Loading...
Backup Documents 01/08/2019 Item #16C 2 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1 6 C 2 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must bj�c ved in the County Attorney Office no later than Monday preceding the Board meeting. 1�l n� D **NEW** ROUTING SLIP UU UU ''UU-- v D Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward AtileOcgn ' o rney Office. Route to Addressee(s) (List in routing order) Office Initials 1 ate 1. C- Management • agement 1 2. County Attorney Office County Attorney Office ,...111-0 /171‘)//7- 4. BCC Office Board of County Commissioners \ /. >/ \ \4\\ 4. Minutes and Records Clerk of Court's Office K 1 ti-1- 19 tt: 5. Procurement Services Procurement Services C'— PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Ana Reynoso/PURCHASING Contact Information 239-252-8950 Contact/ Department Agenda Date Item was JANUARY 8,2019 v Agenda Item Number 16.C.2. v/ Approved by the BCC Type of Document AMENDMENT#3Number of Original 2 Attached Documents Attached PO number or account N/A 11-5782 AECM ncchnical number if document is AECOM Technical Services . to be recorded Services,Inc. INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be AR signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the AR document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's AR signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 01/08/2019 and all changes made during =' the meeting have been incorporated in the attached document. The County \ ( Attorney's Office has reviewed the changes,if applicable. J 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for the ^ , Chairman's signature. r `► ' 16C2 MEMORANDUM Date: January 14, 2019 To: Ana Reynoso, Purchasing Tech Procurement Services From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #11-5782, Wastewater Basin Analysis Basin #3 Contractor: AECOM Technical Services, Inc. Attached, is an original copy of the contract referenced above, (Item #16C2) approved by the Board of County Commissioners on Tuesday, January 8, 2019. The second original contract has been held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 16 C2 AECOM AECOM Technical Services,Inc. 213.593.8100 tel 300 South Grand Avenue 213.593.8730 fax 9th Floor Los Angeles,CA 90071 www.aecom.com SECRETARY'S CERTIFICATE AECOM TECHNICAL SERVICES, INC. a California corporation I, Charles F. Szurgot, DO HEREBY CERTIFY that I am the duly elected and acting Secretary of AECOM Technical Services, Inc., a corporation organized under the laws of the State of California("ATS"or"Corporation"), and the keeper of its records and corporate seal. I FURTHER CERTIFY that ATS's full legal address is c/o CT Corporation System, 818 West 7th Street, Los Angeles, CA 90017-0000 and that the Corporation's principal place of business is 300 South Grand Avenue, 9th Floor, Los Angeles, California 90071. I FURTHER CERTIFY that pursuant to the Written Consent of the Board of Directors of ATS, adopted on October 8, 2018, and attached hereto as Exhibit A, C. Scott Lee has signatory authority for ATS and is authorized to execute contracts and other documents on behalf of the Corporation. IN WITNESS WHEREOF, I have subscribed my name and affixed the seal of the Corporation,this 18th day of December, 2018. Charles F. Szurgot Secretary 16C2 UNANIMOUS ACTION OF THE BOARD OF DIRECTORS OF AECOM TECHNICAL SERVICES, INC. The undersigned, being all the members of the Board of Directors of AECOM TECHNICAL SERVICES, INC. (the "Corporation"), a California corporation, hereby take the following action: RESOLVED: That the previous elections of Signatories and Supplemental Signatories of the Corporation dated August 23, 2018, be superseded in its entirety; and RESOLVED: That, in addition to all Senior Vice Presidents and above as set forth in Article IX, Section 16 of the Restated By-Laws as amended, the following U.S. based persons are designated with authority by the Board of Directors to execute contracts and other legal documents on behalf of the Corporation within the boundaries of specific Regions and Business Lines as noted and effective as of the dates set forth below: Effective October 8, 2018: 15i� a 1, {rf i Lee C.Scott Southeast Miami Metro Water 16C2 THIRD AMENDMENT TO AGREEMENT# 11-5782 FOR WASTEWATER BASIN ANALYSIS (BASIN 3) THIS AMENDMENT,made and entered into on thisalik'N day of .,cA 201,9 by and between AECOM Technical Services, Inc., (the "Consultant") and the Board"of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida, (the "County" or"Owner"): WHEREAS, on September 11, 2012 (Agenda Item 