Loading...
Backup Documents 02/28/2012 Item #16C 216c? MEMORANDUM Date: March 6, 2012 To: Alicia Abbott, Project Manager Public Utilities Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Amendment #1 to Contract #10 -5599 for Construction Engineering Inspection Services at the SCWRTP (Project #70030) Contractor: Stantec Consulting Services, Inc. Attached is a copy of the contract document referenced above, (Item #16C1) approved by the Board of County Commissioners on February 28, 2012. The original will be held on file in the Minutes and Record's Department for the Board's Official Record. If you have any questions, please contact me at 252 -8406. Thank you. Attachment 'S'S1�ti EXECUTIVE SUMMARY 2/28/2012 Item 16.C.1. 16C1 Recommendation to approve Amendment 1 to Contract 10 -5599 with Stantec Consulting Services, Inc., in the amount of $427,966, for Construction Engineering Inspection Services, for the second stage of Phase IV of the South RO Wellfield Raw Water Transmission Main Repair, Project 70030. OBJECTIVE: The public purpose of this project is to provide a reliable raw water supply for the reverse osmosis water treatment system at the South County Regional Water Treatment Plant (SCRWTP) that serves customers throughout the water service area. This action is to award the second stage of Construction Engineering Inspection (CEI) services under the previously approved Contract 10 -5599. CONSIDERATIONS: The CEI will provide construction inspectors to observe all construction and testing activities related to the second stage of the project, which includes the re- commissioning of 12 wells, a portion of the wellfield transmission mains, and wellhead piping and appurtenances. On January 11, 2011, the Board of County Commissioners (Board) approved agenda item 16(C) 1, which included approval of the award of Contract 10 -5599 to Stantec Consulting Services, Inc., (Stantec) for CEI services as part of the first stage of the pipeline remediation. Staff estimated the entire cost for CEI services for both stages at $800,000. The Board approved award of the contract to Stantec, and authorized staff to issue a purchase order in the amount of $341,534 for the first stage of the project. As part of that approval, the second stage of the contract was to be brought before the Board for approval when the second stage of construction was to move forward. During execution of Stage 1, a change order was issued to Stantec, in the amount of $30,500, bringing the total for Stage 1 to $372,034. The negotiated amount for the second stage is $427,966, for a final contract total of $800,000. Amendment 1 also includes additional contract time of 480 days. Malcolm Pin-tie, Inc., reviewed the fee and recommends award of the contract to Stantec (letter attached). The plan for repairing and re- commissioning the South Reverse Osmosis (SRO) Wellfield presented to the Board on June 8, 2010 is as follows: Sequence Description Status Phase I Initial repair of failed pipe Complete Phase H Forensic evaluation of the cause of the pipeline failure Complete Phase III Risk identification and mitigation of the impact of potential future On -going failures Phase IV • Complete pipeline repairs for 11 wells Complete Stage 1 . Implement risk mitigation measures • Re- commission this portion of SRO Wellfield Phase IV • Complete pipeline repairs for remaining 12 wells Current & Stage 2 . Implement risk mitigation measures Future Board • Re- commission all of the SRO Wellfield Actions Phase V Return to long -term, sustainable operation of 11 wells. Complete Stage 1 Phase V . Return to long -term, sustainable operation of entire Wellfield Future Board Stage 2 . Obtain full cost reimbursement Actions Packet Page -1305- 2/28/2012 Item 16.C.1 16CI �" In addition to this Board action for CEI services, a subsequent Board action will be required for the actual construction of Phase IV Stage II. A list of previous Board actions is attached. FISCAL IMPACT: Funding is consistent with the FY2012 Capital Budget approved by the Board on September 22, 2011. The source of funding is Water User Fees (412). This is a repair project; therefore operating costs are not expected to change. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney's Office, requires majority vote, and is legally sufficient for Board action —SRT. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board of County Commissioners, as Ex- officio Governing Board of the Collier County Water -Sewer District: • approve Amendment 1 for Stage 2 of Contract 10 -5599, with Stantec Consulting Services, Inc., for Construction Engineering Inspection Services in the amount of $427,966. • authorize the Chairman to sign Amendment 1 after County Attorney approval for form and legal sufficiency. Prepared By: Alicia Abbott, Project Manager, Public Utilities Planning and Project Management. Packet Page -1306- 16C1 Contract Amendment # 1 to Contract #10 -5599 Construction Engineering Inspection (CEI) Services for South Reverse Osmosis Wellfield Construction This amendment, dated , 2012 to the original Agreement dated January 11, 2011, shall be by and between the4arties to, the original Agreement, Stantec Consulting Services, Inc. (to be referred to as "Consultant ") and Collier County, Florida, (to be referred to as "Owner" ). Statement of Understanding RE: Contract # 10 -5599 "Construction Engineering Inspection (CEI) Services for South Reverse Osmosis Wellfield Construction" The additions to the existing language in the Agreement, are shown herein by underlining; deletions from the Agreement are shown by stfiketh f„ughs In order to continue the services provided for in the original Agreement document referenced above, the Consultant agrees to amend the above referenced Agreement, including Article One, Consultant's Responsibility, Schedule A, Scope of Services, Schedule B, Basis of Compensation, and Schedule C, Project Milestone Schedule as follows: ARTICLE ONE CONSULTANT'S RESPONSIBILITY ie ie 1.5. CONSULTANT designates Mat4 T-aylef, PEE. Richard K. Ward., PE, a qualified licensed professional to serve as the CONSULTANT'S project coordinator (hereinafter referred to as the "Project Coordinator "). for Phase II of the Proiect. X X J�C Schedule A SCOPE OF SERVICES �x Phase I of the Proiect was designed, constructed and re- commissioned first. The County has evaluated the operation of Phase l after completion and re- commissioning and is proceeding with the final design and construction of Phase 2 of the Project. CEI services will be provided for Phase 2 of the Proiect in accordance with the original CEI services Agreement subi`ect to the changes in this amendment. Detailed Scope of Work — Phase 2 will include the work required to re-commission the remainder of the SRO Wellfield. The CEI will provide professional services- for Phase 2 of the Proiect. Compensation for services for Phase 2 of the project will be in accordance with the hourly fees as set