Loading...
Backup Documents 12/10/2019 Item #16C 7 ORIGINAL DOCUMENTS CHECKLIST & ROUTING • TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT1-11.. t�� 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 D tylk1040'19 Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Risk Management Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management C' , 4it j. ti 2. County Attorney Office County Attorney Office 574 . *Of. 4. BCC Office Board of County Commissioners / . 4. Minutes and Records Clerk of Court's Office 5. Procurement Services Procurement Services 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 DECEMBER 10, 2019 Agenda Item Number 16.C.7. Approved by the BCC Type of Document CONTRACT Number of Original 2 Attached Documents Attached PO number or account N/A 18-7370 AECOM,USA, number if document is AECOM,USA,INC. INC. to be recorded 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 12/10/2019 and all changes made during is tiOt the meeting have been incorporated in the attached document. The County % option for Attorney's Office has reviewed the changes,if applicable. s line. 9. Initials of attorney verifying that the attached document is the version approved by the A is not BCC,all changes directed by the BCC have been made, and the document is ready for the option for Chairman's signature. 'ne. 1607 -' MEMORANDUM Date: December 17, 2019 To: Ana Reynoso, Purchasing Tech Procurement Services From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Request for Proposal No. 18-7370 "Public Utilities Water Sewer District Master Plan" Contractor: AECOM USA, Inc. Attached, is an original copy of the contract referenced above, (Item #16C7) approved by the Board of County Commissioners on Tuesday, December 10, 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 16C7 AECOM AECOM Technical Services,Inc. 213.593.8100 tel 300 South Grand Avenue 213.593.8730 fax 9'h 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 do 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 November 1, 2019, and attached hereto as Exhibit A,C.Scott Lee has signatory authority for ATS and are authorized to execute contracts and other documents on behalf of the Corporation. IN WITNESS WHEREOF, I have subscribed my name and affnced the seal of the Corporation, this 9th day of December,2019. • Charles F. Szurgot Secretary • ,) t.j;,fti..'r'!.t 16C7 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 -e=t1coczneLts=•A:rzlocrealoomoocncocts=r4Loccsarz2c41-zococ=raxgsxsuzoKsAxxzcrsA A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of r On N_MA4-054— lr al l before me, T0.A 10 e , Date `- HereerInsert Name and Title oft e Officer personally appeared �+'\GO.0 JZJJ .C)( Name(s)of S,gner(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. TANNALEE AIO E WITNESS my h.•- . . • 'al seal. .I/ifr) Commission•2113138 t ' Notary Pubec•California , Angeles County Signature �l��r►/ lot a { M Comm.Ex Ires Feb 20,2020 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description ttached Document Title or Type of Docu r#;... Document Date: � •. .er of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: igner's Name: Cl Corporate Officer — Titl L ': .orate Officer — Title(s): 0 Partner — Li • General ❑Partne ■ Limited !General Individ Attorney in Fact 0 Individual ' e orney in Fact El stee i Guardian or Conservator El Trustee Guar.':• or Conservator Other: El Other: Signer Is Representing: Signer Is Representing: •,c e sx.c ecc•ccr-c.-c 0(. 4-xx c•cc ecc; cor..vcc.c.m,vcw wc,.rcryrx7r cez�t e t ee> ec.c ©2016 National Notary Association•www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 1607 UNANIMOUS ACTION OF THE BOARD OF DIRECTORS OF AECOM TECHNICAL SERVICES, INC. Excerpt 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 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 November 1, 2019: Last Name First Name Region Area/Market Sector Business Line Lee C.Scott Southeast Miami Metro Water 16C IN TESTIMONY WHEREOF, all the Directors have hereunto set their hands this 1'day of November, 2019. /''l \ 'f Keenan Edward Driscoll �! .11/Vey P Rosenstein / --\,,( __,_..—...— - 2---.– Roger Wiederkehr 16C1 PROFESSIONAL SERVICES AGREEMENT Contract # 18-7370 for Public Utilities Water-Sewer District Master Plan n CCNA I NON-CCNA THIS AGREEMENT is made and entered into thisti O 'day of12.(Q( Q'c , 20 _by and between the Board of County Commissioners for Collier County, Florida, Ex-Officio the Governing Board of the Collier County Water-Sewer District a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY") and AECOM Technical Services, Inc. authorized to do business in the State of Florida, whose business address is 4415 Metro Parkway, Suite 404, Fort Myers, FL 33916 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESSETH: WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT concerning Public Utilities Water-Sewer District Master Plan (hereinafter referred to as the "Project"), said services being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; and; WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to COUNTY professional services in all phases of the Project to which this Agreement applies. 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the COUNTY for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein. 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Page 1 of 32 PSA Single Project Agreement 2017.010 Ver.2 CA() 1 6 C 7 Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONSULTANT pursuant to this Agreement. 1.4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services to the COUNTY. 1.5. CONSULTANT designates Ronald R. Cavalieri, P.E., BCEE a qualified licensed professional to serve as the CONSULTANT's project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project Coordinator shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without the COUNTY's prior written approval, and if so removed must be immediately replaced with a person acceptable to the COUNTY. 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from the COUNTY to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to the COUNTY. 1.7. The CONSULTANT represents to the COUNTY that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the COUNTY's review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Page 2 of 32 PSA Single Project Agreement 2017.010 Ver.2 Civ 1 6 C 7 Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 1.8. In the event of any conflicts in these requirements, the CONSULTANT shall notify the COUNTY of such conflict and utilize its best professional judgment to advise the COUNTY regarding resolution of each such conflict. The COUNTYS approval of the design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. 1.9. The COUNTY reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to CONSULTANT's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the COUNTY reserves the right to make sole determination regarding deductions. After notification of deficiency, if the CONSULANT fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the CONSULTANT. The COUNTY may also deduct or charge the Page 3 of 32 PSA Single Project Agreement 2017.010 Vert 16C1 CONSULTANT for services and/or items necessary to correct the deficiencies directly related to the CONSULTANT's non-performance whether or not the COUNTY obtained substitute performance. 1.10. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without the COUNTY's prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. CONSULTANT shall provide the COUNTY prompt written notice of any such subpoenas. 1.11. As directed by the COUNTY, all plans and drawings referencing a specific geographic area must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK(Real- Time Kinematic) GPS Network as provided by the COUNTY. Information layers shall have common naming conventions (i.e. right-of-way- ROW, centerlines - CL, edge-of-pavement- EOP, etc.), and adhere to industry standard CAD specifications. ARTICLE TWO ADDITIONAL SERVICES OF CONSULTANT 2.1. If authorized in writing by the COUNTY through a Change Order or Amendment to this Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in the COUNTY's Procurement Ordinance and Procedures in effect at the time such services are authorized. These services will be paid for by the COUNTY as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Change Order or an Amendment to this Agreement prior to starting such services. The COUNTY will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Basic Services required of CONSULTANT hereunder. If the COUNTY determines that a change in the Agreement is required because of the action taken by CONSULTANT in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to the COUNTY of the emergency within forty- eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT's right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: Page 4 of 32 PSA Single Project Agreement 2017.010 Ver.2 CAO 16C7 2.2. Preparation of applications and supporting documents (except those already to be furnished under this Agreement) for private or governmental grants, loans, bond issues or advances in connection with the Project. 2.3. Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, the COUNTY's schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by the COUNTY when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONSULTANT's control and fault. 2.4. Providing renderings or models for the COUNTY's use. 2.5. Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting the COUNTY in obtaining such process licensing. 2.6. Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 2.7. Services during travel outside of Collier and Lee Counties required of CONSULTANT and directed by the COUNTY, other than visits to the Project site or the COUNTY's office. 2.8. Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.9. Preparing to serve or serving as a CONSULTANT or witness for the COUNTY in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). 2.10. Additional services rendered by CONSULTANT in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services in accordance with generally accepted professional practice. ARTICLE THREE THE COUNTY'S RESPONSIBILITIES 3.1. The COUNTY shall designate in writing a project manager to act as the COUNTY's representative with respect to the services to be rendered under this Agreement (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, interpret and define the COUNTY's policies and decisions with respect to CONSULTANT's services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: Page 5 of 32 PSA Single Project Agreement 2017.010 Ver.2 CAO 16C1 a. The scope of services to be provided and performed by the CONSULTANT hereunder; b. The time the CONSULTANT is obligated to commence and complete all such services; or c. The amount of compensation the COUNTY is obligated or committed to pay the CONSULTANT. 3.2. The Project Manager shall: a. Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; b. Provide all criteria and information requested by CONSULTANT as to the COUNTY 's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; c. Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT's disposal all available information in the COUNTY's possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; d. Arrange for access to and make all provisions for CONSULTANT to enter the Project site to perform the services to be provided by CONSULTANT under this Agreement; and e. Provide notice to CONSULTANT of any deficiencies or defects discovered by the COUNTY with respect to the services to be rendered by CONSULTANT hereunder. ARTICLE FOUR TIME 4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from the COUNTY for all or any designated portion of the Project and shall be performed and completed in accordance with the Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the COUNTY, fires, floods, epidemics, quarantine regulations, strikes or lock-outs, then CONSULTANT shall notify the COUNTY in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT's services from any cause whatsoever, including those for which the COUNTY may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from the COUNTY. CONSULTANT's sole remedy against the COUNTY will be the right to seek an extension of time to its schedule provided, however, the granting of any such time extension shall not be a condition Page 6 of 32 PSA Single Project Agreement 2017.010 Ver.2 Civ 16C ?' precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT's compensation shall be equitably adjusted, with respect to those services that have not yet been performed, to reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4. Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the COUNTY hereunder, the COUNTY at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the COUNTY's satisfaction that the CONSULTANT's performance is or will shortly be back on schedule. 4.5. In no event shall any approval by the COUNTY authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by the COUNTY to CONSULTANT be deemed a waiver of any right or claim the COUNTY may have against CONSULTANT for delay or any other damages hereunder. ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the COUNTY for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodologies: Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the COUNTY to the CONSULTANT; and, as a business practice there are no hourly or material invoices presented, rather, the CONSULTANT must perform to the satisfaction of the COUNTY's Project Manager before payment for the fixed price contract is authorized. Time and Materials: The COUNTY agrees to pay the contractor for the amount of labor time spent by the CONSULTANT 's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark-up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall apply only to tasks procured under the Time and Materials pricing methodology specified in paragraph 5.1 above. any-- Page 7 of 32 PSA Single Project Agreement 2017.010 Ver.2 CA�� 16C1 ARTICLE SIX THE OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by the COUNTY, CONSULTANT shall deliver to the COUNTY copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement("Project Documents"). The COUNTY shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to the COUNTY the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring the COUNTY to pay any additional compensation, CONSULTANT hereby grants to the COUNTY a nonexclusive, irrevocable license in all of the Project Documents for the COUNTY's use on this Project. CONSULTANT warrants to the COUNTY that it has full right and authority to grant this license to the COUNTY. Further, CONSULTANT consents to the COUNTY's use of the Project Documents to complete the Project following CONSULTANT's termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges the COUNTY may be making Project Documents available for review and information to various third parties and hereby consents to such use by the COUNTY. ARTICLE SEVEN MAINTENANCE OF RECORDS 7.1. CONSULTANT will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the Project is completed, whichever is later, or such later date as may be required by law. The COUNTY, or any duly authorized agents or representatives of the COUNTY, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. ARTICLE EIGHT INDEMNIFICATION 8.1. To the maximum extent permitted by Florida law, CONSULTANT shall defend, indemnify and hold harmless the COUNTY, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. Page 8 of 32 PSA Single Project Agreement 2017.010 Ver.2 CAO 16C7 This section does not pertain to any incident arising from the sole negligence of Collier County. 