Loading...
Agenda 04/28/2020 Item #16C13 (Agmt. #19-7621 w/Tetra Tech, Inc.)04/28/2020 EXECUTIVE SUMMARY Recommendation to award Agreement No. 19-7621 in the total amount of $7,622,000 to Tetra Tech, Inc., for the "Golden Gate Wastewater Engineer of Record (EOR) and Infrastructure Improvements," with authorization to issue an initial purchase order for portions of Phases 1, 2 and 4 in the amount of $4,467,000, followed by future purchase order modifications for subsequent contract tasks subject to Board approval and as dictated by Board-approved funding, in support of Golden Gate Wastewater Treatment Plant Project No. 70243 and the future repair, rehabilitation and expansion within Golden Gate City. OBJECTIVE: To remain in compliance and meet demand throughout the sub-regional Golden Gate City wastewater utility system. CONSIDERATION: On November 12, 2019 (Agenda Item 16.C.8), the Board approved the Selection Committee rankings for Request for Professional Services (“RPS”) Number 19-7621, "Golden Gate Wastewater Engineer of Record (EOR) and Infrastructure Improvements,” and authorized staff to enter into negotiations with the number one ranked firm, Tetra Tech, Inc. The proposed Agreement No. 19 - 7621 (Attachment 1, the “Agreement”) is for the design, permitting and construction services of public utilities infrastructure improvements. Attachments 2 through 5 are the solicitation, final ranking, certificate of insurance and presentation, respectively. This RPS sought professional engineering services required for the evaluation, master planning, design and construction phase services for improvements to the Golden Gate City wastewater system. Many of these facilities are more than 50 years old, with all assets in Red or Yellow condition as defined at the Board’s October 1, 2013, Asset Assessment and Management Workshop. The scope of work includes, but is not limited to, compliance-driven projects and capacity expansion. Utilizing one Engineer of Record engineering firm for the assigned tasks provides continuity of planning and design that will yield the most efficient results. Staff and TetraTech, Inc. conducted negotiations on March 5, 2020, which yielded the time and materials fees shown below. The Agreement is divided into nine tasks that are grouped into phases as indicated: Phase Task Task Description Design Fee Phase Totals 1 1 High Level Disinfection Improvements $420,000 $2,024,000 2 Golden Gate City Wastewater Master Plan $473,000 3 New Master Pump Station and Force Main $486,000 9 Bridge the Gap Treatment Expansion $645,000 2 4 WWTP 3.0 MGD Expansion $2,143,000 $2,143,000 3 5 (5) Regular Pump Station Systems @ $129,000 ea. (1) Community Pump Station System @ $175,000 ea. $645,000 $175,000 Not included at this time. 6 (5) Force Main Segments @ $232,000 ea. (1) 1.5 mile City Gate Force Main Segment - $270,000 $1,160,000 $270,000 7 (5) Gravity Collection System Segments - $181,000 ea. $905,000 4 8 Allowance - General Professional Engineering Services $300,000 $300,000 Total $7,622,000 Contract Total $4,467,000 Initial Purchase Order 16.C.13 Packet Pg. 1945 04/28/2020 The proposed scope of work for the above noted portions of Phases 1, 2 and 4 is consistent with the FY2020 Budget approved by the Board on September 19, 2019. The total negotiated time and material services for this Agreement is $7,622,000. After the initial tasks identified in Phases 1, 2, and 4 are completed, which amount to $4,467,000, the remaining negotiated tasks identified above will only proceed pursuant to a purchase order modification subject to Board approval and dictated by Board - approved funding. An overview of the phases follows. Phase 1 - Compliance and Expansion On March 8, 2019, the Florida Department of Environmental Protection (“FDEP”) issued an administrative order requiring the Collier County Water-Sewer District (“CCWSD”) to implement High Level Disinfection (“HLD”) to meet current standards. FDEP requires that this additional process be implemented and permitted prior to March 22, 2022. Task 1 provides the design associated with addressing the administrative order so it can be constructed on time in compliance with the FDEP administrative order deadline. The Golden Gate Wastewater Treatment Plant (“GGWWTP”) is currently operating at approximately 85- percent of its rated 1.5 million gallons per day (“MGD”) capacity. Expansion is required to accept flows from Activity Center #9 and from any wastewater expansion that may occur within Golden Gate City. The wastewater master plan included in Task 2 will guide efforts in future phases. Task 3 designs a master pump station (“MPS”) on the GGWWTP site as well as a force main (“FM”) that will discharge to the existing 20-inch force main on Santa Barbara Boulevard. The purpose of this MPS and FM is to serve as a contingency that borrows treatment capacity from the NCWRF until further capacity expansion is on- line. Task 9 designs a relatively small bridge-the-gap expansion project to serve the immediate capacity need until an additional 3 MGD expansion is designed in Phase 2. Task 9 will not be required if Tasks 3 and 4 can be completed in advance of development. The total fee for improvements designed under Phase 1 is $2,024,000 in time and materials. Phase 2 - Water Reclamation Facility Expansion Task 4 designs 3 MGD of wastewater treatment capacity expansion to land application standards, effectively converting the GGWWTP into the Central County Water Reclamation Facility (“CCWRF”). Depending on growth, the first expansion increment can be constructed at a capacity from 1 to 3 MGD. Membrane Bio-Reactor (MBR) treatment technology will be utilized for its space efficiency and excellent effluent quality. The total fee for improvements designed under Phase 2 is $2,143,000 on a time and materials basis. Phase 3 - Wastewater Collections System Consists of design services to master plan, rehabilitate and/or replace up t o five regular pump stations, one community pump station, six force mains and five gravity mains (Tasks 5-7). The total time and materials fee for improvements designed under Phase 3 is $3,155,000; however, these services are not included in the initial purchase order; instead they would be added if, and when needed, as funding allows, through a purchase order modification approved by the Board. Phase 4 - General Professional Engineering Services Task 8 includes a $300,000 time and materials owner’s allowance at the negotiated rates for unforeseen design services throughout the project area as operational needs dictate. TetraTech’s participation in this contract does not preclude the firm from participating in future solicitations pertaining to wastewater infrastructure in the Golden Gate City service area, provided they make all relevant information and reports generated under this contract available to all proposers. 16.C.13 Packet Pg. 1946 04/28/2020 FISCAL IMPACT: A budget amendment is needed in the amount of $2,143,000 to support Task 4, WWTP 3.0 MGD Expansion, from Sewer Impact Fee Fund (413) Reserves. The source of funding for the remainder of the project is Wastewater User Fees Fund (414). GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To award Agreement No. 19-7621 in the total amount of $7,622,000 to Tetra Tech, Inc., for the "Golden Gate Wastewater Engineer of Record (EOR) and Infrastructure Improvements,” with authorization to issue an initial purchase order for Phases 1, 2 and 4 in the amount of $4,467,000, followed by future purchase order modifications for subsequent contract tasks subject to Board approval and as dictated by Board approved funding, in support of the Golden Gate Wastewater Treatment Plant Project No. 70243 and the future repair, rehabilitation and expansion within Golden Gate City, and authorize the Chairman to sign the attached Agreement and authorize the necessary budget amendment. Prepared By: Tom Chmelik, Public Utilities Engineering and Project Management Division Director ATTACHMENT(S) 1. [Linked] Attachment 1 19-7621 TetraTech_VendorSigned (PDF) 2. Attachment 2 19-7621 Solicitation (PDF) 3. Attachment 3 19-7621 Final Ranking (PDF) 4. Attachment 4 19-7621 TetraTech_Insurance (PDF) 5. Attachment 5 -Presentation (PDF) 16.C.13 Packet Pg. 1947 04/28/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.13 Doc ID: 12162 Item Summary: Recommendation to award Agreement No. 19-7621 in the total amount of $7,622,000 to Tetra Tech, Inc., for the "Golden Gate Wastewater Engineer of Record (EOR) and Infrastructure Improvements," with authorization to issue an initial purchase order for portions of Phases 1, 2 and 4 in the amount of $4,467,000, followed by future purchase order modifications for subsequent contract tasks subject to Board approval and as dictated by Board-approved funding, in support of Golden Gate Wastewater Treatment Plant Project No. 70243 and the future repair, rehabilitation and expansion within Golden Gate City. Meeting Date: 04/28/2020 Prepared by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 04/14/2020 1:07 PM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 04/14/2020 1:07 PM Approved By: Review: Water Steve Messner Additional Reviewer Completed 04/14/2020 1:32 PM Public Utilities Operations Support Tara Castillo Additional Reviewer Completed 04/14/2020 2:35 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 04/14/2020 3:05 PM Public Utilities Planning and Project Management Craig Pajer Additional Reviewer Completed 04/14/2020 4:52 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 04/15/2020 8:28 AM Procurement Services Evelyn Colon Additional Reviewer Completed 04/15/2020 2:57 PM Procurement Services Geoff Thomas Additional Reviewer Completed 04/15/2020 3:47 PM Procurement Services Sandra Herrera Additional Reviewer Completed 04/16/2020 8:30 AM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 04/16/2020 10:32 AM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 04/16/2020 10:57 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 04/16/2020 12:29 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 04/16/2020 12:36 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 04/16/2020 1:11 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 04/19/2020 12:14 PM 16.C.13 Packet Pg. 1948 04/28/2020 Budget and Management Office Ed Finn Additional Reviewer Completed 04/20/2020 11:43 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 04/22/2020 9:54 AM Board of County Commissioners MaryJo Brock Meeting Pending 04/28/2020 9:00 AM 16.C.13 Packet Pg. 1949 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR GOLDEN GATE WASTEWATER EOR AND INFRASTRUCTURE IMPROVEMENTS RPS NO.: 19-7621 Geoff Thomas, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-6098 Geoff.Thomas@colliercountyfl.gov (Email) This proposal solicitation document is prepared in a Microsoft Word format (rev 8/16/17). Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.13.c Packet Pg. 1950 Attachment: Attachment 2 19-7621 Solicitation (12162 : Golden Gate City WWTP EOR) SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSINAL SERVICES (RPS) NUMBER: 19-7621 PROJECT TITLE: GOLDEN GATE WASTEWATER EOR AND INFRASTRUCTURE IMPROVEMENTS PRE-PROPOSAL CONFERENCE: August 14, 2019 at 2:00 pm LOCATION: Procurement Services Division, Conference Room A, 3295 Tamiami Trail East, Bldg. C-2, Naples, FL 34112 RPS OPENING DAY/DATE/TIME: September 5, 2019 at 3:00 PM PLACE OF RPS OPENING: Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Public Utilities Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Professional Services (hereinafter, “RPS”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance, as amended. BACKGROUND The Engineering and Project Management Division (EPMD) of the Public Utilities Department has program areas funded annually for the evaluation and upgrading of the County’s Water and Wastewater Systems. Because of the age and condition of the Public Utility infrastructure in the Golden Gate area, a program is being established to systematically upgrade and/or replace existing aging wastewater treatment system. TERM OF CONTRACT County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if an award(s) is/are made is intended to be for five (5) years with Three (3) years with two (2) one (1) year renewals. The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval of the final payment. All work under $200,000 will be PO driven. A Work Order will be issued for all projects over $200,000. Board Approval will be required for projects greater than $200,000. Prices shall remain firm for the initial term of the awarded contract. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK The County is interested in contracting with a qualified engineering design firm to develop and implement infrastructure improvements at the Golden Gate Wastewater Treatment Plant Service Area generally described as the wastewater service area for the wastewater treatment plant located at 4931 32nd Avenue SW, Naples, Florida 34116. 16.C.13.c Packet Pg. 1951 Attachment: Attachment 2 19-7621 Solicitation (12162 : Golden Gate City WWTP EOR) The initial assignment will be to provide professional engineering services associated with the requirement to provide high level disinfection. This assignment must be complete under FDEP order by December 2021. A plant expansion is also anticipated, in the near future, potentially utilizing MBR technology. Throughout the duration of the program, consultant will provide project management assistance consisting of the following: • Asset condition assessment • Asset management • Attend progress meetings with PUD staff as authorized • Attend public information meetings with PUD staff as authorized • Graphics/exhibit preparation • Progress meeting assistance • Project management assistance • Project management plan preparation • Public Relations assistance • Subsurface investigations of underground utilities • Geotechnical surveys • Land surveying Attend Project Progress Meetings: Meetings with County representatives will be conducted, as requested by the Program Manager, throughout the program to keep the County informed of the project progress, to make certain that the Engineer is productively conducting its consulting services and to obtain input and direction as required for outstanding project issues. A firm day and time will be established for all progress meetings. Meeting objectives will be to provide progress updates, reach decisions on pertinent issues relative to the specific topics being addressed. The Engineer will prepare and distribute agendas and minutes 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 two working days following each meeting; the County will provide comments no more than two working days after receipt of draft minutes. Phase 1: Design Engineer shall prepare a Basis of Design Report outlining the basis of design for the improvements proposed for the project phase being designed. Should the proposed design include the use of innovative construction technologies, consultant shall retain experts with expertise in using proposed technologies. Engineer shall design the rehabilitation program in phases stipulated by the County, assist with the bid process and recommend construction contractors to execute the infrastructure replacement program; and • Prepare bid/quote documents for utility system renovations • Monitor utility renovation activities • Observe and provide oversight The following tasks are included as part of the scope of work. Phase 2: Comprehensive Golden Gate Wastewater Master Plan • Identify and analyze the Golden Gate Wastewater System • Describe the Service Level Goals for the system • Project wastewater collection and treatment demand for the 5-year, 10- and 20-year planning horizon • Evaluate the Wastewater Collection System and identify deficiencies • Evaluate the Wastewater Treatment System and identify deficiencies • Identifying any regulatory concerns for the collection and treatment systems • Analyze available engineering alternatives for maintenance and system improvements. Prioritize and recommend the rehabilitation program for wastewater facilities. Tasks may include, but are not limited to: a. Utilize local (Collier County) knowledgeable registered land surveyors to locate easements and/or property boundaries; collect and record the limits of property or easement boundaries as well as the physical location of the existing infrastructure components. As part of this task, have the existing utilities located and to determine utility ownership (water, irrigation quality water, gas, electric, force mains, etc.) prior to performing any field survey efforts. • Existing utilities 16.C.13.c Packet Pg. 1952 Attachment: Attachment 2 19-7621 Solicitation (12162 : Golden Gate City WWTP EOR) • Existing vegetation • Fencing/Bollards (conditions and sufficiency for future expansion) • Flow meters and by-pass assemblies (if applicable) • Flow Monitoring • Landscaping (code considerations) and irrigation facilities • Potential for bypass pumping • Site access • Site layout proposed improvements Phase 3: Final Design and Permitting a. Based on the accepted preliminary layout, Consultant will prepare final drawings and specifications, which provide the general scope, extent and character of the work to be furnished, and performed by the Contractor. Consultant will prepare and submit drawings and specifications at the 60-, 90- and 100-percent complete stages for review and approval. An engineer’s opinion of probable construction cost will accompany each submittal. Consultant shall meet with the County’s design and operations staff and obtain their written acceptance (signature approval) of the work completed to date. Technical specifications will be based on the 16-Division format of the Construction Specifications Institute (CSI) in MS Word format. In addition to technical specifications, Engineer will coordinate with County to develop necessary General Conditions, Supplemental Conditions, and Special Provisions Specifications will be developed specifically for the project being constructed. Standard Collier County Specifications may be used for reference, but the Engineer shall not rely on them as a replacement for sound engineering judgment and responsibility. Documents shall include drawings and project specifications ready for bidding, consistent with Collier County standards, including the following or as approved by the project manager: 1) Cover sheet, index and key map. 2) Civil Site Plan including fencing and landscaping. 3) Civil Details 4) Demolition Plan 5) Infrastructure Plan and Profile 6) Details 7) Operational Contingency Plans b. Prepare applications for Right-of-Way permits and Site Development Plans when required from Collier County Growth Management Division and respond to requests for additional information. Prepare all other required permit applications. Permitting fees will be paid by the County. c. Furnish copies of Contract Documents that include engineering drawings and specifications. Present and review them in person with the County at the 60-percent and 90-percent completion stages in the project and make appropriate changes requested. d. Prepare a permit application for submittal to the Florida Department of Environmental Protection (FDEP) and provide backup documentation including drawings and specifications for each lift station site. Respond to a request for additional information (RAI) from the FDEP. All permit fees will be paid by the County. Phase 4: Bidding and Award Except for the following, bid/quote services will be performed by the Collier County Purchasing Department. Consultant will assist the County with the following: a. Assist in preparing addenda, as required, to interpret, clarify, or expand the Bidding Documents. b. Consult with and advise the County as to the acceptability of the contractor and subcontractors, suppliers and other persons and organizations proposed by the Prime Contractor for those portions of the work as to which such acceptability is required by the Bidding Documents. c. Consult with the County concerning and determine the acceptability of substitute material and equipment proposed by the Contractor when substitution prior to the award of contracts is allowed by the Bidding Documents. d. Attend a pre-bid/quote conference e. Attend the bid opening, review bids, qualifications, f. Investigate bidders qualifications and provide a recommendation letter(s) of award. Phase 5: Consultation Services During Construction 16.C.13.c Packet Pg. 1953 Attachment: Attachment 2 19-7621 Solicitation (12162 : Golden Gate City WWTP EOR) Note: This phase is not referring to Construction, Engineering, and Inspection (CEI) Services. CEI responsibilities will be handled by others. However, the selected consultant’s presence will be requested, as a part of this solicitation, during the construction for the following: Consultant’s inspector shall observe regular construction and testing activities related to the Project as directed by the Project Manager, including rehabilitation work. Construction/testing reports and pictures of construction will be prepared on site daily on the day the construction activity takes place by the construction inspector. All construction documentation will be provided no later than 7 PM on the date of construction via electronic E-mail to the project manager and designated recipients. Both a hard copy and an electronic copy shall be kept in the project file of the consultant and given to the County upon completion of the project. Construction Observation and Documentation The construction inspector (or activity observer) will provide the services outlined below. This section also incorporates activity observations associated with the design phase (i.e., smoke testing, flow monitoring, inspections, etc.). – Construction/Testing Observation – The construction inspector will conduct on-site observations and inspections of all construction/testing activities on the Project on a full or part time basis unless directed otherwise by the project manager to ensure that all work is completed in accordance with the Contract Documents. The Construction Inspector will inform the project manager and the on-site superintendent of the construction/testing contractor of any concerns related to conformance of the work with the Contract Documents (a concern or an Issue) as an attempt to resolve any concern or issue on-site. If the concern or issue is not immediately resolved in the field, the Construction Inspector shall inform the Engineer of Record (EOR) and the project manager in writing about the concern or issue within eight (8) business hours, but not more than one business day after the discovery of any concern or issue. The EOR will be responsible for investigating the concern or issue and resolving the same through a written directive to the construction contractor and so inform the project manager and the Construction Inspector in writing. This protocol will be initiated any time the Construction Inspector becomes aware of any construction that is unsatisfactory, faulty or defective, does not conform to the Contract Documents does not meet the requirements of any inspections, tests or approval required to be made, or has been damaged before final payment. The Construction Inspector will maintain a separate Issue Resolution Log documenting any issue or concern that is conveyed in writing to the EOR, including the written directive resolving the issue or concern. - Log and Construction Documentation – The construction inspector will prepare a daily log with pictures recording activities and details related to the work on a form approved in advance by the project manager. Information will be recorded in the log when at the Project Site. Log entries will record all relevant aspects of the construction observed while on site including, but not limited to: construction crew (labor) details, equipment used, materials used, compliance testing and inspection performed, weather, temperature, site conditions, trench conditions, backfill material used, dewatering methods, compaction methods, location of the work, and all other details related to the Work. The log will reference the digital photographs and or video taken with appropriate file names and file locations. In addition to the construction details, the daily log will contain information related to: time and hours on the job site, weather conditions, data pertaining to questions of quantities of materials used, extras or deductions, list of visiting officials and representatives of manufacturers, fabricators, suppliers and distributors, observations in general and specific observations in more detail as in observing test procedures, conformance inspection of materials and fittings, name plate data for equipment and material installed, and other information requested by the project manager. Logs, photograph files and other construction documentation will be provided to the project manager by the Construction inspector daily in an electronic file via E-mail, on a digital CD only if requested by the project manager and a printed copy to be maintained on the project site in the inspector’s trailer. – Photographic and Video Record – The Construction inspector will provide a comprehensive digital photographic record of all construction activities related to the Project. The digital file names will be referenced in the log along with a brief description of the photograph, the date and time of the photograph and the name of the photographer. The digital files will be transferred via E-mail to the project manager daily, to a digital CD if requested by the project manager and submitted daily along with the construction documentation. The photographs may be electronic sent via E-mail to the project manager daily. If requested by the project manager, pictures will be printed in high resolution color, two captioned photos per 8 ½” x 11” sheet, printed one side only. The prints if requested will be provided to the project manager when needed. If requested by the project manager, Video will be provided in digital format on DVD bi-weekly. - General Coordination – The Construction inspector will coordinate all activities related to the Project between the construction contractor, the EOR and the project manager. The Construction inspector will oversee substantial and final completion inspections, and prepare and maintain the punch list, including follow-up inspections to ensure that punch list items are corrected and/or completed. - Observe Regulatory Agency Inspections – The inspector will accompany visiting inspectors representing any regulatory agencies having jurisdiction over the Project and will record all discussions and the outcome of these regulatory inspections in the logs. The inspector will always notify the project manager prior to any such inspections. - Construction Progress Meetings – The inspector will coordinate bi-weekly progress meetings chaired by the project manager, attended by the construction contractor to review project status and identify issues that may affect the Project. The inspector will 16.C.13.c Packet Pg. 1954 Attachment: Attachment 2 19-7621 Solicitation (12162 : Golden Gate City WWTP EOR) prepare a DRAFT Agenda at least two business days in advance of each meeting and issue written meeting notes identifying a summary of the discussion, conclusions and any risks that have been encountered or are expected within two days after the meeting to the project manager, EOR, and the construction contractor. - Substantial Completion Inspections – The Construction inspector will conduct substantial completion inspections when requested by the construction contractor and the EOR recommends that the work is sufficiently complete to warrant a substantial completion inspection. During the substantial completion inspection, the Construction inspector will prepare a punch list of items requiring completion or correction to the satisfaction of the EOR and the project manager. The Construction inspector will be responsible for maintaining the punch-list and issuing updates to the punch-list on a weekly basis. The Construction inspector will coordinate and participate in the final walk-through to ensure that the punch-list items are completed to the satisfaction of the EOR and the project manager. All services related to the Substantial Completion Inspection shall be provided in writing and pictures to the project manager for the Project. – Final Completion Inspection - Upon the request of the construction contractor and concurrence of the EOR and the project manager, the Construction inspector will conduct final inspections of portions of the project, as they are finished to determine if construction has been completed in accordance with the Contract Documents and the construction contractor has fulfilled all obligations therein. Based on the results of the final inspection, the EOR, project manager, and the Construction inspector will judge the work complete or not complete. If the work is judged complete, the Construction inspector will issue a “notice of final acceptance and recommendation for final payment”. If the work is judged not complete, the Construction inspector will issue written instructions to the construction contractor identifying the work judged not complete. Upon provision of the construction contractor evidence or assurance that the deficiencies noted above have been corrected or completed, a second final inspection will be scheduled to verify that the outstanding issues have been resolved and the Construction inspector can issue a “notice of final acceptance and recommendation for final payment”. All services related to the Final Completion Inspection shall be provided to the project manager of the Project. – Final Construction Certification – Upon issuance of a “notice of final acceptance and recommendation for final payment” the Construction inspector will provide a signed and sealed certification by a professional engineer of the EOR in responsible charge of the work provided by the Construction inspectors stating that the “Project has been completed by the construction contractor in accordance with the Plans and Specifications of the Contract Documents as amended by the Engineer OF RECORD”. All services related to the Final Construction Certification shall be provided to the project manager of the Project. – Asset Management Record Information – Provide all information in the electron format stipulated by Collier County required to populate the county’s GIS and Asset Management system in place at the time of project completion. Construction Inspector and Project Oversight a. General Management and Oversight – The Construction inspector will provide support services customarily related to the construction observation and inspection of similar projects including, but not limited to: Participate in a pre-construction meeting with the project manager, EOR, and the general contractor. b. Participate in other meetings as described or implied herein. c. Review and verify