forth in Schedule B Attachment 1 of the original Agreement All dollar 16C1 0 amounts listed for each task are "Not to Exceed" estimates for project control purposes. At the discretion of the County, sub tasks, and dollar amounts for each sub -task may be modified and /or deleted based on project requirements in accordance with lawful and properly approved County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. The CEI services will include the following tasks: TASK 1 — DETAILED OBSERVATION AND DOCUMENTATION * * X TASK 2 — CEI PROJECT MANAGEMENT SERVICES Phase 1 -Not To Exceed Phase 2 Not To Exceed 1.1 Construction Observation $ 165,880 TSB-$ 157,765 1.2 Daily Log and Construction Documentation $ 15,984 T-BD $ 20,410 1.3 Photographic Record $> 16,040 T 4) $ 9,173 1.4 General Coordination $ 17,072 TBD-$ 28.033 1.5 Observe Regulatory Agency Inspections $ 6,528 TBD $ 4;069 1.6 Construction Progress Meetings $ 25,136 TBD-$ 25.261 1.7 Substantial Completion Inspections $ 8,600 TBD-$ 7,692 1.8 Final Completion Ins ection $ 3,566 T4M)-$ 7,338 1.9 Final Construction Certification $ 1,604 TBP $_ Total Compensation for Task 1 $ 261,41.0 Not to Exceed TBD $ 261,959 Not to Exceed * * X TASK 2 — CEI PROJECT MANAGEMENT SERVICES 2.1 - General Management and Oversight — The CEI will provide support services customarily related to the construction observation, pre- construction design review, constructability review and inspection of similar projects including, but not limited to: Phase 1 -Not To Exceed Phase 2 Not To Exceed 2.1 General Mana ement. & Oversight $ 32,488 TBD-$ 82,232 2.2 Coordination of Shop Drawings $ 3,720 TIP-$ 3,458 2.3 Monitor Project Records $ 9,920 T M4-$' 22,100 2.4 As Constructed Field Drawings $ 1,632 TB-B -$ 12,792 2.5 Start -up and Re- commissioning Support $ 8,364 TBD -$ 11,792 Total Compensation for Task 2 $ 56,124 Not to Exceed $ 132,374 Not to Exceed 2.1 - General Management and Oversight — The CEI will provide support services customarily related to the construction observation, pre- construction design review, constructability review and inspection of similar projects including, but not limited to: 16C7, * -.IV * h. Within eiie week af4er- the eensty-tiefien eentfactef fietifies the ENGINEER and the Geup4y that the Wert en the Pr-ejeet (4;af eaeb Phase one month after the construction contractor completes all punchlist items to the satisfaction of the Project Coordinator and the COUNTY for Phase 2 and the work is substantially complete in accordance with the Contract Documents, the CEI will provide a signed and sealed certification by a professional engineer registered in the State of Florida, that the Work was done under his supervision and performed in accordance with the Contract Documents, including all approved shop drawings and change orders except as noted. TASK 3 — ADDITIONAL SERVICES ALLOWANCE Task 4 — MISCELLANEOUS REIMBURSABLE EXPENSES Phase 1 -Not To Exceed Phase 2 -Not To Exceed 3.0 Additional Services (Allowance) $ 20,000 TBP L26,161 Total Compensation for Task 3 $ 20.000 Not To Exceed T-BD $ 26,161 Not to Exceed I Task 4 — MISCELLANEOUS REIMBURSABLE EXPENSES 4.0 — Miscellaneous expenses for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. Expense of overtime work requiring higher than regular rates approved in advance and in writing by OWNER. SUMMARY OF SERVICES COSTS Not to Exceed TASK I — DETAILED OBSERVATION AND DOCUMENTATION $261.959 TASK 2 — CEI PROJECT MANAGEMENT SERVICES $ 132,374 TASK 3 — ADDITIONAL SERVICES $ 26.161 TASK 4 — MISCELLANEOUS REIMBURSABLE EXPENSE $ 7,472 Total Compensation for Phase 2. Tasks 1 through 4 $427.966 Phase 1 -Not To Exceed Phase 2 Not To Exceed 4.0 Miscellaneous Reimbursable expenses $ 5,000 T-BP $ 7,472 Total Compensation for Task 4 $ 5.000 Not to Exceed TBID $ 7,472 Not to Exceed I 4.0 — Miscellaneous expenses for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. Expense of overtime work requiring higher than regular rates approved in advance and in writing by OWNER. SUMMARY OF SERVICES COSTS Not to Exceed TASK I — DETAILED OBSERVATION AND DOCUMENTATION $261.959 TASK 2 — CEI PROJECT MANAGEMENT SERVICES $ 132,374 TASK 3 — ADDITIONAL SERVICES $ 26.161 TASK 4 — MISCELLANEOUS REIMBURSABLE EXPENSE $ 7,472 Total Compensation for Phase 2. Tasks 1 through 4 $427.966 16C1 SCHEDULE B BASIS OF COMPENSATION 2. COMPENSATION TO CONSULTANT ITEM TASK ESTIMATED AMOUNT- Phase 1: ESTIMATED AMOUNT - Phase 2. Detailed Observation and Documentation 1.1 Construction Observation $ 165,880 T43D -$ 157,765 1.2 Daily Log and Construction Documentation $ 15,984 T 4D-$ 20,410 1.3 Photographic Record $ 16,040 TB-A -$ 9,173 1.4 General Coordination $ 17,072 T43P4 28,03`3 1.5 Observe Regulatory Agency Inspections $ 6,528 TBD $ 4,069 1.6 Construction Progress Meetings $ 25,136 TDD-$ 25,261 1.7 Substantial Completion Inspections $ 8,600 T 3D-$ 7.692 1.8 Final Completion Inspection $ 3,566 TBB -$. 7,338 1.9 Final Construction Certification $ 1,604 T43D-$ 2,218 Total Compensation for Task 1 $ 260,410 TBB-$ 61 2`,959 CEI Project Management Services 2.1 General Management & Oversight $ 32,488 T43D-$ 82,232 2.2 Coordination of Shop Drawings $ 31,720 TB$ ',458 2.3 Monitor Project Records $ 9,920 T4-B -$ 22,100 2.4 As Constructed Field Drawings $ 1,632 T44)4 12,792 2.5 Start-up and Re- commissioning Support $ 8,364 TBD-$ 1 -1,792 Total Compensation for Task 2 TAD -$ 132,374 3.0 Additional Services (Allowance) $ 20,000 TAD-$ 26,161 4.0 Miscellaneous Reimbursable expenses $ 5,000 T49P -$ 7.472 TOTAL FEE NOT TO EXCEED (Total Items 1.1 through 4,0) $' 341,534 $458;1 427,966 $ In addition to the above amendments, Contract 10 -5599 shall be revised to state: • This Amendment shall extend the Agreement by an additional 480 (four hundred eighty) days, through July 30, 2013). • The Consultant agrees that this amends the original Contract and that the Consultant agrees to complete said services in the amount of $427,966.00, (Four 1 Phase One of the Project included an approved change order in the amount of $30,500.00; which brings the actual amount expended for Phase One to $372,034. 16C1 hundred and twenty seven thousand, nine hundred and sixty six dollars), as per Exhibit "A I -A ". All other terms and conditions of the Agreement shall remain in force. IN WITNESS WHEREOF, the Consultant and the County have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date(s) indicated below. ATTEST: Dwight E. Brock, Clerk Scott R. Teach Deputy County Attorney ATTEST: -V,A . e Y- Co orate Secretary /Witness Sign�ture , Z�r cc - Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Bv: W FRED W. COYLE, CHAIRMAN Accepted: 'f�_;brur,�� , 2412 CONSULTANT: STANTEC CON ING SERVICES INC. By: FERMIN A. DIAZ Vice- President Item # _V&A_ Agenda a04 Date ---- Date Recd ORIGINAL DOCUMENTS CHECKLIST & ROUTINI &C 2 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. Original documents should be hand delivered to the Board Office. The completed routing slip and original documents are to be forwarded to the Board Office only after the Board has taken action on the item.) ROUTING SLIP Complete routing lines #I through #4 as appropriate for additional signatures, dates, and/or information needed. If the document is already complete with the exception of the Chairman's si ature, draw a line throu routing lines #I through #4 com lete the checklist and forward t S F'I G 445 Route to Addressee(s) Office U ue i son Initials ( me ). Date (List in routing order) avoroDriate . (Initial) Applicable) 1. Commissioner Fred Coyle, Board of County Commissioners Agenda Item Number 16 C 2 BCC Chairman signed by the Chairman, with the exception of most letters, must be reviewed and signed 2.