8.1.1. The duty to defend under this Article 8 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the CONSULTANT, the COUNTY and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to CONSULTANT. The CONSULTANT's obligation to indemnify and defend under this Article 8 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the COUNTY or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 8.1.2. To the extent that the Agreement that the work pertains to is a"Professional Services Contract" as defined in Section 725.08(3), Florida Statutes, and the CONSULTANT is a "Design Professional" as defined in Section 725.08(4), Florida Statutes, the indemnification provided herein shall be limited as provided in Sections 725.08(1) & (2), Florida Statutes. ARTICLE NINE INSURANCE 9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2. All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3. All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests' provisions. 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against the COUNTY for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by the COUNTY applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. Page 9 of 32 PSA Single Project Agreement 2017.010 Ver.2 16C ? 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 9.4. CONSULTANT, its subconsultants and the COUNTY shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by the COUNTY, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5. All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE TEN SERVICES BY CONSULTANT'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT's own staff, unless otherwise authorized in writing by the COUNTY. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the COUNTY. No provision of this Agreement shall, however, be construed as constituting an agreement between the COUNTY and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the COUNTY beyond such as may then otherwise exist without regard to this Agreement. 10.2. Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. All personnel, identified in Schedule F shall not be removed or replaced without the COUNTY's prior written consent. 10.3. CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the COUNTY. Each subconsultant or subcontract agreement shall preserve and protect the rights of the COUNTY under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the sub consulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub- subconsultants or sub-subcontractors. 10.4. CONSULTANT acknowledges and agrees that the COUNTY is a third-party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship Page 10 of 32 PSA Single Project Agreement 2017.010 Ver.2 CA° 16C7 between the COUNTY and any subconsultant or subcontractor. Further, all such contracts shall provide that, at the COUNTY's discretion, they are assignable to the COUNTY upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT's acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against the COUNTY arising out of this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time of the final payment. Neither the acceptance of CONSULTANT's services nor payment by the COUNTY shall be deemed to be a waiver of any of the COUNTY's rights against CONSULTANT. ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for the COUNTY to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT's failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONSULTANT's failure to properly and timely perform the services to be provided hereunder or as directed by the COUNTY, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT's principals, officers or directors, or (d) CONSULTANT's failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT's failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The COUNTY may so terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that the COUNTY otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against the COUNTY shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 12.3. The COUNTY shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against the COUNTY shall be limited to that portion of the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against the COUNTY, including, but not limited to, anticipated fees or profits on work not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. Page 11 of 32 PSA Single Project Agreement 2017.010 Ver.2 CAU 16C1 12.4. Upon termination and as directed by the COUNTY, the CONSULTANT shall deliver to the COUNTY all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Article 6, that are in CONSULTANT's possession or under its control. 12.5. The COUNTY shall have the power to suspend all or any portions of the services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONSULTANT's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.6. In the event (i) the COUNTY fails to make any undisputed payment to CONSULTANT within forty-five (45) days after such payment is due or such other time as required by Florida's Prompt Payment Act or (ii) the COUNTY otherwise persistently fails to fulfill some material obligation owed by the COUNTY to CONSULTANT under this Agreement, and (ii) the COUNTY has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such default is cured, after giving THE COUNTY a second fourteen (14) days written notice of CONSULTANT's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate this Agreement by giving written notice to the COUNTY of CONSULTANT's intent to terminate this Agreement. If the COUNTY does not cure its default within fourteen (14) days after receipt of CONSULTANT's written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the COUNTY, terminate the Agreement and recover from the COUNTY payment for Services performed through the termination date, but in no event, shall CONSULTANT be entitled to payment for Services not performed or any other damages from the COUNTY. ARTICLE THIRTEEN TRUTH IN NEGOTIATION REPRESENTATIONS 13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 13.2. n CCNA Projects: In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT agrees to execute the required Truth-In-Negotiation Certificate, attached hereto and incorporated herein as Schedule E, certifying that wage rates and other factual unit costs supporting the compensation for CONSULTANT's services to be provided under this Agreement are accurate, complete and current at the time of the Agreement. The CONSULTANT agrees that the original Agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the COUNTY determines the Agreement price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. Page 12 of 32 PSA Single Project Agreement 2017.010 Ver.2 AO ARTICLE FOURTEEN 1 C 7 CONFLICT OF INTEREST 14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the COUNTY shall be in writing and shall be delivered by hand, email, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following COUNTY's address of record: Board of County Commissioners for Collier County, Florida Division Name: Public Utilities Engineering & Project Management Division Director: Tom Chmelik Address: 3339 Tamiami Trail East, Suite 303 Naples, Florida 34112-5361 Administrative Agent/PM: Eric Fey, Principal Project Manager Telephone: (239) 252-1037 E-Mail(s): Eric.Fey(cr)_colliercountyfl.gov 16.2. All notices required or made pursuant to this Agreement to be given by the COUNTY to the CONSULTANT shall be made in writing and shall be delivered by hand, email or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT's address of record: Company Name: AECOM Technical Services, Inc. Address: 4415 Metro Parkway, Suite 404 Fort Myers, Florida 33916 Attention Name & Title: Ronald R. Cavalieri, PE, BCEE Telephone: (239) 278-7996 E-Mail(s): Ronald.Cavaliericaecom.com Page 13 of 32 PSA Single Project Agreement 2017.010 Ver.2 • 1607 16.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE SEVENTEEN MISCELLANEOUS 17.1. CONSULTANT, in representing the COUNTY, shall promote the best interests of the COUNTY and assume towards the COUNTY a duty of the highest trust, confidence, and fair dealing. 17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of the COUNTY. 17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7. Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 17.8. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE Schedule D INSURANCE COVERAGE • Schedule E CCNA Projects: TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL Schedule G Other: n/a Solicitation # 18-7370 , including all Attachment(s), Exhibit(s) &Addendum Consultant's Proposal Page 14 of 32 PSA Single Project Agreement 2017.010 Ver.2 cA0 16C7 17.10. terms of the Agreement shall take precedence over the terms of all other Contract Documents, by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the CONSULTANT at the COUNTY's discretion. 17.11. Applicability. Sections corresponding to any checked box (M ) expressly apply to the terms of this Agreement. ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. ■ At the time this Agreement is executed, CONSULTANT shall sign and deliver to the COUNTY the Truth-In-Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT's compensation shall be adjusted to exclude any sums by which the COUNTY determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by the COUNTY of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or Page 15 of 32 PSA Single Project Agreement 2017.010 Ver.2 CM) 1 Cl consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." ARTICLE TWENTY DISPUTE RESOLUTION 20.1. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision-making authority and by the COUNTY's staff person who would make the presentation of any settlement reached during negotiations to the COUNTY for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by the COUNTY's staff person who would make the presentation of any settlement reached at mediation to the COUNTY's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE TWENTY-ONE IMMIGRATION LAW COMPLIANCE 21.1. By executing and entering into this agreement, the CONSULTANT is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the CONSULTANT to comply with the laws referenced herein shall constitute a breach of this agreement and the COUNTY shall have the discretion to unilaterally terminate this Agreement immediately. Page 16 of 32 PSA Single Project Agreement 2017.010 Ver.2 1 6 C 7 IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement the day and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA;'Ex-OFFICIO Crystal K. Kinzel, Clerk of Courts & THE GOVERNING BOARD Of THE COLLIER Comptrcllei?nX40 , COUNTY WATr-- - pis' t Ce)- --;:, ' ', i-- :: By s�, ,0v By: y_ _' .,x:41 . ,L..,,----; K i 9• rQ'.., by.... Date: 1 �,. ,�illiam L. McDaniel,Jr. J11ii ti.10N ChUrefrig e f ; to to Chairman's signature only. A.. ov-d a to F m nd Legality: • Afar k „ County Attorney Gb}}— 12 7A. Name Consultant: Consultant's Witnesses: AECOM Technical Services, Inc. (3. 0,,,A, . By: C, s V\Ness A c R COM c4i�I' Sco L e . ` v Name and Title � r Name and Title I0/... , A . ness '. r , - 1 a 14 l ) item# Ply)`� Agenda k`i iNA et Name and Title Date __ DateReed / i G !...e_pftylerk) Ai, Page 17 of 32 PSA Single Project Agreement 2017.010 Ver.2 16C7 SCHEDULE A SCOPE OF SERVICES n following this page (pages 1 through 27 ) Page 18 of 32 PSA Single Project Agreement 2017.010 Ver.2 �d'.,�O 1 6 C 7 SCOPE OF SERVICES AECOM Technical Services,Inc. Collier County Board of County Commissioners Public Utilities Master Plan Revised July 19,2019 SCOPE OF SERVICES CONSULTANT has prepared a scope of services to meet the requirements outlined in RPS No. 18-7370. The scope of services is organized into eleven (11)Tasks as detailed below, in order to develop individual Collier County Water Sewer District Master Plans for Potable Water/Raw Water, Irrigation Quality Water, and Wastewater. In order to prepare a project budget to complete the scope of work, CONSULTANT has made certain assumptions and/or clarifications, which are presented within the individual tasks and subtasks. Where the scope of work is sufficiently well defined, CONSULTANT will perform the activities with no further clarification. TASK 1—PROJECT MANAGEMENT Task 1.1 Project Management Plan CONSULTANT will prepare a Project Management Plan for the development and execution of the Public Utilities Master Plans. In accordance with the Collier County Water Sewer District vision statement, individual Master Plans for Potable Water/Raw Water, Irrigation Quality Water and Wastewater will be "dynamic comprehensive plans for delivering quality potable water, wastewater, and irrigation water services". The Project Management Plan will include the following: • Vision, Mission,guiding principles, project goals and objectives. • Work breakdown structure • Communication protocol, which includes identification of the Project Delivery Team and project stakeholders • Documents management system • Budget and project schedule • Monitoring and reporting plan • Deliverable submittal and review process plan, including definition of project deliverables • QA/QC plan, including requirements for creating consistent deliverable documents that will meet the high-quality standards necessary to make the project a success. CONSULTANT will prepare a draft Project Management Plan (PDF format) for review and comment. After addressing the COUNTY's