0 (- O V) O Cr) 0 0 0 CD et 0 et e et C 69 69 69 699 63 w i9 69 (- o f2 v U r O et N 0 0 C. 0 0 0 0 0 0 (O et CO CO CD O O O 'et O 0 Cr) CO N n 0 M CO N n C CO Cr) N CD CD 0 0 (- O et et 0) e• r 10 CO C) r e- N et M (- 0 n O 9 N n es} 0 O M O ,- O ? V et n O N n a M et St M N N O 69 69 n N O CO 69 V O C 69 69 0 69 E9 (9 69 f9 69 69 69 69 (0 69 69 CD U O (9 69 (A O a m CO(O O et CD 0 0) O CD O N O et N 0 0 Cr)(0 N N co 0) CD 0) CO n n N Cr) n CD CO CD M N (O CO n n M N ' N e- r n ,- n e- et N M CO FO 7 e{ a O L 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O M 69 9 0 69 69 (A 0 f9 69 69 69 W A CA O CD 0 CD O O N til 69 O) O CO M M n M 0 69 6 49 K 69 69 9 U 69 U L N CD 'O O O O O O O O O O c o o O O O O O N Q U M M CD CO Cr) ) N M (•- et (0 U 7 L L a) (/) 0 CD 0 CD 0 0 0 0 CD 0 CD CD CD 0 0 0 0 0 0 0 N N 69 69 69 69 69 CD CO 69 69 f9 49 49 C 69 0 69 (9 69 00 CD- OA C ~ O O_ L 0 69 69 69 a) y 44 69 a) C C OA• N N CD O CD CD O O O O O O O et 0,0 0 CD 0 CO OD N 0 N O G O N N • O M CO O O w N 7 O N fC L et N O O O co co O O O co O CD et CO O 0) 0 0 N 0 CD 9 N (A W CD CO ) CD N O O O O O CD 69 co at CI- 0 CO 0) 0 0 CO C) n n CO CO M O n n CO, M CO O C) et et N M M n et et C 0 69 0 H 69 69 69 69 69 69 f9 .10- 69 H O in V .7, C7 C L v 69 69 < \ N,/') as 0 O C0000 (. 000000 et 0 (V O O O O O L C ..( N O O (() O n CO et et N ' 0- N et et CO • ++ Pi u.l .-1 M N oo .6- a) 0 c �, o E U U L U W 000001.00000000000 0 O 0 0 (0 -, e-I ' CO (A (0 (0 O n 64 ..- 69 iA (A (A (9 (A 69 O 69 ++ J a n n et rn (n a et 0 • J C N W rN n 0 0 O 00- M et, ▪ O to O di "' F- 69 «, "' 69 CO 69 w "' CO U mFa-c,-- w ul C w ` O o O o o O O o 0 0 0 0 0 o n N o N M n (p et N N o E• '-'' CO ( O N U LL O O L I- 0- O O O O O O O O O O O O O O O O O O 0 O m 69 o N O N N O V) m 0 0) N 69 CO k') O m O C co v .- O u) co CD m rn c on v v ro A O 64 69 69 (A M 69 O N� 69 N� m CO C V 69 (9 E co cu W CD N CD et O CD CD CO O CD N CD et 0 0 0 0 O N N O (p N UO CO N O n O N N < .6- e- et O N O O V1 7 at a` 0 4,.( L O MI 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O O CO 69 O 69 (0 (0 (9 C V9 69 O 69 69 (A O et O 69 0 et n� C) rn C) CO C) ((� m 0) O n T NO 69 69 69 69 669 69 N (9 669 N O 69 69 C L - V) < O O O O O O O O O O O O O O N O O O N 0) N 4- et N N N M 0 O _C O N C 0 W U Cr) S. Ca C CO 7 I a) C m -o C C N C E .c a) o. m c m 0 m c .42 f. O N6 - - N U N O C - N M C U) CO n CO Cl - - . - - . Y al - N Y N N N N e- N 4 .i N N N H N .Y .i A7 O` N N N U Y Y Y Y Y Y Y CC Y ~ d ~ A A N E 0 O 0 H 6 O 0 ( ' a f N i A 2 0 2 N 1 ▪ .0 n b o s a a p N"' a ^a ' ace Page -726- 10/27/2015 16.C.3. WORK ORDER FOR DESIGN OF NAPLES PARK 8th St. and 107th Ave. WATER MAIN AND GRAVITY SEWER REPLACEMENTS This Work Order,when executed, shall be incorporated in and become part of the Agreement for Professional Services