--------------------------------- - - - - -- --------------------------------------- Number of Original 2 3.--------------------------------- - - - - -- --------------------------------------- Documents Attached 4.--------------------------------- - - - - -- --------------------------------------- 5. Ian Mitchell, BCC Office Board of County Commissioners Supervisor All handwritten strike - through and revisions have been initialed by the County Attorney's N/A 6. Minutes and Records Clerk of Court's Office Note to Clerk: Please send certified copies to South Florida Water Management District, Attn: Sharman Rose, Contract Specialist, 3301 Gun Club Rd., West Palm Beach, FL 33406 PRIMARY CONTACT INFORMATION (The primary contact is the holder of the original document pending BCC approval. 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, including Ian Mitchell, need to contact staff for additional or missing information. All original documents needing the BCC Chairman's signature are to be delivered to the BCC office only after the BCC has acted to approve the item.) Name of Primary Staff Anthony F. Russo, Jr. Phone Number 252 -5390 Contact avoroDriate . (Initial) Applicable) Agenda Date Item was February 28, 2012 Agenda Item Number 16 C 2 Approved by the BCC signed by the Chairman, with the exception of most letters, must be reviewed and signed Type of Document Two (2) copies of Contract # 4600002535 Number of Original 2 Attached resolutions, etc. signed by the County Attorney's Office and signature pages from Documents Attached INSTRUCTIONq Rr f'NF.f Ki .iCT 1: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised 2.24.05, Revised 9.18.09 Initial the Yes column or mark "N /A" in the Not Applicable column, whichever is Yes N/A (Not avoroDriate . (Initial) Applicable) 1. Original document has been signed/initialed for legal sufficiency. (All documents to be AFR signed by the Chairman, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. This includes signature pages from ordinances, resolutions, etc. signed by the County Attorney's Office and signature pages from contracts, agreements, etc. that have been fully executed by all parties except the BCC Chairman and Clerk to the Board and possibly State Officials.) 2. 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 3. 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. 4. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's AFR signature and initials are required. 5. In most cases (some contracts are an exception), the original document and this routing slip AFR should be provided to Ian Mithchell in the BCC office within 24 hours of BCC approval. 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! 6. The document was approved by the BCC on 02/28/2012 (enter date) and all changes AFR made during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes, if applicable. 1: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised 2.24.05, Revised 9.18.09 2/28/22 Item 6.C2. 16 EXECUTIVE SUMMARY Recommendation to accept a South Florida Water Management District Alternative Water Supply Grant in the amount of $350,000 for partial funding of the North Collier Regional Water Treatment Plant Reverse Osmosis Treatment Units Replacement and Installation of Inter -Stage Booster Pump, Project 71057, and for partial funding of the Irrigation Quality Water Aquifer Storage and Recovery Well, Project 74030. OBJECTIVE: To receive approval to accept a grant from the South Florida Water Management District ( SFWMD) to provide partial funding of the North Collier Regional Water Treatment Plant (NCRWTP) Reverse Osmosis Treatment Units Replacement and Installation of Inter -Stage Booster Pump, Project 70157, and to provide partial funding of the Irrigation Quality Water Aquifer Storage and Recovery Well, Project 74030. CONSIDERATIONS: On June 24, 2008, Agenda Item l OG; the Board of County Commissioners (Board) adopted the 2008 Water and Wastewater Master Plan Updates that identified requirements for the Reverse Osmosis Treatment Units Replacement and Inter -Stage Booster Pump Project, and the Aquifer Storage and Recovery (ASR) Well Project. The proposed scopes of work are consistent with the 2008 Water Master Plan Update, Project 71057 "NCRWTP Reverse Osmosis Treatment Units Replacement and Installation of Inter -Stage Booster Pump," Section 8, Table 8 -2, page 3 of 5, lines 99 and 109 (being combined); and with the 2008 Wastewater Master Plan Update, Project 74030 "Irrigation Quality Water Aquifer Storage and Recovery (ASR) Well," Section 8, Table 8 -1, page 7 of 7, line 148. Both projects are consistent with the 2010 Water and Wastewater CIP Updates as identified in the 2011 User Fee Rate Study. Project 71057 is consistent with the 2010 Potable Water CIP Update, page 2 of 4, line 67; and Project 74030 is consistent with the 2010 Wastewater CIP Update, page 3 of 4, line 93. The Public Utilities Division was awarded a grant from the SFWMD under Senate Bill 444 "Alternative Water Supply Grant Program." In its 2012 budget, rather than requiring a formal grant application, the Big Cypress Basin allocated a total of $350,000 to Collier County for the following two alternative water supply projects. 1. NCRWTP Reverse Osmosis Treatment Units Replacement and Installation of Inter -Stage Booster Pump — Project Number 71057. Grant amount of $250,000 will be used for the replacement of membranes and for inter -stage booster pump capability. 2. Irrigation Quality Water Aquifer Storage and Recovery Well — Project Number 74030. Grant amount of $100,000 will be used for extending the existing ASR well below the Underground Source of Drinking Water (USDW). It is anticipated that upon completion, the proposed well would accept and recover 1.0 -2.0 million gallons per day. FISCAL IMPACT: Total grant revenue of $350,000 will be realized upon completion of work during FY2012. This membrane project budget of $1,000,000 is Phase 2 of the overall NCRWTP Reverse Osmosis Treatment Units Replacement and Installation Inter -Stage Booster Pump Project 71057, with a total budget of $2,200,000. Funding is available in and is consistent with the FY12 Packet Page -1317- 2/28/2012 Item 16.C.2. 