correctness of the construction contractor’s monthly applications for payment and accompanying data and recommend approval of payments due to the construction contractor. The Construction inspector’s recommendation of any payment requested in an application for payment shall constitute a representation by the Construction inspector to the project manager as an experienced and qualified professional, that based on Construction inspector’s onsite observations and inspections of construction in progress, that the construction quantities in the applications for payment accurately reflect the progress of the work and that the work is constructed in accordance with the Contract Documents. The Construction inspector will process pay requests in accordance with the Florida Prompt Payment Act. All incoming pay requests processed by the Construction inspector shall be mechanically stamped with the date received. d. The Construction inspector will review the monthly updates to the construction schedule prepared by the construction contractor and provide written comments to the project manager and EOR. e. The Construction inspector will provide such field testing and verification that all materials, equipment and supplies installed or utilized on the Project are in full accordance with the Contract Documents and approved Shop Drawings provided by the EOR. f. Within one week after the construction contractor notifies the EOR and the project manager that the Work on the Project is substantially complete in accordance with the Contract Documents, the Construction inspector will provide a signed and sealed certification by a professional engineer registered in the State of Florida, that the Work was done under his supervision and performed in accordance with the Contract Documents, including all approved shop drawings and change orders except as noted. – Coordination of Shop Drawings, Contract Interpretations and Clarifications – The Construction inspector will coordinate with the design engineer (EOR) regarding the issuance of interpretations and clarifications of Contract Documents during construction. The DESIGN Engineer (EOR) shall be responsible for technical review and decisions regarding interpretation and clarification of Contract 16.C.13.c Packet Pg. 1955 Attachment: Attachment 2 19-7621 Solicitation (12162 : Golden Gate City WWTP EOR) Documents. The Construction inspector shall coordinate the DESIGN Engineer’s (EOR) decisions and responses with the construction contractor. - Monitor Project Records – The Construction inspector shall monitor all required Project records, including but not limited to delivery schedules, inventories and construction reports. – As Constructed Field Drawings – The Construction inspector shall maintain red pencil “mark-up” notations and sketches on full size construction plans that reflect the actual details of constructed facilities. These Constructed Field Drawings will be used by the Construction inspector to validate the “As Built” documentation provided by the construction contractor. The Construction inspector will notify the project manager, EOR and the construction contractor of any differences in the documents maintained by the general contractor and the Construction inspector on a weekly basis for resolution by the EOR. Consultant shall also submit record information in PUD GIS format for integration into the current GIS system. In addition, information shall be submitted for entry into the County’s asset management system. – Start-up and Re-commissioning Support – The Construction inspector will assist the project manager, the EOR, and the construction contractor during start-up of each segment designated for Beneficial Use by the EOR and project manager, including but not limited to signing off on regulatory permits and general coordination between the EOR, project manager, and construction contractor. Additional Services – Additional Services (only as authorized in writing) –In accordance with the contract or purchase order, in the event that other services may arise during the course of the work but were not envisioned as part of the original or amended scope of work; Engineer shall submit a proposal to perform Additional Services prior to the performance of the work. The proposal shall include the specific services to be performed, time to complete, compensation, and an explanation as to why the services were not previously envisioned as part of the scope of work. The proposed Additional Services must be approved by the project manager in writing in advance of performance of said Additional Services. Failure to notify the project manager in writing of Additional Services shall be deemed a waiver of any claim by the Engineer that such services were Additional Services. Written authorization from the project manager will be required for any charges that exceed the predetermined upper limit. RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST: Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 20 Points 2. Certified Minority Business Enterprise 5 Points 3. Past Performance 25 Points 4. Project Approach, Willingness to Meet Time and Budget Requirements 20 Points 5. Location 10 Points 6. Recent, Current, and Projected Workloads of the firm 20 Points TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this advertisement. VENDOR CHECKLIST Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Required Reference Questionnaires have been completed for previous projects and included with the proposal. Any addenda have been signed and included. All grant requirements have been reviewed and forms completed (if applicable). 16.C.13.c Packet Pg. 1956 Attachment: Attachment 2 19-7621 Solicitation (12162 : Golden Gate City WWTP EOR) Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.C.13.c Packet Pg. 1957 Attachment: Attachment 2 19-7621 Solicitation (12162 : Golden Gate City WWTP EOR) 16.C.13.dPacket Pg. 1958Attachment: Attachment 3 19-7621 Final Ranking (12162 : Golden Gate City WWTP EOR) FGHZ2Holder Identifier : 7777777707070700077761616045571110767717006304446307662007550507120070571577277302230777071513345402107173336563126670076364005320173130726111156112306407727730623043112076727242035772000777777707000707007 7777777707070700073525677115456000723104412473106007220055064721174072311150353620330702226375703654007522237343077100070233772064320410703333724217200107122326353173001077756163351765540777777707000707007Certificate No :570080683742CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 02/27/2020 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) 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). 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. PRODUCER Aon Risk Insurance Services West, Inc. Los Angeles CA Office 707 Wilshire Boulevard Suite 2600 Los Angeles CA 90017-0460 USA PHONE (A/C. No. Ext): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 16535Zurich American Ins CoINSURER A: AA1120187American International Group UK LtdINSURER B: 19437Lexington Insurance CompanyINSURER C: INSURER D: INSURER E: INSURER F: FAX (A/C. No.):(800) 363-0105 CONTACT NAME: Tetra Tech, Inc. 10600 Chevrolet Way, Suite 300 Estero FL 33928 USA COVERAGES CERTIFICATE NUMBER:570080683742 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.Limits shown are as requested POLICY EXP (MM/DD/YYYY) POLICY EFF (MM/DD/YYYY) SUBR WVD INSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $2,000,000 $1,000,000 $10,000 $2,000,000 $4,000,000 $4,000,000 X,C,U Coverage A 10/01/2019 10/01/2020 Y GLO181740601 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $5,000,000A10/01/2019 10/01/2020Y COMBINED SINGLE LIMIT (Ea accident) BAP1857085-01 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $10,000,000 $10,000,000 $100,000 10/01/2019UMBRELLA LIABB 10/01/202062785232 RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH- ER PER STATUTEA10/01/2019 10/01/2020 WC185708701A 10/01/2019 10/01/2020 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC254061601 Each Claim02818237510/01/2019 10/01/2021 Prof/Poll Liab $1,000,000Agggregate Env Contr ProfC SIR applies per policy terms & conditions $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Contract Number: 19-7621, Golden Gate Wastewater EOR and Infrastructure Improvements. Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies as required by written contract. General Liability and Automobile Liability policies evidenced herein are Primary & Non-Contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions as required by written contract. Stop Gap Coverage for the following states: OH, ND, WA, WY. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECollier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 16.C.13.e Packet Pg. 1959 Attachment: Attachment 4 19-7621 TetraTech_Insurance (12162 : Golden Gate City WWTP EOR) Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add’l. Prem Return Prem. GLO 1817406-01 10/01/2019 10/01/2020 75272000 INCL Blanket Notification to Others of Cancellation or Non-Renewal U-GL-1521-A CW (10/12) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. If we cancel or non-renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non-renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: 1.Must be provided to us prior to cancellation or non-renewal; 2.Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non-renewed; and 3.Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1.Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2.At least 30 days prior to the effective date of: a.Cancellation, if cancelled for any reason other than nonpayment of premium; or b.Non-renewal, but not including conditional notice of renewal. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1.Extend the Coverage Part cancellation or non-renewal date; 2.Negate the cancellation or non-renewal; or 3.Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. All other terms and conditions of this policy remain unchanged. 16.C.13.e Packet Pg. 1960 Attachment: Attachment 4 19-7621 TetraTech_Insurance (12162 : Golden Gate City WWTP EOR) Blanket Notification to Others of Cancellation or Non-Renewal U-CA-832-A CW (01/13) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add’l. Prem Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel or non-renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non-renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: 1. Must be provided to us prior to cancellation or non-renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non-renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non-renewal, but not including conditional notice of renewal. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non-renewal date; 2. Negate the cancellation or non-renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. All other terms and conditions of this policy remain unchanged. BAP 1857085-01 10/01/2019 10/01/2020 75272000 INCL 16.C.13.e Packet Pg. 1961 Attachment: Attachment 4 19-7621 TetraTech_Insurance (12162 : Golden Gate City WWTP EOR) WC 99 06 43 Page 1 of 1 (Ed. 01-13) Includes copyright material of the National Council on Compensation Insurance, Inc. used with its permission. 2012 Copyright National Council on Compensation Insurance, Inc. All Rights Reserved. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 43 BLANKET NOTIFICATION TO OTHERS OF CANCELLATION OR NONRENEWAL ENDORSEMENT This endorsement adds the following to Part Six of the policy. PART SIX CONDITIONS Blanket Notification to Others of Cancellation or Nonrenewal 1. If we cancel or non-renew this policy by written notice to you, we will mail or deliver notification that such policy has been cancelled or non-renewed to each person or organization shown in a list provided to us by you if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to you. Such list: a. Must be provided to us prior to cancellation or non-renewal; b. Must contain the names and addresses of only the persons or organizations requiring notification that such policy has been cancelled or non-renewed; and c. Must be in an electronic format that is acceptable to us. 2. Our notification as described in Paragraph 1. above will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to you. We will mail or deliver such notification to each person or organization shown in the list: a. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or b. At least 30 days prior to the effective date of: (1) Cancellation, if cancelled for any reason other than nonpayment of premium; or (2) Non-renewal, but not including conditional notice of renewal. 3. Our mailing or delivery of notification described in Paragraphs 1. and 2. above is intended as a courtesy only. Our failure to provide such mailing or delivery will not: a. Extend the policy cancellation or non-renewal date; b. Negate the cancellation or non-renewal; or c. Provide any additional insurance that would not have been provided in the absence of this endorsement. 4. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs 1. and 2. above. All other terms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Premium $ Insurance Company ZURICH AMERICAN INSURANCE COMPANY WC 2540616-01 16.C.13.e Packet Pg. 1962 Attachment: Attachment 4 19-7621 TetraTech_Insurance (12162 : Golden Gate City WWTP EOR) 10/01/2019 028182375 16.C.13.e Packet Pg. 1963 Attachment: Attachment 4 19-7621 TetraTech_Insurance (12162 : Golden Gate City WWTP EOR) WC 99 06 43 Page 1 of 1 (Ed. 01-13) Includes copyright material of the National Council on Compensation Insurance, Inc. used with its permission. 2012 Copyright National Council on Compensation Insurance, Inc. All Rights Reserved. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 43 BLANKET NOTIFICATION TO OTHERS OF CANCELLATION OR NONRENEWAL ENDORSEMENT This endorsement adds the following to Part Six of the policy. PART SIX CONDITIONS Blanket Notification to Others of Cancellation or Nonrenewal 1. If we cancel or non-renew this policy by written notice to you, we will mail or deliver notification that such policy has been cancelled or non-renewed to each person or organization shown in a list provided to us by you if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to you. Such list: a. Must be provided to us prior to cancellation or non-renewal; b. Must contain the names and addresses of only the persons or organizations requiring notification that such policy has been cancelled or non-renewed; and c. Must be in an electronic format that is acceptable to us. 2. Our notification as described in Paragraph 1. above will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to you. We will mail or deliver such notification to each person or organization shown in the list: a. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or b. At least 30 days prior to the effective date of: (1) Cancellation, if cancelled for any reason other than nonpayment of premium; or (2) Non-renewal, but not including conditional notice of renewal. 3. Our mailing or delivery of notification described in Paragraphs 1. and 2. above is intended as a courtesy only. Our failure to provide such mailing or delivery will not: a. Extend the policy cancellation or non-renewal date; b. Negate the cancellation or non-renewal; or c. Provide any additional insurance that would not have been provided in the absence of this endorsement. 4. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs 1. and 2. above. All other terms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Premium $ Insurance Company ZURICH AMERICAN INSURANCE COMPANY WC 1857087-01 16.C.13.e Packet Pg. 1964 Attachment: Attachment 4 19-7621 TetraTech_Insurance (12162 : Golden Gate City WWTP EOR) Golden Gate City Wastewater Engineer of Record Public Utilities Department April 28, 2020 Regular Agenda Collier County | Florida 16.C.13.f Packet Pg. 1965 Attachment: Attachment 5 -Presentation (12162 : Golden Gate City WWTP EOR) Objectives To obtain the best qualified engineer of record to make progressive improvements to the Golden Gate Wastewater Treatment Plant (WWTP) To remain in compliance and meet demand throughout the sub- regional Golden Gate City wastewater utility system. Public Utilities Department 2 16.C.13.f Packet Pg. 1966 Attachment: Attachment 5 -Presentation (12162 : Golden Gate City WWTP EOR) Project Location 3Public Utilities Department Golden Gate City Golden Gate City WWTP at 85% Capacity 16.C.13.f Packet Pg. 1967 Attachment: Attachment 5 -Presentation (12162 : Golden Gate City WWTP EOR) Plant Location 4Public Utilities Department Golden Gate City WWTP 16.C.13.f Packet Pg. 1968 Attachment: Attachment 5 -Presentation (12162 : Golden Gate City WWTP EOR) Phase 1/Task 1: High Level Disinfection FDEP administrative order requiring High Level Disinfection To be implemented and permitted before to March 22, 2022 This design will coordinate with future plant expansions $420,000 T&M design fee 5Public Utilities Department 16.C.13.f Packet Pg. 1969 Attachment: Attachment 5 -Presentation (12162 : Golden Gate City WWTP EOR) Phase 1/Task 2: Wastewater Master Plan Forecast flows in development areas Plan for Activity Center #9 Plan for wastewater service expansion $473,000 T&M design fee 6Public Utilities Department 16.C.13.f Packet Pg. 1970 Attachment: Attachment 5 -Presentation (12162 : Golden Gate City WWTP EOR) Phase 1/Task 3: Master Pump Station & Force Main Contingency that pumps flows to the North County Water Reclamation Facility (borrowed capacity). Force Main discharges to Santa Barbara Boulevard $486,000 T&M design fee 7Public Utilities Department 16.C.13.f Packet Pg. 1971 Attachment: Attachment 5 -Presentation (12162 : Golden Gate City WWTP EOR) Phase 1/Task 9: Bridge the Gap Expansion Short-term small expansion Not needed if Task 3 and 4 can be completed on pace with development $645,000 T&M design fee 8Public Utilities Department 16.C.13.f Packet Pg. 1972 Attachment: Attachment 5 -Presentation (12162 : Golden Gate City WWTP EOR) Phase 2/Task 4: WWTP 3 MGD Expansion First expansion to be constructed from 1 to 3 MGD, depending on growth rate Membrane Bio-Reactor (MBR) treatment technology $2,143,000 T&M design fee 9Public Utilities Department 16.C.13.f Packet Pg. 1973 Attachment: Attachment 5 -Presentation (12162 : Golden Gate City WWTP EOR) Phase 3/Tasks 5-7: Collections System Replace aging infrastructure, up to: –Five regular pump stations –One community pump station –Five force main segments –One 1.5 mile force main segment –Five gravity main segments $3,155,000 T&M design fee Not included in initial purchase order 10Public Utilities Department 16.C.13.f Packet Pg. 1974 Attachment: Attachment 5 -Presentation (12162 : Golden Gate City WWTP EOR) Phase 4/Tasks 8: Owner’s Allowance For unforeseen design services Over the life of the project $300,000 T&M design fee 11Public Utilities Department 16.C.13.f Packet Pg. 1975 Attachment: Attachment 5 -Presentation (12162 : Golden Gate City WWTP EOR) Cost Summary Initial Purchase Order (PO) –$4,467,000 T&M Potential PO Modifications –$3,155,000 T&M Maximum Total –$7,622,000 T&M 12Public Utilities Department 16.C.13.f Packet Pg. 1976 Attachment: Attachment 5 -Presentation (12162 : Golden Gate City WWTP EOR) Recommendation To award Agreement No. 19-7621 in the total amount of $7,622,000 to Tetra Tech, Inc., for the "Golden Gate Wastewater Engineer of Record (EOR) and Infrastructure Improvements,” with authorization to issue an initial purchase order for Phases 1, 2 and 4 in the amount of $4,467,000, followed by future purchase order modifications for subsequent contract tasks subject to Board approval and as dictated by Board approved funding, in support of the Golden Gate Wastewater Treatment Plant Project No. 70243 and the future repair, rehabilitation and expansion within Golden Gate City, and authorize the Chairman to sign the attached Agreement. 13Public Utilities Department 16.C.13.f Packet Pg. 1977 Attachment: Attachment 5 -Presentation (12162 : Golden Gate City WWTP EOR) QUESTIONS? 16.C.13.f Packet Pg. 1978 Attachment: Attachment 5 -Presentation (12162 : Golden Gate City WWTP EOR) PROFESSIONAL SERVICES AGREEMENT Contract # 19-7621 for Golden Gate Wastewater EOR and Infrastructure Improvements ANI CCNA ❑ THIS AGREEMENT is made and entered into this day of , 20 20 by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY") and Tetra Tech, Inc. authorized to do business in the State of Florida, whose business address is 10600 Chevrolet Way, Suite 300, Estero, FL 33928 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESSETH: WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT concerning Golden Gate Wastewater EOR and Infrastructure Improvements (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 l of 32 PSA Single Project Agreement 2017.010 Ver.2 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 Daniel Nelson, PE 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 0 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 Ver.2 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 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 Is 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 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: e�- pIrWn4• +ho r_ic L_s � R{�—ta—��-®7�.—�r� ni-�rr-.z��v—anti r 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. ❑ of ' Page 7 of 32 PSA Single Project Agreement 2017.010 Vec.2 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 rs ed by law; provided, however, such activity shall be conducted only during normal business hou 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, aI the peformance offul tthis of CONSULTANT or anyone employed or utilize y the CONSULTANT in 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 0 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 ■ 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 ■ 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 ■ 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. 0 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 ■ ARTICLE FOURTEEN 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 the COUNTY's address of record: Board of County Commissioners for Collier County, Florida Division Name: Engineering and Protect Management Division Division Director: Tom Chmelik Address: 3339 East Tamiami Trail Naples, Florida 34112 Administrative Agent/PM: Corinne Trtan, Project Manager Telephone: (239) 252-4233 E-Mail(s): Corinne.Trtan(o)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: Tetra Tech, Inc Address: 10600 Chevrolet Way, Suite 300 Estero FL 33928 Attention Name & Title: Daniel Nelson, PE, Vice President Telephone: (239) 390-1467 E-Mail(s): Danny. Nelson tetratech.com Page 13 of 32 PSA Single Project Agreement 2017.010 Ver.2 ■ 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 A-1 Schedule E CCNA Projects: TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL Schedule G Other: n/a Solicitation # 19-7621 including all Attachment(s), Exhibit(s) & Addendum Consultant's Proposal Page 14 of 32 PSA Single Project Agreement 2017.010 Ver.2 N 17.11. Applicability. Sections corresponding to any checked box ( ) 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. FE -1 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 I 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 seg. 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 0 IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement the day and year first written above, ATTEST: Crystal K. Kinzel, Clerk of Courts & Comptroller la Date: Approved as to Form and Legality: DapuLy County Attorney Scott R. Reach Name Consultant's Witnesses: Witness ivame a Witness Burl Reardon - Project Manager Name and Title BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA Burt L. Saunders , Chairman Consultant: Tetra Tech, Ipe In r vy Layfifence E. Jenkins - Vice President Name and Title Page I7 of 32 PSA Single Project Agreement 2017.010 Ver.2 �� O SCHEDULE A SCOPE OF SERVICES ❑ following this page (pages 1 through 65 ) Page 18 of 32 PSA Single Project Agreement 2017.010 Ver.2 ■ COLLIER COUNTY CONTRACT #19-7621 GOLDEN GATE WASTEWATER EOR AND INFRASTRUCTURE IMPROVEMENTS SCOPE OF SERVICES I. PROJECT DESCRIPTION In March of 2018, the Collier COUNTY Water -Sewer District (CCWSD) completed the acquisition of the Golden Gate Utility System from the Florida Governmental Utility Authority. The wastewater system consists of 36 miles of sewer mains, 28 lift stations and 437 manholes along with a domestic wastewater treatment plant. The Golden Gate Wastewater Treatment Plant (WWTP) is permitted by the Florida Department of Environmental Protection (FDEP) as a 1.5 million gallons per day (MGD) facility using the Modified Ludzack Ettinger (MLE) treatment process for partial nitrogen removal. The WWTP was most recently expanded in 2008 and includes three (3) ring steel process tanks to house the flow equalization; biological treatment; clarification; disinfection; and digester facilities. Recognizing the need to better understand the existing infrastructure and to make necessary improvements, the COUNTY has requested specific services be performed. Provided below is a description of the proposed projects followed by a scope of services required to perform each of these projects. Task 1— High Level Disinfection Improvements As part of the recent decommissioning of the Golden Gate Water Treatment Plant (WTP), the Florida Department of Environmental Protection (FDEP) has placed a requirement for the WWTP to increase its treatment level to include high level disinfection, which is required to be in-place and operational by March 31, 2022. (Prior to the decommissioning of the WTP, the concentrate from the WTP was delivered to and blended with the WWTP effluent and injected into the deep injection well.) With the elimination of the concentrate application, FDEP regulations require the increase to high level disinfection. For existing plants where high level disinfection is required, Rule 62-600.440(6) of the Florida Administrative Code (F.A.C.) requires a minimum chlorine residual of 1,0 milligrams per liter (mg/L) be maintained at all times, with a minimum contact times of 15 minutes at peak hourly flow. (Note that for new treatment plants or for plant expansions, the minimum requirements for disinfection level are increased from this requirement, however that rule does not apply to the current requirement. At such point that the COUNTY decides to proceed with the treatment expansion (as defined under Task 4) the requirements will change, which essentially will change the required size of the chlorine contact basin.) To accomplish the current requirements (15 minutes of contact time), a new cloth filtration system, a new free- standing chlorine contact basin and reject storage will need to be constructed. It is anticipated that reject storage will be accomplished through either conversion of one of the on-site effluent storage ponds to a lined reject pond, or through the addition of a ground storage tank. As the existing chlorine contact basin is located within the existing ring steel package plant, there is no room for an expansion without constructing a new free- standing basin. Flow would continue to enter the current chlorine contact basin, however, rather than flowing to the effluent pumping station (used to pump the effluent to the deep injection well), the piping to the effluent pump station will need to be intercepted and redirected to the proposed, larger chlorine contact basin. From the new basin, effluent can be redirected back to the effluent pump station for injection into the deep injection well. As the existing chlorine contact basin is elevated above -grade within the ring steel plant, it is estimated that the new chlorine contact basin can be operated using gravity flow. We do not anticipate the use of mechanical pumps as a requirement to redirect effluent to the effluent pump station. In addition to the piping A-1 02 and chlorine contact basin improvements, and to demonstrate compliance with the minimum treatment level of 1.0 mg/L, a continuous chlorine residual analyzer is anticipated to be required. The analyzer will be set to deliver a signal for recording of the chlorine residual level and to notify the COUNTY in the event that the minimum requirement is not met. The resultant total suspended solids (TSS) needs to be less than 5 mg/L. Task 1 is Priority 1 allowing for final FDEP operational approval by March 31, 2022. Task 2 —Comprehensive Golden Gate Wastewater Master Plan In order to full understand the extent of the existing system and its condition, the COUNTY desires to perform a system analysis and to develop a comprehensive master plan to address current deficiencies and improvements which may be required to meet future growth and expansion of service to existing residences within the service area who are currently not customers, but rather remain on private septic tank systems. Prior to acquisition of the existing system, the COUNTY previously commissioned for an evaluation of the existing system which will be utilized to assist in the master plan development. As part of the master planning effort, the COUNTY has identified the goal to: • Identify and analyze the Golden Gate Wastewater System • Describe the Service Level Goals for the system • Project wastewater collection and treatment demand for the 5 -year, 10- and 20 -year planning horizon • Evaluate the Wastewater System and identify deficiencies • Evaluate the Wastewater Treatment System and identify deficiencies • Identifying any regulatory concerns for the collection and treatment systems • Analyze available engineering alternatives for maintenance and system improvements • Prioritize and recommend the rehabilitation program for wastewater facilities. As part of the master planning effort, hydraulic modeling of the system will be performed. To support the hydraulic modeling, field efforts including pressure monitoring and flow testing of pump stations is anticipated to be performed. In addition, to support the overall condition evaluation, it is anticipated that video inspections and smoke testing will be performed. Video inspections will be documented in accordance with the National Association of Sewer Service Corporation (NASSCO) guidelines. In addition to the Golden Gate City area, the master planning effort will review the Activity Center 9 area which is anticipated to contribute wastewater flow to the Golden Gate wastewater system. This effort will be performed by subconsultant Johnson Engineering, Inc. (JEI). Task 3 — New Master Pump Station The COUNTY has indicated that a new Master Pump Station and force main system will be necessary in order to transfer wastewater flow to the existing 20 -inch force main located within the Santa Barbara Boulevard right- of-way. From here, wastewater can be directed to either the North COUNTY Water Reclamation Facility (NCWRF), the South COUNTY Water Reclamation Facility (SCWRF) or the Northeast Water Reclamation Facility (NEWRF). For this effort, it is estimated that up to two (2) miles of a 20 -inch (or smaller) force main will be