comments, CONSULTANT will submit a final Project Management Plan (PDF format). Task 1.2 Kickoff Meeting/Monthly Status Reports/Review Meetings A project Kickoff Meeting will be conducted at the onset of the project. Key project team members from AECOM and the COUNTY will attend this meeting to discuss project goals and objectives, scope of work, communication protocols,information required from COUNTY for review, a document Page 1 CAU 16C1 management system and project budget and scheduling requirements. The Project management Plan will be updated as required to address discussion items at this kickoff meeting and subsequent meetings with Collier County staff. Monthly meetings with COUNTY representatives will be conducted throughout the project to keep the COUNTY informed of the project progress and to obtain input and direction as required for outstanding project issues. A reoccurring day and time will be established for meetings. Objectives for these meetings will be to provide progress updates and to reach decisions on pertinent issues relative to the specific topics being addressed. Progress meetings may be held with other selected Engineers in order to collaborate effectively the work effort associated with this program. Meeting Minutes will be prepared for each meeting and distributed (PDF format) to the Project Delivery Team and project stakeholders. The CONSULTANT will prepare and distribute agendas and minutes (PDF format) for each meeting incorporating agenda items and meeting minute corrections provided by the COUNTY. Agendas will be submitted to the COUNTY at least two days prior to the meeting. Draft minutes will be submitted to the COUNTY no more than five (5) working days following each meeting; COUNTY will provide comments no more than three working days after receipt of draft minutes. To the extent possible CONSULTANT will minimize travel time by using conference calls to conduct progress meetings. Project Status Reports will be completed monthly and include the following information: • Recent progress • Budget and schedule status • Planned activities • Critical matters In addition to the in-progress review meetings, CONSULTANT will conduct a series of 12 facilitated workshops with the Project Delivery Team and project stakeholders for completion of the Public Utilities Master Plan. When feasible, workshop meetings and progress meetings will be scheduled to occur back to back. Workshop details are presented within the specific tasks outlined in the scope of services. Task 1.3 Coordinate Project Activities For the duration of the project, CONSULTANT's Project Manager will coordinate project activities to make sure that the project remains focused on the defined scope, schedule and budget. The project manager will serve to coordinate with the COUNTY project manager as well as the CONSULTANT Task Leaders to drive the activities and deliver the work products and deliverables. The estimated project duration is 15 months with a goal of delivering the final product for presentation to the Board of County Commissioners. Deliverables CONSULTANT will provide the following deliverables under this task: • Project Management Plan • Monthly Progress Reports and Workshop/Progress Meeting Notes Page 2 CAO 16 Cl TASK 2—DATA COLLECTION AND REVIEW Task 2.1 Collect and Review Data The existing information/documents listed below will be obtained and reviewed by CONSULTANT. It is assumed that the COUNTY will assist CONSULTANT in identifying the critical information that should be considered in development of the Public Utilities Master Plans. CONSULTANT will prepare a Request for Information that will include: • Collier County recently updated Water Supply Facilities Work Plan • Most current AUIR Reports and Spreadsheets • Latest copy of Irrigation Quality Water Master Plan • Basis of design documentation and record information for existing water and wastewater treatment facilities • Existing County water use permits and operating permits for water and wastewater treatment facilities • Other large water use permits • Ground and surface water resources information • Historical flow,groundwater monitoring, and water quality data from Collier COUNTY for fresh and brackish groundwater supplies. Obtain historical wellfield performance data. • County irrigation water use history • List of Major Customers for Irrigation Water • Available Potable Water Supply System Statistics/data base • Historical flow and operation data for existing WWTPs, and WTPs, including: o Monthly operating reports (MORS) o Daily monitoring reports(DMRs) o Consumer confidence reports o Compliance monitoring data • Minimum of three years of historical operating data from the North and South County Regional WRFs and leachate from landfill. Data shall include available raw wastewater, inter-unit, and effluent flows and pollutant concentrations. • Most recent hydraulic profiles for the North and South County Regional WRFs. • Most recent GIS Geodatabase for the Collier County Public Utilities existing water,wastewater, and irrigation quality water systems/CityWorks • Calibrated Hydraulic models for Collier County Public Utilities existing water distribution, wastewater conveyance, and irrigation quality water distribution systems and related modeling reports. • Population planning documents from COUNTY. Planning documents will include: o GIS Shapefile and geodatabase of Traffic Area Zones (TAZs) o GIS Shapefile and geodatabase for existing and future land use o GIS Shapefile and geodatabase on Planned Unit Development(PUD) areas and future growth areas o GIS Shape file for Wastewater Sewersheds (prepared by others) o Growth Rates with TAZ boundaries (prepared by others) • Results from Hydraulic Modeling Analysis for Wastewater System (prepared by others) • Tide gauge data (nearest local gauges, plus NOAA data) • Stormwater system outfall locations and elevations • Facilities that have flooded,or whose access has been blocked during storms • Known instances of infiltration and inflow through the conveyance system. • Map of 100-year flood elevation and relationship to CCWSD facilities Page 3 CAU 16C1 Task 2.2 Document Management System Under this task the CONSULTANT will establish a documents management system in accordance with the Project Management Plan, and meet with the COUNTY to identify critical information. The document management system will be a secure, internet-based site such as a Sharepoint site which will provide team members with access to review, share, and post data and project documents. In addition to the Sharepoint site, the electronic documents will also be housed on CONSULTANT's server. Task 2.3 Workshop#1 —Review Existing Data and Planned Activities CONSULTANT will prepare and conduct Workshop #1. The purpose of this Workshop is to review existing data and project approach/planned activities for the demand/flow projections, water supply evaluation, climate resilience analysis and treatment capacity assessment. Deliverables CONSULTANT will provide the following deliverables under this task: Request for Information (PDF format) 4. Workshop#1 —Presentation on existing data and planned activities TASK 3—WATER RESOURCE EVALUATION CONSULTANT will evaluate available water supply options including surface water and groundwater sources, along with reclaimed water. These resources will be evaluated along with various management techniques such as aquifers storage and recovery (ASR) to find a balanced way to supply both potable water and IQ water demands. Evaluation will provide recommendations that are consistent with the priniciples and priorities established in the Sustainable Integrated Water Resource Management Strategy Workshop presented to the Board of County Commissioners on November 3, 2015. Task 3.1 Evaluation of water supply options Water demands and resources for recent expansions of the Collier Public Utility System in the Northeast Service area including Orange Tree and Golden Gate City service area will be evaluated for the planning horizon 2020 to 2040 and 2070 (50 year/build out). Water supply sources will be screened with respect to technical feasibility, sustainability, regulatory agency permitability, public acceptance, and cost. The detailed evaluation will assess impacts from climate change (including increased temperatures and changes in frequency and intensity of storms) on freshwater resource salinity, irrigation requirements, and potable water usage. After the evaluation is complete, preferred water supply options (up to five) will be identified. CONSULTANT will make recommendations regarding the scheduling and implementation of the preferred alternatives. Past performance trends in yield and water quality for the County's existing water supply infrastructure will be considered in projections and evaluations of system reliability and sustainability needs. Potable water supply system alternatives will be identified and evaluated for fresh groundwater sources including the Water Table and Lower Tamiami Aquifers and brackish groundwater sources, including the Hawthorn Zone I and Lower Hawthorn Aquifers. Irrigation water supply system alternatives for supplementing available reclaimed water supplies will be identified and evaluated for fresh surface water sources primarily focused on the Golden Gate Canal System, fresh groundwater sources including the Water Table and Lower Tamiami Aquifer, and mildly brackish sources including the Hawthorn Zone I Page 4 CAO 16C ? aquifer in the Northeast service area. Water resource management options will be considered for seasonal storage, salinity control, aquifer recharge, wetland hydration, and potable water offsets. Water resource system alternatives will be developed for both the potable and irrigation system demands with specific improvement plans identified for the NCRWTP, the SCRWTP, the Orange Tree WTP,the proposed NERWTP,the NCWRF,the SCWRF, the Orange Tree WRF,the Golden Gate City WRF, and the proposed NERWRF. Task 3.2 Water Resource Evaluation Technical Memorandum CONSULTANT will prepare and submit to the COUNTY a draft Technical Memorandum (TM) with separate sections for potable water and IQ water (PDF format) summarizing the results of the evaluations described above. Task 3.3 TM Review Meeting with COUNTY and Final TM CONSULTANT will meet with the COUNTY to review the COUNTY's comments. CONSULTANT will address the comments and will submit the final Water Resource Evaluation TM (PDF format). Deliverables: Consultant will provide the following deliverables under this task: • Draft Technical Memorandum—Water Resource Evaluation • Final Technical Memorandum—Water Resource Evaluation TASK 4—POPULATION AND DEMAND/FLOW PROJECTIONS CONSULTANT will determine existing and future population and demands/flows within the Collier COUNTY Water and Sewer District (CCWSD) service areas over the planning horizon years 2020, 2025, 2030, 2040 and 2050. Separate projections will be made for potable water and irrigation quality water demands, and wastewater flows. CONSULTANT will review current COUNTY Annual Update and Inventory Report to help facilitate consistency between planning efforts. Task 4.1 Identify Planning areas The CONSULTANT will identify existing currently served areas and potential service expansion areas. CONSULTANT will develop shapefiles to delineate the CCWSD service areas in greater detail. The shapefile for the potable water service area will sub-divide the service area to facilitate allocation of future water demands and will follow the COUNTY's existing population planning areas—Traffic Analysis Zones (TAZs). The CONSULTANT will provide this shapefile to SUBCONSULTANT Metro Forecasting Models, LLC (MFM) to develop growth patterns and resulting forecasted population to be allocated geographically. CONSULTANT will review and update as needed the COUNTY provided shapefile based upon the COUNTY's wastewater system GIS geodatabase (prepared by others) for the wastewater service area, which will delineate each of the COUNTY's master pump station sewer sheds and future service areas. Task 4.2 Population Forecasts The generation of forecasts for potable water demand will be based upon population forecasts Page 5 (('AO 16C1 associated with TAZs. The forecasts for wastewater flows will be based upon population forecasts associated with sewersheds, which may include a combination of TAZs. Starting from the baseline of existing conditions, forecasts will be developed for each of the master planning horizon years (i.e., 2020, 2025, 2030, 2040, and 2050). The population projections for potable water system service area will be developed by using an Interactive Growth Model for use in the estimation of potable water demands. The population projections for wastewater system service area will be provided by the COUNTY for use in the estimation of wastewater flow forecasts. Infill and Redevelopment will be accounted for in the population projections. However, zoning changes will not be analyzed as part of this study. AECOM will develop a GIS-based Population Distribution Application (PDA), utilizing Python and ArcGIS Model Builder,to automate the analysis and distribution of population projections through the planning horizon within the CCWSD service areas, enabling the COUNTY to perform long-term planning tasks associated with county-wide population growth and land use changes. Task 4.3 Develop Demand/Flow Projections CONSULTANT will develop potable water demands and wastewater flows for the COUNTY's Water and Sewer District service areas. The demands/flows projections will be developed in a spatially enabled growth plan using the above indicated Interactive Growth Model. Potable Water Demand Forecasts The CONSULTANT will develop a Water Demand Projection Module (WDPM) module, a tool for forecasting system wide water demand. This module will provide a centralized location to store records of baseline consumption, population growth data, and assumptions utilized for future conservation and non-revenue data. The data is then used by the module in the forecasting of water demands. The WDPM interface is designed on a Microsoft Access platform (using Microsoft Visual Basic for Applications (VBA)) to be secure, user-friendly, portable, and easily customizable. The module consists of data entry menus including historical retail meter data (to be obtained from CCWSD billing records), historical finished water totals (to be obtained from CCWSD SCADA data), projected population