16 C2 Capital Budget approved by the Board on September 22, 2011. Funding source is Fund 412, Water User Fees. To recognize grant funds and match funding, three budget amendments will be required: 1) $750,000 from Fund 412— County Water Capital Project to Fund 412 - Reserve /Transfer, 2) $750,000 from Fund 412 — Reserve /Transfer to Fund 417— Public Utilities Match, and 3) $250,000 to Fund 416— Public Utilities Grant recognizing SFWMD grant funding award. Although the project is in pre - design, it will result in an initial savings estimate of $135,000 per year, in the form of energy cost savings and an anticipated extension of membrane life. The Construction of ASR Well, Monitoring, and Testing budget of $600,000 is Phase 1 and 2 of the overall IQ Water ASR Project 74030, with a total budget of $700,000. Funding is available in and is consistent with the FY12 Capital Budget approved by the Board on September 22, 2011. Funding source is the Wastewater User Fees fund 414. To recognize grant funds and match funding, three budget amendments are also required: 1) $500,000 from Fund 414— County Sewer Capital Project to Fund 414 — Reserve /Transfer, 2) $500,000 from Fund 414 — Reserve /Transfer to Fund 417— Public Utilities Match, and 3) $100,000 to Fund 416— Public Utilities Grant recognizing SFWMD grant funding award. Although this project is in pre - design, operation and maintenance costs for an ASR Well are estimated to be $145,000 per year; this includes electrical, chemical, monitoring, and labor expenses associated with repairs and testing services. LEGAL CONSIDERATIONS: The County is required to execute the attached Agreement prior to SFWMD execution. SFWMD also requires that the term of the agreement begin on October 1, 2011, to coincide with the beginning of its fiscal year. This will allow the County to be reimbursed for expenditures under the agreement for a one year term beginning on October 1, 2011. Accordingly, this item is legally sufficient and requires a majority vote for Board action. — JB W GROWTH MANAGEMENT IMPACT: These projects meet the current Growth Management Plan standards 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. Accept a South Florida Water Management District Alternative Water Supply Grant in the amount of $350,000 for partial funding of the NCRWTP Reverse Osmosis Treatment Units Replacement and Installation of Inter -Stage Booster Pump, Projects 71043 and 71057; and for partial funding of the ASR Well at Livingston Road, Project 74030. 2. Authorize the Chair to execute Agreement No. 4600002535 between the South Florida Water Management District and Collier County. 3. Authorize the necessary budget amendments. PREPARED BY: Anthony F. Russo, Jr., Administrative Assistant, Public Utilities Planning and Project Management Department Packet Page -1318- 16C2 SOUTH FLORIDA WATER MANAGEMENT DISTRICT October 10, 2011 Ground Delivery Federal Express: 417656215040872 Mr. Anthony Russo Collier County Public Utilities Planning and Project Management Division 3339 East Tamiami Trail, Suite 303 Naples, FL 34112 Dear Mr. Russo: Subject: Contract # 4600002535 Reverse Osmosis Treatment Plan & Aquifer Storage & Recovery Alternative Water Supply Projects FY12 Enclosed please find two (2) copies of the above referenced document stamped "Original ". Please have both documents executed by an individual with signature authority on behalf of your organization and return both originals to my attention within two (2) working weeks. If applicable, and not previously submitted, a Certificate of Insurance reflecting the required coverage(s) as well as documentation to demonstrate official delegation of signature authority up to the contract monetary limits should also be provided with the executed documents. Any delays in the return of the documents may jeopardize the availability of funding. Upon execution by the South Florida Water Management District (District), a fully executed original will be returned to you for your files. Your cooperation and timely response will be greatly appreciated. Note that this document is not binding on the parties until it is approved by the appropriate level of authority within the District and executed by both parties. Should there be any questions, or if you require any additional information, please do not hesitate to contact me. Sincerely, Sharman Rose Contract Specialist Procurement Bureau shrose @sfwmd.gov (561) 682 -2167 FAX: (561) 682 -5624 SR Enclosure R�- 3301 Gun Club Road, West Palm Beach, Florida 33406 • (561) 686 -8800 • FL WATS 1- 800 - 432 -2045 Mailing Address: P.O. Box 24680, West Palm Beach, FL 33416 -4680 • www.sfwmd.gov P IPP D 01C T 11201-1 PM01 :9-I of'C6llier CLERK OF THE CJI Dwight E. Brock COLLIER COUNTY Clerk of Courts 3301 TAMIAMI PO. BOX 41. NAPLES, FLORIDA March 6, 2012 Ms. Sharman Rose SFWMD 3301 Gun Club Road West Palm Beach, FL 33406 CtJ UR IL E 44 4101- IT COURT OUSE Clerk of Courts ST Accountant Auditor Custodian of County Funds 16C2 Re: Contract #4600002535 with the Collier County Board of County Commissioners allocating Grant Funds for FY12 Alternative Water Supply Projects Dear Ms. Rose, Attached for further processing are two original copies of the above agreement, approved by Collier County's Board of County Commissioners February 28, 2012. After the agreement(s) have been executed, we request an original copy is returned to the Collier County Minutes and Records Department, that serves as Clerk to the Board, for the Official Record. I have included a mailing label for processing. Upon return of that original, I will send a copy to Anthony Russo with the Collier County Public Utilities Division. Very truly yours, DWIGHT E. BROCK, CLERK Ann a(. t n I Deputy Clerk Attachment (2) Phone (239) 252 -2646 Fax (239) 252 -2755 Website: www.colliercierk.com Email: collierclerk@collierclerk.com Y Lr Q M c QM3 x w a a U�u C)�COO Wa o WU�A wo�pa u�oao U' It ~��o a �UwM z A 0 U 16C2 From: (561) 682 -6568 Claudette Livingston SOUTH FLORIDA WATER MANAGEMENT 3301 Gun Club Rd. West Pain Beach, FL 33406 SHIP TO. (239) 252 -5390 Collier County Government Ctr 3299 TAMIAMI TRL E STE 401 MINUTES AND RECORDS DEPT. NAPLES, FL 34112 G� Ship Date: 13MAR12 ILL ActWgt 1.0 LB CAD: 58100941INET3250 SRlcdl —b— 16C2 (9612019) 4176562 15049981 GND 019 of Prepaid lBBgbOCl�9SQllb6lOZl98 World On Ti 09op . ie 1413 13 �l�zllbE S3ldVN ozocicz oom 6woN3A03 tilywlW�3l88LE �C%Lftwo 1�t MG Invoice # Reference # PO # Dept # Ship ID SRlcdl —b— 16C2 (9612019) 4176562 15049981 GND 019 of Prepaid lBBgbOCl�9SQllb6lOZl98 World On Ti 09op . ie 1413 13 �l�zllbE S3ldVN ozocicz oom 6woN3A03 tilywlW�3l88LE �C%Lftwo 1�t 16C2 SOUTH FLORIDA WATER MANAGEMENT DISTRICT Fedex Ground Delivery March 13, 2012 Collier County Government Center Minutes and Records Department 3299 Tamiami Trail, Ste. 401 Naples, FL 34112 Dear Mr. Russo: Subject: Contract # 4600002535 Alternative Water Supply Projects FY12 Please find enclosed one (1) fully executed copy of the