11.E), the County entered into an Agreement with Consultant to perform professional engineering services for three design contracts for the "Wastewater Basin Analysis"program in the amount of$1,870,468; and WHEREAS, on January 9, 2013, the County temporarily suspended the project, which resulted in extending the project by twenty-eight(28)days; and WHEREAS, on October 14, 2014 (Agenda Item 11.D), the County approved the First Amendment to the Agreement to increase the contract time for an additional three years to include services associated with the bidding phase, post design, and additional design services through construction in the amount of$1,476,040; and WHEREAS, on October 13, 2018 (Agenda Item 11.D), the County approved the Second Amendment to the Agreement to increase the contract time for an additional three years for Contract Administration(Post Design Services) during construction; and WHEREAS, the parties desire to further amend the Agreement to include the Construction Phase Services, MPS 306 PLC and HMI Programming; two additional positions and to increase all personnel rates. NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, it is agreed by the parties as follows: 1. County and the Consultant agree to adopt and incorporate the foregoing recitals, sometimes referred to as"whereas clauses"by reference into this Third Amendment to Agreement# 11- 5782. 2. The additional services shall be provided in accordance with the attached Schedule A-3 Scope of Services for Agreement# 11-5782 "Wastewater Basin Analyses (MPS 306)," which is hereby incorporated into the Agreement. 3. The fees for the additional services stated in Schedule A-3 shall be in accordance with Schedule B-3, attached hereto and incorporated into the Agreement, and Attachment 1 Schedule B-3 is replaced in its entirety for services rendered in Amendment 3. Words Struck Through are deleted; Words Underlined are added Page 1 of 13 Amendment#3-AECOM#11-5782 16C2 4. Schedule F-3 Key Personnel, Subconsultants and Subcontractors is attached hereto and incorporated into the Agreement for services outlined in Schedule A-3. IN WITNESS WHEREOF, the parties hereto, have each executed this Amendment by an authorized person or agent on the date and year first written above . ATTEST: Crystal K. Kinzel, Clerk of Courts& BOARD OF COUNTY COMMISSIONERS Comptroller COLLIER CO . • TY, FLORIDA //. By: L.)1......tA , By: Aa .'Solis, Chairman Dated: l (SEAL). Attest as to Chalrma's signature only. Consultant's Witnesses: CONSULTANT: AECOM Technical Services, Inc. etiMfikiM' By: C First Witness Signature ROV\a- eaV4(e-r\ \1(1 P,tt ,r ,r TType/print witness name�AT//�� TType/print signature and titleT 'etetiAA:4. AtM Second Witness 2 i I ®/Q Date Chert C. U olte TType/print witness nameT l C2 A& .rov:. • , to an Leg• ity: Item# Agenda L ty County Attorney Date I Date ("'14_1' -Gd t Recd Print Name I 0 Deputy C!ar4 410W Page 2of13 Amendment#3-AECOM#1I-5782 16C2 SCHEDULE A-3 SCOPE OF SERVICES Bayshore-MPS 306 Wastewater Basin Analyses Scope of Services The COUNTY has requested CONSULTANT to provide additional construction phase services including,PLC and HMI Programming for MPS 306. Task numbers follow the tasks defined in contract amendment#1 as noted below: • Task 4: MPS 306 Construction Phase services will be provided for MPS 306. There are additional work tasks included in the scope of services for the Construction Phase Services provided for MPS 306, since it is a more complex construction project. The Construction Phase Services subtask will be identified as: • Subtask 4b: Construction Phase Services *** The scope of work for Subtask 4b is described below. Subtask 4b - Construction Phase Services—MPS 306 During construction of the projects, CONSULTANT will provide construction phase services. The construction phase services will include the following: 1. Attend pre-construction meeting and assist the COUNTY with the preparation of the meeting minutes. 2. Prepare conformed set of original signed and sealed construction documents. Furnish 5 copies of conformed documents to the COUNTY. 3. Attend biweekly construction progress meetings and assist the COUNTY with the preparation of the meeting minutes. The construction schedule will be reviewed during the progress meetings, and recommendations required to maintain/improve the schedule will be made to the Contractor. Biweekly progress meetings will be attended by the Project Manager and Project Engineer. Technical leaders for supporting disciplines (i.e. electrical, structural, I&C, building mechanical and architectural)will also participate in project meetings via conference call as needed. 