between the Collier County(OWNER), and CDM Smith Inc. (CONSULTANT), dated October 26,2012 hereafter referred to as the Agreement. PROJECTBACKGROUND The OWNER provides water and wastewater service in the Naples Park community. As part of the Wastewater Basin Program (Basis#1),the CONSULTANT is designing a new wastewater forcemain which will provide an alternate means for delivering flow from the Naples Park basin to the North County Water Reclamation Facility(NCWRF). This alternate pipe route is intended by the County to reduce the risk of sanitary sewer overflows within the Naples Park basin. As the OWNER's long-term goal is to replace all existing water mains and gravity sewers within Naples Park and the new wastewater forcemain will result in disturbances to the residents of Naples Park,the OWNER would like to replace the water mains and gravity sewers along the streets impacted by the construction of the new forcemain while they are already undergoing construction. The following proposal is for the CONSULTANT to design water main and gravity sewer replacements and incorporate those into the construction contract for the new Creekside Blvd.forcemain project. SCOPEOFWORK The following is a description of the services to be provided under this Task Authorization. TASK 1- DESIGN WATER MAIN AND GRAVITY SEWER REPLACEMENTS Subtask 1.1 - Design of Water Main and Gravity Sewer Replacements The CONSULTANT will prepare the design of the replacement of the water mains and gravity sewers within the area depicted on Figure 1. The CONSULTANT will incorporate the replacement of 1,370 LF of water mains and 1,625 LF of gravity sewers into the design documents for the Creekside Blvd Forcemain Extension project(Task 11.5 under the Wastewater Basin Program (Basin#1)). The design submittals for the water mains and gravity sewer mains will be concurrent with the Creekside Blvd. Forcemain Extension—Phase 2 design. A preliminary sheet count is provided in Table 1. The sheet count is based on a horizontal scale of 1":20' and a vertical scale of 1":5'. CDir! Page 1 of 5 CDM Smith Scope—Naples Park Water Main and Gravity Sewer Smith 5/15/2015 Packet Page-727- 10/27/2015 16.C.3. TABLE 1 Preliminary Count of Drawings to be Developed Preliminary List of Drawings No. Cover and General 3 Civil:Plan,Profile and Details 10 Architectural 0 Structural:Plan,Sections and Details 3 Mechanical:Plan,Sections and Details 0 Plumbing&HVAC 0 Electrical 0 Instrumentation 0 Total Estimated Drawings 16 Subtask 1.2 - 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 Application for a Specific Permit to Construct Public Water Supply Components Asbestos-Free Certification or Asbestos Sampling Plan for PWSs Collier County Right-of-Way Permit Subtask 1.3 - Opinion of Probable Construction Cost The