above referenced document. Thank you for your efforts on behalf of the South Florida Water Management District (District). Should there be any questions, or if you require any additional information, please contact me. Sincerely, Sharman Rose Contract Specialist Procurement Bureau shrose @sfwmd.gov (561) 682 -2167 FAX: (561) 682 -5624 S R /cd I Enclosure c: Max Guerra - MSC 3510 3301 Gun Club Road, West Palm Beach, Florida 33406 • (561) 686 -8800 • FL WATS 1- 800 - 432 -2045 Mailing Address: P.O. Box 24680, West Palm Beach, FL 33416 -4680 • www.sfwmd.gov 16C2 MEMORANDUM Date: March 20, 2012 To: Anthony Russo, Administrative Assistant Public Utilities Engineering Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Agreement #4600002535 with South Florida Water Management District accepting Alternative Water Supply Grant Funds for Project #71057 and #74030 Attached for your records, is a fully executed and certified copy of the agreement referenced above, (Item #16C2) approved by the Board on February 28, 2012. The Minutes and Records Department will hold the original agreement in the Board's Official Records. If you have any questions, please contact me at 252 -8406. Thank you. Attachment 16 C 2 ORIGINAL SAP PO REFERENCE NO. Oi 500Do` 22-5 SOUTH FLORIDA WATER MANAGEMENT DISTRICT LOCAL GOVERNMENTAL AGREEMENT AGREEMENT NO. 4600002535 BETWEEN THE SOUTH FLORIDA WATER MANAGEMENT DISTRICT AND BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY, FLORIDA THIS AGREEMENT is entered into as of the MAR 12 2012 by and between the South Florida Water Management District (DISTRICT) and Collier County (COUNTY). WHEREAS, the DISTRICT is a government entity created by Chapter 373, Florida Statutes; and WHEREAS, the DISTRICT desires to provide financial assistance to the COUNTY to improve and expand the alternate water supply sources to meet the increase in potable and irrigation water demand; and WHEREAS, the COUNTY warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms and conditions of this AGREEMENT; and WHEREAS, the Governing Board of the DISTRICT at its October 13, 2011 meeting, approved entering into this AGREEMENT with the COUNTY; NOW, THEREFORE, in consideration of the covenants and representations set forth herein and other good and valuable consideration, the receipt and adequacy of which is hereby acknowledged, the parties agree as follows: 1. The DISTRICT agrees to contribute funds and the COUNTY agrees to perform the work set forth in Exhibit "A" attached hereto and made a part hereof, subject to availability of funds and in accordance with their respective authorities for reverse osmosis treatment units replacement and installation inter -stage booster pump, and aquifer storage and recovery. Page 1 of 7, Agreement No. 4600002535 16C2 2. The period of performance of this AGREEMENT shall commence on October 1, 2011 and shall continue for a period of One year. 3. The total DISTRICT contribution shall not exceed the amount of Three Hundred Fifty Thousand Dollars and No Cents ($350,000). The DISTRICT shall make payment upon completion and acceptance of the deliverables as described in the Payment and Deliverable Schedule set forth in Exhibit `B ", which is attached hereto and made a part of this AGREEMENT. The DISTRICT's contribution is subject to adequate documentation to support actual expenditures within the not -to- exceed AGREEMENT funding limitation of $350,000.00. In no event shall the DISTRICT be liable for any contribution hereunder in excess of this amount. In the event the COUNTY is providing a cost sharing contribution as provided for in paragraph 5 below, the COUNTY shall provide evidence that its minimum cost share has been met for each invoice submitted. The subject cost share documentation shall be included with each invoice. If the total consideration for this AGREEMENT is subject to multi -year funding allocations, funding for each applicable fiscal year of this AGREEMENT will be subject to Governing Board budgetary appropriation. In the event the DISTRICT does not approve funding for any subsequent fiscal year, this AGREEMENT shall terminate upon expenditure of the current funding, notwithstanding other provisions in this AGREEMENT to the contrary. The DISTRICT will notify the COUNTY in writing after the adoption of the final DISTRICT budget for each subsequent fiscal year if funding is not approved for this AGREEMENT. 4. The COUNTY shall submit quarterly financial reports to the DISTRICT providing a detailed accounting of all expenditures incurred hereunder throughout the term of this AGREEMENT. The COUNTY shall report and document the amount of funds expended per month during the quarterly reporting period and the AGREEMENT expenditures to date within the maximum not -to- exceed AGREEMENT funding limitation. The COUNTY shall cost share in the total amount of $2,900,000 in conformity with the laws and regulations governing the COUNTY. 6. All work to be performed under this AGREEMENT is set forth in Exhibit "A ", Statement of Work, which is attached hereto and made a part of this AGREEMENT. The COUNTY shall submit quarterly progress reports detailing the status of work to date for each task. The work specified in Exhibit "A" shall be under the direction of the COUNTY but shall be open to periodic review and inspection by either party. No work set forth in Exhibit "A" shall be performed beyond the expiration date of the AGREEMENT unless authorized through execution of an amendment to cover succeeding periods. 7. The COUNTY is hereby authorized to contract with third parties (subcontracts) for services awarded through a competitive process required by Florida Statutes. The COUNTY shall not subcontract, assign or transfer any other work under this AGREEMENT without the prior written consent of the DISTRICT's Project Manager. The COUNTY agrees to be responsible for the fulfillment of all work elements included in any subcontract and agrees to be responsible for the payment of all monies due under any subcontract. It is understood and agreed by the COUNTY that the DISTRICT shall Page 2 of 7, Agreement No. 4600002535 16C2 not be liable to any subcontractor for any expenses or liabilities incurred under the subcontract(s). 8. Both the DISTRICT and the COUNTY shall have joint ownership rights to all work items, including but not limited to, all documents, technical reports, research notes, scientific data, computer programs, including the source and object code, which are developed, created or otherwise originated hereunder by the other party, its subcontractor(s), assign(s), agent(s) and/or successor(s) as required by the Exhibit "A ", Statement of Work. Both parties' rights to deliverables received under this AGREEMENT shall include the unrestricted and perpetual right to use, reproduce, modify and distribute such deliverables at no additional cost to the other party. Notwithstanding the foregoing, ownership of all equipment and hardware purchased by the COUNTY under this AGREEMENT shall be deemed to be the property of the COUNTY upon completion of this AGREEMENT. The COUNTY shall retain all ownership to tangible property. 