growth (from Interactive Growth Model), system wide water conservation data (if applicable), and non-revenue water (NRW) data (to be determined based on CCWSD billing records and water production data), and diurnal curve data (based on water treatment plants SCADA data). Conceptually, projected consumption is based on current day meter readings increased by the amount the population within a TAZ is expected to grow and calculated is as follows: Total Projected Consumption=Projected Consumption+Total NRW—Retail Conservation Where: Projected Consumption = Per Capita Consumption * Projected Population from TAZ Per Capita Consumption = Historical Consumption/Historical TAZ Population Page 6 CAO 16C1 The CONSULTANT will • Review current water demand/consumption. • Review historical and current WTP production data • Estimate non-revenue producing water • Estimate per capita water demand, including potential impact of increased temperatures on water demand. • Conduct a sensitivity analysis using varying growth population projections in the North East Service Area and varying per capita demands to determine potential impacts to the Potable Water Demand projections. • Develop peaking factors for the following: o Maximum Month Day Demand (MMDD) o Maximum Day Demand (MDD) o Maximum Three-Day Demand (M3DD) o Peak Hour Demand (PHD) • Develop typical diurnal demand curve for dry season and wet season • Develop potable water demand projections over the planning horizon • Potable water demand projections and increases in projected demands will be geographically linked to where growth is expected to occur.The potential impact of increased temperatures on demand will also be considered. Wastewater Flow Forecasts The wastewater population and flow forecasts by sewershed for the years identified in the planning horizon will be provided by the COUNTY(previously developed by others)for use in the Master Plan. CONSULTANT will review historical information to confirm the wastewater flow forecasts provided by COUNTY and will complete additional forecasting analysis as noted below: • Review historical and current influent wastewater flow data for WRFs • Review pumping records in SCADA, review regulatory reports, current wastewater conveyance data • Historical dry weather or wet weather events will be selected to estimate the dry weather and wet weather per-capita flow and peaking factors. The potential impact of increased temperature on wastewater flows will be included. • Rainfall Dependent Infiltration and Inflow (RDII) will also be established based on the historical flows from dry weather and wet weather events. • Develop peaking factors for the following o Maximum Daily Flow(MDF) o Maximum Month Daily Flow(MMDF) o Maximum 3-day Flow (M3DF) o Peak Hourly Flow(PHF) • Review COUNTY provided wastewater flow projections over the planning horizon. • Conduct a sensitivity analysis using varying growth population projections in the North East Service Area and varying per capita flow rates to determine potential impacts to the Wastewater Flow projections. • Wastewater flow projections will be geographically linked to the wastewater collection sewer sheds and assigned to the corresponding wastewater master pump station. Page 7 CAO 16C1 IQ Water Demand Forecasts Irrigation Quality Water Demands will be determined as follows: • Review historical and current IQ customer demand data and evaluate demands on a monthly basis. • Identify potential large IQ customers and demands within Collier COUNTY Water and Sewer District service area assuming unlimited supply, reasonable connection costs and current fee structure. This will include servicing the Northeast Service Area per existing Memorandum of Understanding. • Develop IQ water demand projections over the planning horizon (2020 — 2050). The potential impact of increased temperature on IQ water demand will be included. The demand projections will be linked to GIS. • Provide conceptual assessment/statement regarding potential impacts of future legislation concerning nutrients on IQ water quality. • Evaluate to what extent the COUNTY should provide IQ water to customers that are already/or will be self-served. Principles and priorities established in the Sustainable Integrated Water Resource Management Strategy Workshop presented to the Board of County Commissioners on November 3, 2015 shall be utilized during this evaluation. Analysis will be completed to evaluate availability of reclaimed water/IQ Water Supplies, gap for IQ water and the capital/re- occurring cost and revenue stream for providing extended IQ water service. • Identify areas where irrigation water is provided from the potable water distribution system and determine benefit and timing for supplying irrigation quality water. CONSULTANT will review available GIS information of Irrigation Quality (10) and Potable Water Piping along with other available data bases (customer account information, location of private wells) to assist with identifying areas where the extension of IQ water may be beneficial to the COUNTY. Analysis will be completed to evaluate gap for potable water supplies, availability of reclaimed water/IQ Water Supplies, gap for IQ water and the capital/re-occurring cost and revenue stream for providing extended IQ water service. • Evaluation IQ water system will be consistent with County Checkbook for IQ services. Task 4.4 Draft Population and Demand/Flow Projections Technical Memorandum CONSULTANT will prepare and submit to the COUNTY a draft Population and Demand Projections TM which will have separate sections for potable water and irrigation quality water demands, and wastewater flows (PDF format)for review and comment. Task 4.5 Final Population and Demand/Flow Projections Technical Memorandum After addressing the COUNTY's comments, CONSULTANT will submit to the COUNTY a final Population and Demand Projections TM (PDF format). Deliverables CONSULTANT will provide the following deliverable under this task: • Draft Technical Memorandum—Population and Demand/Flow Projections • Final Technical Memorandum—Population and Demand/Flow Projections • Electronic File of GIS Shapefiles for Planning Areas Page 8 CAO l6Ci TASK 5—EXISTING TREATMENT CAPACITY EVALUATION AND GAP ANALYSIS CONSULTANT will complete an assessment of Collier COUNTY's existing water resource facilities, including the WTPs, WWTPs and wellfields to determine current sustainable potable water supply and wastewater treatment capacity. The capacity of major process areas/units will be identified including site capacity, built treatment capacity, permitted capacity, storage capacity and firm pumping capacity. Task 5.1 Evaluate Capacity of Wellfields and SFWMD Consumptive Use Permitted Allocations CONSULTANT will complete an assessment of Collier County's existing raw water resource facilities to determine current sustainable potable and irrigation water supply capacity. The County's existing potable raw water supply system is comprised of wells tapping the Lower Tamiami Aquifer in the Golden Gate wellfield supplying both the NCRWTP and the SCRWTP, wells tapping the Lower Hawthorn and Hawthorn Zone I aquifers in the North County brackish water wellfield supplying the NCRWTP, wells tapping the Hawthorn Zone I and Lower Hawthorn aquifers in the South County brackish water wellfield supplying the SCRWTP, and wells tapping the Lower Tamiami Aquifer in the NESA wellfield supplying the NESA WTP. Wells tapping the Water Table Aquifer to supply the Golden Gate City WTP have been abandoned. The County's existing irrigation supplemental raw water supply system is comprised of groundwater supply wells tapping the Lower Tamiami Aquifer in the Livingston Road wellfield and wells tapping the Water Table Aquifer in the Mule Pen wellfield. CONSULTANT will prepare a summary of the COUNTY's existing raw water resource infrastructure for potable and irrigation quality water supply systems. Summary will include SFWMD consumptive use permitted (CUP) allocations and wellfield permitted capacity based on SFWMD CUP and the Collier County well inventory. Task 5.2 Evaluate Capacity of Existing Potable Water Treatment,Supply and Storage Facilities The COUNTY's existing potable water supply system is comprised of raw groundwater supply wellfields, raw water transmission mains, two operating WTPs (South and North County Regional Water Treatment Plants,two offline WTPs (Orange Tree Sub-Regional Water Treatment Plant and the Golden Gate City Sub-Regional Water Treatment Plant), transmission and distribution pipelines, and remote water storage and pumping facilities. CONSULTANT will prepare a complete summary of the COUNTY's existing water resource infrastructure for potable water treatment, supply and storage facilities. Task 5.3 Evaluate Capacity of Irrigation Quality Supply and Storage Facilities The COUNTY provides irrigation quality water to the service area using treated effluent from the NCRWRF and SCRWRF as a main source, supplemented by fresh groundwater wellfields. The COUNTY's irrigation quality water system includes raw groundwater supply wells, raw water pipelines, storage ponds and storage tanks, distribution pipeline, and pumping facilities. CONSULTANT will prepare a summary of the Irrigation Quality Water supply and storage facilities. Task 5.4 Evaluation of Existing Water Reclamation Facilities Capacity The existing wastewater system consists of wastewater collection and conveyance, and four wastewater treatment plants. CONSULTANT will prepare a summary of the COUNTY's existing water resource infrastructure for wastewater conveyance and treatment. In addition, CONSULTANT will prepare a process modeling capacity evaluation of the North and South County Regional Water Reclamation Facilities. Page 9 CAO l6Ci 5.4.1 Water Reclamation Facility Inspection CONSULTANT will visit the North and South County Regional Water Reclamation Facilities for a visual inspection of current conditions and to conduct a meeting with operations staff to identify potential areas of concern. 5.4.2 Historical Data Analysis a. CONSULTANT will collect and organize a minimum of three years of historical operating data (provided by COUNTY) from the North and South County Regional WRFs and leachate from landfill. Data shall include available raw wastewater, inter-unit, and effluent flows and pollutant concentrations. b. CONSULTANT will complete probability analysis of raw wastewater flows and pollutant loadings to screen out statistical outliers and benchmark existing loading conditions (i.e. annual average, maximum month, maximum week,and maximum day flows and loadings). c. Future design flows and loadings shall be projected by CONSULTANT for a specific design year and service area population (provided by COUNTY). These shall reflect future design annual average, maximum month, maximum week, and maximum day scenarios. d. CONSULTANT will construct a Quantified Mass-Flow Diagram (QMFD) of the existing process that illustrates the process flow configuration and the inter-unit process flows and loadings. This QMFD shall be used to investigate existing process performance, identify and resolve areas of mass balance discrepancies/poor sampling data. 5.4.3 Develop Sampling Plan for Process Model Calibration Data Collection a. A sampling diagram and parameters list (sampling plan) shall be developed. CONSULTANT shall visit both WRFs and meet with pertinent operations personnel and walk through the liquids and solids treatment processes to identify and review existing sampling locations and sampling methodologies. b. A sampling program shall be carried out for fourteen (14) consecutive days by COUNTY WRF operations personnel under the direction of CONSULTANT. The COUNTY shall be responsible for sampling and laboratory analysis costs. CONSULTANT will prepare and provide a sampling and analysis plan. Additional sampling support by CONSULTANT's sampling technicians, if needed, can be provided at an additional cost beyond the cost herein. 5.4.4 Sampling Program Data Reconciliation a. CONSULTANT will collect and organize sampling program data into a QMFD. b. These QMFDs shall be used to further investigate existing process performance and reconcile mass balance discrepancies prior to usage for model calibration purposes. 5.4.5 Hydraulic Profile a. CONSULTANT will visit site to inspect current plant conditions and discuss flow characteristics and issues with WRF staff. A review of record drawings will be completed to identify additional data needs. CONSULTANT assumes that weir elevations are properly recorded and will be provided by COUNTY. This scope does not include survey work to confirm elevations. b. CONSULTANT will develop hydraulic profile of both the North and South County Regional Water Reclamation facilities at average day and peak flow conditions. Page 10 CAO 16C1 5.4.6 Influent Characterization a. CONSULTANT will establish steady-state (average or median of the sampling program data) raw wastewater variables (i.e.TSS,COD,TKN,and TP). b. CONSULTANT will establish raw wastewater state variable breakdowns (i.e. fractionation of composite variables into readily biodegradable COD, slowly biodegradable COD, NH4-N, recalcitrant dissolved organic nitrogen, orthophosphate,etc.). 5.4.7 Process Model Construction and Calibration CONSULTANT will complete process model construction and calibration as identified in work tasks below: a. Setup process models in GPS-X (insert and connect process objects in layouts and enter physical parameters). b. Steady-state Calibration: Run steady-state simulations and iteratively adjust influent characterization and model parameters until model predictions generally agree with measured average data. c. Dynamic Calibration: Run dynamic simulations and iteratively adjust (if necessary) influent characterization and model parameters until dynamic trends in the model predictions generally agree with daily data. d. Establish capacity limitations of existing facilities; determine maxed-out physical facility parameters (clarifier surface area, pumping capacities, reactor volumes,filter areas,etc.). 