included to transfer flow to the 20 -inch Santa Barbara force main. The proposed master pump station will be designed in accordance with Collier COUNTY's standards and is anticipated to be constructed as an in-line station to include the following: • Up to three (3) in-line wastewater pumps • Yard piping, valves and fittings • Either a back-up diesel pump and/or a stand-by generator • Fuel storage • Electrical panels, variable frequency drive controls, etc. • Instrumentation for off-site monitoring and control • Perimeter fencing (or perimeter wall) if required by permit. A-2 • Perimeter landscaping if required by permit. Tasks 3, 4 and 9 are all equal at Priority 2; however, it is recognized that designing concurrently may extend the timeline to reaching the goal of relieving constrained WWTP capacity, TETRA TECH will work with the COUNTY to define relative timelines to achieving Tasks 3, 4 and 9 before developing a course of action. It is anticipated that this will occur during the development of the Comprehensive Master Plan (Task 2). Task 4 — WWTP Expansion to 3.0 MGD The COUNTY has identified the need to expand the existing Golden Gate WWTP as part of this contract from its current capacity of 1.5 MGD to up to 4.5 MGD of total capacity with site planning to provide future treatment up to 7.5 MGD (using membrane bioreactor (MBR) technology). The 3.0 MGD MBR expansion is in addition to the existing 1.5 MGD MLE process units. The ultimate goal will be to decommission the existing MLE process at some point in the future. To accomplish the 3.0 MGD MBR expansion, the following improvements are necessary: • Installation of MBR technology to provide expanded treatment up to 3.0 MGD of new capacity • Modification of the existing treatment units and yard piping to provide pre-treatment in advance of the MBR units. Alternately, new biological treatment units may be designed to allow for future decommissioning of the existing treatment units • Installation of an Irrigation quality water pump station and storage • Installation of a reject pond or tank — appropriately sized based on capacity • Installation of a new stand-alone flow -equalization basin • Installation of a new headworks components with grit removal and fine screening compatible with MBR technology • Construction of a new Operations Building complete with laboratory, control room, electrical room, lead operator office, training room and restroom/locker room — estimated size up to 5,000 square feet • SCADA systems and integration • Upgraded Electrical and Instrumentation components to support to the new improvements • Installation of a new standby generator to provide for the expanded electrical components • Coordination for upsized power supply (as necessary) • Installation of a new Deep injection well (if required) for the expanded capacity • Site Improvements, including drainage, access drive, parking, perimeter fence, landscaping, etc. • Installation of lightning protection (no copper or tined copper allowed) and surge protection • Installation of odor control system for influent with 2,000 ppm hydrogen sulfide concentration • Installation of associated appurtenances Design considerations shall incorporate: • Ease of operation, maintenance and repair • USEPA Class 1 reliability of all components • Safe operating conditions and workspaces • Nonobtrusive "dark sky" LED lighting • Considerations for expansion in phases — either the full 3.0 MGD expansion, or as three (3) separate 1.0 MGD expansions • Conceptual site planning for process expansion up to 7.5 MGD (using MBR technology) • Consideration for future decommissioning of existing DAVCO treatment units (for those portions which will not remain in operation Tasks 3, 4 and 9 are all equal at Priority 2; however, it is recognized that designing concurrently may extend the timeline to reaching the goal of relieving constrained WWTP capacity. TETRA TECH will work with the COUNTY to define relative timelines to achieving Tasks 3, 4 and 9 before developing a course of action. It is anticipated that this will occur during the development of the Comprehensive Master Plan (Task 2). A-3 Task 5 — Pump Station System Improvements Up to 5 regular duplex pump stations without emergency backup and 1 community pump station which will require either a diesel pump or standby generator are proposed. As part of this project, the COUNTY desires to rehabilitate or eliminate these stations to 1) bring them into compliance with Collier COUNTY's standards and 2) to provide general updating due to age and condition. To accomplish this, the following improvements will be performed for up to the 6 aforementioned pump stations: • The existing wetwells will be rehabilitated — concrete repair, new coating/liner, new concrete lids and hatches • The existing valve vaults may be replaced (or repaired with concrete repair, new coating/liner, new concrete lids and hatches) • The existing pumps will be replaced (with VFDs for pumps over 25 HP) • New piping from the pumps, through the wetwell and valve vault • Potential installation of either a diesel -driven pump or a standby generator (for any community pump station — one which receives wastewater flow from another pump station) • Replacement of electrical and telemetry • New fencing will be installed (and may be upgraded to the replacement with a security/privacy wall) • Site/civil improvements will be made as necessary • Landscaping will be installed as necessary, including installation of irrigation system Task 6 — Force Main Improvements Up to 5 force main segments (projected as up to 1 -mile per segment) are proposed to be replaced under this contract— up to 5 miles total. Force main segment replacement is anticipated due to undersizing and/or current condition. In addition, as part of this task, a new force main is anticipated to be installed along City Gate Drive, west from Collier Boulevard approximately 1.0 miles to Tropicana Boulevard and then approximately 0.5 miles north along Tropicana Boulevard to the Golden Gate WWTP. Task 7 — Gravity Collection System Improvements Up to 5 tributary/gravity collection lines (projected as up to 1 -mile per segment) are proposed to be replaced under this contract — up to 5 miles total. Replacement is anticipated due to age, condition and/or undersizing. It is anticipated that full replacement will be performed, however, where possible, some portions may be improved using alternative methods such as slip -lining or pipe bursting. Task 8 — General Professional Engineering Services Allowance As engineering needs may arise within the duration of this contract, the COUNTY has requested this general engineering services task to provide professional engineering and related assistance. Such assistance may include but not be limited to: • Design assistance for minor utility improvements such as line relocations or repairs • Inflow and infiltration review assistance • Operational assistance for wastewater treatment • Electrical and instrumentation assistance • Regulatory assistance for compliance • Feasibility Studies • Review of upcoming regulatory changes that may affect the Golden Gate City system • Assistance with grants and funding opportunities • Hydraulic modeling for existing system components or proposed system improvements • Participation in meetings, preparation of brief reports and otherwise provide guidance to the COUNTY as may be requested Task 9 — Bridge the Gap Treatment Expansion With the GG WWTP operating at over 85% capacity, there is an immediate need to add capacity in the form of 0.25 MGD MBR modules. To accomplish this, the following improvements are necessary: A-4 ■ • Modifications to the biological treatment process upstream of the MBR process would be required. • Installation of fine bar screens in advance of the MBR units would need to be installed. This can be accomplished through revisions/upgrades to the existing headworks or through the addition of stand- alone screens upstream of the MBR units. • Yard piping modifications would be performed to direct wastewater to/from the proposed MBR units • MBR units would be sized and installed, This may be accomplished as stand-alone skid cassettes with capability to meet the expansion requirement, with redundancy, or as in -vessel units placed within existing treatment tankage. • A review and potential modification to the return and waste activated sludge systems will be performed • An upgraded/enlarged emergency power generator is anticipated. • Electrical and instrumentation improvements to accommodate the new technology. Tasks 3, 4 and 9 are all equal at Priority 2; however, it is recognized that designing concurrently may extend the timeline to reaching the goal of relieving constrained WWTP capacity. TETRA TECH will work with the COUNTY to define relative timelines to achieving Tasks 3, 4 and 9 before developing a course of action. It is anticipated that this will occur during the development of the Comprehensive Master Plan (Task 2). To accomplish the tasks as described above, TETRA TECH proposes the following scope of services: II. Scope of Services Task 1— High Level Disinfection Improvements Preliminary Design services A. Project Kickoff Upon authorization, TETRA TECH shall perform the following services: a. Schedule and hold a kickoff meeting with the COUNTY for the purpose of introducing team members and defining their roles. TETRA TECH will prepare a meeting agenda and prepare and distribute minutes of the meeting. b. Develop and maintain a Project Management Plan (PMP) complete with team member roles, schedules, deliverable deadlines, a health and safety plan, and related components necessary to manage the proposed project. B. Data Collection Upon authorization, TETRA TECH will perform the following Data Collection services: a. Prepare a list of items to be provided by the COUNTY as necessary to complete the tasks described within this scope of services. TETRA TECH shall reasonably rely upon the data provided by the COUNTY for project completion. Validity and accuracy of data shall be the responsibility of the COUNTY. Those items shall include, but not be limited to: 1) Record drawings of the existing WWTP and any improvements made 2) Hydraulic profile 3) Survey data within the WWTP site 4) Past Geotechnical investigation and recommendations reports which may exist in the vicinity. 5) Permits obtained for past construction projects in the vicinity of the proposed improvements. C. Preliminary Design A-5 Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for final design: : a. Perform calculations in order to size the proposed chlorine contact basin, filters and reject storage. Sizing shall be based on providing 15 minutes of contact time based on peak hourly flow. Peak hourly flow will be based on 10 -States Standards. b. Perform a hydraulic analysis to determine if the new chlorine contact chamber can be placed in such a way that will eliminate the need for pumps. c. Evaluate filter alternatives and present the alternatives (up to 3) to the COUNTY for consideration and selection, d. Evaluate the reject storage alternatives to include the conversion of one of the effluent ponds to a lined reject pond (with modified yard piping) and the alternative to install a new storage tank (either glass -fused -to -steel or pre -stressed concrete). e. Perform a preliminary site layout to show the size and location of the proposed chlorine contact chamber, filters, reject storage and associated yard piping. f. Meet with the COUNTY to review the findings of the modeling and preliminary layout for the COUNTY's approval prior to proceeding with final design. g. TETRA TECH shall provide recommendations and a summary of the preliminary design efforts in the form of a technical memorandum for review and concurrence prior to proceeding to the final design phase. Preliminary Services Deliverables • Kickoff Meeting Agenda & Minutes • Data Request • Preliminary design technical memorandum • Preliminary (30 -percent) site layout Field Investigations A. Surveying & Subsurface Utility Exploration (SUE) Upon authorization, TETRA TECH will proceed with the surveying and subsurface utility exploration (SUE) efforts within the vicinity of the proposed improvements to include: a. Perform field surveying to gather information required to complete the design. Data shall be collected using NAVD88 vertical datum. Data will include above and below ground data within the vicinity of the proposed chlorine contact basin, reject storage, filters, yard piping and associated improvement areas. Prior to performing the surveying efforts, contact will be made to Sunshine State One -Call in order to determine existing utilities along the selected route. b. Perform SUE efforts to assist with identification of underground utilities. For this effort, the following services shall be provided: 1) Coordinate with COUNTY to define the locations of the test trenches, 2) Excavate no more than six (6)15 -foot wide trenches in the vicinity of the proposed underground piping/tank areas. The test trenches will be in unpaved areas and up to 6 -feet deep, Excavations will be performed using air vacuum and water pressure equipment that is non-destructive to existing facilities. No excavations under pavement or concrete will be performed under this scope of work. 3) Mark the location of the excavated underground utilities with laths on ground surface and repair ground surface within the limits of original trenches. A-6 ■ 4) Field locate underground utility lines using traditional and GPS surveying methods and plot the utilities in relationship to existing above -ground improvements. The depths, locations, sizes, types (if possible) and materials of the excavated utility lines will be obtained. 5) Prepare an underground utility base map delineating horizontal and vertical data of the underground improvements collected. 6) Provide the underground utility base map to the COUNTY in AutoCAD format. B. Geotechnical Investigations Upon authorization, TETRA TECH shall proceed with the geotechnical investigations utilizing Ardaman & Associates, Inc, which shall include: a. Perform four (4) standard penetration tests (SPTs) to a depth of up to 35 -ft to determine the soil conditions at the proposed chlorine contact chamber, filters and reject storage. The SPTs will be used to assist in designing of the chlorine contact basin and will include foundation recommendations for the proposed structure. Field Investigation Deliverables • Survey Data • Geotechnical Report Final Design & Permitting A. High Level Disinfection System Design Upon completion of the Field Investigations, TETRA TECH will initiate design services for the following: Design for the proposed high level disinfection system components to include: o Modification/repurposing of the existing chlorine contact chamber o New Yard Piping to the new chlorine contact chamber and re -piping to the effluent pump station o New chlorine contact chamber o New filtration system o New reject storage system o Continuous chlorine residual monitor (complete with sampling pump, and laboratory modifications to analyzer) o Continuous turbidimeter o Instrumentation improvements for monitoring and recording of chlorine residual o Improvements to allow adjustment of chlorine dosing in order to maintain minimum chlorine residual level (1.0 mg/L). o Site grading improvements Design will result in preparation of engineering drawings and technical specifications, which will be submitted to the COUNTY for review at 60-, 90-, and 100 -percent completion levels. The 60 -percent submittal will generally include: drawings with survey and topographic information, all existing utility locations, all engineering drawings of the proposed improvements, all applicable details, draft of technical specifications and an opinion of probable construction costs. The 90 -percent submittal will generally include: updated engineering drawings in plan view with updated section views and cross sections (90% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 60 -percent submittal, and an updated opinion of costs. The 100 -percent submittal will generally include: updated engineering drawings (100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 90 -percent submittal, and an updated opinion of costs. Review meetings shall be held with the COUNTY following submittal at each completion stage. A-7 ■ A PDF set shall be provided to the COUNTY for each review. A review meeting shall be held with the COUNTY following each submission. Tasks anticipated to be completed during this phase are summarized below: a. Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including supplemental technical specifications) shall be incorporated into the TETRATECH's electronic data base and modified to include new borders, legends, etc. Drawings shall be prepared using 22x34 -inch paper (1"=40' scale) for the purpose of being able to produce % scale drawings at 11x17 -inch. b. The Contract final drawings shall generally include, but not be limited to the following for all improvements: 1. General — 6 sheets Cover Sheet (1 sheet) Index of Drawings (1 sheet) Location and General Notes (1 sheet) Legend and Abbreviations (1 sheet) Existing Process Flow Diagram (1 sheet) Hydraulic Profile (1 sheet) 2. Civil — 5 sheets Existing Conditions, Clearing & Erosion Control (1 sheet) Site Plan, Geometry & Project Data Table (1 sheet) Site Improvement Plan (1 sheet) Civil Sections and Details (2 sheets) 3. Mechanical —14 sheets Yard Piping Plan (2 sheets) Chlorine Contact Chamber Plan and Section Views (2 sheets) Filter Plan and Section Views (2 sheets) Reject Storage Plan and Section Views (2 sheets) Mechanical Details (6 sheets) 4. Structural — 6 sheets Structural Legend (1 sheet) Chlorine Contact Chamber Foundation (1 sheet) Filter Foundation (1 sheet) Reject Storage Foundation (1 sheet) Typical Foundation and Structural Details (2 sheet) 5. Electrical/Instrumentation —8 sheets Electrical Notes and Symbols (1 sheet) Electrical Site Plan and Exterior Lighting (2 sheets) Electrical Wiring Diagram (2 sheet) Telemetry System (1 sheets) Electrical Details (2 sheets) c. Prepare a comprehensive project manual that shall generally consist of technical specifications for competitive bidding. The project manual and its contents shall be prepared using Microsoft WORD and formatted in accordance with CSI standards. d. Prepare a bid schedule for unit cost bidding of the items proposed for installation. The bid schedule shall be accompanied with a Measurement and Payment section to describe the bid items. B. Quality Control/Quality Assurance A_8 ■ During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks: a. Prior to submission of each design submittal (60-, 90- and 100 -percent); perform review of design documents (drawings and specifications) technical calculations, constructability; conformance with engineering standards; conflicts with existing and/or proposed facilities and related factors, b. Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for Quality Control/Quality Assurance reviews. c. Provide comments to design team in both written and redlined format. C. Permitting Upon authorization, TETRA TECH will perform the following permitting services: a. Schedule and attend the following pre -application meetings 1) Florida Department of Environmental Protection (FDEP) 2) South Florida Water Management District (SFWMD) b. Prepare and submit to the FDEP Wastewater Facility Permit Applications (Forms 1 and 2A) along with backup documentation. c. Prepare and submit Notice of Intent (NO1) and Stormwater Pollution Prevention Plan (SWP3) applications to the FDEP for stormwater control during construction for each project location (3 total) d. Prepare and submit a Site Development Plan Amendment (SDP -A) application to the COUNTY for the proposed improvements. The Application will include the following supplemental attachments: 1) Property information (Legal Description, Folio, Address, Zoning) 2) Location Map 3) Survey 4) Cover letter (explaining project) S) Pre -Application meeting notes 6) Affidavit of Authorization 7) Property opinion of title 8) Site Development Plans e, Prepare and submit an Environmental Resource Permit (ERP) for submittal to the SFWMD to address the additional impervious area and associated stormwater runoff that may be generated. f. TETRA TECH shall include a request for a check from the COUNTY for each application in the amount required by each regulatory agency. Backup documentation to support the application fee will also be included. All permit application fees shall be paid by the COUNTY. g. Respond to all requests for additional information (RAIs) from the permitting agencies to clarify the original application(s). Final Design & Permitting Deliverables • Design submittals to include drawings and project manual at the 60 -percent, 90 -percent and 100 - percent completion stages, as defined above. This will include 1 set of full sized (2406 -inch drawing sheets) along with technical specifications and an electronic copy in PDF format of each. • Engineer's opinion of probable costs at the 60-, 90 -percent and 100 -percent completion stages • Draft and final permit applications and supporting documentation • Request for permit application fees along with backup documentation, as required • Copies of responses to RAIs • Original permits, once received Notes: 1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front- end (Division 0 -Bidding ad Contract Requirements and Division 01 — General Requirements). TETRA TECH A-9 shall provide the drawings and technical documents along with a bid schedule for the COUNTY's incorporation into the bid documents. Bidding Assistance Upon authorization, TETRA TECH shall perform the following Bidding related services: a. Provide the COUNTY an electronic copy of the bid documents to include a bid form, drawings, and technical specifications in PDF format for incorporation with the COUNTY's bidding and contract documents for bidding purposes for each project. The COUNTY shall be responsible for printing, distribution and logging of the bid sets to potential bidders. b, Attend a Pre -Bid Meeting. c. Respond to questions and prepare addenda as required to interpret, clarify or expand the bidding documents. The COUNTY shall be responsible for distribution of addenda to all registered plan holders, d. Consult with and advise the COUNTY as to the acceptability of subcontractors and other persons and organizations proposed by the prime contractor (hereinafter called "Contractor"). e. Consult with and advise the COUNTY as to the acceptability of substitute materials and equipment proposed by the Contractor when substitution prior to the award of contracts is allowed by the bidding documents, f. Evaluate bids and make recommendation of the award. g. Coordinate process of obtaining the insurance, performance bond and payment bond certificates and other such submittal items required from the Contractor by the contract documents so that construction of the project can commence. h. Following award of the contract, prepare a set of conformed documents incorporating changes made during bidding through addenda and contract documents executed by the COUNTY and Contractor. Two (2) hard copies and one (1) electronic copy in PDF format on CD of a conformed set of Contract Documents shall be provided to the COUNTY and one (1) reproducible set to each recommended Contractor. Bidding Assistance Deliverables • Electronic AutoCAD, MS WORD and PDF copies of the bid set to include bid form, substitute materials form, drawings and technical specifications. • Responses to questions in addenda format. • Bid evaluation and recommendation of award letter. • Copies of the Conformed Documents as defined. Construction Management Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete the following tasks defined below. Construction phase is based on an estimated construction period of 330 days (270 days to substantial completion and 60 additional days to final completion, a. Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the meeting for distribution to attendees. b. Attend progress meetings throughout progress of the project. Progress meetings will be held monthly as needed to coordinate work in progress. It is anticipated that 10 progress meetings will be needed at an average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each, and meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH shall be responsible for preparing and distributing written summary of each meeting. c. Make site visits to the construction site at intervals appropriate to the various stages of construction in order to observe the progress and quality of the Work. These will be scheduled during critical points during the construction of the project and will be determined based upon the Contractor's schedule. It is anticipated that 20 site visits (2 per month) with an average duration of approximately 2 hours plus 2 hours for office time and report preparation will be required. These site visits will be to observe the progress and quality of the construction and its general conformance to the Contract Documents. In addition, TETRA TECH shall notify the COUNTY of observed work which does not conform to the Contract Documents, make recommendations for its correction, and as authorized by the COUNTY, issue instruction to the Contractor, to carry out the corrective measures. d. Review shop drawings and other required Contractor submittals to determine conformance with the design concepts of the project and compliance with the requirements provided in the Contract Documents. Shop drawings will be reviewed up to two (2) times per submittal with additional review fees to be paid to the TETRA TECH by the Contractor through the COUNTY, It is anticipated that up to 40 shop drawings will be submitted for review. e. Review requests for information (RFIs), provide interpretation of construction documents, and issue written clarifications or interpretations. Up to 10 RFIs are anticipated. f. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen conditions. Up to 2 change orders are anticipated. g. Review the Contractor's applications for payment and the accompanying data and schedules, determine the amounts owed to the Contractor, and advise the COUNTY of the recommended payments to the Contractor. Up to 12 pay applications are anticipated. h. Attend up to 2 days of start-up testing and training. i. Upon written request by Contractor, conduct a substantial completion inspection of the Project to determine if Work is substantially complete or compile and distribute a punch list of items to be addressed. Upon written request by Contractor, conduct a re -inspection to confirm that final completion punch list items have been addressed and subsequently provide a final completion certification to the COUNTY and recommend that the COUNTY make final payment to the Contractor, j. Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but not be limited to warranties, release of liens and related documentation as required by the COUNTY and/or funding agencies. k. Review the Contractor's as -built submittals monthly for adequacy and review listing of deviations from the construction permit and approved construction documents. Prepare record drawings for COUNTY's use from information provided by the Contractor delineating the location, and elevation of all facilities constructed. Provide the COUNTY with one (1) CD-ROM electronic file of record drawings in PDF format and three (3) sets of prints of the record drawings (22" x 34") for each construction contract. Record drawings to be based on electronic survey as -built data to be provided by the Contractor. I. Prepare and submit certifications and required supporting documentation to regulatory agencies having issued permits for construction. m. Modify the existing Operating Protocol to reflect the changes to high level disinfection. Construction Management Deliverables • Meeting minutes for each meeting • Site visit summary reports • Correspondence related to residential -contractor liaison services • Copies of Shop Drawing Reviews • Copies of RFIs • Change Proposals • Executed Change Orders • Approved Pay Requests with supporting documentation • Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc. • Substantial and Final Completion Punch Lists • Record Documents (3 printed sets on 22" x 34" and 1 electronic copy) • Copies of certifications of completion END OF TASK 1— HIGH LEVEL DISINFECTION IMPROVEMENTS Task 2 — Comprehensive Golden Gate Wastewater Master Plan Projections/Existing System The Projections/Existing System phase will describe and evaluate the existing system and identify the quantity of service projected at the five (5), ten (10), fifteen (15) and twenty (20) year planning horizons. A. Project Kickoff Meeting A kickoff meeting will be held within two weeks of award to introduce the team members, identify points of contact, and define roles and responsibilities. Prior to the meeting TETRA TECH will prepare a data request for information not already provided but necessary for the project. The status of the data request will be discussed at the kickoff meeting as well as the project schedule. B. Project Status Meetings TETYRA TECH will provide progress reports to the COUNTY on a monthly basis in conjunction with monthly invoices. TETRA TECH will meet with COUNTY staff monthly on the status of the project (estimated at 8). At a minimum, the TETRA TECH project manager will attend the meeting with additional TETRA TECH staff, as necessary, depending on the focus of the activities for the period. TETRA TECH will prepare the meeting agenda and sign in sheet for all meetings and provide a summary of the meeting minutes within one week. At a minimum, the status meeting agenda will include: • Status of work completed to date • Key findings • Work anticipated for the upcoming month • Problems/obstacles identified during the reporting period • Outstanding Issues • Review of the project schedule C. Data Collection TETRA TECH will collect, coordinate and organize data and various documents to develop the background information needed for the planning effort. To the extent TETRA TECH has already received this data additional copies will not be necessary. Data sources are expected to include: • Minimum five (5) years of monthly operating reports. • Operational protocols, reports, and maintenance records. • Existing geospatial information system (GIS) shapefiles and/or geodatabase of the wastewater system and include at a minimum force main diameters and materials. • Wastewater pump station pump curves. • Record drawings for projects not incorporated in the COUNTY's current GIS information. • Design reports and permitting documents pertaining to the previously performed improvements • Aerial photographs and tax maps. • USDA SCS Soils Maps. • FEMA Flood Maps. • Comprehensive plan components for Golden Gate City. • Existing and future land use maps, • Current permits associated with the system. • Customer billing data, identifying each customer's class and meter size, for a minimum of 12 months. • Service area boundary maps D. Wastewater Projections A-12 TETRA TECH will develop build -out wastewater flow projections for the Golden Gate service area. The projections will reflect increased development intensities in certain areas current served as well as other developed and undeveloped areas where central wastewater service is advisable. E. Capacity Analysis TETRA TECH will review the existing wastewater treatment plant and evaluate the ability of the system to meet the projected demands. The evaluation criteria will be a combination of the requirements of FDEP, industry standards and other criteria developed uniquely for the COUNTY service area. The capacity analysis for the lift stations and wastewater transmission system will be evaluated as part of the hydraulic modeling. F. Regulatory Analysis TETRA TECH will summarize existing and proposed regulatory requirements that will affect the wastewater treatment plant, biosolids disposal and effluent disposal system. The regulations will be compared to the current water quality and any deficiencies will be identified and addressed in the capital program. G. Reclaimed Water Opportunities As the current system is not provided with reclaimed water (irrigation) improvements, an analysis of the service are will be performed in order to evaluate potential large-scale users where it may be advantageous to extend irrigation service to. H. Draft Submittal and Review TETRA TECH will prepare a Technical Memorandum that presents the data analysis, maps, and projections and submit a PDF copy of the documents to the COUNTY for review and comment. The memorandum will take the form of sections that will ultimately be included in the Master Plan. This review will be used by the COUNTY to verify the completeness of the data and maps and to review the projections prior to any planning work. 1. Review Meeting TETRA TECH will attend a review meeting addressing the draft submittal and prepare meeting minutes. J. Draft Technical Memorandum Revisions TETRA TECH will incorporate the COUNTY's review comments into the maps and projections. Hydraulic Modeling In order to understand the existing transmission system deficiencies and to assist in recommending improvements, the following hydraulic modeling efforts are proposed for the pressurized force main piping: A. Data Collection TETRA TECH will provide a list of data required for hydraulic model construction that will include (at a minimum) the most recent data listed above under Projections/Existing System — Data Collection. TETRA TECH will utilize the COUNTY's GIS wastewater system data for existing pipelines, review construction plans A-13 for planned infrastructure, as-builts or the best available information to construct the model. Where GIS data is not available, TETRA TECH will recreate data using PDF files from available system maps. TETRA TECH will conduct a model review workshop with COUNTY to examine the Model's force main layout, connectivity, and infrastructure data. B. Hydraulic Model Update TETRA TECH will incorporate infrastructure data such as force mains, pump stations, valves and interconnects into the model, The model will consist of all wastewater force main system piping identified in the COUNTY's GIS data including piping recently constructed or currently under construction, which are not included in the COUNTY's GIS data. TETRA TECH will perform quality control activities to check model input such as diameters, elevations, pump curves and controls as proper model inputs. C. Demand Development Allocation and Scenario Management TETRA TECH will develop and allocate demands based on customer billing data, house and business locations, etc. Allocation will be performed in a simple, fluid process using the demand allocator module, D. Hydraulic Model Calibration TETRA TECH will develop a calibration protocol which will define calibration locations, summarize field data collection, and conduct a pre- and post -calibration meeting with COUNTY staff. Pressure recording devices will be installed and removed by Johnson Engineering, for up to five (5) locations to assist with model calibration, TETRA TECH will summarize, analyze, and compare the data to the model output. TETRA TECH will adjust model inputs to within established hydraulic criteria as reasonable, and document results in a calibration memorandum. Field checking of valves or additional data collection (by COUNTY staff) will be recommended as necessary. E. Model Scenarios A hydraulic analysis will be performed in order to determine the system's ability to meet projected demands in the 5 -year, 10 -year and 20 -year scenarios. For each scenario, an analysis will be performed with the firm capacities of all wastewater pump stations simultaneously to approximate a worst case condition. Additional adjustments may be made based on input from COUNTY staff regarding system operations. The final model will be structured to consider manifolded force main pressures at any location and to quantify existing pump station delivery impacts resulting from the addition of new pump stations, F. Draft Submittal and Review TETRA TECH will prepare a draft Technical Memorandum that presents the data analysis, maps, and projections and submit a PDF copy of the documents to the COUNTY for review and comment. The memoranda will take the form of sections that will ultimately be included in the Master Plan. G. Review Meeting TETRA TECH will attend a review meeting addressing the draft submittal and will record and distribute meeting minutes of said meeting H. Draft Technical Memorandum Revisions A-14 TETRA TECH will incorporate the COUNTY's review comments into the draft Technical Memorandum. Capital Program The Capital Program will identify the projects required to meet the goals of the Master Plan. Tasks included in the Capital Program Phase include: A. Identify Facility Requirements Facility requirements will include a detailed list of storage, treatment, pumping, transmission, and related wastewater facilities required to effectively convey service to end users previously identified as well as any requirements for interconnects with neighboring COUNTY utility systems. The facility requirements will be based on the results from the hydraulic modeling and the capacity evaluation. The requirements will be developed for the 5 -year, 10 -year, 15- year and 20 year planning horizons and will include a description of each project and opinion of probable cost. B. Prioritization of Improvements TETRATECH will prioritize the identified improvements for both new and existing facilities and provide dates for improvements as necessary to meet system demand. The prioritization will develop a CIP for the 5 - year, 10 -year, 15- year and 20 -year planning horizons. The prioritization will also include a ranking of projects based on identifying projects that will meet system demands and correct deficiencies for the least amount of capital expenditure while also considering non -cost factors. The CIP for the planning horizons will also include a set of events that will trigger the initiation of the projects, C. Draft Submittal and Review TETRA TECH will prepare a draft Technical Memorandum summarizing the Capital Program and submit a PDF copy of the document to the COUNTY for review and comment. The memorandum will take the form of the sections that will ultimately be included in the Master Plan. D. Review Meeting TETRA TECH will attend a review meeting addressing the draft submittal and will record and distribute meeting minutes of said meeting E. Draft Technical Memorandum Revisions TETRA TECH will incorporate the COUNTY's review comments into the draft Technical Memoranda. Report Preparation TETRA TECH will submit two (2) copies of a report combining the final Technical Memoranda for each Phase for review by the COUNTY and will subsequently meet with the Staff to discuss the document. The report will be revised pursuant to the COUNTY's comments and two (2) copies of each of the final report will be submitted to the COUNTY along with electronic versions of the various models and documents. Activitv Center 9 Evaluation A. Wastewater System Evaluation Subconsultant Johnson Engineering Inc. (JEI) will provide the following services as part of this task: A-15 `CA • Update the future wastewater generation calculations within the Activity Center 9 boundary. JEI will provide the projected future flow calculation to the COUNTY for review in excel and PDF format, The updates to the future flow calculations will include, but not be limited to, the following items: o Include the 433 multi -family zoned units in the Collier Boulevard Mixed Use Commerce Center. o Use 200 gallons per day (gpd) for multi -family residential units (instead of 100 gpd). o Include 360 multi -family units in the rezoned portion of the Collier Boulevard Mixed Use Commerce Center. o Use 1,036 gallons per minute (gpm) for City Gate peak flow (instead of the previous 674 gpm). o Include the new Government Operations Business Park flows (north of City Gate). • Coordinate with Collier County Public Utilities (CCPU) and Growth Management Department (GMD) staff to determine proposed developer timing, and to establish various operational scenarios. • Based on the operational scenarios (determined with CCPU staff), JEI will estimate when the 14 -inch force main along Davis Boulevard will reach capacity, and when/what wastewater flows can be conveyed elsewhere until the Golden Gate Wastewater Treatment Plant has sufficient capacity. • Coordinate and work with CCPU wastewater collections staff to determine existing valve states, and proposed valve states for the various operational scenarios. • Evaluate the existing wastewater system within the project boundary to determine deficiencies and identify necessary system improvements. o The Consultant will specifically evaluate the force mains within the City Gate PUD, along Magnolia Pond Drive, the proposed Golden Gate force main, and the force main system along Davis Boulevard to determine how they will be impacted from the proposed developments. B. Wastewater System Data Collection Subconsultant 1E1 will provide the following services as part of this task: • Monitor wastewater flows received by the wastewater pump stations of interest within the project boundary and determine how the pump stations and downstream force mains are impacted as a result of the ongoing and proposed developments nearby. The pump stations of interest will be identified during the project and through discussions with CCPU staff. This task includes installing low-pressure transducers in pump station wet wells, physically measuring wet well dimensions and float settings, recording pump information, taking photographs of the pump station sites, downloading data, analyzing SCADA information provided by the County, calculating flow, and providing graphical and tabular results to the COUNTY. LiDAR or record drawing information may be used to determine elevations of each pump station if they are unknown. 1E1 will utilize pump station information and records obtained during a previous project in the same area. • Monitor wastewater force main pressure at various and strategic locations to help determine how the pump stations and downstream force mains are impacted as a result of the ongoing and proposed developments nearby. 1E1 may utilize an existing Telog pressure record stationed in the project boundary, as well as install high-pressure transducers on air release valves or pump station discharges. These locations will be determined during the data collection process and may be dependent on field conditions. Collier County Wastewater Collections will assist the Consultant with installing the high- pressure transducers. This task includes installing high-pressure transducers on air lease valves or pump station discharges, physically measuring the distance from the connection point to some reference A-16 A v point (natural ground or pump station slab), taking photographs of the pressure site, downloading data, and providing graphical and tabular results to the COUNTY. LiDAR or record drawing information will be used to determine elevations of each pump station if they are unknown. • 1El will provide written reports identifying the changes in force main pressures and pump stations of interest flows. END OF TASK 2 — COMPREHENSIVE GOLDEN GATE WASTEWATER MASTER PLAN Task 3 — New Master Pump Station Preliminary Design Services A. Project Kickoff Upon authorization, TETRA TECH shall perform the following services: a, Schedule and hold a kickoff meeting with the COUNTY for the purpose of introducing team members and defining their roles, TETRA TECH will prepare a meeting agenda and prepare and distribute minutes of the meeting. b. Develop and maintain a Project Management Plan (PMP) complete with team member roles, schedules, deliverable deadlines, a health and safety plan, and related components necessary to manage the proposed project, B. Data Collection Upon authorization, TETRA TECH will perform the following Data Collection services: a. Prepare a list of items to be provided by the COUNTY as necessary to complete the tasks described within this scope of services. TETRA TECH shall reasonably rely upon the data provided by the COUNTY for project completion. Validity and accuracy of data shall be the responsibility of the COUNTY. Those items shall include, but not be limited to: 1) GIS data for existing infrastructure 2) Hydraulic model files 3) Survey data within vicinity of the proposed master pump station and along the project route 4) Past Geotechnical investigation and recommendations reports which may exist in the vicinity. 5) Permits obtained for past construction projects in the vicinity of the proposed improvements. C. Preliminary Design Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for final design: : a. Perform hydraulic modeling using the COUNTY's wastewater model in order to assist with pump and force main sizing. TETRA TECH will utilize growth projection data to assist in sizing for future conditions. b. Develop a preliminary layout of the pump station site to include access drive, fencing, location of proposed electrical components, standby generator (or diesel pump) and related site features. c. Meet with the COUNTY to review the findings of the modeling and preliminary layout for the COUNTY's approval prior to proceeding with final design. d. Review route alternatives and present up to three (3) alternatives to the COUNTY for final selection. e. TETRA TECH shall provide recommendations and a summary of the preliminary design efforts in the form of a technical memorandum for review and concurrence prior to proceeding to the final design phase. Preliminary Services Deliverables Kickoff Meeting Agenda & Minutes Data Request Preliminary design technical memorandum A-18 i Preliminary (30 -percent) site layout Field Investigations A. Surveying & Subsurface Utility Exploration (SUE) Upon authorization, TETRA TECH will proceed with the surveying and subsurface utility exploration (SUE) efforts within the vicinity of the proposed improvements to include: a. Perform field surveying to gather information required to complete the design. Data shall be collected using NAVD88 vertical datum. Data will include above and below ground data within the vicinity of the proposed master pump station as well as along the proposed force main route. Prior to performing the surveying efforts, contact will be made to Sunshine State One -Call in order to determine existing utilities along the selected route. b. Assist the COUNTY with easement acquisition. This will include preparation of a legal sketch and description to assist the COUNTY with their negotiation and recording of an easement, if required for the proposed master pump station. c. Perform SUE efforts to assist with identification of underground utilities. For this effort, the following services shall be provided: 1) Coordinate with COUNTY to define the locations of the test trenches. 2) Excavate no more than six (6) 15 -foot wide trenches from edge of pavement to the right-of- way lines, to search for existing utilities. The test trenches will be in unpaved areas and up to 6 - feet deep. Excavations will be performed using air vacuum and water pressure equipment that is non-destructive to existing facilities. No excavations under pavement or concrete will be performed under this scope of work. 3) Mark the location of the excavated underground utilities with laths on ground surface and repair ground surface within the limits of original trenches. 4) Field locate underground utility lines using traditional and GPS surveying methods and plot the utilities in relationship to existing above -ground improvements. The depths, locations, sizes, types (if possible) and materials of the excavated utility lines will be obtained. 5) Prepare an underground utility base map delineating horizontal and vertical data of the underground improvements collected. 6) Provide the underground utility base map to the COUNTY in AutoCAD format. B. Geotechnical Investigations Upon authorization, TETRA TECH shall proceed with the geotechnical investigations utilizing Ardaman & Associates, Inc. which shall include: Perform one (1) standard penetration tests (SPTs) to a depth of up to 35 -ft to determine the soil conditions at the proposed master pump station site and two (2) SPTs to a depth of 35 -ft along the force main route. b. Perform (21) hand auger borings to a depth of 8 -feet (or to the presence of rock) in order to determine the presence of rock or other unsuitable material along the proposed force main route, within the construction zone. C. Environmental Investigations Upon authorization, TETRA TECH will utilize Johnson Engineering, Inc. (JEI) to perform a Protected Species Survey and Habitat Mapping for the project site to include the pump station site and if required, the force main route. For this effort JEI shall conduct a protected species survey of the project area to determine State and A-19 ■ Federal threatened and endangered species involvement. The survey shall be conducted in accordance with methodologies accepted by the Florida Fish and Wildlife Conservation Commission (FWC), U.S. Fish and Wildlife Service (USFWS), and Lee County Land Development Code, Chapter 10, Article 3, Division 8 (Protection of Habitat). This task includes preparation of a vegetation community map in accordance with the Florida Land Use Cover and Forms Classification System (FLUCFCS) methodology established by the Florida Department of Transportation (FDOT), The FLUCFCS map shall be required for the state environmental permit application process and/or Lee County development order (DO) review. The methodology and findings, including locations of observed protected species (if any), will be summarized in a Protected Species Survey Report in a format suitable to meet the permitting requirements of Lee County, FWC, and USFWS. Species specific surveys, management plans, permitting, and/or relocations, other than those stated herein will require a supplemental agreement, if required by the regulatory agencies. Species specific wildlife surveys, which may have seasonal requirements or specific methodologies, wildlife monitoring, agency permitting, and/or relocations are not included in this task. These services, if required by the regulatory agencies, are either covered under separate tasks below or will require a supplemental agreement. Field Investigation Deliverables • Survey Data • Geotechnical Report Environmental Investigation results Final Design & Permitting A. New Master Pump Station Design Upon completion of the Field Investigations, TETRA TECH will initiate design services for the following: Design for the proposed Master Pump Station to include: o Pump station layout including piping, valving and appurtenances o Diesel pump or emergency power generator & fuel storage o Entrance drive o Fencing o Landscaping o Site improvements o Electrical controls, communication and appurtenances o Pump station protective pole structure o Proposed force main improvements Design will result in preparation of engineering drawings and technical specifications, which will be submitted to the COUNTY for review at 60-, 90-, and 100 -percent completion levels. The 60 -percent submittal will generally include: drawings with survey and topographic information, all existing utility locations, all engineering drawings of the proposed improvements, all applicable details, draft of technical specifications and an opinion of probable construction costs. The 90 -percent submittal will generally include: updated engineering drawings in plan view with updated section views and cross sections (90% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 60 -percent submittal, and an updated opinion of costs. The 100 -percent submittal will generally include: updated engineering drawings (100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 90 -percent submittal, and an updated opinion of costs. Review meetings shall be held with the COUNTY following submittal at each completion stage. A PDF set shall be provided to the COUNTY for each review. A review meeting shall be held with the COUNTY following each submission. Tasks anticipated to be completed during this phase are summarized below: A-20 ■ a. Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including supplemental technical specifications) shall be incorporated into the TETRATECH's electronic data base and modified to include new borders, legends, etc. Drawings shall be prepared using 2204 -inch paper (1"=40' scale) for the purpose of being able to produce % scale drawings at 11x17 -inch. b. The Contract final drawings shall generally include, but not be limited to the following for all improvements: 1. General — 3 sheets Cover Sheet (1 sheet) Index of Drawings and General Notes (1 sheet) Legend and Abbreviations (1 sheet) 2. Civil — 26 sheets Existing Conditions, Clearing & Erosion Control (1 sheet) Site Plan, Geometry & Project Data Table (1 sheet) Site Improvement Plan (1 sheet) Force Main Plan & Profile (21 sheets) Civil Sections and Details (2 sheets) 3. Mechanical — 3 sheets Pump Station Section Views (2 sheets) Mechanical Details (1 sheet) 4. Structural — 3 sheets Structural Legend (1 sheet) Structure Foundation (1 sheet) Pump Support Slab/Pole Structure (1 sheet) 5. Electrical/Instrumentation —15 sheets Electrical Notes and Symbols (1 sheet) Electrical Site Plan and Exterior Lighting (1 sheet) Power Feed Plan (1 sheet) Pump Building Power Plan (1 sheet) Pump Building Grounding and Lighting Plan (1 sheet) Enlarged Pump Plan (1 sheet) Electrical Riser Diagram (1 sheet) Electrical Wiring Diagram (1 sheet) Control Panel Schematics (2 sheets) Emergency Generator Plan/Sections (1 sheet) Telemetry System (2 sheets) Electrical Details (2 sheets) 6. Landscape Plans — 8 sheets Landscape Legend, General Notes (2 sheets) Landscape Plan Sheets (2 sheets Landscape Details (4 sheets) c. Prepare a comprehensive project manual that shall generally consist of technical specifications for competitive bidding. The project manual and its contents shall be prepared using Microsoft WORD and formatted in accordance with CSI standards. d. Prepare a bid schedule for unit cost bidding of the items proposed for installation. The bid schedule shall be accompanied with a Measurement and Payment section to describe the bid items. B. Quality Control/Quality Assurance During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks: Prior to submission of each design submittal (60-, 90- and 100 -percent); perform review of design documents (drawings and specifications) technical calculations, constructability; conformance with engineering standards; conflicts with existing and/or proposed facilities and related factors. Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for Quality Control/Quality Assurance reviews. Provide comments to design team in both written and redlined format. C. Permitting Upon authorization, TETRA TECH will perform the following permitting services: a. Schedule and attend the following pre -application meetings 1) Collier County 2) Florida Department of Environmental Protection (FDEP) 3) South Florida Water Management District (SFWMD) b. Prepare and submit to the FDEP Application for Constructing Wastewater Collection and Transmission System Improvements along with backup documentation. c. Prepare and submit Notice of Intent (NO1) and Stormwater Pollution Prevention Plan (SWP3) applications to the FDEP for stormwater control during construction for each project location (3 total) d. Prepare and submit a Site Development Plan Amendment (SDP -A) application to the COUNTY for the proposed improvements. The Application will include the following supplemental attachments: 1) Property information (Legal Description, Folio, Address, Zoning) 2) Location Map 3) Survey 4) Cover letter (explaining project) 5) Pre -Application meeting notes 6) Affidavit of Authorization 7) Property opinion of title 8) Site Development Plans e. Prepare and submit an Environmental Resource Permit (ERP) for submittal to the SFWMD to address the additional impervious area and associated stormwater runoff that may be generated. f. TETRA TECH shall include a request for a check from the COUNTY for each application in the amount required by each regulatory agency. Backup documentation to support the application fee will also be included. All permit application fees shall be paid by the COUNTY. g. Respond to all requests for additional information (RAIs) from the permitting agencies to clarify the original application(s). Final Design & Permitting Deliverables • Design submittals to include drawings and project manual at the 60 -percent, 90 -percent and 100 - percent completion stages, as defined above. This will include 1 set of full sized (22x34 -inch drawing sheets) along with technical specifications and an electronic copy in PDF format of each. • Engineer's opinion of probable costs at the 60-, 90 -percent and 100 -percent completion stages • Draft and final permit applications and supporting documentation • Request for permit application fees along with backup documentation, as required • Copies of responses to RAIs • Original permits, once received Notes: A-22 i 1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front- end (Division 0 -Bidding ad Contract Requirements and Division 01— General Requirements). TETRA TECH shall provide the drawings and technical documents along with a bid schedule for the COUNTY's incorporation into the bid documents. Bidding Assistance Upon authorization, TETRA TECH shall perform the following Bidding related services; a. Provide the COUNTY an electronic copy of the bid documents to include a bid form, drawings, and technical specifications in PDF format for incorporation with the COUNTY's bidding and contract documents for bidding purposes for each project. The COUNTY shall be responsible for printing, distribution and logging of the bid sets to potential bidders, b. Attend a Pre -Bid Meeting. c. Respond to questions and prepare addenda as required to interpret, clarify or expand the bidding documents. The COUNTY shall be responsible for distribution of addenda to all registered plan holders. d. Consult with and advise the COUNTY as to the acceptability of subcontractors and other persons and organizations proposed by the prime contractor (hereinafter called "Contractor"). e. Consult with and advise the COUNTY as to the acceptability of substitute materials and equipment proposed by the Contractor when substitution prior to the award of contracts is allowed by the bidding documents. f. Evaluate bids and make recommendation of the award. g. Coordinate process of obtaining the insurance, performance bond and payment bond certificates and other such submittal items required from the Contractor by the contract documents so that construction of the project can commence. h. Following contract award, prepare a set of conformed documents incorporating changes made during bidding through addenda and contract documents executed by the COUNTY and Contractor. Two (2) hard copies and one (1) electronic copy in PDF format on CD of a conformed set of Contract Documents shall be provided to the COUNTY and one (1) reproducible set to each recommended Contractor. Bidding Assistance Deliverables • Electronic AutoCAD, MS WORD and PDF copies of the bid setto include bid form, substitute materials form, drawings and technical specifications. • Responses to questions in addenda format, • Bid evaluation and recommendation of award letter. • Copies of the Conformed Documents as defined. Construction Management Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete the following tasks defined below. Construction phase is based on an estimated construction period of 270 days (210 days to substantial completion and 30 additional days to final completion with an additional 30 days to closeout), a. Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the meeting for distribution to attendees, b. Attend progress meetings throughout progress of the project. Progress meetings will be held monthly as needed to coordinate work in progress. It is anticipated that 9 progress meetings will be needed at an average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each, and meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH shall be responsible for preparing and distributing written summary of each meeting. c. Make site visits to the construction site at intervals appropriate to the various stages of construction in order to observe the progress and quality of the Work. These will be scheduled during critical points during the construction of the project and will be determined based upon the Contractor's schedule. It is anticipated that 15 site visits (2 per month) with an average duration of approximately 2 hours plus A-23 2 hours for office time and report preparation will be required. These site visits will be to observe the progress and quality of the construction and its general conformance to the Contract Documents. In addition, TETRA TECH shall notify the COUNTY of observed work which does not conform to the Contract Documents, make recommendations for its correction, and as authorized by the COUNTY, issue instruction to the Contractor, to carry out the corrective measures, d. Review shop drawings and other required Contractor submittals to determine conformance with the design concepts of the project and compliance with the requirements provided in the Contract Documents. Shop drawings will be reviewed up to two (2) times per submittal with additional review fees to be paid to the TETRA TECH by the Contractor through the COUNTY, It is anticipated that up to 30 shop drawings will be submitted for review. e. Review requests for information (RFIs), provide interpretation of construction documents, and issue written clarifications or interpretations. Up to 10 RFIs are anticipated. f. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen conditions. Up to 4 change orders are anticipated. g. Review the Contractor's applications for payment and the accompanying data and schedules, determine the amounts owed to the Contractor, and advise the COUNTY of the recommended payments to the Contractor. Up to 9 pay applications are anticipated. h. Attend up to 1 day of start-up testing and training. It is anticipated that startup up testing will arranged such that all testing is performed on a single day. i. Upon written request by Contractor, conduct a substantial completion inspection of the Project to determine if Work is substantially complete or compile and distribute a punch list of items to be addressed. Upon written request by Contractor, conduct a re -inspection to confirm that final completion punch list items have been addressed and subsequently provide a final completion certification to the COUNTY and recommend that the COUNTY make final payment to the Contractor. J . Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but not be limited to warranties, release of liens and related documentation as required by the COUNTY and/or funding agencies. k. Review the Contractor's as -built submittals monthly for adequacy and review listing of deviations from the construction permit and approved construction documents. Prepare record drawings for COUNTY's use from information provided by the Contractor delineating the location, and elevation of all facilities constructed. Provide the COUNTY with one (1) CD-ROM electronic file of record drawings in PDF format and three (3) sets of prints of the record drawings (22" x 34") for each construction contract. Record drawings to be based on electronic survey as -built data to be provided by the Contractor. I. Prepare and submit certifications and required supporting documentation to regulatory agencies having issued permits for construction. Construction Management Deliverables • Meeting minutes for each meeting • Site visit summary reports • Correspondence related to residential -contractor liaison services • Copies of Shop Drawing Reviews • Copies of RFIs • Change Proposals • Executed Change Orders • Approved Pay Requests with supporting documentation • Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc. • Substantial and Final Completion Punch Lists • Record Documents (3 printed sets on 22" x 34" and 1 electronic copy) • Copies of certifications of completion END OF TASK 3 — NEW MASTER PUMP STATION A-24 Task 4 — WWTP Expansion to 3.0 MGD Preliminary Design Services A. Project Kickoff Upon authorization, TETRA TECH shall perform the following services: a. Schedule and hold a kickoff meeting with the COUNTY for the purpose of introducing team members and defining their roles. TETRATECH will prepare a meeting agenda and prepare and distribute minutes of the meeting. b. Develop and maintain a Project Management Plan (PMP) complete with team member roles, schedules, deliverable deadlines, a health and safety plan, and related components necessary to manage the proposed project. B. Data Collection Upon authorization, TETRA TECH will perform the following Data Collection services: a. Prepare a list of items to be provided by the COUNTY as necessary to complete the tasks described within this scope of services. TETRA TECH shall reasonably rely upon the data provided by the COUNTY for project completion. Validity and accuracy of data shall be the responsibility of the COUNTY. Those items shall include, but not be limited to: 1) Record drawings of the existing WWTP and any improvements made 2) Hydraulic profile 3) Survey data within the WWTP site 4) Past Geotechnical investigation and recommendations reports which may exist in the vicinity. 5) Permits obtained for past construction projects in the vicinity of the proposed improvements. C. Preliminary Design - Treatment Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for final design for the treatment components: a. Perform calculations in order to size the proposed treatment units. Sizing shall be based on meeting treatment at the design capacity with peak hourly flow factors applied. b. Perform a hydraulic analysis to verify the hydraulic profile for process flow. c. Perform a preliminary site layout to show the size and location of the proposed treatment units with consideration for ultimate expansion to 7.5 MGD and consideration for demolition of the existing DAVCO ring steel process units. d. Prepare preliminary floor plan layouts for a proposed operations building. e. Meet with the COUNTY to review the findings of the modeling and preliminary layout for the COUNTY's approval prior to proceeding with final design. f. TETRA TECH shall provide recommendations and a summary of the preliminary design efforts in the form of a technical memorandum for review and concurrence prior to proceeding to the final design phase. D. Preliminary Design — Deep Injection Well Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for final design for the treatment components: A-25 a. Perform an evaluation of the capacity of the existing deep injection well for consideration of the addition of a 2nd well. For scoping purposes, it is assumed that a new deep injection well will be required. If the capacity evaluation determines that the existing well has sufficient capacity for the expanded treatment capacity, then no additional services associated with a second well will be required to be performed. Perform an Area of Review Study — This study is intended to describe in detail the nature of the hydrogeologic condition system and extent to which any confining layers may be penetrated by other wells or artificial penetrations in the area. The regulations require that all penetrations be documented within a minimum area encompassing the area of review of the proposed injection well. The actual area of the study will be determined at the first formal meeting with the FDEP. The Area of Review Study will describe the hydrogeology of the subsurface and must include tables showing the locations and depths of all wells, abandoned wells, dry holes, surface water bodies, springs, and related features. The date of drilling and/or plugging of the wells must be included along with uses for the wells. Also included will be cross-sections detailing geologic structure, confining layers, permeable intervals, and water quality. c. Perform Injection Well Design Research - Review the hydrogeological conditions, materials, and equipment needs associated with the design of the Class I deep injection well and the monitoring well system, which will include a dual zone monitoring well and monitoring wells around the concrete well pad. d. Prepare an Injection Well Evaluation Summary Memorandum to include the site and facilities layout, a piping diagram, disposal back-up options, materials of construction alternatives, and a cost opinion for facilities. Preliminary Services Deliverables • Kickoff Meeting Agenda & Minutes • Data Request • Preliminary design technical memorandum • Injection Well Evaluation Summary Memorandum • Preliminary (30 -percent) site layout Field Investigations A. Surveying & Subsurface Utility Exploration (SUE) Upon authorization, TETRA TECH will proceed with the surveying and subsurface utility exploration (SUE) efforts within the vicinity of the proposed improvements to include: a. Perform field surveying to gather information required to complete the design. Data shall be collected using NAVD88 vertical datum. Data will include above and below ground data within the vicinity of the proposed treatment plant improvements. Prior to performing the surveying efforts, contact will be made to Sunshine State One -Call in order to determine existing utilities along the selected route. Perform SUE efforts to assist with identification of underground utilities. For this effort, the following services shall be provided: 1) Coordinate with COUNTY to define the locations of the test trenches. 2) Excavate no more than six (6) 15 -foot wide trenches. The test trenches will be in unpaved areas and up to 6 -feet deep. Excavations will be performed using air vacuum and water pressure equipment that is non-destructive to existing facilities. No excavations under pavement or concrete will be performed under this scope of work. A-26 3) Mark the location of the excavated underground utilities with laths on ground surface and repair ground surface within the limits of original trenches. 4) Field locate underground utility lines using traditional and GPS surveying methods and plot the utilities in relationship to existing above -ground improvements. The depths, locations, sizes, types (if possible) and materials of the excavated utility lines will be obtained. 5) Prepare an underground utility base map delineating horizontal and vertical data of the underground improvements collected. 6) Provide the underground utility base map to the COUNTY in AutoCAD format, B. Geotechnical Investigations Upon authorization, TETRA TECH shall proceed with the geotechnical investigations utilizing Ardaman & Associates, Inc. which shall include: Perform the following standard penetration tests (SPTs) to assist in designing of the proposed improvements, including foundation recommendations for the proposed structures: • MBR skids — (2) SPTs to a depth of 50 feet • Reject Tank — (4) SPTs to a depth of 100 feet • Operations Building — (2) SPTs to a depth of 50 feet • Headworks Structure — (1) SPT to a depth of 35 feet • Standby generator — (1) SPT to a depth of 35 feet Perform (10) hand auger borings to a depth of 8 -feet (or to the presence of rock) in order to determine the presence of rock or other unsuitable material within the construction zone for yard piping. Field Investigation Deliverables • Survey Data • Geotechnical Report Final Design & Permitting — Treatment Expansion A. WWTP Expansion Design Upon completion of the Field Investigations, TETRA TECH will initiate design services for the following: • Installation of MBR skids to provide expanded treatment up to 3.0 MGD • Modification of the existing treatment units and yard piping to provide pre-treatment in advance of the MBR units. Alternately, new biological treatment units may be designed to allow for future decommissioning of the existing treatment units • Installation of an Irrigation quality water pump station • Installation of a reject pond or tank — sized for 1 day of capacity — 3.0 MGD • Installation of a new stand-alone flow -equalization basin • Installation of a new headworks components with grit removal and fine screening compatible with MBR • Construction of a new Operations Building complete with laboratory, control room, electrical room, lead operator office, training room and restroom/locker room — estimated size up to 5,000 square feet • SCADA systems and integration • Upgraded Electrical and Instrumentation components to support to the new improvements • Installation of a new standby generator to provide for the expanded electrical components • Coordination for upsized power supply (as necessary) • Site Improvements, including drainage, access drive, parking, perimeter fence, landscaping, etc. A-27 0 • Installation of lightning protection (no copper or tined copper allowed) and surge protection • Installation of odor control system for influent with 2,000 ppm hydrogen sulfide concentration • Installation of associated appurtenances Design will result in preparation of engineering drawings and technical specifications, which will be submitted to the COUNTY for review at 60-, 90-, and 100 -percent completion levels. The 60 -percent submittal will generally include: drawings with survey and topographic information, all existing utility locations, all engineering drawings of the proposed improvements, all applicable details, draft of technical specifications and an opinion of probable construction costs. The 90 -percent submittal will generally include: updated engineering drawings in plan view with updated section views and cross sections (90% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 60 -percent submittal, and an updated opinion of costs. The 100 -percent submittal will generally include: updated engineering drawings (100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 90 -percent submittal, and an updated opinion of costs. Review meetings shall be held with the COUNTY following submittal at each completion stage. A PDF set shall be provided to the COUNTY for each review. A review meeting shall be held with the COUNTY following each submission. Tasks anticipated to be completed during this phase are summarized below: Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including supplemental technical specifications) shall be incorporated into the TETRATECH's electronic data base and modified to include new borders, legends, etc. Drawings shall be prepared using 22x34 -inch paper (1"=40' scale) for the purpose of being able to produce % scale drawings at 11x17 -inch. The Contract final drawings shall generally include, but not be limited to the following for all improvements: 1. General — 6 sheets Cover Sheet (1 sheet) Index of Drawings (1 sheet) Location and General Notes (1 sheet) Legend and Abbreviations (1 sheet) Existing Process Flow Diagram (1 sheet) Hydraulic Profile (1 sheet) 2. Civil —11 sheets Existing Conditions, Clearing & Erosion Control (1 sheet) Site Plan, Geometry & Project Data Table (1 sheet) Site Improvement Plan (3 sheets) Enlarged Site Plan (1 sheet) Stormwater Management Plans (2 sheets) Civil Sections and Details (3 sheets) Mechanical — 57 sheets Demolition Plan (2 sheets) Yard Piping Plan (6 sheets) In -Plant Pump Station (2 sheets Headworks Improvements Plan & Section View (3 sheets) Reject Storage Plan & Section Views (3 sheets) Flow Equalization Storage Plan & Section Views (3 sheets) MBR Plan & Section Views (8 sheets) Irrigation Quality Pump Station (4 sheets) Existing Process Modification Drawings (8 sheets) Chemical System Improvements (S sheets) A-28 y "i RAS/WAS Control Station Plan & Section Views (3 sheets) Deep Injection Well Plan/Pump Sections (2 sheets) Mechanical Detail Sheets (8 sheets) 4. Structural — 28 sheets Structural Legend (1 sheet) Structure Foundation (1 sheet) In -Plant Pump Station (1 sheet) Headworks Plan & Section (3 sheets) Reject Storage Foundation (1 sheet) Flow Equalization Foundation (1 sheet) MBR Structural Drawings (5 sheets) Irrigation Quality Pump Station Foundation (1 sheet) RAS/WAS Control Station (1 sheet) Generator Slab (1 sheet) Fuel Storage Foundation (1 sheet) Chemical System Pump Slabs (1 sheet) Deep Injection Well Pumps (2 sheets) Operations Building Roof Plan (1 sheet) Operations Building Foundation Plan (1 sheet) Structural Section/Details (6 sheets) S. Architectural —15 sheets Abbreviations, Legends and General Notes (1 sheet) Standards and Symbols (1 sheet) Code and Life Safety Analysis (1 sheet) Architectural Site Plan (1 sheet) Operations Building Floor Plan (1 sheet) Operations Building Elevation and Notes (2 sheets) Operations Building Sections (3 sheets) Generator Building Floor Plan & Sections (2 sheets) Architectural Schedule and Details (3 sheets) 6. HVAC and Plumbing — 8 sheets Mechanical Notes and Symbol (1 sheet) Operations Building Mechanical Plan (1 sheet) MBR HVAC Plan (1 sheet) Generator Building HVAC Plan (1 sheet) Plumbing Plan/Single Line ( 1 sheet) Details (3 sheets) Electrical/Instrumentation —41 sheets Electrical Notes and Symbols (2 sheet) Instrumentation Legend & Abbreviations (1 sheets) Electrical Demolition Plan (2 sheets) Electrical Site Plan and Exterior Lighting (1 sheet) Power Feed Plan (1 sheet) Operations Building Power Plan (1 sheet) Operations Building Grounding and Lighting Plan (1 sheet) MBR Building Power Plan (1 sheet) MBR Building Grounding and Lighting Plan (1 sheet) Generator Power, Grounding and Lighting (2 sheets) Enlarged Pump Plans (2 sheet) A-29 Electrical Riser Diagram (1 sheet) Electrical Single Line Wiring Diagrams (4 sheet) MCC Plans (4 sheets) Emergency Generator Plan/Sections (1 sheet) Telemetry System (12 sheets) Electrical Details (4 sheets) 8. Landscape Plans — 8 sheets Landscape Legend, General Notes (2 sheets) Landscape Plan Sheets (2 sheets Landscape Details (4 sheets) c. Prepare a comprehensive project manual that shall generally consist of technical specifications for competitive bidding. The project manual and its contents shall be prepared using Microsoft WORD and formatted in accordance with CSI standards. d. Prepare a bid schedule for unit cost bidding of the items proposed for installation. The bid schedule shall be accompanied with a Measurement and Payment section to describe the bid items. B. Quality Control/Quality Assurance During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks: a. Prior to submission of each design submittal (60-, 90- and 100 -percent); perform review of design documents (drawings and specifications) technical calculations, constructability; conformance with engineering standards; conflicts with existing and/or proposed facilities and related factors. b. Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for Quality Control/Quality Assurance reviews, c. Provide comments to design team in both written and redlined format. C. Permitting Upon authorization, TETRA TECH will perform the following permitting services: a. Schedule and attend the following pre -application meetings 1) Collier County 2) Florida Department of Environmental Protection (FDEP) 3) South Florida Water Management District (SFWMD) b. Prepare and submit to the FDEP Wastewater Facility Permit Applications (Forms 1 and 2A) along with backup documentation. c. Prepare and submit Notice of Intent (NO1) and Stormwater Pollution Prevention Plan (SWP3) applications to the FDEP for stormwater control during construction for each project location (3 total) d. Prepare and submit a Site Development Plan Amendment (SDP -A) application to the COUNTY for the proposed improvements. The Application will include the following supplemental attachments: 1) Property information (Legal Description, Folio, Address, Zoning) 2) Location Map 3) Survey 4) Cover letter (explaining project) 5) Pre -Application meeting notes 6) Affidavit of Authorization 7) Property opinion of title 8) Site Development Plans e. Prepare and submit an Environmental Resource Permit (ERP) for submittal to the SFWMD to address the additional impervious area and associated stormwater runoff that may be generated. A-30 19 f. TETRA TECH shall include a request for a check from the COUNTY for each application in the amount required by each regulatory agency. Backup documentation to support the application fee will also be included. All permit application fees shall be paid by the COUNTY. g. Respond to all requests for additional information (RAIs) from the permitting agencies to clarify the original application(s). Final Design & Permitting Deliverables • Design submittals to include drawings and project manual at the 60 -percent, 90 -percent and 100 - percent completion stages, as defined above. This will include 1 set of full sized (22x34 -inch drawing sheets) along with technical specifications and an electronic copy in PDF format of each. • Engineer's opinion of probable costs at the 60-, 90 -percent and 100 -percent completion stages • Draft and final permit applications and supporting documentation • Request for permit application fees along with backup documentation, as required • Copies of responses to RAIs • Original permits, once received Notes: 1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front- end (Division 0 -Bidding ad Contract Requirements and Division 01 — General Requirements). TETRA TECH shall provide the drawings and technical documents along with a bid schedule for the COUNTY's incorporation into the bid documents. 2. The COUNTY has indicated that the expansion may be released as either a single project or in three (3) 1.0 MGD expansion phases. This scope of services has been prepared such that a single set of drawings would be prepared and would indicate those items to be performed within each phase. This scope of services is not based on the development of three (3) separate drawing sets. In other words, if bid in phases, phase 2 and 3 would use the same drawing set as phase 1, with notations as to the work required for each phase. Final Desian & Permittina — Deep Iniection Well A. 2nd Injection well Upon completion of the Field Investigations, TETRATECH will initiate design services for the Deep Injection Well, which is anticipated to be completed as a separate design package from the treatment expansion due to the nature of the work required. This work is anticipated to be released for bid to qualified well drillers. As such the work associated with this package will include solely the deep injection well and associated well head/pad. All piping to the injection well, electrical modifications and injection well pump will be included under the treatment package. Design will result in preparation of engineering drawings and technical specifications, which will be submitted to the COUNTY for review at 60-, 90-, and 100 -percent completion levels. The 60 -percent submittal will generally include: drawings with survey and topographic information, all existing utility locations, all engineering drawings of the proposed improvements, all applicable details, draft of technical specifications and an opinion of probable construction costs. The 90 -percent submittal will generally include: updated engineering drawings in plan view with updated section views and cross sections (90% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 60 -percent submittal, and an updated opinion of costs. The 100 -percent submittal will generally include: updated engineering drawings (100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 90 -percent submittal, and an updated opinion of costs. Review meetings shall be held with the COUNTY following submittal at each completion stage. A PDF set shall be provided to the COUNTY for each review, A review meeting shall be held with the COUNTY following each submission. Tasks anticipated to be completed during this phase are summarized below: A-31 Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including supplemental technical specifications) shall be incorporated into the TETRA TECH's electronic data base and modified to include new borders, legends, etc. Drawings shall be prepared using 2204 -inch paper (1"=40' scale) for the purpose of being able to produce %2 scale drawings at 11x17 -inch. The Contract final drawings shall generally include, but not be limited to the following for all improvements: 1. General — 4 sheets Cover Sheet (1 sheet) Index of Drawings (1 sheet) Location and General Notes (1 sheet) Legend and Abbreviations (1 sheet) 2. Civil — 4 sheets Existing Conditions, Clearing & Erosion Control (1 sheet) Site Plan, Geometry & Project Data Table (1 sheet) Site Improvement Plan (1 sheets) Enlarged Site Plan (1 sheet) 3. Mechanical — 3 sheets Deep Injection Well Plan/Profile (2 sheets) Detail Sheet (1 sheet) 4. Structural — 3 sheets Structural Legend (1 sheet) Structure Foundation (1 sheet) Structural Section/Details (1 sheet) c. Prepare a comprehensive project manual that shall generally consist of technical specifications for competitive bidding. The project manual and its contents shall be prepared using Microsoft WORD and formatted in accordance with CSI standards. d. Prepare a bid schedule for unit cost bidding of the items proposed for installation, The bid schedule shall be accompanied with a Measurement and Payment section to describe the bid items. B. Quality Control/Quality Assurance During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks: a. Prior to submission of each design submittal (60-, 90- and 100 -percent); perform review of design documents (drawings and specifications) technical calculations, constructability; conformance with engineering standards; conflicts with existing and/or proposed facilities and related factors. b. Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for Quality Control/Quality Assurance reviews, c. Provide comments to design team in both written and redlined format, C. Permitting - UIC Upon authorization, TETRA TECH will perform the following permitting services: a. Prepare and submit the application and supporting documents for the FDEP permit for construction of a Class I Injection Well System. TETRA TECH's assistance to the COUNTY will include attendance at an FDEP pre -application meeting, a pre -issuance meeting and a public meeting (if required). Additional A-32 meetings may likely be required for the Class I deep injection well and dual zone monitoring well construction throughout the permitting process. A total of six (6) meetings are proposed for permitting purposes. In addition, Tetra Tech shall respond to all agency requests for additional information. The City shall pay all permit application fees. b. TETRA TECH shall include a request for a check from the COUNTY for each application in the amount required by each regulatory agency. Backup documentation to support the application fee will also be included. All permit application fees shall be paid by the COUNTY. c. Respond to all requests for additional information (RAIs) from the permitting agencies to clarify the original application(s). Final Design & Permitting Deliverables • Design submittals to include drawings and project manual at the 60 -percent, 90 -percent and 100 - percent completion stages, as defined above. This will include 1 set of full sized (2204 -inch drawing sheets) along with technical specifications and an electronic copy in PDF format of each. • Engineer's opinion of probable costs at the 60-, 90 -percent and 100 -percent completion stages • Draft and final permit applications and supporting documentation • Request for permit application fees along with backup documentation, as required • Copies of responses to RAIs • Original permits, once received Notes: 1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front- end (Division 0 -Bidding ad Contract Requirements and Division 01 — General Requirements), TETRA TECH shall provide the drawings and technical documents along with a bid schedule for the COUNTY's incorporation into the bid documents. 2. Due to the distinct nature of the type of work, it is anticipated that the deep injection well addition (if required) will be constructed under a separate contract than the treatment plant expansion. As such, this scope of services has been developed with the intent to providing separate bid packages, 3. Any County SDP permitting for the injection well will be included under the SDP for the treatment expansion. Bidding Assistance Upon authorization, TETRA TECH shall perform the following Bidding related services, with a consideration that the project may be performed in three (3) separate phases for the treatment process, with a separate (4tn) stand-alone package for the deep injection well. As construction for a single phase is estimated to take approximately 2 years to complete, it is estimated that within the duration of this contract, only a single expansion could be performed, As such, if expansion with 1,0 MGD increments is the selected alternative, phases 2 and 3 are not anticipated to be performed within this contract period and therefore bidding for a single phase (whether for a 1.0 MGD expansion or the full 3.0 MGD expansion) is what is included within this scope, along with a second bid process for the injection well. The services as defined below will be performed for the treatment expansion and separately for the injection well. a. Provide the COUNTY an electronic copy of the bid documents to include a bid form, drawings, and technical specifications in PDF format for incorporation with the COUNTY's bidding and contract documents for bidding purposes for each project. The COUNTY shall be responsible for printing, distribution and logging of the bid sets to potential bidders. b. Attend a Pre -Bid Meeting. c. Respond to questions and prepare addenda as required to interpret, clarify or expand the bidding documents. The COUNTY shall be responsible for distribution of addenda to all registered plan holders. A-33 ■ d. Consult with and advise the COUNTY as to the acceptability of subcontractors and other persons and organizations proposed by the prime contractor (hereinafter called "Contractor"). e. Consult with and advise the COUNTY as to the acceptability of substitute materials and equipment proposed by the Contractor when substitution prior to the award of contracts is allowed by the bidding documents. f. Evaluate bids and make recommendation of the award. g. Coordinate process of obtaining the insurance, performance bond and payment bond certificates and other such submittal items required from the Contractor by the contract documents so that construction of the project can commence. h. Following award of the contract, prepare a set of conformed documents incorporating changes made during bidding through addenda and contract documents executed by the COUNTY and Contractor. Two (2) hard copies and one (1) electronic copy in PDF format on CD of a conformed set of Contract Documents shall be provided to the COUNTY and one (1) reproducible set to each recommended Contractor. Bidding Assistance Deliverables • Electronic AutoCAD, MS WORD and PDF copies of the bid set to include bid form, substitute materials form, drawings and technical specifications. • Responses to questions in addenda format. • Bid evaluation and recommendation of award letter. • Copies of the Conformed Documents as defined. Construction Management — Treatment Expansion Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete the following tasks defined below. Construction phase is based on an estimated construction period of 600 days (510 days to substantial completion and 60 additional days to final completion with an additional 30 days to closeout). a. Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the meeting for distribution to attendees. b. Attend progress meetings throughout progress of the project. Progress meetings will be held monthly as needed to coordinate work in progress. It is anticipated that 20 progress meetings will be needed at an average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each, and meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH shall be responsible for preparing and distributing written summary of each meeting. c. Make site visits to the construction site at intervals appropriate to the various stages of construction in order to observe the progress and quality of the Work. These will be scheduled during critical points during the construction of the project and will be determined based upon the Contractor's schedule. It is anticipated that 40 site visits (2 per month) with an average duration of approximately 2 hours plus 2 hours for office time and report preparation will be required. These site visits will be to observe the progress and quality of the construction and its general conformance to the Contract Documents, In addition, TETRA TECH shall notify the COUNTY of observed work which does not conform to the Contract Documents, make recommendations for its correction, and as authorized by the COUNTY, issue instruction to the Contractor, to carry out the corrective measures. d. Review shop drawings and other required Contractor submittals to determine conformance with the design concepts of the project and compliance with the requirements provided in the Contract Documents. Shop drawings will be reviewed up to two (2) times per submittal with additional review fees to be paid to the TETRA TECH by the Contractor through the COUNTY. It is anticipated that up to 150 shop drawings will be submitted for review. e. Review requests for information (RFIs), provide interpretation of construction documents, and issue written clarifications or interpretations. Up to 50 RFIs are anticipated. f. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen conditions. Up to 8 change orders are anticipated. A-34 GI g. Review the Contractor's applications for payment and the accompanying data and schedules, determine the amounts owed to the Contractor, and advise the COUNTY of the recommended payments to the Contractor. Up to 20 pay applications are anticipated. h. Attend up to 5 days of start-up testing and training. I. Upon written request by Contractor, conduct a substantial completion inspection of the Project to determine if Work is substantially complete or compile and distribute a punch list of items to be addressed, Upon written request by Contractor, conduct a re -inspection to confirm that final completion punch list items have been addressed and subsequently provide a final completion certification to the COUNTY and recommend that the COUNTY make final payment to the Contractor. j. Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but not be limited to warranties, release of liens and related documentation as required by the COUNTY and/or funding agencies. k. Review the Contractor's as -built submittals monthly for adequacy and review listing of deviations from the construction permit and approved construction documents. Prepare record drawings for COUNTY's use from information provided by the Contractor delineating the location, and elevation of all facilities constructed. Provide the COUNTY with one (1) CD-ROM electronic file of record drawings in PDF format and three (3) sets of prints of the record drawings (22" x 34") for each construction contract, Record drawings to be based on electronic survey as -built data to be provided by the Contractor. I. Prepare and submit certifications and required supporting documentation to regulatory agencies having issued permits for construction. m, Update the existing Operating Protocol to reflect treatment modifications n. Update the WWTP Operation and Maintenance Manual to reflect the expanded capacity and modified treatment process. The updated manual will be prepared in accordance with Chapter 62-600,720, F.A.C. Construction Management Deliverables • Meeting minutes for each meeting • Site visit summary reports • Correspondence related to residential -contractor liaison services • Copies of Shop Drawing Reviews • Copies of RFIs • Change Proposals • Executed Change Orders • Approved Pay Requests with supporting documentation • Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc. • Substantial and Final Completion Punch Lists • Record Documents (3 printed sets on 22" x 34" and 1 electronic copy) • Copies of certifications of completion Construction Management — Deep Injection We Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete the following tasks defined below. Construction phase is based on an estimated construction period of 365 days (305 days to substantial completion and 60 additional days to final completion). a. Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the meeting for distribution to attendees. b. Attend progress meetings throughout progress of the project. Progress meetings will be held monthly as needed to coordinate work in progress. It is anticipated that 12 progress meetings will be needed at an average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each, and meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH shall be responsible for preparing and distributing written summary of each meeting. A-35 c. Review shop drawings and other required Contractor submittals to determine conformance with the design concepts of the project and compliance with the requirements provided in the Contract Documents. Shop drawings will be reviewed up to two (2) times per submittal with additional review fees to be paid to the TETRA TECH by the Contractor through the COUNTY. It is anticipated that up to 20 shop drawings will be submitted for review. d. Review requests for information (RFIs), provide interpretation of construction documents, and issue written clarifications or interpretations, Up to 5 RFIs are anticipated. e. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen conditions. Up to 2 change orders are anticipated. f. Review the Contractor's applications for payment and the accompanying data and schedules, determine the amounts owed to the Contractor, and advise the COUNTY of the recommended payments to the Contractor. Up to 9 pay applications are anticipated. g. Upon written request by Contractor, conduct a substantial completion inspection of the Project to determine if Work is substantially complete or compile and distribute a punch list of items to be addressed. Upon written request by Contractor, conduct a re -inspection to confirm that final completion punch list items have been addressed and subsequently provide a final completion certification to the COUNTY and recommend that the COUNTY make final payment to the Contractor, h. Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but not be limited to warranties, release of liens and related documentation as required by the COUNTY and/or funding agencies. i. Prepare record drawings for COUNTY's use from information provided by the Contractor delineating the location, and elevation of all facilities constructed. Provide the COUNTY with one (1) CD-ROM electronic file of record drawings in PDF format and three (3) sets of prints of the record drawings (22" x 34") for each construction contract. Record drawings to be based on electronic survey as -built data to be provided by the Contractor. J. Prepare and submit certifications and required supporting documentation to regulatory agencies having issued permits for construction. Construction Management Deliverables • Meeting minutes for each meeting • Site visit summary reports • Correspondence related to residential -contractor liaison services • Copies of Shop Drawing Reviews • Copies of RFIs • Change Proposals • Executed Change Orders • Approved Pay Requests with supporting documentation • Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc. • Substantial and Final Completion Punch Lists • Record Documents (3 printed sets on 22" x 34" and 1 electronic copy) • Copies of certifications of completion Geological Field Services — Deep Injection Well Upon commencing the construction phase of the project, ENGINEER shall provide field geological services based on the following: • Deep Injection Well — Deep injection well construction is anticipated to be performed 24 -hours per day over a construction period of 365 calendar days. As such, this scope of services includes utilizing Water Science Associates who will be provide a geologist to be on-call 24 hours per day, 7 days per week. The role of the TETRA TECH's staff is to assist the COUNTY inspector with the following: A-36 a. Observe pilot -hole drilling, installation and grouting of all well casings. b. Observe the Contractor collecting lithologic samples, logging samples and analyzing samples. c. Observe the Contractor collecting drill -stem water quality samples for submittal to a certified laboratory by the Contractor. Collect duplicate samples for in -field analysis to expedite results. d. Inspect testing equipment and observe installation of testing equipment (inflatable packer assembly, test pumps, pressure transducers, flow meters, etc.). e. Observe up to six (6) packer tests at the dual zone monitor well the Class I deep injection well and analyze data to determine water quality at discreet (isolated) intervals. f. Observe collection of up to eight (8) wire -line core samples to determine porosity and hydraulic conductivity in productive and confining units. g. Observe geophysical and borehole video logging and analyzing data to determine injection zone interval, to confirm correct grouting of casing, and to confirm plumbness and alignment. h. Observe specific capacity and injectivity tests and analyze data to determine the capacity of the proposed injection zone at the Class I deep injection well. END OF TASK 4 — WWTP EXPANSION TO 3.0 MGD A-37 Task 5 — Pump Station Improvements There are 6 wastewater pump stations proposed for rehabilitation which may be performed as individual projects, or which may be grouped into multiple projects, Of these 6, 1 station is estimated to be a community pump station requiring emergency backup (either a generator or diesel pump) while the remaining 5 are estimated to be standard duplex stations which per County standards do not require emergency backup. Note that This scope of services and the associated fee estimate have been developed on a per station basis, for which there will be an estimate for each community station improvement and separately for each standard duplex station. Preliminary Desian Services A. Project Kickoff Upon authorization, TETRA TECH shall perform the following services: a. Schedule and hold a kickoff meeting with the COUNTY for the purpose of introducing team members and defining their roles. TETRA TECH will prepare a meeting agenda and prepare and distribute minutes of the meeting. B. Data Collection Upon authorization, TETRA TECH will perform the following Data Collection services: b. Prepare a list of items to be provided by the COUNTY as necessary to complete the tasks described within this scope of services. TETRA TECH shall reasonably rely upon the data provided by the COUNTY for project completion. Validity and accuracy of data shall be the responsibility of the COUNTY. Those items shall include, but not be limited to: 1) GIS data for existing infrastructure 2) Survey data within vicinity of the existing pump stations 3) As -built drawings of the existing stations 4) Pump data including pump curves, run time information, flow testing, pressure monitoring, etc. 5) Past Geotechnical investigation and recommendations reports which may exist in the vicinity. 6) Permits obtained for past construction projects in the vicinity of the proposed improvements. C. Preliminary Design Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for final design: : a. Use hydraulic modeling efforts from master planning (Task 2) to finalize pump sizing. b. Develop a preliminary layout of the pump station site to include access drive, fencing, location of proposed electrical components, standby generator (or diesel pump) and related site features, all as applicable. c. Meet with the COUNTY to review the preliminary layout for the COUNTY's approval prior to proceeding with final design. Preliminary Services Deliverables Kickoff Meeting Agenda & Minutes Data Request Preliminary (30 -percent) site layout A-38 Field Investigations A. Surveying & Subsurface Utility Exploration (SUE) Upon authorization, TETRA TECH will proceed with the surveying and subsurface utility exploration (SUE) efforts within the vicinity of the proposed improvements to include: a. Perform field surveying to gather information required to complete the design. Data shall be collected using NAVD88 vertical datum. Data will include above and below ground data within the vicinity of each pump station (6 sites total). Prior to performing the surveying efforts, contact will be made to Sunshine State One -Call in order to determine existing utilities along the selected route. Field Investigation Deliverables • Survey Data Final Design & Permitting A. Pump Station Rehabilitation Design Upon completion of the Field Investigations, TETRA TECH will initiate design services for the following: Design for each proposed Pump Station to include: o Pump station layout including piping, valving and appurtenances o Diesel pump or emergency power generator & fuel storage (as applicable) o Entrance drive (as applicable) o Fencing (as applicable) o Landscaping (as applicable) o Site improvements (as applicable) o Electrical controls, communication and appurtenances Design will result in preparation of engineering drawings and technical specifications, which will be submitted to the COUNTY for review at 60-, 90-, and 100 -percent completion levels. The 60 -percent submittal will generally include: drawings with survey and topographic information, all existing utility locations, all engineering drawings of the proposed improvements, all applicable details, draft of technical specifications and an opinion of probable construction costs. The 90 -percent submittal will generally include: updated engineering drawings in plan view with updated section views and cross sections (90% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 60 -percent submittal, and an updated opinion of costs. The 100 -percent submittal will generally include: updated engineering drawings (100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 90 -percent submittal, and an updated opinion of costs. Review meetings shall be held with the COUNTY following submittal at each completion stage. A PDF set shall be provided to the COUNTY for each review, A review meeting shall be held with the COUNTY following each submission. Tasks anticipated to be completed during this phase are summarized below: Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including supplemental technical specifications) shall be incorporated into the TETRATECH's electronic data base and modified to include new borders, legends, etc. Drawings shall be prepared using 2204 -inch paper (1"=40' scale) for the purpose of being able to produce % scale drawings at 11x17 -inch. For community pump stations, the Contract final drawings shall generally include, but not be limited to the following for all improvements with the sheet counts below estimated per pump station: A-39' 1. General — 3 sheets Cover Sheet (1 sheet) Index of Drawings and General Notes (1 sheet) Legend and Abbreviations (1 sheet) 2. Civil — 5 sheets Existing Conditions, Clearing & Erosion Control (1 sheet) Site Improvement Plan (1 sheet) Fence Plan and Details (2 sheets) Civil Sections and Details (1 sheets) 3. Mechanical — 4 sheets Demolition Plan (1 sheet) Pump Station Improvement Plan (1 sheet) Standby Generator Plan & Section (1 sheet) Mechanical Details (1 sheet) 4. Structural — 3 sheets Structural Legend (1 sheet) Structure Foundation (1 sheet) Fence/Wall Plan & Details (1 sheet) S. Electrical/Instrumentation —8 sheets Electrical Legend (1 sheet) Electrical Site Plan (1 sheet) Electrical Riser & Wiring Diagram (1 sheet) Control Panel Schematics (2 sheets) Emergency Generator Plan/Sections (1 sheet) Telemetry System (1 sheets) Electrical Details (1 sheets) 6. Landscape Plans -4 sheets Landscape Legend, General Notes (1 sheets) Landscape Plan (1 sheet) Landscape Details (2 sheets) c. For standard duplex pump stations, the Contract final drawings shall generally include, but not be limited to the following for all improvements with the sheet counts below estimated per pump station: 1. General — 3 sheets Cover Sheet (1 sheet) Index of Drawings and General Notes (1 sheet) Legend and Abbreviations (1 sheet) 2. Civil — 4 sheets Existing Conditions, Clearing & Erosion Control (1 sheet) Site Improvement Plan (1 sheet) Fence Plan and Detail (1 sheet) Civil Sections and Details (1 sheets) 3. Mechanical — 3 sheets Demolition Plan (1 sheet) Pump Station Improvement Plan (1 sheet) A-40 Mechanical Details (1 sheet) 4. Electrical/Instrumentation — 6 sheets Electrical Legend (1 sheet) Electrical Site Plan (1 sheet) Electrical Riser & Wiring Diagram (1 sheet) Control Panel Schematic (1 sheets) Telemetry System (1 sheets) Electrical Details (1 sheets) d. Prepare a comprehensive project manual that shall generally consist of technical specifications for competitive bidding. The project manual and its contents shall be prepared using Microsoft WORD and formatted in accordance with CSI standards. e. Prepare a bid schedule for unit cost bidding of the items proposed for installation. The bid schedule shall be accompanied with a Measurement and Payment section to describe the bid items, B. Quality Control/Quality Assurance During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks: Prior to submission of each design submittal (60-, 90- and 100 -percent); perform review of design documents (drawings and specifications) technical calculations, constructability; conformance with engineering standards; conflicts with existing and/or proposed facilities and related factors. Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for Quality Control/Quality Assurance reviews. Provide comments to design team in both written and redlined format. C. Permitting Upon authorization, TETRA TECH will perform the following permitting service on a per pump station basis (up to 6 per each permit application type): a. Schedule and attend the following pre -application meetings 1) Florida Department of Environmental Protection (FDEP) b. Prepare and submit to the FDEP Application for Constructing Wastewater Collection and Transmission System Improvements along with backup documentation. c. Prepare and submit an insubstantial change permit application to the COUNTY for the proposed improvements. The Application will include the following supplemental attachments: 1) Property information (Legal Description, Folio, Address, Zoning) 2) Location Map 3) Survey 4) Cover letter (explaining project) 5) Pre -Application meeting notes 6) Affidavit of Authorization 7) Property opinion of title 8) Site Development Plans d. TETRA TECH shall include a request for a check from the COUNTY for each application in the amount required by each regulatory agency. Backup documentation to support the application fee will also be included. All permit application fees shall be paid by the COUNTY. e, Respond to all requests for additional information (RAls) from the permitting agencies to clarify the original application(s). Final Design & Permitting Deliverables A-41 • Design submittals to include drawings and project manual at the 60 -percent, 90 -percent and 100 - percent completion stages, as defined above. This will include 1 set of full sized (2204 -inch drawing sheets) along with technical specifications and an electronic copy in PDF format of each. • Engineer's opinion of probable costs at the 60-, 90 -percent and 100 -percent completion stages • Draft and final permit applications and supporting documentation • Request for permit application fees along with backup documentation, as required • Copies of responses to RAls • Original permits, once received Notes: 1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front- end (Division 0 -Bidding ad Contract Requirements and Division 01 — General Requirements). TETRA TECH shall provide the drawings and technical documents along with a bid schedule for the COUNTY's incorporation into the bid documents. eiddina Assistance Upon authorization, TETRA TECH shall perform the following Bidding related services: a, Provide the COUNTY an electronic copy of the bid documents to include a bid form, drawings, and technical specifications in PDF format for incorporation with the COUNTY's bidding and contract documents for bidding purposes for each project. The COUNTY shall be responsible for printing, distribution and logging of the bid sets to potential bidders. b. Attend a Pre -Bid Meeting. c. Respond to questions and prepare addenda as required to interpret, clarify or expand the bidding documents. The COUNTY shall be responsible for distribution of addenda to all registered plan holders. d. Consult with and advise the COUNTY as to the acceptability of subcontractors and other persons and organizations proposed by the prime contractor (hereinafter called "Contractor"), e. Consult with and advise the COUNTY as to the acceptability of substitute materials and equipment proposed by the Contractor when substitution prior to the award of contracts is allowed by the bidding documents, f. Evaluate bids and make recommendation of the award. g. Coordinate process of obtaining the insurance, performance bond and payment bond certificates and other such submittal items required from the Contractor by the contract documents so that construction of the project can commence. h. Following award of the contract, prepare a set of conformed documents incorporating changes made during bidding through addenda and contract documents executed by the COUNTY and Contractor. Two (2) hard copies and one (1) electronic copy in PDF format on CD of a conformed set of Contract Documents shall be provided to the COUNTY and one (1) reproducible set to each recommended Contractor. Bidding Assistance Deliverables • Electronic AutoCAD, MS WORD and PDF copies of the bid set to include bid form, substitute materials form, drawings and technical specifications. • Responses to questions in addenda format. • Bid evaluation and recommendation of award letter. Copies of the Conformed Documents as defined. Notes: 1. There are 6 wastewater pump stations proposed for rehabilitation which may be performed as individual projects, or which may be grouped into multiple projects. This scope of services and the associated fee A-42 ?: E L x � estimate have been developed on a per station basis. If prior to bidding, the COUNTY decides to group multiple stations into a single contract for bidding purposes, then the bidding effort may be reduced. Construction Management Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete the following tasks defined below. Construction phase is based on an estimated construction period of 150 days (90 days to substantial completion and 30 additional days to final completion with an additional 30 days to closeout) for each station. a. Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the meeting for distribution to attendees. b. Attend progress meetings throughout progress of the project. Progress meetings will be held monthly as needed to coordinate work in progress. It is anticipated that 6 progress meetings will be needed at an average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each, and meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH shall be responsible for preparing and distributing written summary of each meeting. c. Make site visits to the construction site at intervals appropriate to the various stages of construction in order to observe the progress and quality of the Work. These will be scheduled during critical points during the construction of the project and will be determined based upon the Contractor's schedule. It is anticipated that 8 site visits (2 per month) with an average duration of approximately 2 hours plus 2 hours for office time and report preparation will be required. These site visits will be to observe the progress and quality of the construction and its general conformance to the Contract Documents. In addition, TETRA TECH shall notify the COUNTY of observed work which does not conform to the Contract Documents, make recommendations for its correction, and as authorized by the COUNTY, issue instruction to the Contractor, to carry out the corrective measures. d. Review shop drawings and other required Contractor submittals to determine conformance with the design concepts of the project and compliance with the requirements provided in the Contract Documents. Shop drawings will be reviewed up to two (2) times per submittal with additional review fees to be paid to the TETRA TECH by the Contractor through the COUNTY. It is anticipated that up to 12 shop drawings will be submitted for review. e. Review requests for information (RFIs), provide interpretation of construction documents, and issue written clarifications or interpretations. Up to 4 RFIs are anticipated. f. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen conditions. No more than 1 change order is anticipated. g. Review the Contractor's applications for payment and the accompanying data and schedules, determine the amounts owed to the Contractor, and advise the COUNTY of the recommended payments to the Contractor. Up to 6 pay applications are anticipated. h. Attend up to 1/2 day of start-up testing and training. It is anticipated that startup up testing will arranged such that all testing is performed on a single day. I. Upon written request by Contractor, conduct a substantial completion inspection of the Project to determine if Work is substantially complete or compile and distribute a punch list of items to be addressed. Upon written request by Contractor, conduct a re -inspection to confirm that final completion punch list items have been addressed and subsequently provide a final completion certification to the COUNTY and recommend that the COUNTY make final payment to the Contractor. j. Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but not be limited to warranties, release of liens and related documentation as required by the COUNTY and/or funding agencies. k. Prepare record drawings for COUNTY's use from information provided by the Contractor delineating the location, and elevation of all facilities constructed. Provide the COUNTY with one (1) CD-ROM electronic file of record drawings in PDF format and three (3) sets of prints of the record drawings (22" x 34") for each construction contract. Record drawings to be based on electronic survey as -built data to be provided by the Contractor. A-43 I. Prepare and submit certifications and required supporting documentation to regulatory agencies having issued permits for construction. Construction Management Deliverables • Meeting minutes for each meeting • Site visit summary reports • Correspondence related to residential -contractor liaison services • Copies of Shop Drawing Reviews • Copies of RFIs • Change Proposals • Executed Change Orders • Approved Pay Requests with supporting documentation • Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc. • Substantial and Final Completion Punch Lists • Record Documents (3 printed sets on 22" x 34" and 1 electronic copy) • Copies of certifications of completion Notes: 1. There are 6 wastewater pump stations proposed for rehabilitation which may be performed as individual projects, or which may be grouped into multiple projects. This scope of services and the associated fee estimate have been developed on a per station basis. If prior to construction, the COUNTY decides to group multiple stations into a single contract for bidding purposes, then the construction management effort may require adjustment. END OF TASK 5 — PUMP STATION IMPROVEMENTS A-44 ■ Task 6 — Force Main Improvements There are 6 total wastewater force main segments proposed for replacement which may be performed as individual projects, or which may be grouped into multiple projects. This scope of services and the associated fee estimate have been developed on a per force main basis. Preliminary Design Services A. Project Kickoff Upon authorization, TETRA TECH shall perform the following services: 1. Schedule and hold a kickoff meeting with the COUNTY for the purpose of introducing team members and defining their roles, TETRATECH will prepare a meeting agenda and prepare and distribute minutes of the meeting. B. Data Collection Upon authorization, TETRA TECH will perform the following Data Collection services: a. Prepare a list of items to be provided by the COUNTY as necessary to complete the tasks described within this scope of services. TETRA TECH shall reasonably rely upon the data provided by the COUNTY for project completion. Validity and accuracy of data shall be the responsibility of the COUNTY. Those items shall include, but not be limited to: 1) GIS data for existing infrastructure 2) Survey data within vicinity of the proposed force mains 3) As -built drawings of the existing utilities within the force main areas 4) Past Geotechnical investigation and recommendations reports which may exist in the vicinity, 5) Permits obtained for past construction projects in the vicinity of the proposed improvements. C. Preliminary Design Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for final design: : a. Review route alternatives and present up to three (3) alternatives to the COUNTY for final selection. b. Meet with the COUNTY to review the findings of the modeling and preliminary layout for the COUNTY's approval prior to proceeding with final design. Preliminary Services Deliverables • Kickoff Meeting Agenda & Minutes • Data Request • Preliminary design technical memorandum • Preliminary (30 -percent) site layout Notes: 1. Force main sizing is not included within this scope of services. It is anticipated that force main sizing will match existing unless determined otherwise through hydraulic modeling efforts performed within Task 2. Field Investigations A-45 A. Surveying & Subsurface Utility Exploration (SUE) Upon authorization, TETRA TECH will proceed with the surveying and subsurface utility exploration (SUE) efforts within the vicinity of the proposed improvements to include: a. Perform field surveying to gather information required to complete the design. Data shall be collected using NAVD88 vertical datum. Data will include above and below ground data within the vicinity of each 1 -mile force main segment (6 segments total), plus the approximate 1.5 miles of force main along City Gate Drive and Tropicana Boulevard — % right-of-way only. Prior to performing the surveying efforts, contact will be made to Sunshine State One -Call in order to determine existing utilities along the selected route. b. Perform SUE efforts to assist with identification of underground utilities. For this effort, the following services shall be provided: 1) Coordinate with COUNTY to define the locations of the test trenches. 2) Excavate no more than six (6) 15 -foot wide trenches from edge of pavement to the right-of-way lines, to search for existing utilities. The test trenches will be in unpaved areas and up to 6 -feet deep. Excavations will be performed using air vacuum and water pressure equipment that is non- destructive to existing facilities. No excavations under pavement or concrete will be performed under this scope of work. 3) Mark the location of the excavated underground utilities with laths on ground surface and repair ground surface within the limits of original trenches. 4) Field locate underground utility lines using traditional and GPS surveying methods and plot the utilities in relationship to existing above -ground improvements. The depths, locations, sizes, types (if possible) and materials of the excavated utility lines will be obtained. 5) Prepare an underground utility base map delineating horizontal and vertical data of the underground improvements collected. 6) Provide the underground utility base map to the COUNTY in AutoCAD format. B. Geotechnical Investigations Upon authorization, TETRA TECH shall proceed with the geotechnical investigations utilizing Ardaman & Associates, Inc. which shall include: a. Perform two (2) standard penetration tests (SPTs) to a depth of up to 50 -ft to determine the soil conditions along the force main route. The SPTs will be used to assist in designing of the potential horizontal directional drills. b. Perform (11) hand auger borings to a depth of 8 -feet (or to the presence of rock) in order to determine the presence of rock or other unsuitable material along the proposed force main route, within the construction zone. C. Environmentollnvestigations Upon authorization, TETRA TECH will utilize Johnson Engineering, Inc. (JEI) to perform a Protected Species Survey and Habitat Mapping for the project site to include the force main route. For this effort JEI shall conduct a protected species survey of the project area to determine State and Federal threatened and endangered species involvement. The survey shall be conducted in accordance with methodologies accepted by the Florida Fish and Wildlife Conservation Commission (FWC), U.S. Fish and Wildlife Service (USFWS), and Lee County Land Development Code, Chapter 10, Article 3, Division 8 (Protection of Habitat). This task includes preparation of a vegetation community map in accordance with the Florida Land Use Cover and Forms Classification System (FLUCFCS) methodology established by the Florida Department of Transportation (FDOT). The FLUCFCS map shall be required for the state environmental permit application process and/or Lee County development order A-46 (DO) review. The methodology and findings, including locations of observed protected species (if any), will be summarized in a Protected Species Survey Report in a format suitable to meet the permitting requirements of Lee County, FWC, and USFWS. Species specific surveys, management plans, permitting, and/or relocations, other than those stated herein will require a supplemental agreement, if required by the regulatory agencies. Species specific wildlife surveys, which may have seasonal requirements or specific methodologies, wildlife monitoring, agency permitting, and/or relocations are not included in this task. These services, if required by the regulatory agencies, are either covered under separate tasks below or will require a supplemental agreement. Field Investigation Deliverables • Survey Data • Geotechnical Report Environmental Investigation results Final Design & Permitting A. Force Main Design Upon completion of the Field Investigations, TETRA TECH will initiate design services for the following: Design for the (5) 1 -mile force main segments and the 1.5 -mile City Gate Drive segment to include: o Force Main Plan and Profile Sheets o Connection Details o Horizontal Directional Drill Details Design will result in preparation of engineering drawings and technical specifications, which will be submitted to the COUNTY for review at 60-, 90-, and 100 -percent completion levels. The 60 -percent submittal will generally include: drawings with survey and topographic information, all existing utility locations, all engineering drawings of the proposed improvements, all applicable details, draft of technical specifications and an opinion of probable construction costs. The 90 -percent submittal will generally include: updated engineering drawings in plan view with updated section views and cross sections (90% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 60 -percent submittal, and an updated opinion of costs. The 100 -percent submittal will generally include: updated engineering drawings (100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 90 -percent submittal, and an updated opinion of costs. Review meetings shall be held with the COUNTY following submittal at each completion stage. A PDF set shall be provided to the COUNTY for each review. A review meeting shall be held with the COUNTY following each submission. Tasks anticipated to be completed during this phase per each force main segment are summarized below: a. Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including supplemental technical specifications) shall be incorporated into the TETRATECH's electronic data base and modified to include new borders, legends, etc. Drawings shall be prepared using 22x34 -inch paper (1"=40' scale) for the purpose of being able to produce % scale drawings at 11x17 -inch. b. The Contract final drawings shall generally include, but not be limited to the following for all improvements with the sheet counts below estimated per force main segment for the (5) 1 -mile segments: 1. General —4 sheets Cover Sheet (1 sheet) Index of Drawings and General Notes (1 sheet) Location Map & Overall Key Sheet (1 sheet) A-47 ■ Legend and Abbreviations (1 sheet) 2. Civil —19 sheets Plan & Profile Sheets (11 sheets) Civil Sections and Details (8 sheets) c. The Contract final drawings shall generally include, but not be limited to the following for all improvements with the sheet counts below estimated per force main segment for the 1.5 -mile segment along City Gate Drive: 1. General — 4 sheets Cover Sheet (1 sheet) Index of Drawings and General Notes (1 sheet) Location Map & Overall Key Sheet (1 sheet) Legend and Abbreviations (1 sheet) 2. Civil — 24 sheets Plan & Profile Sheets (16 sheets) Civil Sections and Details (8 sheets) d. Prepare a comprehensive project manual that shall generally consist of technical specifications for competitive bidding. The project manual and its contents shall be prepared using Microsoft WORD and formatted in accordance with CSI standards. e. Prepare a bid schedule for unit cost bidding of the items proposed for installation. The bid schedule shall be accompanied with a Measurement and Payment section to describe the bid items. B. Quality Control/Quality Assurance During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks: Prior to submission of each design submittal (60-, 90- and 100 -percent); perform review of design documents (drawings and specifications) technical calculations, constructability; conformance with engineering standards; conflicts with existing and/or proposed facilities and related factors. Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for Quality Control/Quality Assurance reviews. Provide comments to design team in both written and redlined format. C. Permitting Upon authorization, TETRA TECH will perform the following permitting services on a per force main segment basis (up to 6 per each permit application type): a, Schedule and attend the following pre -application meetings 1) Collier County 2) Florida Department of Environmental Protection (FDEP) b. Prepare and submit to the FDEP Application for Constructing Wastewater Collection and Transmission System Improvements along with backup documentation. c. Prepare and submit Notice of Intent (N01) and Stormwater Pollution Prevention Plan (SWP3) applications to the FDEP for stormwater control during construction for each project location (6 total) d. Prepare and submit a Site Development Plan Amendment (SDP -1) application to the COUNTY any proposed improvements located outside of the COUNTY right-of-way. The Application will include the following supplemental attachments: 1) Property information (Legal Description, Folio, Address, Zoning) A-48 E 2) Location Map 3) Survey 4) Cover letter (explaining project) 5) Pre -Application meeting notes 6) Affidavit of Authorization 7) Property opinion of title 8) Site Development Plans e. TETRA TECH shall include a request for a check from the COUNTY for each application in the amount required by each regulatory agency. Backup documentation to support the application fee will also be included, All permit application fees shall be paid by the COUNTY. f. Respond to all requests for additional information (RAIs) from the permitting agencies to clarify the original application(s). Final Design & Permitting Deliverables • Design submittals to include drawings and project manual at the 60 -percent, 90 -percent and 100 - percent completion stages, as defined above. This will include 1 set of full sized (2204 -inch drawing sheets) along with technical specifications and an electronic copy in PDF format of each. • Engineer's opinion of probable costs at the 60-, 90 -percent and 100 -percent completion stages • Draft and final permit applications and supporting documentation • Request for permit application fees along with backup documentation, as required • Copies of responses to RAIs • Original permits, once received Notes: 1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front- end (Division 0 -Bidding ad Contract Requirements and Division 01 — General Requirements). TETRA TECH shall provide the drawings and technical documents along with a bid schedule for the COUNTY's incorporation into the bid documents. Bidding Assistance Upon authorization, TETRA TECH shall perform the following Bidding related services: a. Provide the COUNTY an electronic copy of the bid documents to include a bid form, drawings, and technical specifications in PDF format for incorporation with the COUNTY's bidding and contract documents for bidding purposes for each project. The COUNTY shall be responsible for printing, distribution and logging of the bid sets to potential bidders. b. Attend a Pre -Bid Meeting. c. Respond to questions and prepare addenda as required to interpret, clarify or expand the bidding documents, The COUNTY shall be responsible for distribution of addenda to all registered plan holders. d. Consult with and advise the COUNTY as to the acceptability of subcontractors and other persons and organizations proposed by the prime contractor (hereinafter called "Contractor"). e. Consult with and advise the COUNTY as to the acceptability of substitute materials and equipment proposed by the Contractor when substitution prior to the award of contracts is allowed by the bidding documents, f. Evaluate bids and make recommendation of the award. g. Coordinate process of obtaining the insurance, performance bond and payment bond certificates and other such submittal items required from the Contractor by the contract documents so that construction of the project can commence, h. Following award of the contract, prepare a set of conformed documents incorporating changes made during bidding through addenda and contract documents executed by the COUNTY and Contractor, Two (2) hard copies and one (1) electronic copy in PDF format on CD of a conformed set of Contract A-49 Documents shall be provided to the COUNTY and one (1) reproducible set to each recommended Contractor. Bidding Assistance Deliverables • Electronic AutoCAD, MS WORD and PDF copies of the bid set to include bid form, substitute materials form, drawings and technical specifications. • Responses to questions in addenda format. • Bid evaluation and recommendation of award letter. Copies of the Conformed Documents as defined. Notes: 1. There are 6 total wastewater force main segments proposed for replacement which may be performed as individual projects, or which may be grouped into multiple projects. This scope of services and the associated fee estimate have been developed on a per force main basis. If prior to bidding, the COUNTY decides to group multiple segments into a single contract for bidding purposes, then the bidding effort may be reduced. Construction Management Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete the following tasks defined below. Construction phase is based on an estimated construction period of 150 days (90 days to substantial completion and 30 additional days to final completion with an additional 30 days to closeout) per each force main segment (6 total). a, Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the meeting for distribution to attendees. b. Attend progress meetings throughout progress of the project. Progress meetings will be held monthly as needed to coordinate work in progress. It is anticipated that 6 progress meetings will be needed at an average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each, and meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH shall be responsible for preparing and distributing written summary of each meeting. c. Make site visits to the construction site at intervals appropriate to the various stages of construction in order to observe the progress and quality of the Work. These will be scheduled during critical points during the construction of the project and will be determined based upon the Contractor's schedule. It is anticipated that 10 site visits (2 per month) with an average duration of approximately 2 hours plus 2 hours for office time and report preparation will be required. These site visits will be to observe the progress and quality of the construction and its general conformance to the Contract Documents. In addition, TETRA TECH shall notify the COUNTY of observed work which does not conform to the Contract Documents, make recommendations for its correction, and as authorized by the COUNTY, issue instruction to the Contractor, to carry out the corrective measures. d. Review shop drawings and other required Contractor submittals to determine conformance with the design concepts of the project and compliance with the requirements provided in the Contract Documents, Shop drawings will be reviewed up to two (2) times per submittal with additional review fees to be paid to the TETRA TECH by the Contractor through the COUNTY. It is anticipated that up to 15 shop drawings will be submitted for review. e. Review requests for information (RFIs), provide interpretation of construction documents, and issue written clarifications or interpretations. Up to 5 RFIs are anticipated. f. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen conditions. Up to 2 change orders are anticipated. g. Review the Contractor's applications for payment and the accompanying data and schedules, determine the amounts owed to the Contractor, and advise the COUNTY of the recommended payments to the Contractor. Up to 6 pay applications are anticipated. A-50 h. Upon written request by Contractor, conduct a substantial completion inspection of the Project to determine if Work is substantially complete or compile and distribute a punch list of items to be addressed. Upon written request by Contractor, conduct a re -inspection to confirm that final completion punch list items have been addressed and subsequently provide a final completion certification to the COUNTY and recommend that the COUNTY make final payment to the Contractor. I. Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but not be limited to warranties, release of liens and related documentation as required by the COUNTY and/or funding agencies. j. Review the Contractor's as -built submittals monthly for adequacy and review listing of deviations from the construction permit and approved construction documents. Prepare record drawings for COUNTY's use from information provided by the Contractor delineating the location, and elevation of all facilities constructed. Provide the COUNTY with one (1) CD-ROM electronic file of record drawings in PDF format and three (3) sets of prints of the record drawings (22" x 34") for each construction contract. Record drawings to be based on electronic survey as -built data to be provided by the Contractor. k. Prepare and submit certifications and required supporting documentation to regulatory agencies having issued permits for construction. Construction Management Deliverables • Meeting minutes for each meeting • Site visit summary reports • Correspondence related to residential -contractor liaison services • Copies of Shop Drawing Reviews • Copies of RFIs • Change Proposals • Executed Change Orders • Approved Pay Requests with supporting documentation • Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc. • Substantial and Final Completion Punch Lists • Record Documents (3 printed sets on 22" x 34" and 1 electronic copy) • Copies of certifications of completion Notes: 1. There are 6 total force main segments proposed for rehabilitation which may be performed as individual projects, or which may be grouped into multiple projects. This scope of services and the associated fee estimate have been developed on a per segment basis. If prior to construction, the COUNTY decides to group multiple segments into a single contract for bidding purposes, then the construction management effort may require adjustment. END OF TASK 6 — FORCE MAI IN IMPROVEMENTS A-51 ~ Task 7 — Gravity Collection System Improvements There are 5 total gravity collection segments proposed for replacement which may be performed as individual projects, or which may be grouped into multiple projects. This scope of services and the associated fee estimate have been developed on a per force main basis. Preliminary Design Services A. Project Kickoff Upon authorization, TETRA TECH shall perform the following services: a. Schedule and hold a kickoff meeting with the COUNTY for the purpose of introducing team members and defining their roles. TETRATECH will prepare a meeting agenda and prepare and distribute minutes of the meeting. b. Develop and maintain a Project Management Plan (PMP) complete with team member roles, schedules, deliverable deadlines, a health and safety plan, and related components necessary to manage the proposed project. B. Data Collection Upon authorization, TETRA TECH will perform the following Data Collection services: a. Prepare a list of items to be provided by the COUNTY as necessary to complete the tasks described within this scope of services. TETRA TECH shall reasonably rely upon the data provided by the COUNTY for project completion. Validity and accuracy of data shall be the responsibility of the COUNTY. Those items shall include, but not be limited to: 1) GIS data for existing infrastructure 2) Survey data within vicinity of the gravity collection piping 3) Television or smoke testing information from past studies (as available) 4) As -built drawings of the existing utilities within the collection system areas 5) Past Geotechnical investigation and recommendations reports which may exist in the vicinity. 6) Permits obtained for past construction projects in the vicinity of the proposed improvements. C. Preliminary Design Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for final design: : a. Review condition of existing piping based on data collected in order to determine and make a recommendation for repair in place versus replacement. b. Meet with COUNTY regarding alternatives for COUNTY input on repair/replacement method. Preliminary Services Deliverables • Kickoff Meeting Agenda & Minutes • Data Request Field Investigations A-52 A. Surveying Upon authorization, TETRA TECH will proceed with the surveying and subsurface utility exploration (SUE) efforts within the vicinity of the proposed improvements to include: a. Perform field surveying to gather information required to complete the design. Data shall be collected using NAVD88 vertical datum. Data will include above and below ground data within the vicinity of each 1 -mile gravity collection segment (5 segments total), including location of manholes, service laterals (where available for location identification), edge of pavement, edge of right-of-way, and related information pertinent to design. Prior to performing the surveying efforts, contact will be made to Sunshine State One -Call in order to determine existing utilities along the selected route. Field Investigation Deliverables • Survey Data Notes: 1. As the proposed gravity improvements are anticipated to consist of either repair in-place or placement within the roadway where no other existing utilities are anticipated to exist, subsurface utility exploration efforts are not proposed to be included within this scope of services. Final Design & Permitting A. Gravity Collection System Design Upon completion of the Field Investigations, TETRA TECH will initiate design services for the following: Design for the 5 gravity collection system improvement segments to include: o Force Main Plan and Profile Sheets o Connection Details o Horizontal Directional Drill Details Design will result in preparation of engineering drawings and technical specifications, which will be submitted to the COUNTY for review at 60-, 90-, and 100 -percent completion levels. The 60 -percent submittal will generally include: drawings with survey and topographic information, all existing utility locations, all engineering drawings of the proposed improvements, all applicable details, draft of technical specifications and an opinion of probable construction costs. The 90 -percent submittal will generally include: updated engineering drawings in plan view with updated section views and cross sections (90% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 60 -percent submittal, and an updated opinion of costs. The 100 -percent submittal will generally include: updated engineering drawings (100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 90 -percent submittal, and an updated opinion of costs. Review meetings shall be held with the COUNTY following submittal at each completion stage, A PDF set shall be provided to the COUNTY for each review. A review meeting shall be held with the COUNTY following each submission. Tasks anticipated to be completed during this phase per each force main segment are summarized below: a. Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including supplemental technical specifications) shall be incorporated into the TETRATECH's electronic data base and modified to include new borders, legends, etc. Drawings shall be prepared using 22x34 -inch paper (1"=40' scale) for the purpose of being able to produce %2 scale drawings at 11x17 -inch. b. The Contract final drawings shall generally include, but not be limited to the following for all improvements with the sheet counts below estimated per gravity collection system improvement segment: A-53 1. General —4 sheets Cover Sheet (1 sheet) Index of Drawings and General Notes (1 sheet) Location Map & Overall Key Sheet (1 sheet) Legend and Abbreviations (1 sheet) 2. Civil —19 sheets Plan & Profile Sheets (11 sheets) Civil Sections and Details (8 sheets) c. Prepare a comprehensive project manual that shall generally consist of technical specifications for competitive bidding. The project manual and its contents shall be prepared using Microsoft WORD and formatted in accordance with CSI standards. d. Prepare a bid schedule for unit cost bidding of the items proposed for installation. The bid schedule shall be accompanied with a Measurement and Payment section to describe the bid items. B. Quality Control/Quality Assurance During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks: a. Prior to submission of each design submittal (60-, 90- and 100 -percent); perform review of design documents (drawings and specifications) technical calculations, constructability; conformance with engineering standards; conflicts with existing and/or proposed facilities and related factors. b. Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for Quality Control/Quality Assurance reviews. c. Provide comments to design team in both written and redlined format. C. Permitting Upon authorization, TETRA TECH will perform the following permitting services on a per gravity collection segment basis (up to 5 per each permit application type): a. Schedule and attend the following pre -application meetings 1) Florida Department of Environmental Protection (FDEP) b. Prepare and submit to the FDEP Application for Constructing Wastewater Collection and Transmission System Improvements along with backup documentation, c. Prepare and submit Notice of Intent (NO1) and Stormwater Pollution Prevention Plan (SWP3) applications to the FDEP for stormwater control during construction for each project location (5 total) d. TETRA TECH shall include a request for a check from the COUNTY for each application in the amount required by each regulatory agency. Backup documentation to support the application fee will also be included. All permit application fees shall be paid by the COUNTY. e. Respond to all requests for additional information (RAIs) from the permitting agencies to clarify the original application(s). Final Design & Permitting Deliverables • Design submittals to include drawings and project manual at the 60 -percent, 90 -percent and 100 - percent completion stages, as defined above. This will include 1 set of full sized (2204 -inch drawing sheets) along with technical specifications and an electronic copy in PDF format of each. • Engineer's opinion of probable costs at the 60-, 90 -percent and 100 -percent completion stages • Draft and final permit applications and supporting documentation • Request for permit application fees along with backup documentation, as required • Copies of responses to RAIs A-54 Original permits, once received Notes: 1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front- end (Division 0 -Bidding ad Contract Requirements and Division 01 — General Requirements). TETRA TECH shall provide the drawings and technical documents along with a bid schedule for the COUNTY's incorporation into the bid documents. 2. For those segments in which repair in-place methods are used, no permitting efforts are anticipated to be required. Bidding Assistance Upon authorization, TETRA TECH shall perform the following Bidding related services: a. Provide the COUNTY an electronic copy of the bid documents to include a bid form, drawings, and technical specifications in PDF format for incorporation with the COUNTY's bidding and contract documents for bidding purposes for each project. The COUNTY shall be responsible for printing, distribution and logging of the bid sets to potential bidders. b. Attend a Pre -Bid Meeting. c. Respond to questions and prepare addenda as required to interpret, clarify or expand the bidding documents. The COUNTY shall be responsible for distribution of addenda to all registered plan holders. d. Consult with and advise the COUNTY as to the acceptability of subcontractors and other persons and organizations proposed by the prime contractor (hereinafter called "Contractor"). e. Consult with and advise the COUNTY as to the acceptability of substitute materials and equipment proposed by the Contractor when substitution prior to the award of contracts is allowed by the bidding documents. f. Evaluate bids and make recommendation of the award. g. Coordinate process of obtaining the insurance, performance bond and payment bond certificates and other such submittal items required from the Contractor by the contract documents so that construction of the project can commence. h. Following award of the contract, prepare a set of conformed documents incorporating changes made during bidding through addenda and contract documents executed by the COUNTY and Contractor. Two (2) hard copies and one (1) electronic copy in PDF format on CD of a conformed set of Contract Documents shall be provided to the COUNTY and one (1) reproducible set to each recommended Contractor. Bidding Assistance Deliverables • Electronic AutoCAD, MS WORD and PDF copies of the bid set to include bid form, substitute materials form, drawings and technical specifications. • Responses to questions in addenda format. • Bid evaluation and recommendation of award letter. • Copies of the Conformed Documents as defined. Notes: There are 5 total gravity collection segments proposed for replacement which may be performed as individual projects, or which may be grouped into multiple projects. This scope of services and the associated fee estimate have been developed on a per force main basis. If prior to bidding, the COUNTY decides to group multiple segments into a single contract for bidding purposes, then the bidding effort may be reduced. Construction Management A-55 Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete the following tasks defined below, Construction phase is based on an estimated construction period of 150 days (90 days to substantial completion and 30 additional days to final completion with an additional 30 days to closeout) per each gravity collection system segment (5 total). a, Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the meeting for distribution to attendees. b. Attend progress meetings throughout progress of the project. Progress meetings will be held monthly as needed to coordinate work in progress. It is anticipated that 6 progress meetings will be needed at an average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each, and meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH shall be responsible for preparing and distributing written summary of each meeting. c, Make site visits to the construction site at intervals appropriate to the various stages of construction in order to observe the progress and quality of the Work. These will be scheduled during critical points during the construction of the project and will be determined based upon the Contractor's schedule. It is anticipated that 12 site visits (2 per month) with an average duration of approximately 2 hours plus 2 hours for office time and report preparation will be required. These site visits will be to observe the progress and quality of the construction and its general conformance to the Contract Documents. In addition, TETRA TECH shall notify the COUNTY of observed work which does not conform to the Contract Documents, make recommendations for its correction, and as authorized by the COUNTY, issue instruction to the Contractor, to carry out the corrective measures. d. Review shop drawings and other required Contractor submittals to determine conformance with the design concepts of the project and compliance with the requirements provided in the Contract Documents. Shop drawings will be reviewed up to two (2) times per submittal with additional review fees to be paid to the TETRA TECH by the Contractor through the COUNTY. It is anticipated that up to 15 shop drawings will be submitted for review. e. Review requests for information (RFIs), provide interpretation of construction documents, and issue written clarifications or interpretations. Up to 10 RFIs are anticipated. f. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen conditions. Up to 4 change orders are anticipated. g. Review the Contractor's applications for payment and the accompanying data and schedules, determine the amounts owed to the Contractor, and advise the COUNTY of the recommended payments to the Contractor. Up to 9 pay applications are anticipated. h. Upon written request by Contractor, conduct a substantial completion inspection of the Project to determine if Work is substantially complete or compile and distribute a punch list of items to be addressed. Upon written request by Contractor, conduct a re -inspection to confirm that final completion punch list items have been addressed and subsequently provide a final completion certification to the COUNTY and recommend that the COUNTY make final payment to the Contractor. I. Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but not be limited to warranties, release of liens and related documentation as required by the COUNTY and/or funding agencies. j. Review the Contractor's as -built submittals monthly for adequacy and review listing of deviations from the construction permit and approved construction documents. Prepare record drawings for COUNTY's use from information provided by the Contractor delineating the location, and elevation of all facilities constructed, Provide the COUNTY with one (1) CD-ROM electronic file of record drawings in PDF format and three (3) sets of prints of the record drawings (22" x 34") for each construction contract. Record drawings to be based on electronic survey as -built data to be provided by the Contractor, k. Prepare and submit certifications and required supporting documentation to regulatory agencies having issued permits for construction. Construction Management Deliverables • Meeting minutes for each meeting • Site visit summary reports A-56 4_i • Correspondence related to residential -contractor liaison services • Copies of Shop Drawing Reviews • Copies of RFIs • Change Proposals • Executed Change Orders • Approved Pay Requests with supporting documentation • Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc. • Substantial and Final Completion Punch Lists • Record Documents (3 printed sets on 22" x 34" and 1 electronic copy) • Copies of certifications of completion Notes: 1. There are 5 total gravity collection segments proposed for rehabilitation which may be performed as individual projects, or which may be grouped into multiple projects. This scope of services and the associated fee estimate have been developed on a per segment basis. If prior to construction, the COUNTY decides to group multiple segments into a single contract for bidding purposes, then the construction management effort may require adjustment. END OF TASK 7 — GRAVITY COLLECTION SYSTEM IMPROVEMENTS A-57 Task 8 — General Professional Engineering Services As -Needed Professional Engineering Services Upon authorization, TETRA TECH shall perform the following or related services on an as -needed basis: • Design assistance for minor utility improvements such as line relocations or repairs • Inflow and infiltration review assistance • Operational assistance for wastewater treatment • Electrical and instrumentation assistance • Regulatory assistance for compliance • Feasibility Studies • Review of upcoming regulatory changes that may affect the Golden Gate City system • Assistance with grants and funding opportunities • Hydraulic modeling for existing system components or proposed system improvements • Participation in meetings, preparation of brief reports and otherwise provide guidance to the COUNTY as may be requested • Miscellaneous field surveying • Miscellaneous environmental consultation END OF TASK 8 — GENERAL PROFESSIONAL ENGINEERING SERVICES A-58 k 4i Task 9 — Bridge the Gap Treatment Expansion Preliminary Design Services A. Project Kickoff Upon authorization, TETRA TECH shall perform the following services: a. Schedule and hold a kickoff meeting with the COUNTY for the purpose of introducing team members and defining their roles, TETRATECH will prepare a meeting agenda and prepare and distribute minutes of the meeting. b. Develop and maintain a Project Management Plan (PMP) complete with team member roles, schedules, deliverable deadlines, a health and safety plan, and related components necessary to manage the proposed project. B. Data Collection Upon authorization, TETRA TECH will perform the following Data Collection services: a. Prepare a list of items to be provided by the COUNTY as necessary to complete the tasks described within this scope of services. TETRA TECH shall reasonably rely upon the data provided by the COUNTY for project completion. Validity and accuracy of data shall be the responsibility of the COUNTY. Those items shall include, but not be limited to: 1) Record drawings of the existing WWTP and any improvements made 2) Hydraulic profile 3) Survey data within the WWTP site 4) Past Geotechnical investigation and recommendations reports which may exist in the vicinity. 5) Permits obtained for past construction projects in the vicinity of the proposed improvements. C. Preliminary Design Upon authorization, TETRA TECH will perform the following preliminary design efforts to develop a basis for final design: : a. Perform calculations in order to size the treatment components (MBR units, biological modifications, filtration upgrades, disinfection facilities, return and waste activated sludge facilities, pumping systems, emergency generator, electrical and instrumentation systems. Consideration will be given to the ultimate plant expansion(s) and the potential to reuse components added during this "bridge the gap" phase. — No improvements are anticipated for the residuals stabilization system or to the deep injection well as part of this "bridge the gap" project. b. Perform a preliminary site layout for the "bridge the gap" units. c. Meet with the COUNTY to review the findings of the modeling and preliminary layout for the COUNTY's approval prior to proceeding with final design. d. TETRA TECH shall provide recommendations and a summary of the preliminary design efforts in the form of a technical memorandum for review and concurrence prior to proceeding to the final design phase. Preliminary Services Deliverables Kickoff Meeting Agenda & Minutes A-59 Data Request Preliminary design technical memorandum Preliminary (30 -percent) site layout Field Investigations A. Surveying & Subsurface Utility Exploration (SUE) Upon authorization, TETRA TECH will proceed with the surveying and subsurface utility exploration (SUE) efforts within the vicinity of the proposed improvements to include: a. Perform field surveying to gather information required to complete the design. Data shall be collected using NAVD88 vertical datum. Data will include above and below ground data within the vicinity of the proposed expansion, Prior to performing the surveying efforts, contact will be made to Sunshine State One -Call in order to determine existing utilities along the selected route. Perform SUE efforts to assist with identification of underground utilities, For this effort, the following services shall be provided: 1) Coordinate with COUNTY to define the locations of the test trenches. 2) Excavate no more than six (6)15 -foot wide trenches in the vicinity of the proposed underground piping/tank areas. The test trenches will be in unpaved areas and up to 6 -feet deep. Excavations will be performed using air vacuum and water pressure equipment that is non-destructive to existing facilities. No excavations under pavement or concrete will be performed under this scope of work. 3) Mark the location of the excavated underground utilities with laths on ground surface and repair ground surface within the limits of original trenches. 4) Field locate underground utility lines using traditional and GPS surveying methods and plot the utilities in relationship to existing above -ground improvements. The depths, locations, sizes, types (if possible) and materials of the excavated utility lines will be obtained. 5) Prepare an underground utility base map delineating horizontal and vertical data of the underground improvements collected. 6) Provide the underground utility base map to the COUNTY in AutoCAD format, B. Geotechnical Investigations Upon authorization, TETRA TECH shall proceed with the geotechnical investigations utilizing Ardaman & Associates, Inc. which shall include: a. Perform four (4) standard penetration tests (SPTs) to a depth of up to 50 -ft to determine the soil conditions at the proposed treatment unit expansion area. The SPTs will be used to assist in designing of the chlorine contact basin and will include foundation recommendations for the proposed structure. Field Investigation Deliverables • Survey Data • Geotechnical Report Final Design & Permitting A. Bridge the Gap Expansion Treatment System Design Upon completion of the Field Investigations, TETRA TECH will initiate design services for the following: • Design for the proposed bridge the gap treatment system to include: A-60 o The addition of MBR units — either in -vessel within existing tankage or stand-alone skid cassettes o Modifications to the biological treatment process upstream of the MBR process o Installation of fine bar screens in advance of the MBR units o Yard piping modifications o Modifications (as necessary) to the return and waste activated sludge systems o An upgraded/enlarged emergency power generator o Electrical and instrumentation improvements to accommodate the new technology. Design will result in preparation of engineering drawings and technical specifications, which will be submitted to the COUNTY for review at 60-, 90-, and 100 -percent completion levels. The 60 -percent submittal will generally include: drawings with survey and topographic information, all existing utility locations, all engineering drawings of the proposed improvements, all applicable details, draft of technical specifications and an opinion of probable construction costs. The 90 -percent submittal will generally include: updated engineering drawings in plan view with updated section views and cross sections (90% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 60 -percent submittal, and an updated opinion of costs. The 100 -percent submittal will generally include: updated engineering drawings (100% complete all disciplines), technical specifications incorporating the comments received for the COUNTY on the 90 -percent submittal, and an updated opinion of costs. Review meetings shall be held with the COUNTY following submittal at each completion stage. A PDF set shall be provided to the COUNTY for each review. A review meeting shall be held with the COUNTY following each submission. Tasks anticipated to be completed during this phase are summarized below: a, Utilizing electronic AutoCAD Civil 3D and MS WORD files, the drawings and project manual (including supplemental technical specifications) shall be incorporated into the TETRATECH's electronic data base and modified to include new borders, legends, etc. Drawings shall be prepared using 2204 -inch paper (1"=40' scale) for the purpose of being able to produce %2 scale drawings at 11x17 -inch. b. The Contract final drawings shall generally include, but not be limited to the following for all improvements: General — 6 sheets Cover Sheet (1 sheet) Index of Drawings (1 sheet) Location and General Notes (1 sheet) Legend and Abbreviations (1 sheet) Existing Process Flow Diagram (1 sheet) Hydraulic Profile (1 sheet) 2. Civil — 9 sheets Existing Conditions, Clearing & Erosion Control (1 sheet) Site Plan, Geometry & Project Data Table (1 sheet) Site Improvement Plan (3 sheets) Enlarged Site Plan (1 sheet) Civil Sections and Details (3 sheets) 3. Mechanical — 26 sheets Demolition Plan (2 sheets) Yard Piping Plan (4 sheets) Bar Screen Improvements Plan & Section View (2 sheets) MBR Plan & Section Views (6 sheets) Existing Process Modification Drawings (3 sheets) A-61 Chemical System Improvements (2 sheets) RAS/WAS Control Station Plan & Section Views (3 sheets) Mechanical Detail Sheets (4 sheets) 4. Structural —14 sheets Structural Legend (1 sheet) Structure Foundation (1 sheet) Bar Screen Plan & Section (2 sheets) MBR Structural Drawings (3 sheets) RAS/WAS Control Station (1 sheet) Generator Slab (1 sheet) Fuel Storage Foundation (1 sheet) Structural Section/Details (4 sheets) 5. Electrical/Instrumentation — 22 sheets Electrical Notes and Symbols (2 sheet) Instrumentation Legend & Abbreviations (1 sheets) Electrical Demolition Plan (1 sheet) Electrical Site Plan (1 sheet) Power Feed Plan (1 sheet) MBR System Power Plan (1 sheet) Electrical Riser Diagram (1 sheet) Electrical Single Line Wiring Diagrams (2 sheet) MCC Plans (2 sheets) Telemetry System 6 sheets) Electrical Details (4 sheets) c. Prepare a comprehensive project manual that shall generally consist of technical specifications for competitive bidding. The project manual and its contents shall be prepared using Microsoft WORD and formatted in accordance with CSI standards. d. Prepare a bid schedule for unit cost bidding of the items proposed for installation. The bid schedule shall be accompanied with a Measurement and Payment section to describe the bid items. D. Quality Control/Quality Assurance During design phase services, TETRA TECH will perform the following Quality Control/Quality Assurance tasks: a. Prior to submission of each design submittal (60-, 90- and 100 -percent); perform review of design documents (drawings and specifications) technical calculations, constructability; conformance with engineering standards; conflicts with existing and/or proposed facilities and related factors. b. Perform review in accordance with TETRA TECH's Quality Assurance Program and related policies for Quality Control/Quality Assurance reviews. c. Provide comments to design team in both written and redlined format. E. Permitting Upon authorization, TETRA TECH will perform the following permitting services: a. Schedule and attend the following pre -application meetings 1) Collier County 2) Florida Department of Environmental Protection (FDEP) 3) South Florida Water Management District (SFWMD) A-62.> b. Prepare and submit to the FDEP Wastewater Facility Permit Applications (Forms 1 and 2A) along with backup documentation. c. Prepare and submit Notice of Intent (NOI) and Stormwater Pollution Prevention Plan (SWP3) applications to the FDEP for stormwater control during construction for each project location (3 total) d. Prepare and submit a Site Development Plan Amendment (SDP -A) application to the COUNTY for the proposed improvements. The Application will include the following supplemental attachments: 1) Property information (Legal Description, Folio, Address, Zoning) 2) Location Map 3) Survey 4) Cover letter (explaining project) 5) Pre -Application meeting notes 6) Affidavit of Authorization 7) Property opinion of title 8) Site Development Plans e. Prepare and submit an Environmental Resource Permit (ERP) for submittal to the SFWMD to address the additional impervious area and associated stormwater runoff that may be generated, f. TETRA TECH shall include a request for a check from the COUNTY for each application in the amount required by each regulatory agency. Backup documentation to support the application fee will also be included. All permit application fees shall be paid by the COUNTY, g. Respond to all requests for additional information (RAIs) from the permitting agencies to clarify the original application(s). Final Design & Permitting Deliverables • Design submittals to include drawings and project manual at the 60 -percent, 90 -percent and 100 - percent completion stages, as defined above. This will include 1 set of full sized (2436 -inch drawing sheets) along with technical specifications and an electronic copy in PDF format of each. • Engineer's opinion of probable costs at the 60-, 90 -percent and 100 -percent completion stages • Draft and final permit applications and supporting documentation • Request for permit application fees along with backup documentation, as required • Copies of responses to RAIs • Original permits, once received Notes: 1. It is understood that the COUNTY shall prepare the project for bidding, inclusive of preparation of the front- end (Division 0 -Bidding ad Contract Requirements and Division 01 — General Requirements). TETRA TECH shall provide the drawings and technical documents along with a bid schedule for the COUNTY's incorporation into the bid documents. 2. No improvements are anticipated under the "Bridge the Gap" expansion for the headworks (other than bar screen improvements); for the flow equalization basin; to the operations building; to the deep injection well; to the reject storage system; or to the effluent storage system. 3. No improvements are anticipated for the emergency power generator as part of the "Bridge the Gap" improvements. If during the preliminary evaluation it is determined that increased emergency power is required, then additional services would need to be authorized. 4. It is anticipated that the High Level Disinfection Improvements (Task 1) will result in sizing the disinfection system as well as for the filtration improvements to account for the "Bridge the Gap" capacity needs. Bidding Assistance Upon authorization, TETRA TECH shall perform the following Bidding related services: Provide the COUNTY an electronic copy of the bid documents to include a bid form, drawings, and technical specifications in PDF format for incorporation with the COUNTY's bidding and contract A-63 documents for bidding purposes for each project. The COUNTY shall be responsible for printing, distribution and logging of the bid sets to potential bidders. b. Attend a Pre -Bid Meeting. c. Respond to questions and prepare addenda as required to interpret, clarify or expand the bidding documents. The COUNTY shall be responsible for distribution of addenda to all registered plan holders. d. Consult with and advise the COUNTY as to the acceptability of subcontractors and other persons and organizations proposed by the prime contractor (hereinafter called "Contractor"). e, Consult with and advise the COUNTY as to the acceptability of substitute materials and equipment proposed by the Contractor when substitution prior to the award of contracts is allowed by the bidding documents. f. Evaluate bids and make recommendation of the award. g. Coordinate process of obtaining the insurance, performance bond and payment bond certificates and other such submittal items required from the Contractor by the contract documents so that construction of the project can commence. h. Following award of the contract, prepare a set of conformed documents incorporating changes made during bidding through addenda and contract documents executed by the COUNTY and Contractor, Two (2) hard copies and one (1) electronic copy in PDF format on CD of a conformed set of Contract Documents shall be provided to the COUNTY and one (1) reproducible set to each recommended Contractor. Bidding Assistance Deliverables • Electronic AutoCAD, MS WORD and PDF copies of the bid set to include bid form, substitute materials form, drawings and technical specifications. • Responses to questions in addenda format. • Bid evaluation and recommendation of award letter. • Copies of the Conformed Documents as defined. Construction Management Upon award of the project, TETRA TECH shall assist the COUNTY with Construction Management and shall complete the following tasks defined below. Construction phase is based on an estimated construction period of 360 days (300 days to substantial completion and 60 additional days to final completion). a. Prepare for and administer one (1) Pre -Construction meeting and prepare written summary of the meeting for distribution to attendees, b. Attend progress meetings throughout progress of the project. Progress meetings will be held monthly as needed to coordinate work in progress. It is anticipated that 12 progress meetings will be needed at an average duration of 2 hours each, followed by a site visit at an average duration of 2 hours each, and meeting minute/site inspection summary report preparation time of 2 hours, each. TETRA TECH shall be responsible for preparing and distributing written summary of each meeting. c. Make site visits to the construction site at intervals appropriate to the various stages of construction in order to observe the progress and quality of the Work. These will be scheduled during critical points during the construction of the project and will be determined based upon the Contractor's schedule. It is anticipated that 20 site visits (2 per month) with an average duration of approximately 2 hours plus 2 hours for office time and report preparation will be required. These site visits will be to observe the progress and quality of the construction and its general conformance to the Contract Documents. In addition, TETRA TECH shall notify the COUNTY of observed work which does not conform to the Contract Documents, make recommendations for its correction, and as authorized by the COUNTY, issue instruction to the Contractor, to carry out the corrective measures. d. Review shop drawings and other required Contractor submittals to determine conformance with the design concepts of the project and compliance with the requirements provided in the Contract Documents. Shop drawings will be reviewed up to two (2) times per submittal with additional review A-64 fees to be paid to the TETRA TECH by the Contractor through the COUNTY. It is anticipated that up to 40 shop drawings will be submitted for review. e. Review requests for information (RFIs), provide interpretation of construction documents, and issue written clarifications or interpretations. Up to 10 RFIs are anticipated. f. Develop and process Change Orders with COUNTY's input and approval as required due to unforeseen conditions. Up to 4 change orders are anticipated. g. Review the Contractor's applications for payment and the accompanying data and schedules, determine the amounts owed to the Contractor, and advise the COUNTY of the recommended payments to the Contractor. Up to 12 pay applications are anticipated. h. Attend 1 day of start-up testing and training. I. Upon written request by Contractor, conduct a substantial completion inspection of the Project to determine if Work is substantially complete or compile and distribute a punch list of items to be addressed. Upon written request by Contractor, conduct a re -inspection to confirm that final completion punch list items have been addressed and subsequently provide a final completion certification to the COUNTY and recommend that the COUNTY make final payment to the Contractor. J. Review Contractor closeout documentation (to be submitted with Final Pay Request), to include but not be limited to warranties, release of liens and related documentation as required by the COUNTY and/or funding agencies. k. Review the Contractor's as -built submittals monthly for adequacy and review listing of deviations from the construction permit and approved construction documents. Prepare record drawings for COUNTY's use from information provided by the Contractor delineating the location, and elevation of all facilities constructed. Provide the COUNTY with one (1) CD-ROM electronic file of record drawings in PDF format and three (3) sets of prints of the record drawings (22" x 34") for each construction contract. Record drawings to be based on electronic survey as -built data to be provided by the Contractor. I. Prepare and submit certifications and required supporting documentation to regulatory agencies having issued permits for construction. m. Modify the existing Operating Protocol to reflect the changes to high level disinfection. Construction Management Deliverables • Meeting minutes for each meeting • Site visit summary reports • Correspondence related to residential -contractor liaison services • Copies of Shop Drawing Reviews • Copies of RFIs & Change Proposals • Approved Pay Requests with supporting documentation • Updated logs for Shop Drawings, RFIs, Pay Requests, Residential Comments, etc. • Substantial and Final Completion Punch Lists • Record Documents (3 printed sets on 22" x 34" and 1 electronic copy) • Copies of certifications of completion END OF TASK 9 — BRIDGE THE GAP TREATMENT EXPANSION A-65 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. Tasks/Item Description Lump Sum Time and Materials Not -To - Exceed 1 High Level Disinfection Improvements $ $420,000 2 Comprehensive Golden Gate Wastewater Master Plan $ $ 473,000 3 New Master Pump Station $ $ 486,000 4 WWTP Expansion to 3.0 MGD $ $ 2,143,000 5 Pump Station Improvements $ $ 5A Community Pump Station Improvements ($175,000 per station) - 1 $ $ 175,000 56 Duplex Pump Station Improvements ($129,000 per station) - 5 $ $ 645,000 6 Force Main Improvements $ $ 6A 1 -Mile Segments ($232,000 per segment) - 5 $ $ 1,160,000 68 1.5 -Mile City Gate Segment $ $ 270,000 7 Gravity Collection Improvements ($181,000 per segment) - 5 $ $ 905,000 8 General Professional Engineering Services $ $ 300,000 9 Bridge the Gap Treatment Expansion $ $ 645,000 $ $ $ $ $ $ $ $ $ $ Total Lump Sum Fee $ $ Total Time and Materials Fee $ $7,622,000 GRAND TOTAL FEE $ $7,622,000 Page 19 of 32 PSA Single Project Agreement 2017.010 Ver.l B.2.2. ❑i * 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. ❑* 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 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 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 SCHEDULE B - ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Project Manager 1 $185.00 Project Manager 2 $200.00 Sr Project Manager $240.00 Program Manager $260.00 Engineer 1 $95.00 Engineer 2 $110.00 Engineer 3 $125.00 Project Engineer 1 $140.00 Project Engineer 2 $170.00 Sr. Engineer 1 $220.00 Sr. Engineer 2 $225.00 Sr. Engineer 3 $250.00 Architectural Technician $55.00 Architectural Designer 1 $75.00 Architectural Designer 2 $85.00 Architectural Designer 3 $130.00 Architect 1 $135.00 Architect 2 $145.00 Sr. Architect 1 $180.00 Sr. Architect 2 $200.00 Scientist 1 $75.00 Scientist 2 $95.00 Sr. Scientist 1 $135.00 Sr. Scientist 2 $165.00 Sr. Scientist 3 $210.00 Principal Scientist $260.00 Construction Project Rep 1 $80.00 Construction Project Rep 2 $100.00 Construction Administrator $90.00 Construction Manager 1 $170.00 Construction Manager 2 $200.00 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. ❑ eve hourly rates are for purposes of providing estimate(s), as required by the grantor agency. Page 23-A of 32 PSA Single Project Agreement 2017.010 Ver.1 SCHEDULE B - ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Survey Tech 1 $60.00 Survey Tech 2 $90.00 Survey Crew Chief $100.00 Program Manager $155.00 CAD Technician 1 $65.00 CAD Technician 2 $75.00 CAD Technician 3 $95.00 CAD Designer $110.00 Sr. CAD Designer 1 $130.00 Sr. CAD Designer 2 $145.00 CAD Director $160.00 GIS Analyst 1 $70.00 GIS Analyst 2 $100.00 Sr. GIS Analyst $110.00 GIS Manager $135.00 Project Assistant 1 $65.00 Project Assistant 2 $75.00 Project Administrator $95.00 Sr. Project Administrator $115.00 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. ❑ Page 23-A of 32 PSA Single Project Agreement 2017.010 Ver.l SCHEDULE C PROJECT MILESTONE SCHEDULE Task/Item Description Cumulative Number of Calendar Days For Completion from Date of Notice to Proceed for Services under this Agreement 1 High Level Disinfection Improvements 730 2 Comprehensive Wastewater Master Plan 365 3 New Master Pump Station 1,825 4 WWTP Expansion to 3.0 MGD 1,825 5 Pump Station Improvements 1,825 6 Force Main Improvements 1,825 7 Gravity Collection System Improvements 1,825 8 General Professional Engineering Services 1,825 9 Bridge the Gap Treatment Expansion 1,095 Page 24 of 32 PSA Single Project Agreement 2017.010 Ver.2 ■ 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 25 of 32 PSA Single Project Agreement 2017.010 Ver.2 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? rN-1 Yes ❑ 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 ❑N No 12. Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Required by this Agreement? ❑ Yes 0 No 13. COMMERCIAL GENERAL LIABILITY. Required by this Agreement? X 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 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 $ 2,000,000 shall have minimum limits of $ 1,000,000 aggregate. Per Occurrence, 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 N No 17, AUTOMOBILE LIABILITY INSURANCE. Required by this Agreement? F011 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 18. TECHNOLOGY ERRORS AND OMISSIONS INSURANCE. Required by this Agreement? ❑ Yes R No Technology Errors and Omissions Insurance: Coverage shall have minimum limits of $ Per Occurrence. 19. CYBER INSURANCE. Required by this Agreement? ❑ Yes ❑■ No Cyber Insurance: Coverage shall have minimum limits of $ 20. UMBRELLA LIABILITY. Per Occurrence. 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? ❑E 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 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 ❑ This schedule is not applicable. SCHEDULE TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, Tetra Tech, 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 " Golden Gate Wastewater EOR and Infrastructure Improvements "project is accurate, complete and current as of the time of contracting. -1' TITLE: rence E. Jenkins - Vice President DATE: April 10, 2020 Page 34 of 32 PSA Single Project Agreeinent 2017,010 Ver.2 SCHEDULEF KEYPERSONNEL Name Personnel Cateaory Percentage of Time Danny Nelson, PE Program Manager 25 Anke Backer Project Administrator 15 Tyler Wainright, PE Project Engineer 1 25 Steven Agapi, PE Project Engineer 1 35 Fred Mittl, PE Sr. Engineer 3 10 Christian Colarusso, PE Project Engineer 1 20 Jordan Moulton, EI Engineer 2 20 Sicheng Zhu, EI Engineer 2 40 Brenda Keenan, PE Project Engineer 2 20 Kevin Friedman, PE Sr. Engineer 1 10 John Toomey, PE Program Manager 5 Scott Smith, PE Project Engineer 2 10 Tim Vanderwalker, PE Project Engineer 2 5 James Warner, PE Sr. Engineer 1 5 Matt Azarian, EI Engineer 2 10 Justin Voss, PE Project Engineer 2 5 James Christopher, PE Program Manager 5 Steven Cyr Sr. CAD Designer 1 50 Germain Marquez CAD Designer 40 Jon Evans, PE CAD Director 5 Dean Vittitoe Sr. CAD Designer 2 10 Andrew Woodcock, PE Sr. Engineer 3 5 Tiffany Miller, PE Project Engineer 1 15 Tricia Hourigan Sr. CAD Designer 1 5 Jason Burkett, PE Sr. Engineer 1 5 Nishan Joshi Engineer 2 5 Quintin Biagi Sr. Architect 2 5 Tidus Maddela, PE Project Engineer 1 10 Brent Fox Sr. CAD Designer 1 15 Chris Coleman, PE Sr. Engineer 3 5 Mike Sutherland, PE Sr. Engineer 1 5 Vickash Dial, EI Engineer 3 5 Banks Wason, PE Sr. Engineer 1 15 Aurora Reinefeld, EI Project Engineer 1 25 David Burger, PE Program Manager 5 Page 31-A of 32 PSA Single Project Agreement 2017.010 Ver.l SCHEDULEF KEY PERSONNEL Name Personnel Category Percentage of Time Tim Calzaretta Sr. CAD Designer 2 35 Alex Montalvo GIS Manager 5 Betty Morris Sr. GIS Analyst 5 Travis Liszack Construction Project Rep 2 100 Page 31-A of 32 PSA Single Project Agreement 2017.010 Ver.l Other: SCHEDULE G (Description) ❑ following this page (pages through ) FE] this schedule is not applicable Page 32 of 32 PSA Single Project Agreement 2017.010 Ver.2