9. The COUNTY, to the extent permitted by law, assumes any and all risks of personal injury, bodily injury and property damage attributable to negligent acts or omissions of the COUNTY and the officers, employees, servants and agents thereof. The COUNTY represents that it is self - funded for Worker's Compensation and liability insurance, covering bodily injury, personal injury and property damage, with such protection being applicable to the COUNTY, its officers and employees while acting within the scope of their employment during performance of under this AGREEMENT. In the event that the COUNTY subcontracts any part or all of the work hereunder to any third party, the COUNTY shall require each and every subcontractor to identify the DISTRICT as an additional insured on all insurance policies as required by the COUNTY. Any contract awarded by the COUNTY shall include a provision whereby the COUNTY's subcontractor agrees to indemnify, pay on behalf, and hold the DISTRICT harmless from all damages arising in connection with the COUNTY's subcontract. 10. The COUNTY and the DISTRICT further agree that nothing contained herein shall be construed or interpreted as (1) denying to either party any remedy or defense available to such party under the laws of the State of Florida; (2) the consent of the State of Florida or its agents and agencies to be sued; or (3) a waiver of sovereign immunity of the State of Florida beyond the waiver provided in Section 768.28, Florida Statutes. 11. The parties to this AGREEMENT are independent entities and are not employees or agents of the other parties. Nothing in this AGREEMENT shall be interpreted to establish any relationship other than that of independent entities, between the DISTRICT, the COUNTY, their employees, agents, subcontractors or assigns, during or after the term of this AGREEMENT. The parties to this AGREEMENT shall not assign, delegate or otherwise transfer their rights and obligations as set forth in this AGREEMENT without the prior written consent of the other parties. Any attempted assignment in violation of this provision shall be void. 12. The parties to this AGREEMENT assure that no person shall be excluded on the grounds of race, color, creed, national origin, handicap, age or sex, from participation in, denied the benefits of, or be otherwise subjected to discrimination in any activity under this AGREEMENT. Page 3 of 7, Agreement No. 4600002535 SbC2 13. The COUNTY, its employees, subcontractors or assigns, shall comply with all applicable federal, state and local laws and regulations relating to the performance of this AGREEMENT. The DISTRICT undertakes no duty to ensure such compliance, but will attempt to advise the COUNTY, upon request, as to any such laws of which it has present knowledge. 14. Either party may terminate this AGREEMENT at any time for convenience upon thirty (30) calendar days prior written notice to the other party. In the event of termination, all funds not expended by the COUNTY for authorized work performed through the termination date shall be returned to the DISTRICT within sixty (60) days of termination. 15. The COUNTY shall allow public access to all project documents and materials in accordance with the provisions of Chapter 119, Florida Statutes. Should the COUNTY assert any exemptions to the requirements of Chapter 119 and related Statutes, the burden of establishing such exemption, by way of injunctive or other relief as provided by law, shall be upon the COUNTY. 16. The COUNTY shall maintain records and the DISTRICT shall have inspection and audit rights below. The COUNTY shall similarly require each subcontractor to maintain and allow access to such records for audit purposes: A. Maintenance of Records: The COUNTY shall maintain all financial and non- financial records and reports directly or indirectly related to the negotiation or performance of this AGREEMENT including supporting documentation for any service rates, expenses, research or reports. Such records shall be maintained and made available for inspection for a period of five (5) years from the expiration date of this AGREEMENT. B. Examination of Records: The DISTRICT or designated agent shall have the right to examine in accordance with generally accepted governmental auditing standards all records directly or indirectly related to this AGREEMENT. Such examination may be made only within five (5) years from the expiration date of this AGREEMENT. C. Extended Availability of Records for Legal Disputes: In the event that the DISTRICT should become involved in a legal dispute with a third party arising from performance under this AGREEMENT, the COUNTY shall extend the period of maintenance for all records relating to the AGREEMENT until the final disposition of the legal dispute. All such records shall be made readily available to the DISTRICT. 17. Whenever the DISTRICT's contribution includes state or federal appropriated funds, the COUNTY shall, in addition to the inspection and audit rights set forth in paragraph 16 above, maintain records and similarly require each subcontractor to maintain and allow access to such records in compliance with the requirements of the Florida State Single Audit Act and the Federal Single Audit Act, as follows: A. Maintenance of Records: The DISTRICT shall provide the necessary information to the COUNTY as set forth in Exhibit "C ". The COUNTY shall maintain all financial /non - financial records through: Page 4 of 7, Agreement No. 4600002535 18. 16C2 (1) Identification of the state or federal awarding agency, as applicable (2) Project identification information included in the Catalog of State Financial Assistance (CSFA) or the Catalog of Federal Financial Assistance (CFDA), as applicable (3) Audit and accountability requirements for state projects as stated in the Single Audit Act and applicable rules of the Executive Office of Governor, rules of the Chief Financial Officer and rules of the Auditor General and the State Projects Compliance Supplement (4) Audit/accountability requirements for federal projects as imposed by federal laws and regulations (5) Submission of the applicable single audit report to the DISTRICT, as completed per fiscal year B. Examination of Records: The DISTRICT or designated agent, the state awarding agency, the state's Chief Financial Officer and the state's Auditor General and/or federal awarding agency shall have the right to examine the COUNTY's financial and non- financial records to the extent necessary to monitor the COUNTY'S use of state or federal financial assistance and to determine whether timely and appropriate corrective actions have been taken with respect to audit findings and recommendations which may include onsite visits and limited scope