5.4.8 Process Modeling Technical Memorandum a. CONSULTANT will prepare a draft Process Modeling TM and will submit it to the COUNTY for review and comment. b. After addressing the COUNTY's comments, CONSULTANT will submit to the COUNTY a final Process Modeling TM. Task 5.5 Perform " Loading Based" Treatment Capacity Gap Analysis for North and South County Water Reclamation Facilities a. Based upon the capacity assessments and process modeling for the North and South County Regional Water Reclamation Facilities completed in Task 5.4 above, CONSULTANT will have average day, maximum month and maximum day flow rates that are associated with specific influent parameter concentrations and the respective loading conditions to the WRFs.The key influent parameters will be BOD5,TSS and TKN-N. A relationship between influent ammonia-N and TKN will be established during the 14-day sampling program completed with the capacity evaluation work. CONSULTANT will establish flow and TKN/ ammonia concentrations attributable to landfill leachate. Page 11 CAO 16C1 b. CONSULTANT will conduct a workshop (Workshop#2) with the COUNTY to review the flow and loading conditions to the WRFs. Also, CONSULTANT will discuss with COUNTY whether they anticipate foreseeable changes to the influent parameter concentration to the WRFs based upon — leachate from landfill removed, planned development or redevelopment, additional water conservation, Inflow& Infiltration reduction or industrial contributions. c. CONSULTANT will use adjusted influent parameter concentrations along with influent flow projections to calculate future loading conditions. d. CONSULTANT will identify gap between maximum month flow rate capacity based upon influent parameter concentrations for each WRF and projected maximum month influent flows to each WRF identified in Task 4. Sensitivity analyses will be completed with varying population and per capita demands and resulting maximum month flows to evaluate the potential impacts on the need for additional treatment capacity and the actual timing of these improvements. Task 5.6 Perform "Flow Based" Gap Analysis for Existing Treatment Capacity CONSULTANT will identify the gap between the flow based capacity of the COUNTY's existing water resource facilities, and the projected demands and flows identified in Task 4. Sensitivity Analyses of existing Potable Water and Wastewater Treatment will be completed with varying population and per capita demands and flows to evaluate the potential impacts on the need for additional treatment capacity and the actual timing of these improvements. The existing treatment capacity summary will be based on existing information and documents, the most recent Annual Update Inventory Report (AUIR) for the potable water systems and wastewater treatment facilities, current COUNTY's System Utilization and Diminishing Capacity Report (Checkbook) and results of the capacity assessments completed in Task 5.4. CONSULTANT assumes that the existing and ultimate capacity for each of the major processes at the COUNTY's treatment facilities and limitations or bottlenecks is already documented in existing reports. Task 5.7 Draft Existing Treatment Capacity and Gap Analysis Technical Memorandum CONSULTANT will prepare and submit for review and comment a draft Existing Treatment Capacity and Gap Analysis TM that provides separate sections for Potable Water/Raw Water, Irrigation Quality Water and Wastewater(PDF format). Task 5.8 Final Existing Treatment Capacity and Gap Analysis Technical Memorandum After addressing the COUNTY's comments, CONSULTANT will submit to the COUNTY a final Existing Treatment Capacity and Gap Analysis TM (PDF format). Task 5.9 WORKSHOP #3 Presentation of Results — Water Resources Evaluation, Population and Demand/Flow Projections, Existing Treatment capacity and Gap Analysis CONSULTANT will prepare for and conduct Workshop #3. The purpose of this Workshop is to present the results of the water resources evaluation, population and demand/flow projections and the existing treatment capacity and gap analysis. Page 12 CAO 16c7 Deliverables: CONSULTANT will provide the following deliverables under this task: • Draft Process Modeling Technical Memorandum • Final Process Modeling Technical Memorandum • Draft Existing Treatment Capacity and Gap Analysis Technical Memorandum • Final Existing Treatment Capacity and Gap Analysis Technical Memorandum • Workshop#2—Presentation/Review of flow and loading conditions to the WRFs. • Workshop #3- Presentation of results for water resources evaluation, population and demand/flow projections and the existing treatment capacity and gap analysis. TASK 6—HYDRAULIC MODELING CONSULTANT will utilize the existing calibrated hydraulic models for the potable water, irrigation quality water, and wastewater systems to determine needed improvements. These models will be updated with current and future demand/flow projections and will allow COUNTY to readily model impacts in population, level of service, and peaking factors. Task 6.1 Potable Water System Hydraulic Model Potable Water System Hydraulic Model The CONSULTANT will utilize the existing calibrated hydraulic model of the potable water distribution system to determine infrastructure improvements if needed through planning horizon. The existing potable water system model utilizes Innovyze InfoWater software. The Golden Gate City Potable water system will not be included in the hydraulic modeling effort. Provided below is a list of information that will be collected and reviewed prior to hydraulic modeling analysis: • Record drawings of pump stations and ground storage tanks • Pump design data • Manufacturers pump performance curves • Pump control rules • GIS geodatabase for the potable water system Task 6.1a A workshop (Workshop #4) will be conducted with the COUNTY to get an understanding of the construction and calibration of the existing potable water system hydraulic model. Task 6.1b The existing potable water system hydraulic model consists of a base scenario. The scenario will be updated with current water consumption demands from finished water use accounts. A model validation will be performed using real time data. It is assumed that the COUNTY will be responsible to perform field data monitoring to collect real time data that is needed for model validation. It is also assumed that the COUNTY will provide the operations data for the monitoring period to be used in the validation. Separate scenarios will be developed for the 2020, 2025, 2030, and 2040 conditions. The CONSULTANT will utilize the results of the potable water demand projections to update the potable water system Page 13 CAO 16C1 demands for the planning scenarios. The scenarios will be analyzed for: • Annual average daily demand condition under extended period simulation • Maximum day daily demand condition under extended period simulation • Maximum demand and fire flow condition under extended period simulation • The model scenarios will also be analyzed for water age under extended period simulation. The model will initially be used to simulate the system without recommended improvements to identify deficiencies. Alternative improvements will be developed and modeled to propose recommended improvements under Task 8. The CONSULTANT will provide the hydraulic model files to the COUNTY. Task 6.2 Wastewater System Hydraulic Model The CONSULTANT will utilize the existing calibrated hydraulic model of the wastewater conveyance and collection system to determine infrastructure improvements if needed through planning horizon. The existing wastewater system model utilizes lnnovyze InfoSWMM software. The Golden Gate City wastewater system will not be included in the hydraulic modeling effort. Provided below is a list of information that will be collected and reviewed prior to hydraulic modeling analysis: • Lift station spreadsheet with lift station and wetwell information • GIS geodatabase for the wastewater system Task 6.2a A workshop (Workshop #5) will be conducted with the COUNTY to get an understanding of the construction and calibration of the existing wastewater system hydraulic model. Task 6.2b The existing wastewater system hydraulic model consists of a base scenario and future scenario. The hydraulic model includes the network for Orange Tree Utilities System but does not include the network for Golden Gate Utilities System. The CONSULTANT will update the model with Golden Gate Utilities System network. It is assumed that the COUNTY will provide information such as GIS shapefile, lift station and wetwell information, pump curves and record drawings that are required to update the model. The base scenario will be updated with sewershed hydrographs for current conditions. A model validation will be performed using real time data. It is assumed that the COUNTY will be responsible to perform field data monitoring to collect real time data that is needed for model validation. It is also assumed that the COUNTY will provide the operations data for the monitoring period to be used in the validation. Separate scenarios will be developed for the 2020, 2025, 2030, and 2040 conditions. The CONSULTANT will utilize the results of the wastewater flow projections to update the wastewater system flows for the planning scenarios. The CONSULTANT will also compare wastewater flow projections to lift station design capacities and operation data. The model will initially be used to simulate the system without recommended improvements to identify deficiencies. Alternative improvements will be developed and modeled to Page 14 CAO 16C / propose recommended improvements in Task 8. The CONSULTANT will provide the hydraulic model files to the COUNTY. Task 6.3 Irrigation Quality Water System Model The CONSULTANT will utilize the existing calibrated hydraulic model of the irrigation quality water distribution system to determine infrastructure improvements if needed through planning horizon. The existing irrigation quality water system model utilizes Innovyze InfoWater software. Provided below is a list of information that will be collected and reviewed prior to hydraulic modeling analysis: • Record drawings of pump stations and storage facilities • Pump design capacity data • Pump curves • Pump control rules • GIS geodatabase for the irrigation quality water system Task 6.3a A workshop (Workshop #6) will be conducted with the COUNTY to get an understanding of the construction and calibration of the existing potable water system hydraulic model. Task 6.3b The existing irrigation quality water system hydraulic model consists of a base scenario. The scenario will be updated with current irrigation quality water demands from current users. A model validation will be performed using real time data. It is assumed that the COUNTY will be responsible to perform field data monitoring to collect real time data that is needed for model validation. It is also assumed that the COUNTY will provide the operations data for the monitoring period to be used in the validation. Separate scenarios will be developed for the 2020, 2025, 2030, and 2040 conditions. The CONSULTANT will utilize the results of the irrigation quality water demand projections to update the planning scenarios. The model will initially be used to simulate the system without recommended improvements to identify deficiencies. Alternative improvements will be developed and modeled to propose recommended improvements under Task 8. The CONSULTANT will provide the hydraulic model files to the COUNTY. Deliverables: CONSULTANT will provide the following deliverables under this task: • Workshops#4,5,6 — Review and Discussion of Hydraulic Model Construction for Potable Water System,Wastewater System and Irrigation Quality Water System • Hydraulic Model Input Files Page 15 CA() 16C � TASK 7 DEVELOP LOSS FOR ALTERNATIVE IMPROVEMENTS CONSULTANT will develop the Level of Service Standards (LOSS) to be used for development of capital improvements. Based on the established LOSS, as well as water quality goals and treatment requirements and available water resources, CONSULTANT will develop alternative water resource configurations to satisfy projected demands over the planning horizon. CONSULTANT will conduct a facilitated workshop with the COUNTY under this Task. This includes preparation of supporting materials and handouts. The workshop (Workshop #7) will be conducted to develop LOSS for the development of alternatives. It is assumed that this workshop will be combined with in-progress review meetings as appropriate. Task 7.1 Develop Level of Service Standards(LOSS) CONSULTANT's approach to this task will be to establish the LOSS from: • Corporate perspective; • Customer perspective; and • Technical perspective This task will form the foundation for the decision making on a go forward basis with development of the Public Utilities Master Plan. Evolving from the COUNTY's Vision Statement, we anticipate reviewing and establishing LOSS in the areas of: • Infrastructure Adequacy • Reliability and Sustainability • Compliance (including characterization of Levels of Compliance (Levels 1, 2 and 3) • Environmental stewardship and protection • Customer service and satisfaction • Minimum sustainable cost • Environmental protection • Protection and enhancement of public health • Resiliency—critical asset locations with respect to flood elevation and storm surge. To formally document the COUNTY's LOSS, CONSULTANT will complete the following activities: Baseline assessment. CONSULTANT will first obtain an understanding of the COUNTY's goals for its infrastructure, and define the levels of service that it wishes to achieve for each goal. Information and documents from the COUNTY will be gathered; particularly those that outline policies, procedures, and practices that may affect the COUNTY's current levels of service. COUNTY practices related to reliability and resiliency will be evaluated and will include backup power at facilities, reliability of wellfield and pump station infrastructure, and requirements for Developer provided infrastructure.The targets of the levels of service will be then be determined and documented. We will assess the level of attainment, and highlight the ones which deviate from the target levels. Discussion of Risk. CONSULTANT will discuss COUNTY's current practices, alternative levels of service, and associated risk with respect to identified key performance indicators(KPI's): • Source Water Protection and other Environmental Impacts,including changing climate conditions • Violation of Consent Orders; Page 16 /.AO 16C7 • SSO's, backups and off-site odor emissions; • Low/high water system pressure and insufficient fire flow; • Critical Infrastructure Design Elevation review; • Damage to persons and property; and • Health and Safety of workers and contractors. Task 7.2 Draft LOSS Technical Memorandum CONSULTANT will prepare and submit to the COUNTY a draft LOSS TM(PDF format) for review and comment. Task 7.3 Final LOSS Technical Memorandum After addressing the COUNTY's comments, CONSULTANT will submit to the COUNTY a final LOSS TM (PDF format). Task 7.4 Workshop#7- Presentation on LOSS In this workshop, CONSULTANT will identify LOSS for demands/flows. This includes identifying the performance measures and evaluation criteria for modeling the alternative scenarios. Deliverables: CONSULTANT will provide the following deliverables under this task: • Draft Technical Memorandum LOSS • Final Technical Memorandum LOSS • Workshop#7—Presentation on LOSS TASK 8 DEVELOP AND RANK ALTERNATIVE IMPROVEMENTS Task 8.1 Develop and Evaluate Alternative Improvements CONSULTANT will take a staged approach to the development of Alternative Improvements. The advantage of a staged approach is that only viable alternatives are carried forward to more rigorous analysis. This greatly increases efficiency and cost effectiveness while retaining the transparency and integrity of the evaluation process. High-level serving concepts will be evaluated on a simple low/medium/high rating system and selected preferred concepts will be carried forward for further evaluation. High level concepts include Do Nothing, limit growth, reduce service levels, distributed versus centralized treatment, storage versus pumped storage, etc. Servicing concepts are then further developed into servicing strategies. Each servicing strategy is then evaluated in detail and a preferred servicing strategy selected. At the final stage, specific alignments and projects associated with the preferred strategy are developed and used to create the capital plan. Workshops will be held at each stage so that COUNTY has input and can select which concept/strategies move forward. This approach is illustrated in the figure below. Page 17 CAO 16C1 Cri'V'APAV 00 OZ f } i +°>.K ...1(rr: A.;i3:.