CONSULTANT will prepare an opinion of probable construction cost (OPCC) at the 90 percent design and bid document design stages. TASK 2- PROJECT MANAGEMENT AND QUALITY CONTROL 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 CONSULTANT's standards and OWNER's expectations.Specific activities included are identified below: Subtask 2.1 - 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. CDIV! Page 2 of 5 CDM Smith Scope-Naples Park Water Main and Gravity Sewer Sn1ath 5/15/2015 Packet Page-728- 10/27/2015 16.C.3. Subtask 2.2 - Project Status Reports CONSULTANT's project manager will prepare and submit monthly written status reports for an anticipated project life of five months. DATAORCOORDINATIONASSISTANCETOBEPROVIDEDBYTHEOWNER 1. County preferred pipe material for the water main replacement is PVC. 2. Geotechnical services which will be procured directly by the OWNER based on the scope of work provided by the CONSULTANT on October 22, 2014. 3. OWNER will pay all permit application fees. 4. OWNER will promptly review and respond to all submittals by the CONSULTANT. 5. 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 water mains and gravity sewers will be based on record drawings provided by the OWNER along with the survey, subsurface utility engineering(SUE)and geotechnical investigation performed for the wastewater force main design and the additional geotechnical services for the sanitary gravity sewer replacement to be procured by the OWNER and provided to the CONSULTANT. No additional survey or SUE will be performed under this project. 2. Only the water mains and gravity sewers called out in the attached Figure 1 will be included in the design. 3. The design will be based on the OWNER's Utility Standards Manual. 4. The water mains and gravity sewers will be replaced in-kind and will be installed via open cut methods. No consideration or evaluation of trenchless technology installation is included in this scope of work. 5. Replacement of the gravity sewer manholes are to be included as part of the design. 6. All existing water main piping is restrained and will not require the addition of restraint devices, such as:thrust collars,thrust blocks,etc. 7. All existing asbestos concrete water mains within the project will be removed and disposed of properly. No asbestos concrete pipe will be abandoned in place. 8. Design will require the Contractor to field verify and address water and sewer service lateral locations. 9. All existing service laterals shall be replaced to the extent of the County Right of Way limits. CDIVI Page 3 of 5 CDM Smith Scope—Naples Park Water Main and Gravity Sewer SmIth 5/15/2015 Packet Page -729- 10/27/2015 16.C.3. DELIVERABLES CONSULTANT will provide the following deliverables to the OWNER: 1. 60% Design Drawings and Specifications 2. 