audits. All notices or other communication regarding this AGREEMENT shall be in writing and forwarded to the attention of the following individuals: South Florida Water Management District Collier County Public Utilities Planning and Project Attn: Max Guerra, Project Manager Telephone No: (239) 263 -7615 ext 7612 Attn: Sharman Rose, Contract Specialist 3301 Gun Club Road West Palm Beach, FL 33406 Telephone No: (561) 682 -2167 FAX No: (561) 682 -5624 Management Division Attn: Anthony Russo, Project Manager Address: 3339 East Tamiami Trail, Suite 303 Naples, FL 34112 Telephone No: (239) 252 -5390 FAX No: (239) 252 -5378 19. Invoices, clearly marked "ORIGINAL ", shall be sent to the attention of Accounts Payable at the DISTRICT's address specified below. All invoices shall reference the AGREEMENT and SAP Reference Numbers specified on page one of this AGREEMENT. In addition, a copy of the invoice shall be sent to the attention of the DISTRICT's Project Manager either at the address specified in paragraph 18 above or via Facsimile (FAX) using the FAX number also specified above. South Florida Water Management District Attention: Accounts Payable P.O. Box 24682 West Palm Beach, Florida 33416 -4682 Page 5 of 7, Agreement No. 4600002535 16C2 20. COUNTY recognizes that any representations, statements or negotiations made by DISTRICT staff do not suffice to legally bind DISTRICT in a contractual relationship unless they have been reduced to writing and signed by an authorized DISTRICT representative. This AGREEMENT shall inure to the benefit of and shall be binding upon the parties, their respective assigns, and successors in interest. 21. This AGREEMENT may be amended, extended or renewed only with the written approval of the parties. The DISTRICT shall be responsible for initiating any amendments to this AGREEMENT, if required. 22. This AGREEMENT, and any work performed hereunder, is subject to the Laws of the State of Florida. Nothing in this AGREEMENT will bind any of the parties to perform beyond their respective authority, nor does this AGREEMENT alter the legal rights and remedies which the respective parties would otherwise have, under law or at equity. 23. Should any term or provision of this AGREEMENT be held, to any extent, invalid or unenforceable, as against any person, entity or circumstance during the term hereof, by force of any statute, law, or ruling of any forum of competent jurisdiction, such invalidity shall not affect any other term or provision of this AGREEMENT, to the extent that the AGREEMENT shall remain operable, enforceable and in full force and effect to the extent permitted by law. 24. Failures or waivers to insist on strict performance of any covenant, condition, or provision of this AGREEMENT by the parties shall not be deemed a waiver of any of its rights or remedies, nor shall it relieve the other party from performing any subsequent obligations strictly in accordance with the terms of this AGREEMENT. No waiver shall be effective unless in writing and signed by the party against whom enforcement is sought. Such waiver shall be limited to provisions of this AGREEMENT specifically referred to therein and shall not be deemed a waiver of any other provision. No waiver shall constitute a continuing waiver unless the writing states otherwise. 25. Any dispute arising under this AGREEMENT which cannot be readily resolved shall be submitted jointly to the signatories of this AGREEMENT with each party agreeing to seek in good faith to resolve the issue through negotiation or other forms of non - binding alternative dispute resolution mutually acceptable to the parties. A joint decision of the signatories, or their designees, shall be the disposition of such dispute. 26. This AGREEMENT states the entire understanding and agreement between the parties and supersedes any and all written or oral representations, statements, negotiations, or agreements previously existing between the parties with respect to the subject matter of this AGREEMENT. 27. Any inconsistency in this AGREEMENT shall be resolved by giving precedence in the following order: (a) Terms and Conditions outlined in preceding paragraphs 1 — 26 (b) Exhibit "A" Statement of Work (c) Exhibit `B" Payment and Deliverable Schedule (d) all other exhibits, attachments and documents specifically incorporated herein by reference Page 6 of 7, Agreement No. 4600002535 16C2 IN WITNESS WHEREOF, the parties or their duly authorized representatives hereby execute this AGREEMENT on the date first written above. SFWMD PROCUREMENT APPR VED By: S�- Date: k SOUTH FLORIDA WATER MANAGEMENT DISTRICT BY ITS GOVERNING BOARD By: D ro y A. B shaw, Procurement Bureau Chief Date: 0 %-g -- / -7—. BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY, FLORIDA C'-�' B W. : Y Name of Authorized In dual AWovw as to form & legai Sufficiency Assistant County Attorney ATTEST. J DWIGHT E. ' Ci i=' lrIk � :r By: 44" .0 Page 7 of 7, Agreement No. 4600002535 I 16C2 EXHIBIT "A" STATEMENT OF WORK COLLIER COUNTY ALTERNATIVE WATER SUPPLY PROJECTS FY12 INTRODUCTION The Collier County Alternative Water Supply projects are part of a comprehensive plan to improve and expand the County's alternative water supply sources to meet the increase in potable and irrigation water demand. The County has requested cooperative funding for the following two projects scheduled for completion in FYI 2: • Reverse Osmosis Treatment Units Replacement & Installation Inter -stage Booster Pump Installation • Aquifer Storage & Recovery (ASR) Well at Livingston Road 1.0. PROJECT #1 :North County Regional Treatment Plant (NCRWTP)- Reverse Osmosis Treatment Units Replacement & Installation Inter -stage Booster Pump The North County Regional Water Treatment Plant (NCRWTP) has an 8 MGD Brackish Water Reverse Osmosis (BWRO) system. Collier County Public Utilities would like to evaluate the BWRO membranes with the existing BWRO skid configuration with the addition of interstage booster pumps between the first stage and second stage pressure vessels. Installing interstage booster pumps would benefit the RO system. Advantages of using these pumps are reduced feed pressure requirements, extended membrane life expectancy, enhanced hydraulic control over the membrane system (i.e., improved flux rate balance at each stage) and reduced energy and power consumption. Installation of the interstage booster pumps requires modifications to the interstage and concentrate piping, along with the instrumentation and control system. The use of interstage booster pumps allows for substantial O &M cost savings per year for the RO process. The power cost savings combined with the assumed increase in membrane life (5 to 7.5 years), saves approximately half a million dollars per year in O &M costs. 