4. Visit the site of the proposed improvements periodically to observe the construction areas designated on the construction plans in cooperation with the COUNTY's staff. Site visits will be conducted in conjunction with progress meetings, or as requested by the COUNTY. 5. CONSULTANT will review and take appropriate action in respect to Shop Drawings and Samples defined in specifications and the Contractor's Schedule but only for conformance with the information given in the Contract Documents and compatibility with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Such CAO' Page 3of13 Amendment#3-AECOM#I1-5782 16C2 reviews will not extend to means,methods,techniques, sequences,or procedures of construction or to safety precautions and programs incidental thereto. CONSULTANT will prepare and maintain a log of submittals to include submittal number, subject, and date received, reviewer, action taken,and date returned. Shop Drawings re-submitted more than two times will be deemed Additional Services. 6. Prepare responses to Contractor's Requests-for-Information (RFIs). Issue necessary clarifications and interpretations of the Contract Documents as appropriate to the orderly completion of the Work.Such clarifications and interpretations are to be consistent with the intent of and reasonably inferable from the Contract Documents.Prepare sketches as required to support responses to RFIs. CONSULTANT will also prepare and maintain a log of all such received requests, noting the date received, subject, resolution and date response was returned to the Contractor. If RFIs are resubmitted more than two times, they will be deemed to be Additional Services. 7. Assist COUNTY with management of proposed Changes to the Work by preparing Requests- for-Proposed-Change (RPCs) Quotation, evaluating RPC quotes, evaluating and responding to Contractor claims for time extension or additional compensation, and preparing contract change orders for approval by COUNTY. 8. Provide consultation and advice to the COUNTY's Project Manager during construction and coordinate project activities including Subconsultant services. SUBCONSULTANT will assist CONSULTANT with post design services, which will include: attendance at preconstruction meetings, responses to civil/site design RFIs, review of shop drawings related to site design,. periodic site visits,preparation of record drawings,attendance at substantial and final completion inspections, and preparation of closeout documents (including certifications) for SFWMD and Collier County Growth Management. Permit closeout will be completed to meet regulatory requirements and to obtain a certificate of occupancy. 9. Assist the COUNTY with review of progress payments for duration of the contract.After receipt and review of each application for payment from the Contractor, provide written notice to the COUNTY recommending payment to the Contractor, or return the request to the Contractor providing written notice of CONSULTANT's reason for disapproval. 10. Assist COUNTY with the following services related to Contract Closeout: a. Perform a Substantial Completion walk through and develop final punch list in conjunction with COUNTY's staff. b. Prepare a"Certification of Substantial Completion." c. Subsequent to the completion of all punch list items, CONSULTANT will perform a Final Completion walk through in conjunction with COUNTY's staff. d. Assist with review of final pay request. Upon receipt of the Contractor's request for final payment, CONSULTANT will inspect and, if acceptable, submit to the COUNTY its recommendation as to acceptance of the work and as to the final payment request of the Contractor. e. Prepare "As-Constructed" (record) drawings from information provided by the Contractor required for project certifications. CONSULTANT will submit record drawings to the appropriate regulatory agencies and provide the COUNTY with an electronic copy of the record drawings. CAO Page 4 of 13 Amendment#3-AECOM#11-5782 16 C2 11. CONSULTANT will coordinate Start-up Services a. CONSULTANT will coordinate with equipment manufacturers for training and startup services that will be provided by Contractor to the COUNTY's staff. i. Start-up services will be attended by members of the design team (Project Manager/Project Engineer and the HVAC or electrical engineer as required) to ensure that items of equipment operate in accordance with specified design parameters. ii. Contractor will prepare a start-up plan and will submit the information to the CONSULTANT and COUNTY