90% Design Drawings and Specifications 3. 90% Design Opinion of Probable Construction Cost 4. Complete contract documents ready for receipt of bids 5. Bid Document Opinion of Probable Construction Cost TIMEOFCOMPLETION/SCHEDULE The CONSULTANT will initiate work within one week after receipt of written Notice to Proceed (NTP). The schedule for the water main and gravity sewer replacement design will be concurrent with the design of the force main under Task 11.5.The design for the water main and gravity sewer replacements will be incorporated into the 60 percent design and bid document submittals for Task 11.5. COMPENSATIONANDPAYMENT In the Basic Services performed under this Work Order,the OWNER agrees to pay the CONSULTANT a not-to-exceed amount of$78,808 for Tasks 1 and 2 paid on a time and materials basis at CONSULTANT's hourly billing rates plus subconsultant and other direct costs. A budget for the project is included as Attachment A. The CONSULTANT will submit invoices on a monthly basis along with written monthly status reports. CDM Page 4 of 5 CDM Smith Scope—Naples Park Water Main and Gravity Sewer Smith 5/15/2015 Packet Page-730- ,s 10/27/2015 16.C.3. , , .... : 4 t it .. s." '�• ° N F ' ` ` G l 1 i ■r ■ I 2. , R � a ... '- - �- - - 1 i a , . , n rr r. a i , .4,,,,,. 1 1 1 :. I - , 1 I f'fr rt•,•37, f•-----ii'l, 1 - 1 .1. - — , •• li •_' - BSI , , ii i 4., �..,,...... ' i i "—i „ t - =°'° 1 j i 1' _ ---�,i. ...�.H..�.- i s _,', l' 1-- Ai". .S i"4:-;"111, \'''.. (r g sli ii X1,-,-04-7,- -471- ..ii r i 1` m f �*�t yr * r '' I'.; , 1r s key ,t, ,' - 1-l t�, fir. 5°, a % - t w Si g ,,,it,r per__ ,` �, �, � r Ft ;", '�' '' Water and Gravity Sewer 3 ' { i ,' �1 i • f' '. s Replacement Project Boundary h• "� • ....w.. P is m44 -. 4'4 ° � 1 h, a i ---Tim" "; 'ss x:; s r V�c.tm war m �''• i 1 tf� / s ks; _ •�i �a■ �a t tvpa'' :arms iu'a SC F 0 8..1G.. R i 0 . ^�� I Cr' tai 'A r tm or � * � xi r F * t ;. .. - i gig» 4 i } fi '..4V""4«7W t"�,ut",,.%...... .,,,;.-,11..., c .. Legend Figure 1:Overview Map N ee:,min�aWx o. T 150 .Teet -- jay t SlMth 9hucture Type n V __- — q�7111 1 ih Page 5 of 5 COM Smith Scope-Naples Park Water Main and Gravity Sewer 5/15/2015 Packet Page-731- 10/27/2015 16.C.3. CO .- 00 0 CO r LL) r 0 o CO u° or u 69 609 a m To 69 0 r9 0 H o LA a o a 0 — v CU C w a 0 C) O 0 O o a a` 0 oo 0 0 9 ' 0 0 0 v 0 0 0 0 0 N N CO 09 69 69 69 0 p) U L O 0 0 0 N 0 m r ir) o 0 o L ° ON o 69 69 69 9 609 .o n H O 0 CO 0 - 0 O y H O V V CO L (1) ej a{ 69 69 V CO U O 69 Vi 69 669 (n u a ° L CC I) N N 0 0 N 'C CU L r- O 0 69 9 O I/) y r r r Y m O N N N O 69 9 > 0\ L ,O CD CO 0 0 0 0 Ur .-I ` D) O) E .-1 O) 0 '13 Lri a6.-. CO Oro 1N 0 6- D 69 C O N 0) M o N Y m N o ai r- N�`A ai a I- v ;9 �. ;9 z _ m m e c0 0 C M D) W M v co } v p rn :• •O r w 4-+ J �> 00 a N CO M) N rn Q 0 L A O 69 e9 9 69 O 0 t (n in a7 co N co N e-I W -6 (I) a .' C O) (6 LL In "' 45 7 69 Vi O 69 N 9 69 a Y C ,- N CO ? N M L co r N 0 rE a °i-� •- 0 l/f 3 0 N L I) Q fa 06 z 4- 1- n co o O Z 5 H C W a) bD 2 E •— W v N U Q U J Z O t J • IJ >• -0 0 tr C 0 0 O ' CO m a) ¢ Z 2 .73 H ¢ a Z p W Z ro ro a W 2 3 m O O O • C .E O W Z ea .E .E ¢ • o d O H cc- z w 4 O Yn w• .- N M CC ] a Y Y Y C1 -- O N co N Packet Page -732- 16 ¢ 0 (0 U < H H 10/27/2015 16.0 3 0 1 — -, o 0 0 o N 0 N 0 0 N e'-I 0 0 0 0 Lri U ct 0 0 0 0 cr L 4.0 In NI 0 0 Ln 110 o +/). F- Lr) e- ei e1 fll in if). 1/1-1/1- --1 0 0 Y 30 Y .-I 0 0 0 0 0 0 r o Y ■- l/} o in {n V 0 U c Y O O C `l 10 O O P. o 7 c LOO LOO a) u U ' N T O N ∎.. C ti). U U Y L In C 47- 0 O o a a a a o .0 C y1? O O O Y CU N a) O' O O' c 3 m v ° > 0 •r5 c M +r� d O t) V) a) ,-1 E L e•-1 O O O O e1 E a) al co N O O 0 N O Y U L 13 CO Iri o 0 0 0 Ln O Ln 00O O y 0 0 ^ LD co o 0.0 An C f9 <^ o r 3 U o a c_, CU d° .. d v v ,„ uQ o CU N N d d 0 I 0 \ 0- .o LID LO Lo U b ao c 4-, "D N E e1 e� e� O C L C f4 O LL LUL LL U- L.. a+ n' o 0 V) U CO CL d' in 4+ C 01 c 0 C •N C O1 N .-1 e-i m M v • co v , u m d a d d d d m - G . 0 Ln C- Lo Lo Lo LD U L^` v 0. �+ 7_1 E r >- > >- co W E d 0 m LL 0 LL Ll LL LL 4.3 Q U L W C --i N C -1--) C t0 Ln E °; C 2 (a = f0 co ` CL D •al u E w c aJ c p o 2 v a ` C L Y a) �n cc a C. u a a) `' U '-I N O a ' a L0 Q a) c LL LL > © = U- 1 L N O V f0 CO L y1 U aJ e.y a. D_ ,,--, m Ti a Cp a) al Z O —_ a — a n v ca ra ai = 3 z z c CO N a) a) a) N "6 > Q N co Y Y L (C0 — a) a) Y ro IZ a) a1 a1 n a a) a) O O K cc U U e-1 0 I- In l V) V VI w U 0 U VI U VI U IInif a) 00 Q. ` v U v v 0 v U v 0 0 {n M V1 N In 0 .--1 N } M Lo U LA N Q o 1 0 Z L e-i L) o 0 N N to N 11.1 0 e-I .-1 c-1 .--1 N .-1 a o Packet Page-733- 1 10/27/2015 16.C.3. .. , ___..„„, 71 v. ;."'e: =� x'::..�'iG#_,�'.+:-,?% -‘,;',F.,:*" 1717�' -��� r' � ;•c a t'i' �"x � �» .W tr.. 3 r mot.., -' CR ass: F s in 54 i .-"'''- --'''','. i r.",:t cu t.f') /'�� /'�� 1 � � � ter, �w► - � �1- 1 4 r l >�« I co cu 16#,,,k;:, , z _ ,.....,,,c1 1. 1 I w L ' � *; U > _,. D I— .4-) la,..4444;;4,4'. SOWS a ' 4044 / fwMd", l .} E''-. ns 4 "X -O TLY- ��' •k x 1-,,,J,,r, ,,,..�p h $vV '. '.y1+t T .4 '.It �ZS'at �'i ran vie, '�'� � �t � �""-t,� .. 3. i r'A -'wM ' � _ I ter. Vitas a 9t a . k -.; � nr n X avE k ' ` '. ^ n a e,, - ' 'i` t r� +r" , }� h . `' y r� ■CO C cuu i w y ,r`J ri, si vi. q p O L"`' 'm#r ( (Z)v 0 U �O 1 �a 0 U > o ro '' CC) 11 1■•■1 Packet Page-734 ,� z--� (0, ,, 10/27/2015 16.C.3. w� f. #1 v: _ . E (ICS Li,... L.r) . . _..... ,, i_ _• 4._) - , -' . „ .. . , . ., . :::: .,. _:„.1 J.! �, C a„), c) E ti., (N 0). : , 4._ _ t, Q _ . Lf::, 4...), 1..1 ,. : . c..) 1:-.) (m) .1._ 1..4 . . _ ..„.. .7_1'1 1...""1 44 • CM /A`` 1 a:5 Vi E ' ca ai v .4) a)(ID a) .,. , , - , ,-,: , g o„,,,,,,,,,„,,,..-,, E D 0 c cyli , .,, , .,. ,,,., O Q u o._ a n ) a) im- II i« »a.y rte, { agIS - 77, F55e - 0:411 b�i fi . a'_ ,,.0 i req ” s ,r , . , : 7. L .... ,.. , ' ! Packet Page-735- 10/27/2015 16.C.3. C CD c E L ._ a ,N(1) 14_ c 1- E 4.) a) Y. 0 ._ •_ — (,� V a) L- . . a E > £ .I U) CL 4_,co Li)O p V 0 0 .,) c.) V (n t1)MINIM C .4_J a) • T.M1 O 4) u C25 •410111■1 C L O ca . a) L. - �.4.--• 0- E ? . ..... U - 0 C C am '- > n 0 ... ro O O �'O c > (j) .— c u(0 0_CD •..... V > L 'L E Z C 0 .- ,Q' O .- y— a) a--) ro a--) . O L t� 4 c V 0 O c O �°� 1 VSO O — O i3o O E -E V V 0 '-1 C1O (3 L — •� .D to ,-1 c -0 0- N c ..0 Lai .4 •.) CD E U „ ...... _ c (1) a) a. • Packet Page-736- ..0., —1 10/27/2015 16.C.3. ,& ,? x 'fit e ` f$� -x+c ',, �` _"'^�r..'f�,,.-.-_'e't �rrva�6k k tj:�• r ,£p .t 4.". :t n mss-a#�3 - ':: f-.0•01 - s r �' _`r !. .'I t ,. S S a y' li. 'ace ..,,t,:.,'" r' ":' .,�i.a •. , ,✓"�'"'°°'.`�"',.. �' � . :'_ . .s. . t tai�� � # �� ;,Ili b ` .i�" ri.. die* ,; i . .. _ �_; ar r� `a s' t 4r �x r .'1„� ._ `�- '4;-i a..•: ' '' i� � M I ?'" ,�a*i 1 . R- N , + ! •_ , f �• a•w '` •1; :.. 1 y * tea, *1:4,'. g n —r• y «a : ». m3 ,ffi ,t i x N r.,-' C "'max' a. "�d'° 9 ,C• r a s .w `'t A' �, z fit:"tea;M` , f "'""- _ '1 Z 0 +F ✓ J� . '� Ia' �Y° +G 4 M'' F*,w wi` w k Y g," "4") a g `t" is n i t �� .i.14,„r w m' * 1� g, +. :, ; r i *,. 4 t.. w � ! 2, ail fir -, . Nd 7 't:"°-144:, sx �S n'' *S ,r a s "7'''..'... w�' +4" {gym °P...-- ` +` .a $, u 9 M��t ry. z t fi . ,#f t ;Tel.!: 4. or s g , .,..s ,0- '.- w ',& .1., "_ - . ..,• ,* '., ., ## ro,xr—:::.!r.,:. a Al' '. � t a.-�-,.ef . d�" fir. 's et:# . ^ ,;._ +.`, '1 ^#} ' . 'top nx�� � �� ° s�,. =' •&�r 3�,» ^t t.`: � Y• ;`'* is �� 4� $.Iv m • .. # ' °` �' ^,^^ '' ,z,;',.� r pia w„ �` .� -�- u.€..,..,.. <.,> , _ # , "°b�err oR 4i '. , . F'8s'f � _� i' C .; te::,ate � a 7 , ` ,• aa:� a -,L n n m a 9« .. a ,�i s '� } k Zvi: y t,� i e ti 9 d '; vox quz. t .a '' �. r t w ?..1?r .4 t uN Sr�nr ,�� " w s d n f g. +, *, -c �'s,, x y ate, „ _ , .t"""' ty .�.• —'' N ct3 0 a� > 0 O c .11—a ai) co C'Cf 410 U) . cn Cl- 0 + L� Ci) Clum ==1 O �- Packet Page-737- I ii 10/27/2015 16.C.3. CD e--` v)(1) Q) P X " '!"- ..-r-,,,:,. ,,,,,,,r,11:1 • , , A : t..—:., a) _ /13 y CT � ! a� , co , 4_J ;:.,,, Ci) o / ' �.� :. a r5 �t .. U Ce 0 , 1) aW ..�.._o..rt*Fiw+irY+ . 'i 4&4..€,sa. , S ,'t. ,. , R r �'1 a ffi F. a e a aypsr b { Amy 4,,,..,,,,iti,‘,.,..4,—e•Cl.....,....4:::"'::::14,0*.':74,6-,,,4,, „,,,,, a. Nq a a, 0, -.. .v rte" .. $ # 7 '- R:'° , 4 yam.;;44.4••••,', ..'". ': .,i`'- +C2 7 YU r ray irl 4. « s..Sn w rrs '� , ;*.. . y+k ° uY ;r „-a- ,.ss`w '7-4, ` � ti':f i, ,,*„. „ 4. Packet Page-738- 10/27/2015.16. .C.3. q, m .r , - 'wear. C „�c.„,�. .,✓ --m ,.eta r •��/� . • am Q 4` a �a I. V J _. ' ._, ' o'er~ I. CIU C C,73, ' -47.x. ,,,o,' ,,',.' ,,,, ' .11 ,I:, 11" ' -,:"1 koi,,:' ' . __ 7 __,_ .,,,, 1,,_ z k,,,, ai) 4..., v) , ,_ ° ;.d , i'lli ,.. ;;;,01,, ,,, , '4 ,. $::•'. lt 411, Hi W � J1 �� � ' �� x .6,4,0a 41 _ (73 , .„...,,„ . __Uil) '•••■,... VIII l]{ (.1) C ' t - --.:7 ' 6- : ':, 4.4''''' ' '1W .1 R 01114:11111:'* W7--441: ' , ,,,..,'''"- . i i sA j/ t w w.,m. � C � iww � ,,�,.S..w �t „ a k C_D U 1 3 - x - ` ; a„) c cu 4-) u * s. y , r # -- I U - ( ,B , s .4- : .1 '''': S. '''''''''.• 1 -- ;11 i: > QJ � .:44/141 '''. I 0. N 43 Q.) a1 �'� s W LL � 3 �_.....__.- W le iN In. J r.:< Packet Page-739- 10/27/2015 16.C.3. C a) . . O' Q' -C CU N Wit' 4-) U Z LO VD 0) C (1) T 4D C L. L .,-- E Efo— 0 -0 -0 E ocY _ a) N O ro ra CO -x--11 (1) U U tr0 = Cn O O — CD - U) a) 4_,J LL 1-1 Cr) pro ro ce "Fu vo a) U us) Q) NI — o 0 s_ c . L L cu C ca DC s. , C > ro .. n , cu _. .., .,_, > -0 ...„. 00 ro (1) = C .) O < CO a) -0 -0 C,n L > "0 L L a.-) > C C, = O 'tn O O a) i O a_ co co 0.. .47; Q) N U ,C 4) (f) -i-� 0 0 ,c .� v o CC) --- cL C CO C O (I) a) C o4. z ' z ' ' it ' U , � Packet Page-740- r 10/27/2015 16.C3.' • L Q) Q) i ,r, a 4...) u) >. 73 cp c c -5 , 0 •...... ........ • „. 0) 00 p ID 73 .m L- C ra " a) 0, . ...... Q) 4) . M 0 (/) .0 Ce IP ID Wi E ° tri U Cil L la C .i—) D II MINIM U Clin ii Mii■) U L U- '' p 0F2 a) 0 .a,-- 1 u) a.) c r c E o &._ o cn (I) ......... L- CIL'. .—4-i 4..) U C > U 4.,) •D L (1) _ r.....„ cp C O 0 0 C O 4- U U s Packet Page-741- � ���gym � � � ��� � 10/27/2015 16.C.3.t1 Co N © O O O L._ 1/i O O O O M O N 0 Ip u ri iA 4/1 i/). - if). i/) (1) /'...1.1\ 0 3c ° U V G l0 CI >_ N T- L p O V1 Y V H C II ■111111111 0 4, _,,„,. aiii) c a) cu 1IIiiUV E E . a L. ri — — - - - - - - Org N N I'd ul • 3 - - T a u1 co UUU.F— 7-.3 iyif N vs ›N CID el U \ a �D �D O i $ w D L._ E 2 c' (.0 N i . c ;-,°. - OD C13 c C 4) N ri ri M c E E O 1 C 1/) a �l ,c 4c .' +�+ ri ri r-0 r•1 ra a c m u_ c U. - LL U ri N c 0 4) 4) ici s t i a a ,s,35 , p t4---. CU 03 co(1/11) 0) _o a - 5 c N ►A. LL LL C a) i ) ° LL x Y cn ■ y re CO e-1 d G. L }+ 4J Q c H a) O Q _ O v d z a a v O- v 4) ea ca = z z a) m vi v j ct cf)! a a y v �. {n Y1 {/1 N U1 c ,. L.. Ce. .4.. U y V N V U . V h4 O c c • c c U, t- 0... 1%ft...100. (s)d v V 41 V d V y V Cy 6/) V) 2 v U M r-1 N 4) 0 r•1 rl t/1 LA Q Z .. I Packet Page-742- riiiimerilaptiiiimomminonsimmonni 10/27/2015 16.C.3. L MIME 0)r L 0 .� CD U .W C C CD O > 5. .� 0 N °I O w L , a oo — C .- L E p � � � 0 0 E ID no lin c ..c CO 0 (C) U U) U •- CO tj 7 m L >%C ,C ® .D Ct � I',. tu- 0 (I) U EL) CU L O p L cv .-- ._. E 4—, > U � U ,� .0 .- O O 0 o in VJ O U P �1.--I , (1) PC) CI) (i)Ct m O (13 O ._ 1...._ U _C :1_ ›. —0 r fl O y- C L O 4-J 0 c...., cu z • .z. ro 1 -} 'a 4,_) is .r x o E 0 C HwU < U O .c Packet Page-743-