1.1 OBJECTIVES The objective of this project is to replace the RO membrane cartridges in the four (4) BWRO skids located on the east side of the RO building. The project will also include design modifications to the existing skids to add interstage booster pump capability. Agreement No. 4600002535, Exhibit "A ", Page I of 3 16C2 1.2 SCOPE OF WORK The work includes a design report for the membrane /interstage booster pump project, engineering drawings and specifications, bid and construction phase support, and start up support. Collier County will procure the new BWRO membranes, remove the old BWRO membrane modules, and install the replacement BWRO modules. In addition, the installation of the interstage booster pumps and piping modifications to the four (4) existing BWRO skids will be procured by Collier County and coordinated with the replacement of the membranes. 1.3 WORK BREAKDOWN STRUCTURE The major tasks and task, descriptions that will be necessary for the completion of the scope of work are as follows. Task 1: Engineering, Design, Permitting, and Construction Management of Project Task 2: Membrane Procurement and Installation Task 3: Installation of Inter -stage Booster Pumps and RO- Membranes 2.0 PROJECT #2: Aquifer Storage & Recovery (ASR) Well at Livingston Road Collier County Public Utilities Division ( CCPUD) has invested heavily in the development of a expansive irrigation quality (IQ) water system as part of an overall commitment to a sustainable total water management program. However, even with the extensive reuse program that the County has in place, during rainy periods when irrigation demand is low, excess reclaimed water must be disposed of using percolation ponds and deep injection wells. To better manage its reclaimed water resource, the County developed an IQ water ASR system, the initial phase of which was completed in 2007. The County ASR system was designed for expansion to a total of five ASR wells. As a continuation of the IQ water ASR program, the County is working to construct a Non - Underground Source Drinking Water (Non -USDW) ASR well at the Livingston Rd ASR wellfield. The development of a Non -USDW ASR well will allow greater flexibility in meeting regulatory requirements when storing excess reclaimed water. The flexibility will allow CCPUD to utilize reclaimed water more effectively; reducing irrigation withdrawals from surface or groundwater systems during critical dry season periods and reducing loss of valuable freshwater resources. For these reasons, the use of ASR wells for storage of reclaimed water is consistent with the goals and objectives of the Big Cypress Basin of the South Florida Water Management District and is an excellent candidate for Alternative Water Supply (AWS) funding. The proposed project includes the extension of an existing ASR to tap a Non -USDW aquifer that will serve as the storage zone capable to receive a maximum of 2.0 million gallons per day. Agreement No, 4600002535, Exhibit "A ", Page 2 of 3 16C2 2.1. SCOPE OF WORK The scope of the project is to construct a Non -USDW ASR well by extending the existing ASR Well. The project will create a facility for the storage and recovery of more than 140 million gallons of reclaimed water. It is anticipated that upon completion, the proposed well would accept and recover water at a rate of 1.0 to 2.0 MGD. The injection will occur over a 90 to 120 - day period during the wet season, or whenever excess wastewater was available. The Non -USDW ASR well will be completed with a 12 -inch diameter casing to approximately 1,450 feet below land surface (bls) and an open hole extending to approximately 1,475 feet. The final depths will be determined from subsurface data obtained during well construction. The project will be comprised of the following construction elements: 1. Pilot hole drilling and testing of identified Non -USW storage zone (monitoring well) 2. Construction of non -USDW ASR well and testing (injection well) 3. Installation of submersible pump and above ground appurtenances 2.2 WORK BREAKDOWN STRUCTURE The major tasks and task descriptions that will be necessary for the completion of the scope of work are as follows: Task 1: Pilot hole drilling and testing of identified Non -USW storage zone Task 2: Construction of a Non USDW ASR Well and testing Task 3: Installation of submersible pump and above ground appurtenances 2.3 PROJECT COST The construction cost of the proposed ASR well project is estimated with $700,000. 2.4 PROJECT LOCATION The project is located north of the IQ Water Wellfield, off Livingston Road in Collier County. The injection well and monitor wells will be installed on easements obtained by the County. Agreement No. 4600002535, Exhibit "A ", Page 3 of 3 16C2 EXHIBIT "B" SUMMARY SCHEDULE OF TASKS AND DELIVERABLES 1 Engineering, Design, Permitting, and Construction Management 2 Membrane Procurement & Installation 3 1 Installation of Inter -stage Booster Pumps $200,000 1 Ongoing $1,000,000 1 8/31/2012 1 $250,000 $1,000,000 1 8/31/2012 Total Cost 1 $2,200,000 $250.000 I Pilot hole drilling and testing of identified Non- 07/31/2012 USDW storage zone $600,000 2 Construction and testing of Non -USDW ASR 08/31/2012 $100,000 Well 3 Modification of above ground appurtenances $100,000 09/30/2012 Total Cost $700,000 $100,000 * Costs are estimated to include 25% contingency. Agreement No. 4600002535, Exhibit "B ", Page 1 of 1 U F� Mm_ W x W 16C2 Aw N � E N In E O A «� _O y U T O W U °oA�•= U c0 a �a O •C � � o .t� C U O N y L U Cy U G 2 h E cr Q L M O cA c o u: w 3 ° w o oA j >,.2 C. cd `n o U v ny — -rs s o 0 4 .c L ) U •� > y r 0N'b C N O� w " 3 U 44 w V1 M W) Cq C> 0 0 0 C 8 `h 0 Q w 0 N f0 CL 0 O t Y a. � cL U d a C 8 O w d VI .5 L C a 0 w C d N rR Grr L L a, ate+ d d O U o � EL z .y c U a� N Z O U = A C a� E �n o d v L U cn o d N y r � co w w O C Q � Q � z a � d d N U O 4 d d � CO � w d w a L 7 UZ O L a s. ic7 N L p b E d y O C az cl 'U aU T 16C2 Aw N � E N In E O A «� _O y U T O W U °oA�•= U c0 a �a O •C � � o .t� C U O N y L U Cy U G 2 h E cr Q L M O cA c o u: w 3 ° w o oA j >,.2 C. cd `n o U v ny — -rs s o 0 4 .c L ) U •� > y r 0N'b C N O� w " 3 U 44 w V1 M W) Cq C> 0 0 0 C 8 `h 0 Q w 0 N f0 CL C O O •� �y U V 8 w C VI L a O d d N � [ Grr L � w � w h u o � EL 0 H U a� N Z a = A C S �n o d ° U cn o C N 07 •Y � co w w C a h .0 0 � U d d Z d N � w a � UZ ai L a N a O d C cl 'U aU T N � N bb i d w Cc b N L (y D O v L 7 iYi az �u-wz � O 7 16C2 Aw N � E N In E O A «� _O y U T O W U °oA�•= U c0 a �a O •C � � o .t� C U O N y L U Cy U G 2 h E cr Q L M O cA c o u: w 3 ° w o oA j >,.2 C. cd `n o U v ny — -rs s o 0 4 .c L ) U •� > y r 0N'b C N O� w " 3 U 44 w V1 M W) Cq C> 0 0 0 C 8 `h 0 Q w 0 N f0 CL O a °A �y U w O\ C VI N O 0 C u v a 0 o � EL O U a� N Z IYi = A cw0 3 �n o d ° U cn o fs z 07 •Y � w w C 0 U E � d Z N � w a ai •y N d O S C a�i c GE 3 D O y az 16C2 Aw N � E N In E O A «� _O y U T O W U °oA�•= U c0 a �a O •C � � o .t� C U O N y L U Cy U G 2 h E cr Q L M O cA c o u: w 3 ° w o oA j >,.2 C. cd `n o U v ny — -rs s o 0 4 .c L ) U •� > y r 0N'b C N O� w " 3 U 44 w V1 M W) Cq C> 0 0 0 C 8 `h 0 Q w 0 N f0 CL