} ...Y '+ - � ,......c,......xi,zea-m..ctt'.✓ � >„rrr � _ V ( C f k-{; • Once the LOSS have been established, CONSULTANT will begin the development of alternatives. CONSULTANT will develop alternative water resource configurations to satisfy projected demands/flows over the entire planning horizon. The primary analysis tool for the development and integration of alternatives will be hydraulic modeling of the COUNTY's potable water and irrigation quality water transmission and distribution systems, and the wastewater primary force main network. Potable Water System. CONSULTANT will utilize an updated hydraulic model of the COUNTY's potable water distribution system to analyze the impact of new demands on the system, integrate new potable water supply sources, and identify recommended improvements. The hydraulic model will be updated to reflect increased demands over the entire planning horizon. Separate scenarios will be developed for the 2020, 2025, 2030, and 2040 demand conditions to identify short and long term improvements needed. Hydraulic analysis of the potable water distribution system will be used to identify system deficiencies and recommended improvements to achieve the LOSS.The Golden Gate City Potable water system will not be included in the hydraulic modeling effort. Irrigation Quality Water System. CONSULTANT will use the COUNTY's existing irrigation quality water system hydraulic model to assess the impact of increased demands and integrate new irrigation quality water sources, and identify needed improvements to integrate these sources into the existing irrigation quality water system. Again, separate models will be developed for the 2020, 2025, 2030, and 2040 demand conditions to identify recommended short and long term improvements. Hydraulic analysis of the irrigation quality water distribution system will be used to identify system deficiencies and recommend improvements. Wastewater System Improvements. CONSULTANT will utilize an updated hydraulic model of the COUNTY's wastewater system primary force main network to analyze the impact of increased flows on the system, integrate new water reclamation facilities, and identify recommended improvements. The hydraulic model will be updated to reflect increased flows over the entire planning horizon. Again, separate models will be developed for the 2020, 2025, 2030, and 2040 demand conditions to identify recommended short and long term improvements. Hydraulic analysis of the wastewater system primary force main network will be used to identify system deficiencies and recommend improvements to achieve LOSS. The Golden Gate City wastewater system will not be included in the hydraulic modeling effort. Page 18 CAO 16C / Task 8.2 Workshop#8 -Alternative Water Resource Presentation—High Level Concepts&Servicing Strategies CONSULTANT will conduct a workshop to evaluate High-level serving concepts on a simple low/medium/high rating system and to selected preferred concepts for further evaluation. High level concepts include Do Nothing, limit growth, reduce service levels, distributed versus centralized treatment,storage versus pumped storage, etc. Second part of workshop will be conducted to identify and evaluate servicing strategies. Each servicing strategy will be evaluated in detail and a preferred servicing strategy selected. Task 8.3 Workshop#9-Alternative Water Resource Presentation—Specific Alignments and Projects CONSULTANT will conduct a workshop to identify and evaluate specific alignments and projects associated with the preferred strategy to create the capital plan. During this workshop,CONSULTANT will present alternative locations for major transmission mains to provide potable water, wastewater and irrigation quality water services to currently unserved areas. A 20-year plan to provide wastewater services to Golden Gate City residents that are currently served by private septic systems will be developed. In addition, a plan will be developed to provide service connections to existing potable water, wastewater and irrigation quality water transmission mains in Development Areas between Davis Boulevard and Rattlesnake Hammock Road. Task 8.4 Prepare Cost Estimates CONSULTANT will prepare life-cycle cost estimates for alternative water resource configurations developed (up to 5) under this task. Construction cost estimates will be completed in accordance with the Association for Advancement of Cost Engineering Recommended Practice. Within the context of the Public Utilities Master Plan, CONSULTANT will prepare Class 4 construction cost estimates for the alternative water resource configurations. Comparison of alternative water resource configurations will consider the life- cycle cost, which includes the capital cost plus the present worth of operation and maintenance expenses,and land acquisition cost. Task 8.5 Workshop#10-Alternative Water Resource Presentation In this workshop, CONSULTANT will review the alternative water resource modeling results and capital improvements,and select the recommended water resource configuration Task 8.6 Summary of Analysis of Alternative Resource Configurations Technical Memorandum CONSULTANT will prepare and submit to the COUNTY a draft Technical Memorandum (PDF format) summarizing the results of the alternative analyses completed above. CONSULTANT will address COUNTY comments and will submit the Final Analysis of Alterative Resource Configurations TM (PDF format). Deliverables: CONSULTANT will provide the following deliverables under this task: • Workshop#8 -Alternative Water Resource Presentation—High Level Concepts&Servicing Page 19 CAU 16C7 Strategies • Workshop#9 -Alternative Water Resource Presentation—Specific Alignments and Projects • Workshop#10-Alternative Water Resource Presentation • Technical Memorandum—Summary of Alternative Resource Configurations TASK 9—ASSET MANAGEMENT, RISK ASSESSMENT AND PROJECT PRIORITIZATION Asset management principles and processes form the foundations for current master planning. It is now necessary to consider full cost of ownership over the life cycle of an asset and use this to inform current planning activities. According to the EPA (11/9/2018), Asset Management is currently incentivized by the State of Florida by giving a 0.1% interest rate break for sponsors that have an implemented asset management plan. State Revolving Fund staff have taken in-depth asset management training which clearly shows that asset management principles and processes are being adopted in the state and COUNTY's Master Plan must consider those processes. Task 9 will build upon the LOSS requirements established in Task 7 by developing an asset management framework to guide the future development of detailed asset management plans (Task 9.1), and performing a risk-based prioritization of existing infrastructure assets (Task 9.2). These will then be incorporated into a capital improvement plan (Task 9.3). Task 9.1 Asset Management Framework CONSULTANT will develop an asset management framework (AMF) that provides an overview/rationale for asset management planning and establishes a Florida-centric context for Collier County to develop policies and procedures for asset management (i.e. what other agencies in Florida are doing in asset management and why). This is a common first step for agencies developing in their asset management readiness / maturity. The AMF will provide a roadmap for Collier County to develop the necessary capabilities to plan, construct and fund water and wastewater infrastructure over its entire life cycle incorporating the full cost of ownership. The envisioned Framework: 1. Establishes a high-level, systematic approach that supports the COUNTY in moving toward service, asset and financial sustainability through an asset management process. 2. Addresses: a. Why asset management is necessary. b. What asset management is. c. How it can be implemented. 3. Recognizes there are many components within the asset management process and provides a circular, continuous pathway to link all components of the process together (see graphic below). Page 20 CAO 1601 0251)"1 hertamml Naas QJ' cfs �kp' fip0 !moment Assez Asea SUSTAINAGI WirentSdate Aemznd MACE yr Pa Practoe DELIVERY of �9 4. Focuses on desired outcomes rather than prescribing specific methodologies that allows the COUNTY to develop and implement an approach that can be both incremental and measured, tailored to its individual needs and capacity. 5. Reflects current best practices and aligns with and is supported by internationally accepted best practices such as the International Infrastructure Management Manual and the ISO 55000 Standard for Asset Management. 6. Includes a section dedicated to additional resources/tools which identifies additional best practices. 7. Forms a living document, recognizing that best practices change and are updated,and establishes a schedule for periodic updates. 9.2 Risk Assessment CONSULTANT will develop a Risk Assessment Model for existing infrastructure assets. The model will build upon the Capital Asset Prioritization Tool developed by CONSULTANT during the last Master Plan, but will be updated to include the raw water wells and major equipment/processes at the operating Treatment Plants, with additional data and indices now available. New tools such as Innovyze InfoAsset Planner, Assetic and PowerPlan RIVA DS systems will be used to consolidate available information (GIS, Cityworks CMMS, condition assessment studies, land use, soils, road type, population density, etc.) and characterize risk of asset failure in terms of likelihood of failure (typically condition based parameters) and consequence of failure (typically socioeconomic parameters). CONSULTANT will host a workshop (Workshop #11) with key COUNTY staff. Separate workshops for Water,Wastewater and Irrigation systems will be conducted as appropriate and include system Page 21 CAO 16C7 managers, operators, and data managers (such as GIS technicians, etc.). The goal of these workshops will be to determine how asset prioritization decisions are made currently and can be made in the future based on available asset information in Cityworks. Key parameters will be discussed such as age, diameter, condition (physical and operational), material, location,service life, and risk of failure, which will include the level of service compliance ratings — GREEN — YELLOW — RED already established at the County as noted below. Green: Level 1-Sustained Compliance. There is little risk of non-compliance. Generally, maintenance is routine and planned. The County is providing reliable and full service to customers that is sustained quality-compliant wastewater, water, and solid/hazardous waste services 24/7/365, with no consent orders, no back-ups, no SSOs (spills), no off-site odor emissions, and no off-site noise emissions. Yellow: Level 2 - Managed Compliance. There is a risk of potential non-compliance with enforcement letters being issued. The level of service is sustained through deferred planned maintenance, asset management and mitigation measures based on the resources available. Red: Level 3 - Risked Compliance. There is a high risk of non-compliance with consent orders being issued. The reliability of the utility system and the level of service is in danger of being compromised with full-scale migration toward costly break-down maintenance, resulting in customer service outages, service interruptions,SSOs (spills), back-ups and property damage. Comparative assessments of risk scores will be completed to help prioritize improvements and align needs of the existing infrastructure with projects identified within the master plan to achieve minimum cost of ownership. Task 9.3 Incorporating into the Capital Improvement Plan: CONSULTANT will incorporate the results of the above activities with the results of the recommended water resource configuration and capital improvements for the overall Public Utilities Master Plan and Capital Improvement Plan. This will include adaptation recommendations for improved resilience. Task 9.4 Presentation of CIP(Workshop#12) CONSULTANT will prepare and conduct the CIP Presentation Workshop. This workshop will present the recommended CIP, prioritization of projects and level of compliance ranking. Deliverables: CONSULTANT will provide the following deliverables under this task: • Draft Asset Management Framework(PDF Format) • Final Asset Management Framework (PDF Format) • Workshop #11 — Presentation/Discussion on how asset prioritization decisions are made currently and can