for review and modification prior to actual startup. iii. Startup Testing for ancillary support systems will be documented. b. CONSULTANT will provide additional start-up services associated with pumps and control systems. i. CONSULTANT will monitor pump station operational conditions including pump station pressure and flows over 60-day period as required, a field program will be developed to obtain pressures and flows in the wastewater conveyance system to provide further information to evaluate pump station operation. A subconsultant will be retained to place pressure transducers at ARV locations for a one-week duration to verify system pressures. A subconsultant will complete indirect flow monitoring at the COUNTY owned duplex pump stations by monitoring water surface elevations in the wet wells and pump run times over the same one-week period that pressure is being monitored. ii. CONSULTANT will fine tune pressure settings for anticipated flow ranges associated with pumps running. Field reports will be generated to document system conditions. iii. CONSULTANT will work with Collections staff and provide three days of training on pump system settings and operational controls. CONSULTANT will use field reports and O&M document to assist with this training. iv. Additional Engineering Services will be provided to evaluate alternative pump station configurations and needed improvements to improve the pump station operations. As required additional hydraulic modeling will be completed to simulate various wastewater conveyance system conditions. 12. CONSULTANT will assemble/prepare O&M Manuals. a. CONSULTANT will assemble equipment O&M manuals from the Contractor into one binder and submit to the COUNTY. The manual will be prepared in sufficient time to accommodate staff training to be done by equipment vendors prior to equipment startup. O&M Manual will include: i. Original manufacturer's literature and prints of shop drawings in each copy of the manual.Manufacturer's literature and shop drawings are to be organized and filed by equipment identification number. Each piece of equipment discussed in the manual will have a reference section that will include,at a minimum,reference to the project specifications by specification number and drawing by number. ii. The O&M manual will also include preventative maintenance requirements, spare part lists, and startup/shut down requirements from the manufacturer. iii. CONSULTANT will maintain an O&M Submittal log. CONSULTANT will submit an electronic copy of the draft manual to the COUNTY for review. After addressing comments from the COUNTY,five copies of the final manual and one electronic copy will be delivered to the COUNTY. rAo Page 5 of 13 Amendment#3-AECOM#11-5782 16C2 b. CONSULTANT will prepare Site Specific O&M Manual for MPS 306. i. Alternative Pump Stations Discharge Locations will be documented with Process Flow Diagrams and MOV schematics. ii. Pump Control Strategy will be documented with final pressure settings and anticipated flow ranges for various pumps running. iii. Design Pump Curves and Startup Pump Curves will be documented. iv. COUNTY recommendations to improve pump station operations will be evaluated and implemented in the Manual. v. A draft Site Specific O&M Manual will be furnished to the COUNTY for review in electronic format. Five copies of the final manual and one electronic copy will be delivered to the COUNTY. 13. CONSULTANT will assist the COUNTY with preparing asset management spreadsheets for new process equipment provided at the Master Pump Station. COUNTY will provide format and required data. 14. MPS 306 PLC and HMI Programming. CONSULTANT will complete the PLC/HMI programming associated with the construction of the Proposed MPS 306 in accordance with the following technical specifications and drawings issued as part of the bidding documents for Collier County Proposed Master Pump Station 306 dated April 9, 2018 and amended by bid addendum#8: • Technical Specification 40 93 00 Instrumentation and Control • Technical Specification 40 93 00 A Control Description • Technical Specification 40 93 01 IO Table • Instrumentation Drawings I-001 through I-111. a. Project Coordination, Management and Meetings CONSULTANT will conduct a programming kick-off meeting. The meeting will include discussions of project scope, client objectives and expectations, programming schedule, and will focus on a review of the COUNTY standards for programming and DFS SCADA integration. This meeting will be attended by Project Manager and local I&C Engineer. The CONSULTANT's Programmer will be attending via conference call. Meeting minutes will be prepared and will document the key issues discussed at this meeting. Project coordination and management will be completed for the duration of programming services. b. Programming CONSULTANT will develop the PLC and HMI programming for the MPS 360 Pump Station, in accordance with the Control Description noted in Section 40 93 00 A Control Description. The PLC is an Allen-Bradley ControlLogix, and the HMI is Allen-Bradley PanelView Plus. Based upon the technical specifications and drawings issued as part of the bidding documents for Collier County Proposed Master Pump Station 306 dated April 9, 2018 and amended by bid addendum#8,programming of no more than 27510 points will be completed herein. PLC programs will be documented with labels and comments explaining logical functions Page 6of13 Amendment#3-AECOM#11-5782 16C2 and operation. The HMI graphics will be developed in close coordination with COUNTY staff. HMI graphics will be developed to match the DFS graphics as programmed and provided by the COUNTY. HMI displays will be submitted to the COUNTY for review and feedback prior to completion of the HMI application and subsequent testing. If the Optional Task for a Graphics Workshop is included by COUNTY in the scope of work, CONSULTANT will work with the COUNTY to apply existing COUNTY graphics standards to both the DFS and HMI graphics as described in Optional Task G. CONSULTANT will thoroughly test the PLC, HMI and with assistance from COUNTY the DFS SCADA applications together by simulating control functions,alarms,status and instrument displays to verify that all components of the system function as expected. c. Commissioning Software commissioning will be conducted following completion of field installation and demonstration of all monitored and controlled hardware. The PLC and HMI programs will be installed in the PLC and HMI units, and basic monitoring and control interfaces will be thoroughly tested with the process equipment. Instrument calibrations and input scaling will be tested,verified,and/or updated as necessary. Control outputs will be tested to demonstrate expected responses from process equipment and updated as necessary. Each control algorithm will be implemented and tested to verify operation. Initial control loop tuning will be conducted to achieve effective performance. Close cooperation between the Contractor and Contractor's integrator will be required to successfully complete this activity. d. Site Acceptance Testing Following successful completion of commissioning activities, a Final Site Acceptance Test (SAT) will be performed. This test will be scheduled and coordinated by the CONSULTANT and will require participation by the Contractor and Contractor's integrator. All monitoring and control loops will be tested for performance and documented. e. DFS SCADA O&M Manual A DFS SCADA O&M Manual will be provided, to document the use of the HMI and SCADA displays. The DFS SCADA O&M Manual will include screen captures of the displays, with explanation of how to navigate and use the HMI and DFS SCADA Operator Interfaces. A draft DFS SCADA O&M Manual will be submitted to COUNTY in electronic format for review and comment. CONSULTANT will address COUNTY comments and issue a Final DFS SCADA O&M Manual in electronic format. f. Training CONSULTANT will prepare for and provide training in two phases. Training sessions in each phase will include a minimum of three (3) days of training instruction to the COUNTY's personnel. The first phase of training will include one day of Operator training,based on the Control Description and the DFS SCADA O&M Manual, to train Operations staff on the Page 7 of 13 Amendment#3-AECOM#11-5782 16 C2 functionality of the facility, and the use of the HMI and DFS SCADA. In addition, two days will be PCP and Controls system maintenance training, to train Maintenance staff about the control system and the PLC/HMI software applications. The second phase of training will include one day for review of Phase 1 Training, including basic operator training, PCP, Controls system maintenance, and software maintenance. Days two and three of Phase 2 training will include control system operational details, instrumentation and control equipment maintenance instruction, and training on additional details as requested by the COUNTY's personnel. Phase 2 training will occur a minimum of four (4) weeks following completion of Phase 1 training, and prior to Final Acceptance. g. Graphics Workshop—DFS/HMI Coordination—OPTIONAL PROGRAMMING TASK At the option of the COUNTY, Graphic Design Workshops will be held with COUNTY staff to facilitate the design and development of graphic screens, and associated operator interface functionality,to allow local and remote monitoring and control of Master Pump Station 306. Work includes the following: Conduct two half-day workshops with COUNTY. The intent of the first workshop is to review the Control Strategies for MPS 306 and identify a preliminary list of graphics needed for control and monitoring of MPS 306, which is anticipated to include: electric pumps, generators, diesel pumps, motor actuated valve positions at MPS 302, motor actuated valve positions at MPS 306, and fuel oil system. In addition, a review will be completed of existing MPS graphics in the DFS system,and a determination will be made of preferred approach for graphic depiction and interface to MPS 306. The intent will be to follow existing COUNTY standards and conventions as much as possible, and also maintain similarity in appearance and function between the DFS graphics and HMI graphics. CONSULTANT will prepare initial diagrams of HMI graphic screens based upon Workshop 1. A maximum of 10 graphic screens will be developed. A second workshop will be conducted to review the draft HMI graphics and make necessary revisions. Deliverables: ■ Draft and Final Graphic Screen diagrams (electronic format) • HMI functional descriptions (electronic format) h. Software Factory Acceptance Testing—OPTIONAL PROGRAMMING TASK At the option of the COUNTY, a Software Factory Acceptance Test (SFAT) will be scheduled and conducted to demonstrate performance of the completed PLC and HMI software programming. The SFAT is intended to demonstrate complete software functionality in an off-line environment. Process simulation routines will be used to simulate process conditions and responses to control functions performed by the PLC logic. Process control functions as described in the control strategy narratives will be demonstrated to confirm control intentions as designed and verify that the software will interface with the process monitoring and control devices in a realistic manner. The test will be conducted at the CONSULTANT's facilities. Since this is an off-line demonstration, actual process feedback cannot be included, but Page 8 of 13 CAO, Amendment#3-AECOM#11-5782 16C2 will be simulated as effectively as practical. i. Assistance over the First Year of Operation—OPTIONAL PROGRAMMING TASK At the option of the COUNTY, CONSULTANT will assist COUNTY with troubleshooting programming issues over a one-year period. Certain assumptions have been made in developing the fee for services. To the extent possible, they are stated in this proposal. If changes to the work result in changes in the level of effort presented in this proposal the scope of services and fee budget will be revised by mutual agreement. DELIVERABLES All deliverables shall be furnished in MSWord or AutoCAD and Adobe pdf format. The following deliverables are anticipated: 1. Five (5)hard copy sets of conformed construction documents (Tasks 4b(2)). 2. Certifications of substantial completion(Tasks 4b(10)). 3. Final certifications for permitting agencies (Task 4b(8)). 4. One (1) set of record drawings in electronic format(Tasks 4b(10)). 5. Draft and Final equipment O&M Manuals. Draft equipment O&M Manual will be submitted in electronic format. Final O&M Manuals will be submitted in electronic format and five hard copies will be provided. (Tasks 4b(12a)). 6. Draft and Final site specific O&M Manuals. Draft equipment O&M Manual will be submitted in electronic format. Final O&M Manuals will be submitted in electronic format and five hard copies will be provided.(Task 4b(12b). 7. Draft and Final List of assets in form of Collier County asset management hierarchy (Tasks 4b(13)). 8. Field Reports (electronic copies) documenting pump station conditions and control settings during 60 days of startup services. (Task 4b(11)). 9. At Option of COUNTY, Draft and Final DFS SCADA O&M Manual (electronic format) (Task 4b(14e). 10. At Option of COUNTY, Draft and Final Graphic Screen diagrams (electronic format) (Task 4b(14g). 11. At Option of COUNTY, HMI functional descriptions (electronic format) (Task 4b(14g). SUBCONSULTANTS Q Grady Minor will be retained as a subconsultant to assist with the Construction Phase Services of MPS 306.Johnson Engineering will be retained for pressure monitoring and indirect flow monitoring services. SCHEDULE The services described herein will commence upon receipt by the CONSULTANT of a Notice- to- Proceed and executed Work Order from the COUNTY and run concurrently with the original contract. COUNTY RESPONSIBILITIES 1. COUNTY will designate a Project Representative, as COUNTY's representative and primary contact for CONSULTANT. CONSULTANT will rely on COUNTY's designated Project Page 9 of 13 Amendment#3-AECOM#11-5782 16C2 Representative for instructions and approval of CONSULTANT's services. 2. COUNTY will attend all required meetings and provide feedback in a timely manner. 3. COUNTY will provide CONSULTANT access to the project area. 4. COUNTY will provide CONSULTANT remote access to PLCs/HMIs and DFS system as needed. 5. COUNTY will provide an inspector for on-site inspection of the work. Inspector will be responsible for reviewing the materials and workmanship of the Contractor and report to the CONSULTANT any deviations from the contract documents. Inspector will prepare daily inspection reports, maintain field notes and field construction photographs and maintain appropriate field records. 6. COUNTY agrees that in accordance with generally accepted construction practices, any Contractor employed by COUNTY to perform work in connection with the Project, will be required to assume sole and complete responsibility for job site conditions during the course of construction of the Project,including safety of all persons and property,and that this requirement shall be made to apply continuously and not be limited to normal working hours.CONSULTANT shall not have control over or charge of, and shall not be responsible for, construction means,. methods, techniques, sequences or procedures, as these are solely the responsibility of the Contractor. CONSULTANT will represent COUNTY in accordance with the responsibilities of the CONSULTANT described in and Standard General Conditions of the Construction Contract and any mutually agreeable Special Conditions specific to the Project. CONSTRUCTION CONTRACTOR RESPONSIBILITIES CONSULTANT will be the Programmer for the PLC, HMI software applications. The Contractor will be responsible for all other scope as defined in the contract documents. This includes, but is not limited to, the following: 1. Design/build the PLC panel with HMI. 2. Provide all hardware and software licenses. 3. Conduct the PLC panel FAT. Provide test documentation. 4. Procure, install, configure and commission instrumentation, communication hardware, etc. 5. Install and configure all PLC, HMI, and SCADA software, and demonstrate functionality. 6. Demonstrate communications. 7. Pre-test all I/O wiring prior to the UO verification. 8. Lead the I/O verification(after pre-testing), to be witnessed by CONSULTANT. 9. Commission the facility and conduct SAT, with CONSULTANT providing the software application support. *** 0 Page 10 of 13 Amendment#3-AECOM#11-5782 16 C2 SCHEDULE B-3 BASIS OF COMPENSATION *** 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the 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 PHASE II NOT TO EXCEED AMOUNT Subtask 4b (1-14): Construction Phase $923,344 Basic Services Time& Materials Not-To-Exceed *** Page 11 of 13 Amendment#3-AECOM#11-5782 16C2 ATTACHMENT 1 TO SCHEDULE B-3 INDEX TITLE COST PER HOUR 1 Principal $225.00 2 Senior Project Manager $188.00 3 Project Manager $160.00 4 Senior Engineer $171.00 5 Engineer $134.00 6 Senior Inspector $105.00 7 Inspector $83.00 8 Senior Planner $152.00 9 Planner $120.00 10 Senior Designer $124.00 11 Designer $103.00 12 Environmental Specialist $119.00 13 Senior Environmental Specialist $146.00 14 Scientist/Geologist $101.00 15 Senior Scientist/Geologist $129.00 16 Marine Biologist/Hydrogeologist $120.00 17 Senior Marine Biologist/Hydrogeologist $150.00 18 Senior GIS Specialist $152.00 19 GIS Specialist $111.00 20 Clerical/Administrative $68.00 21 Senior Technician $93.00 22 Technician $78.00 23 Surveyor and Mapper $131.00 24 CADD Technician $88.00 25 Survey Crew-2 man $142.00 26 Survey Crew-3 man $176.00 27 Survey Crew-4 man $206.00 28 Senior Architect $168.00 29 Architect $132.00 30 Senior Programmer $113.00 31 Programmer $103.00 0 Page 12 of 13 Amendment#3-AECOM#11-5782 16C2 SCHEDULE F-3 KEY PERSONNEL KEY PERSONNEL POSITION COMPANY %TIME ALLOCATION Ronald Cavalieri Principal AECOM 1 Dawn Jakiela Principal AECOM 3_2 William Overbeek Senior Project Manager AECOM 15.8 John Rector Project Manager AECOM 4.5 Ira Brandell Senior Engineer AECOM 14.8 Jordan Moulton Engineer AECOM 29.5 Amy Walker Senior Designer AECOM 4 Cherie Wolter Clerical/Administrative AECOM 11.1 Marguerite Boivin CADD Technician AECOM 03 Alex Cheung Programmer AECOM 15.8 te Page 13 of 13 Amendment#3-AECOM#11-5782