be made in the future based on available asset information in Cityworks. • Workshop#12—Presentation of CIP • Draft Technical Memorandum documenting Risk Analysis (PDF Format) • Final Technical Memorandum documenting Risk Analysis (PDF Format) Page 22 CCA° 1 C TASK 10—Preparation of Technical Memorandum Summarizing Climate Resiliency Analysis During completion of the previous master planning tasks above, evaluations were completed to identify the potential impacts of changing climate conditions and adaptation measures for resiliency. CONSULTANT will summarize the results of this Climate Resiliency Analysis in a Technical Memorandum. Task 10.1 Draft Climate Resiliency Technical Memorandum CONSULTANT will summarize the potential impacts of changing climate conditions and recommendations for adaptation measures in a Technical Memorandum. This will include a summary of the potential impacts of salt water intrusion and the potential impacts of increased temperatures on potable water and irrigation quality water demands. In addition, an assessment of high priority water/wastewater facilities that have been impacted by recent storms and flooding will be completed to identify adaptation measures (such as elevation, need for backup power) to minimize or avoid future flooding impacts. CONSULTANT will prepare and submit a draft TM (PDF format) to the COUNTY for review and comment. Task 10.2 Final Climate Resiliency Technical Memorandum After addressing the COUNTY's comments,CONSULTANT will submit to the COUNTY a final Climate Resiliency TM (PDF format). Deliverables: CONSULTANT will provide the following deliverables under this task: • Draft Climate Resiliency Technical Memorandum • Final Climate Resiliency Technical Memorandum TASK 11—PUBLIC UTILITIES MASTER PLANS AND CAPITAL IMPROVEMENTS PLANS CONSULTANT will prepare three final Public Utilities Master Plan Reports (Potable Water/Raw Water, Irrigation Quality Water,Wastewater), which will be a compilation of the previous studies and technical memoranda, and provide a detailed summary of recommended improvements. The Public Utilities Master Plan Reports will include the following: • Executive Summary • Summary of completed studies and reports. The technical memoranda completed under previous Tasks will become appendices to the Public Utilities Master Plan Report • Detailed summary of recommended water resource configuration and infrastructure improvements over the planning horizon. • Description of recommended adaptations for increased resilience. • Description of additional investigations and/or pilot testing needed to confirm design criteria for recommended improvements Page 23 CAO 16Ci • Capital Improvement Plan, including critical decision making trigger points and activities required to meet projected demands/flows. A five-year (FY 2020 to FY 2025), 10-year(FY 2020 to FY 2030), and 20-year(FY 2020 to FY2040)CIP will be provided. • Summary of required permits. Identify required new permits for implementation of the recommended water supply configuration and the various challenges associated with each permit. • References to COUNTY SCADA, GIS, Asset Management and IT master plans as applicable. Task 11.1 Draft Public Utilities Master Plans CONSULTANT will prepare and submit to the COUNTY individual draft Public Utilities Master Plan Reports for Potable Water/Raw Water, Irrigation Quality Water and Wastewater(PDF format)for review and comment. Task 11.2 Final Public Utilities Master Plans CONSULTANT will meet with the COUNTY after submission of the draft Public Utilities Master Plans to review the COUNTY's comments. CONSULTANT will address the comments within ten (10) business days of the meeting and will submit the final Public Utilities Master Plans. CONSULTANT will submit the Public Utilities Master Plans in electronic pdf form as well as two(2) hard copies. Task 11.3 Meetings/Presentations of Master Plans CONSULTANT will prepare for and participate in up to six (6) meetings/ presentations with Collier COUNTY staff, project stakeholders and Board of COUNTY Commissioners for adoption of the Public Utilities Master Plans which will include COUNTY DESAC meetings. Note, there will be no need for CONSULTANT to coordinate with County's Rate Consultant. This includes preparation of supporting materials and handouts/presentations and responding to questions. Deliverables: CONSULTANT will provide the following deliverables under this task: • Draft Public Utilities Master Plans-Potable Water/Raw Water, Irrigation Quality Water, and Wastewater • Final Public Utilities Master Plans-Potable Water/Raw Water, Irrigation Quality Water, and Wastewater A. DELIVERABLES CONSULTANT will provide the following deliverables: • Project Management Plan • Monthly Progress Reports and Progress Meeting Notes • Request for Information • Workshop#1 -Presentation on existing data and planned activities • Draft Technical Memorandum-Water Resource Evaluation • Final Technical Memorandum-Water Resource Evaluation • Draft Technical Memorandum-Population and Demand/Flow Projections Page 24 -� (Ch)) 16C1 • Final Technical Memorandum—Population and Demand/Flow Projections • Electronic File of GIS Shapefiles for Planning Areas • Draft Process Modeling Technical Memorandum • Final Process Modeling Technical Memorandum • Draft Existing Treatment Capacity and Gap Analysis Technical Memorandum • Final Existing Treatment Capacity and Gap Analysis Technical Memorandum • Workshop#2—Presentation/Review of flow and loading conditions to the NCRWRF and SCRWRF. • Workshop#3- Presentation of results for water resources evaluation, population and demand/flow projections and the existing treatment capacity and gap analysis • Workshops#4,5,6 — Meeting Notes- Review and Discussion of Hydraulic Model Construction for Potable Water System,Wastewater System and Irrigation Quality Water System • Hydraulic Model Input Files • Draft Technical Memorandum LOSS • Final Technical Memorandum LOSS • Workshop#7—Presentation on LOSS • Draft Asset Management Framework • Final Asset Management Framework • Workshop#8 -Alternative Water Resource Presentation—High Level Concepts &Servicing Strategies • Workshop#9 -Alternative Water Resource Presentation—Specific Alignments and Projects • Workshop#10-Alternative Water Resource Presentation • Technical Memorandum—Summary of Alternative Resource Configurations • Workshop#11—Presentation/Discussion on Asset Prioritization • Workshop#12—Presentation of CIPs • Draft Technical Memorandum documenting Risk Analysis • Final Technical Memorandum documenting Risk Analysis • Draft Climate Resiliency Technical Memorandum • Final Climate Resiliency Technical Memorandum • Draft Public Utilities Master Plans—Potable Water/Raw Water, Irrigation Quality Water, and Wastewater • Final Public Utilities Master Plans—Potable Water/Raw Water, Irrigation Quality Water, and Wastewater CONSULTANT will provide each deliverable in the format as noted in previous sections of this scope of services. B. SUBCONSULTANTS The following SUBCONSULTANTS will be engaged for this project: Water Science Associates will assist with the Water Resource Evaluation. Gray Matter Systems Inc. will assist with the Risk Assessment. Metro Forecasting Models, LLC will assist with Interactive Growth Modeling to forecast population growth. Page 25 OCAO 16C % C. SCHEDULE Services described here will commence upon receipt by CONSULTANT of a Notice-to-Proceed and executed Work Order from the COUNTY. The estimated delivery dates for the deliverables indicated in the Scope of Work are as follows: Task Task Completion Date Notice-to-Proceed Project Management Plan Month 1 Task 1—Project Management (duration of overall project) Month 15 Task 2—Data Collection and Review Month 2 Workshop 1—Data Collection and Review Month 2 Task 3—Water Resource Evaluation Month 4 Task 4—Population and Demand/Flow Projections Month 6 Task 5—Existing Treatment Capacity Evaluation and Gap Analysis Month 6 Workshop 2—Review of Wastewater Flow and Loads at NCRWRF and Month 7 SCRWRF Workshop 3— Water Resources; Population and Demand/Flow Month 7 Projections; Existing Treatment Capacity and Gap Analysis Workshops#4,5,6—Review and Discussion of Hydraulic Model Construction Month 7 for Potable Water System, Wastewater System and Irrigation Quality Water System Task 6—Hydraulic Modeling Month 8 Workshop#7—Presentation on LOSS Month 8 Task 7—Develop LOSS and Alternative Improvements Month 8 Workshop#8 -Alternative Water Resource Presentation—High Level Month 9 Concepts&Servicing strategies Workshop#9-Alternative Water Resource Presentation—Specific Month 10 Alignments and Projects Workshop#10-Alternative Water Resource Presentation Month 11 Task 8—Develop and Rank Alternatives Month 12 Workshop#11—Presentation/Discussion on Asset Prioritization Month 12 Task 9—Asset Management, Risk Assessment and Project Prioritization Month 13 Workshop#12- Presentation of CIPS Month 13 Task 10—Climate Resiliency TM Month 13 Task 11—Public Utilities Master Plans and CIPS Month 15 It is anticipated that the services for the project will be performed within a time limit not to exceed 450 calendar days from the date of a Notice to Proceed. If the services have not been completed within the above time limit due to delays caused by the COUNTY,the COUNTY will consider request by Page 26 CAO i6Cr CONSULTANT for additional compensation if CONSULTANT's costs have increased due to the extended project duration. CONSULTANT will observe the time limitations as set forth herein. CONSULTANT will not be responsible for delays beyond CONSULTANT's control, including delays caused by: (1) delays in receiving information from others except CONSULTANT's SUBCONSULTANTs; and (2) delays in obtaining subsequent authorization, approvals and review comments from the COUNTY and other governmental agencies. If such a delay should occur, the schedule will be updated and adjusted as mutually agreed upon by CONSULTANT and the COUNTY. D. COUNTY'S RESPONSIBILITIES 1. The COUNTY will designate a Project Representative, as the COUNTY's representative and primary contact for CONSULTANT. CONSULTANT will rely on the COUNTY's designated Project Representative for instructions and approval of CONSULTANT's services. 2. The COUNTY will provide necessary information that is needed in the development of the Public Utilities Master Plan in a timely manner. 3. COUNTY is responsible for validity of data provided to CONSULTANT> 4. The COUNTY will attend required meetings and Workshops and provide feedback in a timely manner. 5. The COUNTY will provide CONSULTANT access to the treatment facilities, pumping stations, distribution areas and other related facilities. 6. The COUNTY will provide available as-constructed documents (including drawings, specifications, shop drawings, etc.) for the existing facilities. CONSULTANT may rely on this information without further verification. 7. The COUNTY will provide shape files for the wastewater sewersheds. 8. The COUNTY will review, make comments, and approve submittals made by CONSULTANT to the COUNTY as set forth herein. Fourteen (14) calendar days have been allocated in the schedule for each COUNTY review. 9. The COUNTY will provide CONSULTANT with most current GIS shapefiles (Cityworks) and geodatabase for existing wastewater collection and conveyance system, water treatment and distribution, and irrigation quality water system. The COUNTY will be responsible for validity of GIS geodatabase data. 10. The COUNTY will provide the existing calibrated hydraulic models of the water, wastewater, and irrigation quality systems. 11. The wastewater population and flow forecasts by sewershed for the years identified in the planning horizon will be provided by the COUNTY(previously developed by other consultant). 12. A sampling program shall be carried out for fourteen (14) consecutive days by COUNTY plant personnel under the direction of CONSULTANT. 13. The COUNTY shall be responsible for sampling and laboratory analysis costs. 14. It is assumed that weir elevations at the North and South County WRFs are properly recorded and will be provided by COUNTY. This scope does not include survey work to confirm elevations. Page 27 CAO I SCHEDULE B BASIS OF COMPENSATION 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to the COUNTY's reasonable satisfaction. Lump sum payments will be made upon the percentage complete. In no event shall such Time and Materials compensation exceed the amounts set forth in the table below. Tasksiltem Description Lump Sum Time and Materials Not-To- Exceed 1.1 to 1.3 Project Management $99,491 $ 2.1 to 2.3 Data Collection and Review $24,164 $ 3.1 to 3.3 Water Resource Evaluation $57,648 $ 4.1,4.3-4.5 Population and Demand/Flow Projections $60,940 $ 4.2 Population Forecasts $ $43,890 5.1 to 5.9 Existing Treatment Capacity Evaluation and Gap Analysis $218,578 $ 6.1 to 6.3 Hydraulic Modeling $63,459 $ 7.1 to 7.3 Develop LOSS for Alternative Improvements $40,060 $ 8.1 to 8.6 Develop and Rank Alternative Improvements $162,271 $ 9.1 to 9.4 Asset Management, Risk Assessment, Project Prioritization $127,116 $ 10.1 to 10.2 Technical Memorandum Summarizing Climate Resiliency $18,438 $ 11.1 to 11.3 Public Utilities Master Plan and CIP $78,032 $ $ $ $ $ $ $ $ $ $ $ $ $ Total Lump Sum Fee $950,197 $ Total Time and Materials Fee $ $43,890 GRAND TOTAL FEE $994,087 $ $ Page 19 of 32 PSA Single Project Agreement 2017.010 Ver.2 CAO l6Ci B.2.2. ❑■*Time and Material Fees: The fees noted in Section B.2.1. shall constitute the amounts to be paid to CONSULTANT for the performance of the Basic Services. Direct Labor Costs mean the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT's personnel, with respect to this Project, including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment 1 to this Schedule B. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by the COUNTY, regarding CONSULTANT's Direct Labor Costs incurred at the time of billing, to be reviewed and approved by the COUNTY. There shall be no overtime pay without the COUNTY's prior written approval. B.2.2.1. Notwithstanding anything herein to the contrary, in no event may CONSULTANT's monthly billings, on a cumulative basis, exceed the sum determined by multiplying the applicable not to exceed task(s) limits by the percentage the COUNTY has determined CONSULTANT has completed such task as of that particular monthly billing. B.2.3. Er Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be paid to CONSULTANT for the performance of the Basic Services. There shall be no overtime pay without the COUNTY's prior written approval. B.2.3.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without the COUNTY's prior written approval. B.2.5. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. Page 20 of 32 PSA Single Project Agreement 2017.010 Ver.2 r,n(} l6Cr B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the COUNTY. B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. Page 21 of 32 PSA Single Project Agreement 2017.010 Ver.2 16C1 B.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. Page 22 of 32 PSA Single Project Agreement 2017.010 Ver.2 16C � SCHEDULE B -ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Principal $225.00 Senior Project Manager $188.00 Project Manager $160.00 Senior Engineer $171.00 Engineer $134.00 Senior Inspector $105.00 Inspector $83.00 Senior Planner $152.00 Planner $120.00 Senior Designer $124.00 Designer $103.00 Environmental Specialist $119.00 Senior Environmental Specialist $146.00 Scientist/Geologist $101.00 Senior Scientist/Geologist $129.00 Marine Biologist/Hydrogeologist $120.00 Senior Marine Biologist/Hydrogeologist $150.00 Senior GIS Specialist $152.00 GIS Specialist $111.00 Clerical/Administrative $68.00 Senior Technician $93.00 Technician $78.00 Surveyor and Mapper $131.00 CADD Technician $88.00 Survey Crew-2 man $142.00 Survey Crew- 3 man $176.00 Survey Crew-4 man $206.00 Senior Architect $168.00 Architect $132.00 Senior Programmer $113.00 Programmer $103.00 The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual agreement in advance and in writing by the parties. ❑ *Grant Funded: The above Page 23 of 32 PSA Single Project Agreement 2017.010 Ver.1 CAU 16C % SCHEDULE C PROJECT MILESTONE SCHEDULE Cumulative Number of Calendar Days For Task/Item Completion from Date of Description Notice to Proceed for Services under this Agreement 1 Project Management 450 2 Data Collection and Review 60 3 Water Resource Evaluation 120 4 Population and Demand/Flow Projections 180 5 Existing Treatment Capacity Evaluation and 180 Gap Analysis 6 Hydraulic Modeling 240 7 Develop LOSS and Alternative Improvements 240 8 Develop and Rank Alternatives 360 9 Asset Management, Risk Assessment and 390 Project Prioritization 10 Climate Resiliency Technical Memorandum 390 11 Public Utilities Master Plans and CIPs 450 Page 24 of 32 PSA Single Project Agreement 2017.010 Ver.1 C�,O 16Cr SCHEDULE D INSURANCE COVERAGE 1. The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT's sole responsibility. 2. The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. 3. Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the COUNTY or as specified in this Agreement, whichever is longer. 4. Certificates of insurance acceptable to the COUNTY shall be filed with the COUNTY within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance policies required shall be provided to the COUNTY, on a timely basis, if requested by the COUNTY. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the COUNTY. CONSULTANT shall also notify the COUNTY, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 5. All insurance coverages of the CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project. 6. The acceptance by the COUNTY of any Certificate of Insurance does not constitute approval or agreement by the COUNTY that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. 7. CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the COUNTY. Page 2.5 of 32 PSA Single Project Agreement 2017 010 Ver.2 16C1 8. Should at any time the CONSULTANT not maintain the insurance coverages required herein, the COUNTY may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse the COUNTY for such costs within thirty (30) days after demand, the COUNTY has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between the COUNTY and CONSULTANT. The COUNTY shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the COUNTY to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. 9. If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish to the COUNTY, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the COUNTY with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and the COUNTY may terminate the Agreement for cause. 10. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY. Required by this Agreement? • Yes n No Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability - The coverage must include Employers' Liability with a minimum limit of$ 1,000,000 for each accident. The insurance company shall waive all claims rights against the COUNTY and the policy shall be so endorsed. 11. United States Longshoreman's and Harbor Worker's Act coverage shall be maintained where applicable to the completion of the work. Required by this Agreement? ❑ Yes ❑■ No 12. Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Required by this Agreement? ❑ Yes ■ No 13. COMMERCIAL GENERAL LIABILITY. Required by this Agreement? I■1 Yes No A. Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Page 26 of 32 PSA Single Project Agreement 2017.010 Ver.2 CAU 16C7 Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the COUNTY of the work under this Agreement. Limits of Liability shall not be less than the following: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate. B. The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self-insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self-insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. 14. Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. The insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 15. Watercraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than the Commercial General Liability limit shown in subparagraph (1) above if applicable to the completion of the Services under this Agreement. Required by this Agreement? ❑ Yes ❑■ No 16. Aircraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. Required by this Agreement? ❑ Yes • No 17. AUTOMOBILE LIABILITY INSURANCE. Required by this Agreement? n Yes ❑ No Business Auto Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-The ownership. Page 27 of 32 PSA Single Project Agreement 2017.010 Ver.2 CAU i6C7 18. TECHNOLOGY ERRORS AND OMISSIONS INSURANCE. Required by this Agreement? n Yes U No Technology Errors and Omissions Insurance: Coverage shall have minimum limits of $ Per Occurrence. 19. CYBER INSURANCE. Required by this Agreement? n Yes n No Cyber Insurance: Coverage shall have minimum limits of$ 1,000,000 Per Occurrence. 20. UMBRELLA LIABILITY. A. Umbrella Liability may be maintained as part of the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Liability, Commercial General Liability, and Automobile Liability coverages required herein and shall include all coverages on a "following form" basis. B. The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary insurance. 21. PROFESSIONAL LIABILITY INSURANCE. Required by this Agreement? n Yes ❑ No A. Professional Liability: Shall be maintained by the CONSULTANT to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recovery against COUNTY as to any claims under this insurance. Such insurance shall have limits of not less than $ 1,000,000 each claim and aggregate. B. Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the COUNTY. C. The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the COUNTY. D. The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or the COUNTY, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Insurance providing for an unqualified written notice to the COUNTY of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify the COUNTY by certified mail, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event Page 28 of 32 PSA Single Project Agreement 2017.010 Ver.2 CAO 16Ci of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by the COUNTY. 22. VALUABLE PAPERS INSURANCE. In the sole discretion of the COUNTY, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. 23. PROJECT PROFESSIONAL LIABILITY. A. If the COUNTY notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with the COUNTY and the COUNTY's insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT's professional liability policy. If no credit is available from CONSULTANT's current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to the COUNTY. Should no credit accrue to the COUNTY, the COUNTY and CONSULTANT, agree to negotiate in good faith a credit on behalf of the COUNTY for the provision of project-specific professional liability insurance policy in consideration for a reduction in CONSULTANT's self-insured retention and the risk of uninsured or underinsured consultants. B. The CONSULTANT agrees to provide the following information when requested by the COUNTY or the COUNTY's Project Manager: 1. The date the professional liability insurance renews. 2. Current policy limits. 3. Current deductibles/self-insured retention. 4. Current underwriter. 5. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. 6. Cost of professional insurance as a percent of revenue. 7. Affirmation that the design firm will complete a timely project errors and omissions application. C. If the COUNTY elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and the COUNTY will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. END OF SCHEDULE D Page 29 of 32 PSA Single Project Agreement 2017.010 Ver.2 CAO 16C7 ❑ This schedule is not applicable. SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, AECOM Technical Servies, Inc. (company's name) hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning " Public Utilities Water-Sewer District Master Plan "project is accurate, complete and current as of the time of contracting. BY: TITLE: V.P. DATE: i I/) 0/1 Page 30 of 32 PSA Single Project Agreement 2017.010 Ver.2 16C1 SCHEDULE F KEY PERSONNEL Name Personnel Category Percentage of Time Ronald Cavalieri Principal 2% Dawn Jakiela Senior Project Manager 10% Reshma Thummadi Senior Engineer 10% Karin Karagoz Engineer/Planner 20% Brian Stitt Principal 4% Marcia Tobin Principal 2% DevanThomas Principal 2% Cherie Wolter Clerical/Admin 8% Kathy Beduhn Senior Engineer 1% David Wilcox Principal 2% Ryan Spears Engineer 17% Bozhho Handjiev Project Manager 2% Will Lovins Senior Project Manager 1.5% Joe Helkowski GIS 4% Greg Thacker Senior GIS 1% Bill Overbeek Senior Project Manager 1.5% Marguerite Boivon CADD Technician 5% Erica Harris Planner 1% Justin Vandever Project Manager 1% Chris Pawlowski Senior Planner 5% Page 31 of 32 PSA Single Project Agreement 2017.010 Ver.1 CAO 16C7 SCHEDULE G Other: (Description) following this page (pages through ) n this schedule is not applicable Page 32 of 32 PSA Single Project Agreement 2017.010 Ver.2 CAO 16C7 ACCORD DATE(MMIDD/YYYI�CERTIFICATE OF LIABILITY INSURANCE 12/11/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT James Vogel Marsh Risk&Insurance Services CA License#0437153 IA/c No.Ext): 213346-5098 FAX No): 212-948-0533 633 W.Fifth Street,Suite 1200 Ai' ss: James.l.vogel@marsh.com Los Angeles,CA 90071 Attn:LosAngeles.CertRequest@Marsh.Com INSURER(S)AFFORDING COVERAGE NAIL# CN101348564-PROJ-GAUE-19-20 04 2026 INSURER A:ACE American Insurance Company 22667 INSUREDAECOM INSURER B:N/A N/A AECOM Technical Services,Inc. INSURER c:Illinois Union Insurance Co 27960 4415 Metro Parkway,Suite 404 INSURER D:SEE ACORD 101 Fort Myers,FL 33916 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: LOS-002454683-02 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INLTR TYPE OF INSURANCE INSD SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS (MM/DD/YYYY) (MM/DDIYYYY) A X COMMERCIAL GENERAL LIABILITY HDO G71234137 04/01/2019 04/01/2020 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ 1,000,000 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X JER7 LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY ISA H25280532 04/01/2019 04/01/2020 COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ D WORKERS COMPENSATION SEE ACORD 101 04/01/2019 04/01/2020 X PSR OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANYPROPRIETORIPARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUDED? N N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C ARCHITECTS&ENG. EON G21654693 005 04/01/2019 04/01/2020 Per Claim/Agg 1,000,000 PROFESSIONAL LIAB. "'CLAIMS MADE"" Defense Included DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:AECOM Project No:04015543.1000-Client Reference No:Contract Number#18-7370-New Contract-Collier County Public Utilities Master Plan Collier County Board of County Commissioners are named as additional insured for GL coverage,but only as respects work performed by or on behalf of the named insured and where required by written contract. Severability Of Interest/Cross Liability is included for General Liability coverage. This insurance is primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured and where required by written contract with respect to the GL&AL coverages. Waiver of Subrogation is applicable where required by written contract with respect to GL,AL and WC. CERTIFICATE HOLDER CANCELLATION Collier County Board - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE of County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Procurement Services Division ACCORDANCE WITH THE POLICY PROVISIONS. Ana Reynoso,Purchasing Technician 3295 Tamiami Trail East,Suite C-2 Naples,FL 34112 AUTHORIZED REPRESENTATIVE of Marsh Risk&Insurance Services James L.Vogel ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD lbC7 AGENCY CUSTOMER ID: CN101348564 LOC#: Los Angeles A`coR D ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Marsh Risk&Insurance Services AECOM AECOM Technical Services,Inc. POLICY NUMBER 4415 Metro Parkway,Suite 404 Fort Myers,FL 33916 CARRIER NAIC CODE EFFECTIVE DATE: • ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Workers Compensation/Employer Liability cont. Policy Number Insurer States Covered WLR C6589323A Indemnity Insurance Company of North America-NAIC#43575 AOS WLR C65893150 ACE American Insurance Company-NAIC#22667 CA and MA SCF 065893198 ACE American Insurance Company-NAIC#22667 WI Retro WCU C65893393 ACE American Insurance Company-NAIC#22667 OH,Ohio Qualified Self Insured(QS!)-SIR:$500,000;Only applicable to specific qualified entities self-insured in the state of Ohio Contractual Liability is included in the General Liability coverage. Cyber Liability,Cartier.Steadfast Insurance Company,Policy#:SPR106530302,Policy Term: 12/07/2019- 12/07/2020,SIR:$1,000,000;Limit:$1,000,000 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD