Loading...
Agenda 02/09/2021 Item #11A (Agreement #20-7722 w/Haskell Company)02/09/2021 EXECUTIVE SUMMARY Recommendation to award Agreement No. 20-7722 in the total amount of $28,738,890 to The Haskell Company for "Design Build Services for NCWRF Headworks," with authorization to issue an initial purchase order for FY 2021 in the amount of $20,000,000, followed by a future purchase order modification for FY 2022 in the amount of $8,738,890 subject to Board approval and as dictated by Board-approved funding, in support of the NCWRF New Headworks Project No. 70149, and to authorize the necessary budget amendments. OBJECTIVE: To remain in compliance and meet demand throughout the North County Water Reclamation Facility (“NCWRF”) service area. CONSIDERATIONS: The County initially constructed its NCWRF in the late 1970s and it has had multiple expansion and upgrades since that time. The NCWRF’s current capacity is approximately 24 million gallons per day (“MGD”) and is planned to ultimately expand to 30.6 MGD. The headworks is a structure that receives all incoming wastewater flow from the entire north service area. Its multiple functions are to: screen-out debris, remove grit and split flow to various treatment areas in the plant. There is only one headworks, and if it were to fail, the results could be catastrophic. The headworks cannot be taken off-line for inspection and repair, but what can be seen indicates signs of structural aging. Further, the grit removal system is non-functional despite multiple repair and rehabilitation attempts. Without this critical operation, grit gets dispersed throughout the plant and needs to be removed. After hurricane Irma, the County removed approximately 485 tons of grit at a cost of $766,609 (See Attachment 1, Executive Summary, January 9, 2018, Agenda Item 11.A). For the above-mentioned reasons, the headworks needs to be replaced as soon as possible. On March 30, 2020, the County received design/build proposals for a new headworks structure and associated process equipment having a capacity of 30.6 MGD. Once the new headworks is complete, the existing headworks will be evaluated to determine if it can be cost-effectively rehabilitated to serve as a back-up. On August 25, 2020 (Absentia Agenda Item 16.C.3), the Board accepted the selection committee’s ranking for Request for Proposal No. 20-7722 and authorized staff to negotiate a contract with the top - ranked design-build firm, The Haskell Company (“Haskell”). The Board later ratified the item at its September 8, 2020 regular meeting (Agenda Item 16.F.1). The Guaranteed Maximum Price (“GMP”) included in Haskell’s proposal is $28,738,890. On September 2, 2020, staff began contract negotiations with Haskell. When negotiations concluded, the GMP remained unchanged; however, Haskell agreed to the scope changes and additional items listed on the last six pages of Exhibit A-2 (pages 99-104), which were incorporated into the attached proposed Agreement. The resulting agreement, insurance information and project presentation are included as Attachments 2, 3 and 4, respectively. Staff recommends that the Board approve attached Agreement No. 20-7722 in the total contract award amount of $28,738,890. The proposed scope of work is consistent with the FY2020 Capital Budget approved by the Board on September 17, 2020. The project will be funded in FY 2021 by this executive summary and in FY 2022 pursuant to a purchase order modification subject to Board approval and dictated by Board -approved funding, as shown below: Fiscal Year Amount 2021 $20,000,000 2022 $8,738,890 Total $28,738,890 11.A Packet Pg. 186 02/09/2021 FISCAL IMPACT: A budget amendment is necessary to reallocate funding within the CO Sewer Capital Project Fund (414) in the amount of $12,001,165.55. The source of funding for the remainder of the project is Wastewater User Fees Fund (414). The estimated useful life of the new NCWRF Headworks structure is 30 years while the electrical/controls/mechanical components have a useful life of approximately 12 years. The completed project can be expected to have minimal significant maintenance costs within the first five years of service and will be incorporated into the regular maintenance schedule thereafter resulting in minimal cost impact. 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. 20-7722 in the total amount of $28,738,890 to The Haskell Company for the "Design Build Services for NCWRF Headworks,” with authorization to issue an initial purchase order for FY 2021 in the amount of $20,000,000, followed by a future purchase order modification for FY 2022 in the amount of $8,738,890 subject to Board approval and as dictated by Board-approved funding, in support of the NCWRF New Headworks Project No. 70149, authorize the Chair to sign the attached Agreement, and approve the necessary budget amendments. Prepared By: Tom Chmelik, P. E., Public Utilities Engineering and Project Management Director ATTACHMENT(S) 1. Attachment 1 - Agenda 01092018 Item 11A (PDF) 2. [Linked] Attachment 2 - 20-7722 Design-Build Agreement (PDF) 3. Attachment 3 - 20-7722 Design-Build-Insurance Certificate (PDF) 4. Attachment 4 - Presentation (PDF) 11.A Packet Pg. 187 02/09/2021 COLLIER COUNTY Board of County Commissioners Item Number: 11.A Doc ID: 14766 Item Summary: Recommendation to award Agreement No. 20-7722 in the total amount of $28,738,890 to The Haskell Company for "Design Build Services for NCWRF Headworks," with authorization to issue an initial purchase order for FY 2021 in the amount of $20,000,000, followed by a future purchase order modification for FY 2022 in the amount of $8,738,890 subject to Board approval and as dictated by Board-approved funding, in support of the NCWRF New Headworks Project No. 70149, and to authorize the necessary budget amendments. (Tom Chmelik, Engineering and Project Management Division Director) Meeting Date: 02/09/2021 Prepared by: Title: Project Manager, Principal – Public Utilities Planning and Project Management Name: Craig Pajer 01/22/2021 11:09 AM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 01/22/2021 11:09 AM Approved By: Review: Water Steve Messner Additional Reviewer Completed 01/22/2021 11:21 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/22/2021 11:28 AM Public Utilities Operations Support Tara Castillo Additional Reviewer Completed 01/22/2021 12:40 PM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 01/22/2021 2:45 PM Public Utilities Planning and Project Management Drew Cody Additional Reviewer Skipped 01/22/2021 3:36 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 01/22/2021 3:43 PM Wastewater Robert VonHolle Additional Reviewer Completed 01/25/2021 9:13 AM Procurement Services Sarah Hamilton Additional Reviewer Completed 01/25/2021 12:09 PM Procurement Services Sue Zimmerman Additional Reviewer Completed 01/25/2021 12:19 PM Procurement Services Sandra Herrera Additional Reviewer Completed 01/25/2021 1:22 PM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 01/25/2021 5:01 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 01/29/2021 11:40 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 02/02/2021 9:18 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 02/02/2021 9:32 AM 11.A Packet Pg. 188 02/09/2021 Budget and Management Office Ed Finn Additional Reviewer Completed 02/02/2021 9:48 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 02/02/2021 10:19 AM Office of Management and Budget MaryJo Brock Additional Reviewer Skipped 02/03/2021 9:26 AM County Manager's Office Dan Rodriguez Level 4 County Manager Review Completed 02/03/2021 9:27 AM Board of County Commissioners MaryJo Brock Meeting Pending 02/09/2021 9:00 AM 11.A Packet Pg. 189 11.A.1 Packet Pg. 190 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 191 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 192 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 193 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 194 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 195 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 196 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 197 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 198 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 199 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 200 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 201 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 202 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 203 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 204 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 205 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 206 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 207 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 208 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 209 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 210 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 211 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 212 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 213 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 214 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 215 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 216 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 217 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 218 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 219 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 220 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 221 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 222 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 223 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 224 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 225 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 226 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 227 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 228 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 229 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 230 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 231 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 232 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 233 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 234 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) 11.A.1 Packet Pg. 235 Attachment: Attachment 1 - Agenda 01092018 Item 11A (14766 : Design Build Services for NCWRF Headworks) DESIGN -BUILD AGREEMENT between Board of County Commissioners for Collier County Florida and The Haskell Company dated 2U "DESIGN -BUILD OF NCWRF Headworks" 92d-7722 RPS # 20-7722 "DESI it .BUILD OF NCWRF Flcadworks" f3{} TABLE OF CONTENTS Article Name Page ARTICLE 1 CONTRACT DOCUMENTS...... ... ....... ...................................... ....... 1 ARTICLE 2 CONTRACTOR'S SERVICES AND RESPONSIBILITIES........................................................ 2 ARTICLE 3 OWNER'S RESPONSIBILITIES............................................................................................... 4 ARTICLE 4 CONTRACT AMOUNT.............................................................................................................. 5 ARTICLE 5 PERFORMANCE AND PAYMENT BOND. ....................... ....................................................... 5 ARTICLE 6 INSURANCE REQUIREMENTS............................................................................................... 6 ARTICLE 7 CONTRACT TIME AND LIQUIDATED DAMAGES.................................................................. 8 ARTICLE 8 INDEMNIFICATION............................................................................................................... 10 ARTICLE 9 CONSEQUENTIAL DAMAGES.............................................................................................. 10 ARTICLE 10 LAWS AND REGULATIONS. .................................................... ................ ................... --. 10 ARTICLE 11 INDEPENDENT CONTRACTOR.......................................................................................... 12 ARTICLE 12 DISPUTE RESOLUTION...................................................................................................... 12 ARTICLE13 ASSIGNMENT....................................................................................................................... 12 ARTICLE 14 PERFORMANCE OF WORK AND REMEDY.. ..................................................................... 13 ARTICLE15 FORCE MAJEURE................................................................................................................ 13 ARTICLE16 CHANGE IN LAW.................................................................................................................. 14 ARTICLE 17 TERMINATION FOR DEFAULT........................................................................................... 14 ARTICLE 18 TERMINATION FOR CONVENIENCE................................................................................. 16 ARTICLE19 DOCUMENTS....................................................................................................................... 16 ARTICLE20 CONFIDENTIALITY... ................................................................... ... -- ............................. 11. 17 ARTICLE21 SEVERABILITY..................................................................................................................... 18 ARTICLE 22 PUBLIC ENTITY CRIMES....................................................... .-...................................... 18 ARTICLE 23 EXHIBITS INCORPORATED. ............... ........................... -- ................ ......................... 18 ARTICLE24 NOTICES ........ ....................................................... ............................................... I................ 19 ARTICLE 25 CAPTIONS AND HEADINGS............................................................................................... 19 ARTICLE 26 TRUTH IN NEGOTIATION CERTIFICATE........................................................................... 19 ARTICLE 27 ENTIRE AGREEMENT ...................................................................................................... 20 ARTICLE 28 SUBJECT TO APPROPRIATION......................................................................................... 20 ARTICLE 29 ORDER OF PRECEDENCE................................................................................................. 20 RPS 4 20-7722 "D[:SIGN-f3l.IILD DT' NCWRF Hcadworks" DESIGN -BUILD AGREEMENT This Agreement is made this _ day of , 2021 between THE 14ASKELL COMPANY, authorized to do business in the State of Florida (hereinafter called "Contractor") whose business address I I I Riverside Avenue, Jacksonville, Florida 32202 and the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida, (hereinafter called the "OWNER"), (collectively referred to as the "Parties"), WITNESSETH: WHEREAS, the Owner solicited for the provision of design and construction services related to the project as described in Request for Professional Services (RPS) 420-7722, "DESIGN-BUIL❑ OF NCWRF Headworks," on that property located on 10500 Goodlette Frank Road, Naples, Florida 34109, hereinafter referred to as the "Project;" and WHEREAS, the Owner desires to contract with a single party to develop, design, and construct the Project; and WHEREAS, the Owner desires to engage the Contractor to perform services related to such work as described in Solicitation #20-7722, "DESIGN -BUILD OF NCWRF Headworks" in accordance with this Agreement; and WHEREAS, the Contractor and its sub -consultants and subcontractors are licensed in the State of Florida to provide all surveying, engineering and general contracting services required to develop, design and construct the Project; and WHEREAS, Contractor is willing and able to provide any and all services, labor, materials, and equipment necessary to construct the Project, to perform the Work and to bring the Project into full and complete operational status. NOW, THEREFORE, for and in consideration of the terms and conditions contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the Parties agree as follows: ARTICLE 1 CONTRACT DOCUMENTS 1.1 The Contract Documents are comprised of the following and are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"): 1.1.1 This Agreement, the Exhibits described in Article 23 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders, and amendments relating thereto. 1.1.2 The Basis of Design Documents, including the Owner's Design Criteria Package, and Contractor's Proposal. Page i ❑r63 RPS H2O-7722 9 1.1.3 Construction Documents prepared by the CONTRACTOR and approved by the OWNER in accordance with Article 2 of this Agreement. ARTICLE 2 CONTRACTOR'S SERVICES AND RESPONSIBILITIES 2.1 CONTRACTOR shall perform, or arrange for the performance of all design and construction services, and provide all material equipment, tools and labor necessary to complete the Work described in and reasonably inferable from the Contract Documents, including but not limited to, engineering, surveying, hydro -geological, soils testing, procurement and construction, start-up, testing, training and warranty services ("the Work") for the OWNER's Project. 2.2 Design Professional Services 2.2.1 CONTRACTOR shall, consistent with applicable state licensing requirements, provide through qualified, licensed design professionals employed by CONTRACTOR, or procured from qualified, independent licensed design consultants, the necessary design services, including engineering surveying, hydro -geological and other design professional services, for the preparation of the required drawings, specifications and other design submittals to permit CONTRACTOR to complete the Work as described in Exhibit A-2, and Article 1. The design for the Project shall be set forth in the Construction Documents. All changes, supplements and additions to the Construction Documents shall be subject to OWNER's review and written approval, such approval to be obtained prior to the commencement of any portion of the Work relating thereto. 2.2.2 The standard of care for all design professional services performed by or arranged by CONTRACTOR shall be consistent with that degree of skill and care ordinarily exercised by members of the design profession practicing under similar circumstances and in the same or similar locality. CONTRACTOR shall use the services of those persons identified in the attached Exhibit K to provide all required professional design services for the Project ("List of Design Professionals"). All changes to the list of Design Professionals set forth in attached Exhibit K must be approved in advance and in writing by OWNER. 2.2.3 CONTRACTOR and OWNER shall agree upon any interim design submissions that OWNER may wish to review, including design criteria, preliminary design reports, drawings, diagrams and specifications as set forth in the Project requirements. CONTRACTOR and OWNER shall meet and confer about the submissions and following the meeting OWNER shall review and approve the interim design submissions. 2.2.4 On the basis of the approved interim design submissions, CONTRACTOR shall prepare Contract Documents showing the scope, extent and character of the construction to be performed by CONTRACTOR. 2.2.5 CONTRACTOR shall provide such descriptions and data as are required for obtaining approvals, permits, licenses, etc., of such governmental authorities having jurisdiction to review or approve the final design of the Project. Page 2 of 63 RPs 420-7722 9 2.3 Construction Services 2.3.1 After the Construction Documents have been sufficiently completed by the CONTRACTOR and approved by OWNER in writing for the Project (or such portions thereof as may be designated by OWNER in writing), OWNER shall authorize CONTRACTOR in writing to proceed with the Construction Phase Services. CONTRACTOR shall provide by itself or through duly licensed and qualified subcontractors the necessary management, supervision, financing, labor, inspection, testing, start-up, materials, equipment, machinery, tools, fuel, temporary utilities, construction offices and/or other temporary facilities of every kind and type necessary to diligently, timely and fully perform and complete in a good and workmanlike manner the construction of the Project (or designated portions thereof) to permit CONTRACTOR to complete construction of the Project in accordance with all of the terms and conditions of the Contract Documents and as described herein. 2.3.2 CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures employed for the provision of the Work. CONTRACTOR shall be responsible for the completion of the Work in compliance with the Contract Documents and shall keep OWNER advised as to the progress of the Work by regular weekly written reports. 2.3.3 CONTRACTOR shall coordinate the activities of all Subcontractors. if OWNER performs other work on the Project or at the site with separate CONTRACTOR's under OWNER's control, CONTRACTOR agrees to reasonably cooperate and coordinate its activities with those of such separate CONTRACTOR's so that the Project can be completed in an orderly and coordinated manner without unreasonable disruption. 2.3.4 CONTRACTOR shall keep the site reasonably free from debris, trash and construction waste to permit CONTRACTOR to perform its construction services efficiently, safely and without interfering with the use of adjacent land areas, including compliance with the Land Development Code, Article VI, Fitter, Weed and Exotics Control. Upon Substantial Completion of the Work, or a portion of the Work, CONTRACTOR shall remove all debris, trash, construction waste, materials, equipment, machinery and tools arising from the Work or applicable portions thereof to permit OWNER to occupy the Project or a portion of the Project for its intended use. 2.3.5 CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall be fully and solely responsible for safety and take all reasonable precautions for the safety of and shall provide the reasonable protection to prevent damage, injury or loss to: a, All persons on the site or who may be affected by the Work; b. All Work and materials and equipment to be incorporated therein, whether in storage on or off the site and regardless whether purchasers directly by the CONTRACTOR or OWNER; and C. Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and underground facilities not designated for removal, relocation or replacement in the course of construction. Page 3 of 63 RP5 it20.7722 0 2.3.6 CONTRACTOR shall comply with applicable laws and regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall hold regular weekly safety meetings with their staff and shall issue meeting minutes of same. CONTRACTOR's duties and responsibilities for safety and for protection of the construction shall continue until such time as all the Work is completed. ARTICLE 3 OWNER'S RESPONSIBILITIES 3.1 OWNER shall provide CONTRACTOR with an accurate description of the site where the Work is to be performed and will furnish CONTRACTOR with all available information i.e., record as -built drawings and legal site descriptions if they are available the physical characteristics, legal limitations and utility limitations at the site. OWNER will assist in establishing test or boring locations in cooperation with the design professional. Contractor shall be generally entitled to reasonably rely on all such information provided by Owner, subject to Contractor's duty to investigate specifically set forth in Section 2 of Exhibit H, General Terms and conditions, and as may be provided elsewhere in this Agreement and the Contract Documents. 3.2 OWNER will provide for or arrange for a right of entry to CONTRACTOR, its agents, staff, or subcontractors, for the purpose of perfonning and with the right to perform all acts, studies, and research including, without limitation, the making of tests and evaluations, pursuant to the agreed Work. Subject to applicable law, OWNER will provide CONTRACTOR, its employees and subcontractors, reasonable access to the site. 3.3 OWNER shall designate in writing to CONTRACTOR, prior to the commencement of the Work, a representative who shall be fully acquainted with the Work and who has authority on behalf of OWNER to approve changes in the scope of the Work, approve any daily reports submitted by CONTRACTOR, render decisions promptly, and furnish information expeditiously and in time to meet the time schedule for completion of the Work. 3.4 OWNER recognizes that CONTRACTOR's Services may unavoidably alter the existing site conditions and affect the environment in the work area. 3.5 OWNER shall notify CONTRACTOR of any known health or safety hazard existing on or near the site where Work is to be or is being performed by CONTRACTOR or its subcontractors, with particular reference to utilities and hazardous substances or conditions. 3.6 OWNER shall provide CONTRACTOR with all relevant data and information in its possession relating to the site, the Work and the environmental, geologic and geotechnical conditions of the site and surrounding area and the location of subsurface structures, such as pipes, tanks, cables and utilities as known to OWNER. 3.7 OWNER shall, within seven (7) days of becoming aware of the occurrence of any event hereinafter described, give CONTRACTOR written notice of any suspected failure of CONTRACTOR to adhere to either the contract terms or the standard of care described herein. 3.8 CONTRACTOR shall be responsible for acquiring all permits that are part of the Work, as noted in Article I and Exhibit A-2. OWNER will pay for al] Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Page 4 of 63 RPS #20.7722 9 Work through an internal budget transfer(s). CONTRACTOR shall be responsible for the costs of obtaining all other required permits. OWNER will apply for permits that the CONTRACTOR cannot obtain. ARTICLE 4 CONTRACT AMOUNT 4.1 In consideration of the faithful performance by CONTRACTOR of the covenants in this Agreement to the full satisfaction and acceptance of OWNER, OWNER agrees to pay, or cause to be paid, to CONTRACTOR the following amounts (herein "Contract Amount"), in accordance with the terms of this Agreement: 4.1.1 For all Design Phase Services, including, but not limited to, causing the preparation of the Construction Documents, providing value engineering services, reviewing Construction Documents for constructability, assisting and meeting with the OWNER during the various design phases, and preparing cost estimates and schedules, and for all Construction Phase Services to be provided by the CONTRACTOR hereunder, OWNER shall pay CONTRACTOR for the Cost of the Services and Work (as that term is defined hereafter), a lump sum of Twenty Eight Million Seven Hundred Thirty -Eighty Thousand Eight Hundred and Ninety Dollars ($28,738,890.00) for the entire Project, including Owner's allowance, if any, and outlined in Exhibit A-1. 4.1.2 Owner's Allowance. The Contract Amount includes Owner's Allowance, if any, which is controlled by the Owner and available to defray expenses attributable to unforeseen circumstance relating to the construction and for added scope by the Owner. The allowance items identified in Exhibit A -I may be used per the general terms and conditions. ARTICLE 5 PERFORMANCE AND PAYMENT BOND 5.1 CONTRACTOR shall provide Perfonnance and Payment Bonds, in the forms prescribed in Exhibit B-1 and B-2, in the amount of 100% of the Contract Amount, the costs of which is to be paid by CONTRACTOR. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to OWNER, provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.fms.treas.govlc570/c570.htmWcertified. Moreover, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York i 0038. Should the contract amount be less than $500,000, the requirements of Section 287.0935, Florida Statutes shall govern the rating and classification of the surety. 5.2 If the surety for any bond furnished by CONTRACTOR is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the CONTRACTOR shall, within fourteen (14) calendar days thereafter, substitute another bond and surety, both of which shall be subject to the OWNER's approval. Page S of 63 RPs 420-7722 5.3 At the time CONTRACTOR executes this Agreement, CONTRACTOR shall deliver to OWNER proof, reasonably acceptable to OWNER, of CONTRACTOR'S ability to deliver the Performance and Payment bonds required hereunder. ARTICLE 6 INSURANCE REQUIREMENTS 6.1 CONTRACTOR shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. 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 -Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. D. Professional Liability: Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. Contractor 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. Special Requirements: 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. This 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. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 6.2 OWNER and CONTRACTOR waive against each other and OWNER's separate CONTRACTOR's, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may Page 6 of 63 RPS #20-7722 (9 have to the proceeds of such insurance. CONTRACTOR and OWNER shall, where appropriate, require similar waivers of subrogation from OWNER's separate CONTRACTOR's, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. 6.3 The OWNER shall be responsible for purchasing and maintaining, its own liability insurance, including builder's risk insurance. 6.4 CONTRACTOR 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 this Article 6, and Exhibit B — Insurance Requirements, with certificates attached as Exhibit B to this Agreement. Certificates must identify the specific Project name, as well as the site location and address (if any). 6.5 All insurance policies, other than the Business Automobile and Workers Compensation policies, provided by CONTRACTOR to meet the requirements of this Agreement shall name Collier County, Florida, as an additional insured as to the operations of CONTRACTOR under this Agreement and shall contain a severability of interests provisions. 6.6 Collier County Board of County Commissioners shall be named as the Certificate Holder.. NOTE --The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 6.7 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 CONTRACTOR has any self -insured retentions or deductibles under any of the below listed minimum required coverages, CONTRACTOR 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 CONTRACTOR's sole responsibility. 6.8 Coverage's shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the Project by the OWNER or as specified in this Agreement, whichever is longer. 6.9 The CONTRACTOR and/or its insurance carrier shall provide thirty (30) days written notice to the OWNER of policy cancellation or non -renewal on the part of the insurance carrier or the CONTRACTOR. CONTRACTOR shall also notify OWNER, 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 CONTRACTOR from its insurer and nothing contained herein shall relieve CONTRACTOR of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONTRACTOR hereunder, CONTRACTOR shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 6.10 Should at any time the CONTRACTOR not maintain the insurance coverages required herein, the OWNER may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage's and charge the CONTRACTOR for such coverage's purchased. If CONTRACTOR fails to reimburse OWNER for such costs within thirty (30) days after demand, OWNER has the right to offset these costs from any amount due CONTRACTOR under this Agreement or any other Page 7 of 63 RPS 020-7722 agreement between OWNER and CONTRACTOR. The OWNER shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage's purchased or the insurance company or companies used. The decision of the OWNER to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Contract Documents. 6.11 If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the Work or termination of the Agreement, the CONTRACTOR shall furnish to the OWNER, renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after to the date of their expiration. Failure of the CONTRACTOR to provide the OWNER with such renewal certificate(s) shall be considered justification for the OWNER to terminate the Agreement. ARTICLE 7 CONTRACT TIME AND LIQUIDATED DAMAGES 7.1 Time is of the essence in the performance of the Work under this Agreement. The Work is to be completed in two phases (i.e., Design Phase and Construction Phase), the timely completion of the first phase is critical to the timely completion of the second phase and, therefore, completion of the entire Project. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the OWNER. CONTRACTOR shall commence the Design Phase of the Work within five (5) calendar days from receipt of the notice of the Design Phase Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by CONTRACTOR prior to the Design Phase Commencement Date shall be at the sole risk of CONTRACTOR. 7.2 The Work shall be substantially completed within Six -Hundred and fifty-seven (657) calendar days from the Commencement Date. The date of substantial completion of the Work (or designated portions thereof] shall be the date certified by the OWNER, in its reasonable discretion, that construction is sufficiently complete and in accordance with the Contract Documents, so that OWNER can occupy or utilize the Work (or designated portions thereof) for the use(s) for which it is intended. 7.3 The Work shall reach final completion and be ready for final acceptance by OWNER within Seven Hundred Sixty -Four (764)) calendar days from the Commencement Date (herein "Contract Time"). 7A OWNER and CONTRACTOR recognize that, since time is of the essence for this Agreement, OWNER will suffer financial loss if the Work is not substantially completed within the time specified above, as said time may be adjusted as provided for herein. Should CONTRACTOR fail to substantially complete the Work within the time period noted above, OWNER shall be entitled to assess, as liquidated damages, but not as a penalty, $10,203 plus 0.00005 of any amount over $20 million (Round to nearest whole dollar) for each calendar day thereafter until substantial completion is achieved. Further, in the event Substantial Completion is reached, but the CONTRACTOR fails to reach Final Completion within the required time period, OWNER shall also be entitled to assess, and CONTRACTOR shall be liable for all actual damages incurred by OWNER as a result of CONTRACTOR failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the OWNER's Project Manager or his designee issues a Certificate of Substantial Completion pursuant to the terms hereof. CONTRACTOR hereby expressly waives and relinquishes all rights which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents fair and reasonable estimates of the ❑WNER's actual damages at the time of contracting if CONTRACTOR fails to substantially complete or finally complete the Work as scheduled. Page S o f 63 RP5 #20-7722 CND} T.5 CONTRACTOR agrees to promptly pay any and all fines and/or penalties that may be imposed upon Collier County by the State of Florida and/or any agency (or agencies) of the State of Florida arising as a result of CONTRACTOR's failure to substantially complete the scope of work within the time limits specified in this Agreement. CONTRACTOR is hereby authorized on behalf of Collier County to contest and/or otherwise dispute any and all such fines and/or penalties should any be threatened to be imposed. 7.6 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which OWNER may be responsible, in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR expressly acknowledges and agrees that it shall receive no damages for delay. CONTRACTOR's sole remedy, if any, against OWNER will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 7.7 The OWNER shall have the power to suspend all or any portions of the services to be provided by CONTRACTOR hereunder upon giving CONTRACTOR 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 CONTRACTOR'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 Eight herein. 7.8 When any period of time is referenced herein by "days", the days shall be computed to exclude the first day and to include the last day of such time period. If the last day of any such period fails on a Saturday or Sunday or on a legal holiday in Collier County by Federal or Florida Law, each such day shall be omitted from the computation, and the last day shall become the next succeeding business day which is not a Saturday, Sunday or legal holiday in Collier County, Florida. A day shall be a legal holiday in Collier County only if the government of Collier County recognizes that holiday by giving that day off from work by most of its employees or the CONTRACTOR recognizes that day as a legal holiday and thereby gives the majority of its workers the day off from work. 7.9 For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the OWNER will count default days as "calendar days. 7.10 In the event CONTRACTOR defaults on any of its obligations under the Agreement and OWNER elects to complete the Work, in whole or in part, through another contractor or its own forces, the CONTRACTOR and/or its surety shall continue to be liable for the liquidated damages under the Agreement until OWNER achieves Substantial and Final Completion of the Work. OWNER will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the OWNER. 7.11 The OWNER has the right to apply any amounts due CONTRACTOR under this Agreement or any other agreement between OWNER and CONTRACTOR, as payment on such damages due under this Agreement in OWNER's sole discretion. 7.12 Notwithstanding anything herein to the contrary, the OWNER does not waive its right to damages due under the Contract by allowing the CONTRACTOR to continue and to finish the work, or any part of it, after the expiration of the Contract Time including granted time extensions. Page 9 ❑C63 RP5 420-7722 CA�� 7. l 3 In the case of a default of the Contract by the CONTRACTOR and the completion of the work by the OWNER, the CONTRACTOR and his surety are liable for the damages under the Contract, but the OWNER will not charge damages for any delay in the Final Completion of the OWNER's performance of the work due to any unreasonable action or delay on the part of the OWNER. 7.14 The OWNER considers the Contract complete when the CONTRACTOR has completed in its entirety all of the work and the OWNER, in its reasonable discretion, has accepted all of the work and notified the CONTRACTOR in writing that the work is complete. The OWNER will then release the CONTRACTOR from further obligation except as set forth in his bond and except as provided in the Contract. 7.15 Recovery of Damages Suffered by Third Parties. CONTRACTOR shall be liable to OWNER to the extent OWNER incurs damages from a third party as a result of CONTRACTOR'S failure to fulfill all of its obligations under the Contract Documents. OWNER's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude OWNER from recovering from CONTRACTOR any other non -delay related damages that may be owed to it arising out of or relating to this Agreement. ARTICLE 8 INDEMNIFICATION 8.1 To the maximum extent permitted by Florida law, CONTRACTOR shall indemnify and hold harmless OWNER and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by CONTRACTOR or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of CONTRACTOR, its Design Consultants, and its Subcontractors, anyone employed directly or indirectly by any of them or anyone employed or utilized by the CONTRACTOR in the performance of this Agreement. 8.2 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 CONTRACTOR, OWNER 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 CONTRACTOR. CONTRACTOR'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 OWNER or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. ARTICLE 9 CONSEQUENTIAL DAMAGES 9.1 Neither CONTRACTOR nor the OWNER shall be liable to the other for incidental or consequential damages, whether arising in contract, tort (including negligence), statute or strict liability. ARTICLE 10 LAWS AND REGULATIONS Page in oF63 RPS 920-7722 Cp�t� 10.1 CONTRACTOR will comply with applicable federal, state and local laws and regulations. 10.2 This Agreement shall be governed by the laws, rules, and regulations of the State of Florida. 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. 10.3 Contractor shall keep all records and supporting documentation, which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later, pursuant to Florida Public Records Law Chapter 119 and comply with specifically those contractual requirements in 1 19.0701(2)(a)-(b) 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: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequest(a7colliercountyll.gov 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 al 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. ARTICLE I INDEPENDENT CONTRACTOR Page 1 t of63 APS #20.7722 1 1.1 CONTRACTOR is an independent CONTRACTOR and the detailed means, manner and method of perfonning the Work are under the sole control of CONTRACTOR or its subcontractors). ARTICLE 12 ❑ISPUTE RESOLUTION 12.1 A claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of tune or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and CONTRACTOR arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the parry making the Claim. 12.2 Claims by the CONTRACTOR shall be made in writing to the Project Manager within forty-eight (48) hours from when the CONTRACTOR knew or should have known of the event giving rise to such Claim or else the CONTRACTOR shall be deemed to have waived the Claim, Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the CONTRACTOR shall be deemed to have waived the Claim. 12.3 The CONTRACTOR shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents pending resolution of any Claim. 12.4 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 CONTRACTOR with full decision -making authority and by OWNER's staff person who would make the presentation of any settlement reached during negotiations to OWNER 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 CONTRACTOR with full decision -making authority and by OWNER's staff person who would make the presentation of any settlement reached at mediation to OWNER'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. 12.5 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 13 ASSIGNMENT 13.1 CONTRACTOR shall not assign this Agreement or any part thereof without prior express written consent of OWNER, which shall not be unreasonably withheld. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without such OWNER's consent, shall be void. If CONTRACTOR does, with approval, assign this Agreement or any part thereof, it shall require Page 12 of 63 RPS 1120-7722 (9 that its assignee be bound to it and to assume toward CONTRACTOR all of the obligations and responsibilities that CONTRACTOR has assumed toward OWNER. ARTICLE 14 PERFORMANCE OF WORK AND REMEDY 14.1 CONTRACTOR shall obtain and assign to OWNER all express warranties given to CONTRACTOR or any subcontractor(s) by any material men supplying materials, equipment or fixtures to be incorporated into the Project. CONTRACTOR warrants to OWNER that any materials and equipment furnished under the Contract Documents shall be new except to the extent, if any, expressly specified otherwise, and that all Work shall be of good quality, free from all material defects and in conformance with the Contract Documents, CONTRACTOR further warrants to OWNER that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after substantial completion, any Work is found to be defective or not in conformance with the Contract Documents, CONTRACTOR shall correct it promptly after receipt of written notice from OWNER. CONTRACTOR shall also be responsible for and pay for replacement or repair of adjacent materials or Work, which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which OWNER is entitled as a matter of law, 14.2 No later than thirty (30) days prior to expiration of the warranty, the Project Manager, or any other representative of the OWNER, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement, The CONTRACTOR's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the CONTRACTOR to correct the cited deficiencies shall be grounds for the County to disqualify the CONTRACTOR from future County bid opportunities. ARTICLE 15 FORCE MAJEURE 15.1 Notwithstanding anything to the contrary contained herein, if CONTRACTOR is obstructed or delayed at any time in the progress of the Work contemplated hereunder as a result of unforeseeable causes beyond the control of CONTRACTOR, and not due to its fault or neglect, including but not restricted to acts of nature ("force majeure"), or of the public enemy, acts of government, fires, floods by adverse weather conditions not reasonably anticipated, epidemics, quarantine regulation, strikes or lockouts, by unavoidable casualties, or by any act of OWNER or a third parry, or by any other cause beyond CONTRACTOR's control, or by delay authorized by OWNER, the time for completion of the Work shall be extended for a time equal to the time of such delay, and CONTRACTOR shall be compensated for changes in the Work by such force majeure event provided, however, that the delay would not have occurred but for the act or the force majeure. 15.2 In the event either parry to this agreement is rendered unable, either wholly or in part, by an act or force majeure as described hereinabove, to carry out its obligation under this Agreement, other than its obligations to make payments when due, then the parry affected by such act or force majeure, as described hereinabove, shall give written notice with clear explanation to the other party within five (5) business days of discovery of the act or force majeure. Following such notice, the effective Page 13 of 63 RP5 #20-7722 CA obligations of the party giving notice shall be suspended only during the continuance of the act or force majeure, provided good faith due diligence is demonstrated in seeking remedy to the cause. 15.3 The term "force majeure" as employed herein shall mean acts of Nature, acts of public enemy, war, blockade, insurrection, riot, act of terrorism, epidemic, pandemic, public health crisis, landslide, lightning, earthquake, fire, storm, flood, washout, civil disturbance, explosion, labor dispute, inability with reasonable diligence to obtain material(s) and/or any other substantially similar cause(s) not within the reasonable control of the party claiming a suspension despite that parry's due diligence, ARTICLE 16 CHANGE IN LAW 16.1 CONTRACTOR shall be compensated for changes in the Work and the time for completion of the Work shall be extended as necessitated by the occurrence of any of the following on or subsequent to the Agreement Date: (a) the enactment, adoption, promulgation, modification, repeal, or formal change in interpretation of any federal, state or local law or regulation having the force of law; (b) the issuance or modification of an order, decree, or judgment of any federal, state or local court, administrative agency or governmental officer or body, acting in a judicial or quasi-judicial capacity, if the issuance or modification of any such order, decree, or judgment is not also the result of CONTRACTOR's negligent or willful action or failure to act.; or (c) the delay in the review, issuance or renewal of or suspension, termination, interruption, denial, failure to issue or failure to renew any legal requirement, permit or approval, or the imposition of a term, condition or requirement which is more stringent or burdensome than that required by the Project Scope, if such act is not also the result of CONTRACTOR's negligent or willful action or failure to act. ARTICLE 17 TERMINATION FOR DEFAULT 17.1 CONTRACTOR shall be considered in material default of the Agreement and such default shall be considered cause for OWNER to terminate the Agreement, in whole or in part, as further set forth in this Section, if CONTRACTOR: (1) either fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager, or as provided for in the approved Schedule of Values; or (3) performs the Work unsuitably, or neglects or refuses to remove materials, or fails to correct or replace such Work as may be rejected by OWNER (or O"ER's representative) as being unacceptable or unsuitable; or (4) discontinues prosecution of the Work; or (5) fails to resume Work that has been suspended within a reasonable time after being notified to resume the Work, or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any then applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. Termination of the Agreement pursuant to subparagraphs (b) and (7) herein is allowed to the extent not prohibited by then applicable law. 17,2 OWNER shall notify CONTRACTOR in writing of CONTRACTOR's default(s). If OWNER determines that CONTRACTOR has not remedied and cured the default(s) or commenced reasonable actions to effect a remedy or cure, within seven (7) calendar days following receipt by CONTRACTOR of said written notice, then OWNER, at its option, without releasing or waiving any of its rights and remedies against CONTRACTOR's sureties and without prejudice to any other Page 14 of 63 AP5 i120-7722 right or remedy it may be entitled to hereunder or by law, may tenninate CONTRACTOR's right to proceed under the Agreement, in whole or in part, and may take possession of all or any portion of the Work, may take assignments of any of CONTRACTOR's subcontracts and purchase orders, and may complete al I or any portion of CONTRACTOR's Work by whatever lawful means, method or agency which OWNER, in its sole discretion, may choose. 17.3 If OWNER deems any of the foregoing remedies necessary CONTRACTOR agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and reasonable attorneys' fees, including appeals) or damages incurred by OWNER incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, CONTRACTOR agrees to pay promptly to OWNER on demand the full amount of such excess, including costs of collection, reasonable attorneys' fees (including appeals) with interest thereon (compounded monthly until paid in full) at the Prime Rate as published daily in the Wall Street Journal.. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the OWNER to complete the Work, such excess with such interest shall be paid to the CONTRACTOR. The amount to be paid to the CONTRACTOR or OWNER, as the case may be, shall be approved by the OWNER, upon application, and this obligation for payment shall survive termination of the Agreement. 17.4 The liability of CONTRACTOR hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by OWNER in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re -letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 17.5 If after notice of termination of CONTRACTOR's right to proceed pursuant to this Section, it is determined for any reason that CONTRACTOR was not in default, or that its default was excusable, or that OWNER is not entitled to the remedies against CONTRACTOR provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Article 18 below. 17.6 The OWNER shall use all reasonable and diligent, good faith efforts to mitigate any of its damages against the CONTRACTOR. 17.7 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. if the Work is so stopped fora period of ninety (90) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to tenninate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor in ay, upon Fourteen (14) additional days' written] notice to the Owner, terminate the Agreement and recover from the Owner payment for Work Page 15 of 63 RP5 #20-7722 G performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. ARTICLE IS TERMINATION FOR CONVENIENCE 18.1 OWNER shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to CONTRACTOR. In the event of such termination for convenience, CONTRACTOR's recovery against OWNER shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but CONTRACTOR shall not be entitled to any other or further recovery against OWNER, including, but not limited to, damages or any anticipated profit an portions of the Work not performed. 18.2 OWNER shall have the right to suspend all or any portions of the Work upon giving CONTRACTOR not less than five (5) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended for an aggregate of thirty (30) calendar days or less, CONTRACTOR's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. ARTICLE 19 DOCUMENTS 19.1 All documents, including but not limited to, drawings, specifications, reports, boring logs, field notes, laboratory test data, calculations and estimates, prepared by CONTRACTOR as instruments of service pursuant to this Agreement, shall be OWNER's sole property, upon payment of all compensation due to the CONTRACTOR hereunder. OWNER agrees that all documents of any nature furnished to OWNER or OWNER's agents or designees, if not paid for, will be returned upon demand and will not be used by OWNER for any purpose whatsoever. 19,2 If the OWNER reuses or makes any modification to CONTRACTOR'S designs, documents or work product without the prior written authorization of CONTRACTOR the OWNER agrees, to the fullest extent permitted by law, to release CONTRACTOR, its officers, directors, employees and subconsultants from all claims and causes of action arising from such uses, and shall indemnify and hold them harmless from all costs and expenses, including the cost of defense, related to claims and causes of action. The foregoing indemnification shall not constitute a waiver of the Owner's sovereign immunity beyond the limits set forth in Florida Statutes, Section 768.28. 19.3 Upon the completion or termination of this Agreement, as directed by OWNER, CONTRACTOR shall deliver to OWNER electronic copies or originals of all records, documents, drawings, notes, tracings, plans, AutoCA❑ files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONTRACTOR under this Agreement ("Project Documents"). OWNER shall specify whether the originals or electronic copies of such Project Documents are to be delivered by CONTRACTOR. CONTRACTOR shall be solely responsible for all costs associated with delivering to OWNER the Project Documents, CONTRACTOR, at its own expense, may retain copies of the Project Documents for its files and Page 16 of63 RPS 420.7722 9 internal use. In addition, CONTRACTOR shall provide five full sized paper copies of the record drawings for this project. 19A CONTRACTOR shall keep such full and detailed records as may be reasonably necessary to reflect: a) proper financial management under this Agreement; and b) the Services performed, including, when applicable, testing, sampling and investigatory services performed by CONTRACTOR. Such records will be subject to review by OWNER on the condition that OWNER identifies, in writing, those documents requested. Documents will be available for inspection at mutually agreeable times for a period of two (2) years after the Services have been completed, or longer where required by law. 19.5 Notwithstanding anything in this Agreement to the contrary and without requiring OWNER to pay any additional compensation, CONTRACTOR hereby grants to OWNER a nonexclusive, irrevocable license in all of the Project Documents for OWNER's use on this Project. CONTRACTOR warrants to OWNER that it has full right and authority to grant this license to OWNER. Further, CONTRACTOR consents to OWNER's use of the Project Documents to complete the Project following CONTRACTOR'S termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONTRACTOR also acknowledges OWNER may be making Project Documents available for review and information to various third parties and hereby consents to such use by OWNER. ARTICLE 24 CONFIDENTIALITY 20.1 CONTRACTOR shall treat as confidential property and not disclose to others, any information (including any technical information, experience or date) regarding OWNER's plans, programs, plants, processes, products, costs, equipment, operations or customers which may come within the knowledge of CONTRACTOR, its officers or employees, agents or consultants in the performance of this Agreement, including any data gathered and reports prepared by CONTRACTOR, without in each instance securing the prior written consent of OWNER. 20.2 Nothing contained herein, shall prevent CONTRACTOR from disclosing to others or using in any manner information which it can show: Has been published and has became part of the public domain other than by the acts, omissions or fault of CONTRACTOR its employees, agents or consultants; b. Has been furnished or made known to CONTRACTOR by third parties (other than those acting directly or indirectly for or on behalf of CONTRACTOR or OWNER) as a matter of legal right without restrictions on its disclosure; C. Was in CONTRACTOR's possession prior to the disclosure thereof by OWNER to CONTRACTOR; Was independently developed by CONTRACTOR; or C. Was required to be disclosed by law. Provided, however, CONTRACTOR shall not release, or cause or allow the release of, information to the communications media, except as required by law, concerning the existence or terms of this Page 17 of 63 RPS #20-7722 0 Agreement. The foregoing obligations shall survive the termination or expiration of this Agreement for a period of two (2) years from the completion of Services. ARTICLE 21 SEVERABILITY 21.1 In the event any provision or part herein shall be deemed invalid or unenforceable, the other provisions or parts hereof shall remain in full force and effect, and binding upon the parties hereto. 21.2 All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating responsibility or liability between OWNER and CONTRACTOR shall survive the completion of the Services and the termination of this Agreement. ARTICLE 22 PUBLIC ENTITY CRIMES 22.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of 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 fist following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant tinder a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." ARTICLE 23 EXHIBITS INCORPORATED The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement. Exhibit A-]: Contractor's GMP Schedule Exhibit A-2: Contractor's Proposal, Submittal Farms and Addendums Exhibit A-3: Contractor's List of Key Personnel Exhibit 13-1: Payment Bond Forms Exhibit B-2: Performance Bond Forms Exhibit C: Release and Affidavit Form Exhibit ❑: Contractor Application for Payment Form Exhibit E-1: Change Order Form Exhibit E-2: Work Directive Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Truth in Negotiation Certificate The RPS 420-7722 "DESIGN -BUILD OF NCWRF Headworks" Step -One Design Criteria and Step -Two, including attachments, exhibits, and Addenda with attachments, are expressly agreed to Page 18 of 63 RPS #20-7722 9 be incorporated by reference and made a part of this Agreement. These complete contract documents are available on the County's on-line bidding system: littps://www.bidsyne.com/bidsyne-cast, which the parties agree comprise the final integrated agreement executed by the parties. ARTICLE 24 NOTICES Any notices required to be given under the terms of this agreement shall be provided in writing electronically or posted in regular mail, postage prepaid, to the following addresses: CONTRACTOR: OWNER: THE HASKELL COMPANY Collier County Water Sewer District 111 Riverside Avenue Collier County Public Utilities Division Jacksonville, Florida 32202 3339 East Tamiami Trail Suite 303 David Rieken Jr 1 Project Director Naples FL 34112-5361 Telephone: 904.357.5037 Wayne Karlovich/Project Manager Email: david.rieken@haskell.com Telephone: 239.285.4626 Emai1.-.WayneKarlovich@colliergov.net For the purposes of this Agreement, notices shall be deemed to have been received upon three (3) days' time after posting of the written notice in the U.S. Mail. If electronically sent, the time the email was transmitted shall be the effective notice date during normal business hours. ARTICLE 25 CAPTIONS AND HEADINGS 25.1 The captions and headings throughout this Agreement are for convenience and reference only, and the words contained therein shall in no way be held or deemed to define, limit, describe, explain, modify, amplify, or add to the interpretation, construction or meaning of any provision of, or scope of intent of, this Agreement nor in any way affect this Agreement. ARTICLE 26 TRUTH IN NEGOTIATION CERTIFICATE 26.1 In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONTRACTOR agrees to execute the required Truth -In -Negotiation Certificate, attached hereto and incorporated herein as Exhibit I certifying that wage rates and other factual unit costs supporting the compensation for CONTRACTOR'S Design Professional services to be provided under this Agreement are accurate, complete and current at the time of the Agreement. The CONTRACTOR agrees that the original Agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the OWNER 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 19 of 63 RPS #20-7722 0 ARTICLE 27 ENTIRE AGREEMENT 27.1 This Agreement, and any attachments or other documents incorporated by reference herein, supersede any previous written or oral contracts or negotiations and this Agreement shall constitute the complete Agreement between the parties hereto and is subject to change only by an instrument in writing and signed by OWNER and CONTRACTOR. No third -party beneficiary is anticipated or intended by this Agreement. 27.2 The Parties agree that the provisions of these terms and conditions shall control over and govern as to any form writings signed by the Parties, such as Purchase Orders, Work Orders, or other Order, and that such forms may be issued by OWNER to CONTRACTOR as a matter of convenience to the Parties without altering any of the terms or provisions hereof, regardless of the language appearing on such Order which may be contrary. In case of conflict, the terms of this Agreement shall govern. ARTICLE 28 SUBJECT TO APPROPRIATION 28.1 It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. ARTICLE 29 ORDER OF PRECEDENCE 29.1 In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents including the Owner's Board approved Executive Summary cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. (signature page to follow) Page 20 of 63 RPS #20-7722 [:At] IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, ACTING AS Crystal K. Kinzel, Clerk of Court THE GOVERNING BOARD OF THE COLLIER & Comptroller COUNTY WATER SEWER DISTRICT By: Dated: Penny Taylor, Chair (SEAL) Contractor's Witnesses: Contractor's First Witness - Signature Richard L. Moore *Type/print witness name* Con ractor's Second Witnes ignature Dianne W. Whipple *Type/print witness name* Approved as to Form and Legality: Scott R. Teach, Deputy County Attorney THE HASKELL COMPANY By: Signat e —"Authorized Agent Bryan R. Bedell, Vice President -Water *Type/print title* Page21 of63 RP5 H2O-7722 EXHIBIT A -I Item # I Item Description I Unit I Quantity I Price j ❑esign-Build Base Bid I Lump Sum I I I S28,738,890. Page 22 of 63 RPS N20-7722 CAi7 EXHIBIT A-2 CONTRACTOR'S PROPOSAL (following this page) Page 23 of 63 RPS 020-7722 9 DesignB»I service for NCWRF Headworks . RPS No., 20-7722 1 Step2 4�HASKELL A;COM July 10, 2020 ATTN: Geoff Thomas, Procurement Strategist Collier County Procurement Services Division 3295 Tamiami Trail East, Building C-2 Naples, Florida 34112 Technical proposal submitted via BidSync; Original, fully executed transmittal letter; GMP; proposal bond; insurance form and addenda submitted via original hard copy RE: Design Build Services for the NCWRF Headworks, RPS No.: 20-7722, Step 2 Dear Selection Committee Members The Haskell-AECOM Team recognizes the vital role that the North County Water Reclamation Facility (NCWRF) plays for Collier County (the County), which provides nearly 60% of the permitted wastewater treatment capacity in the Collier County Water - Sewer District (CCWSD). Our team has applied our proven collaborative engineering and construction approaches and innovative technical concepts to help the County keep its commitment to protecting the environment and community. Functioning as an integrated team, Haskell-AECOM will deliver an efficient design and build approach that maximizes value for the County. Our execution plan: • Keeps the existing headworks unchanged, ready for use should the need arise • Optimizes the new headworks for long-term operational savings • Saves the County money today • Delivers the new facility on an accelerated schedule Our Step 2 proposal outlines the key schedule sequencing, budget and operational advantages of our approach, delivering a project with unique operational flexibility which includes our plan to complete the project ahead of schedule, cost effectively and with the greatest operational flexibility. We have completely reviewed, understand and agree to be bound by the requirements of this RPS - Step 2, including all addenda. We have received and incorporated the following addenda in our response: Addendum 1, Addendum 2 and Addendum 3. Original, signed addenda are included as hard copies with our separately submitted GMP submittal, along with an original, fully executed transmittal letter and hard copy of our proposal bond and insurance requirements form. We understand the importance of this project and are committed to providing our community with a safe, reliable headworks facility in the most expeditious manner possible. The Haskell-AECOM Team is immediately available to begin an active partnership with the County to deliver the NCWRF. Sincerely, P-� �n edel{, DBTA Vice t resident The Haskell Company Brian Stitt, CBC, DBTA, PEng Design -Build Project Manager AECOM Bryan Bedell, DBIA Vice President 9160 Forum Corporate Parkway, Suite 350 P: 239.789.4848 bryan.bedell@hasi(ell.com Our team has a plan for today's COVID-19 challenge that ensures every person goes home to their families in the same condition they arrived at work. Resiliency Matters The existing headworks will remain , in place and be available for use by Collier County, eliminatinq anv single Operations Matter Schedule Matters This project's success is tied to its on -time delivery. Our scheduling expertise and systems, combined with our fast -tracking of the schedule, ensure we will deliver the project as quickly and efficiently as possible.' Budget Matters Our innovative design maximizes available capacity both today and into the future while delivering the project in the most efficient and cost- effective way. c 0 l�c__9 Executive Summary Throughout this Executive Summary and proposal, the Haskell-AECOM Team will demonstrate how the following benefits of our team make us the most qualified firm to partner with Collier County for this project. The Haskell-AECOM Team brings: An experienced, integrated team that maximizes the benefits of design -build delivery This team is comprised of two (2) specialized design -build firms providing the County with a unified, integrated team to ensure complete collaboration through both design and construction. As a fully integrated team, we have a shared commitment to success. We have collaborated on the design within this proposal, and the established lines of communication and relationships built through this process will continue through construction. The County will not see separate distinctions between design or construction individuals, or firms, only team members with individual expertise in the areas required to effectively and efficiently complete the components of the project. Innovative base and alternative design concepts that increase functionality and minimize lifecycle costs, while maximizing the existing plant layout ® Our layout for the new headworks maximizes the current plant site while allowing for the highest level of flexibility for future expansion. Our layout optimizes the utilization of the site and the efficiency of operations and maintenance Our MOPO program will put complex, disruptive tasks into simple steps, integrated with plant activity to eliminate confusion and plant disturbance. During the 30% design phase of the project, our team will work with the county to solidify all plant operation details to fully integrate shutdown timing/constraints so they are fully integrated into our design documents and construction sequence. Each MOPO plan will have complete buy -in from the entire team, including the plant staff, design team and construction team. CAI :=.�,"_`y ► HASKELL A=COM PiKo DtS�s [kya¢,st Collier County Public Utilities- Maintenance of Plant Operations (MOPO) BPS Number: 20.7722 ': itey/Emergency Contacts Data MOPO Number. 001 County Project No: TBD Owner Geoff Thdmas 239,252.6098 : MOPO Status: IN REVIEW THC/AECOM Project No: 6704128101 Contnct.rjPj B.bby8ndley 904.545.9098 Date MOPO Approved: NO Project Name: Design Build Services for NCWRF Headworks Contractor.{S}" 82ckSmdhwick 90d.982AS16 - MOPO Duration 12hrs Site: North County Water Reclamation Facility Engineer 8rtanSiitt 959,629.4444 CPM Schedule Activity(iesl: MP3000 Address: 10500 Goodlette Frank Road Naples FL 34109 SUMontratt TBD TBb j Walk -Through Date: 3/5/2021 Start Date/Time: 3/8/2021 PLANT OPERATIONS SIGNATURE TO BEGIN WORK MDPD Activity Narrative Hot Tap 24" Plant Influent - Plant Force Main Feeds 1, 2, 5 from DCP. Ahead of Operation, traffic Control for site and construction traffic, utility locates, potholing, excavation, full exposure of line to be omeleted. Plant Trafficvnll be diverted south afte,entrance, and arround MLE basins forsite access. Antidpaledlmpact on 0perat1.ns Plant Traffic will be dlv¢rted south after entrance, and arround MLE basins forsile access. County Staff to monitor line pressure during operation. Safety Training R¢qulied Site Orientation HAZCOM Confined Space Trench Safely Fall Protection Safe Matters Other Comments Owner Rep X X % Owner Staff X X % Contractor Supervision % % X Contractor and Sub Contract., Field Labor X X X Contractorand Sub Detailed Plan Activity Responsibility Schedule Initials Comments Number Description Start Actual Start Finish Actual Finish: 1On-site review MOPO/site cond./weather Team 6:00.00 61000 Sub, Haskell, Ops, Engineer - attendance 2 Begin monitoring of FM Pumping pressure Collier County 6A5 00 ................... CC to monitor, notify contractor of changes 3 Start of Work Activity- Notificati.n ofteam Haskell 6:3000 6:35:00 4 Install Tapping Saddle Subcontractor 6:40:00 7:30:00 51nstall Tapping Valve/cutting head Subcontractor 7:30A0 830:00 6 Cutting/ Remove Coupon Operation Subcontractor 8:3000 10:3000 Haskell to contact Cc and verify pressure maim, 7 Close Tapping Valve and remove cutting head Subcontractor 30:3000 120000 8 Remove Equipment from Excavation Subcontractor 12:0000 12:30.00 9 Install Kl<k-block / Restraint Haskell 14:00 00 15:30A0 IOEnd Operation -Stop monitor of pressure lcolifiercounty, I --- ------ 18:00:00 SECTION 1.0 — TRANSMITTAL LETTER AND EXECUTIVE SUMMARY functions, while preserving the existing headworks to be rehabilitated in the future. There are multiple benefits to this layout as described on the diagram on page 1-4. A seasoned and trusted design -build management team that will partner with you to deliver a successful project ® An undeniable benefit of our team is our proven leadership and the individual design -build resumes. Design -Build Project Manager Brian Stitt and Design Manager Ron Cavalieri have collaborated on several similar design -build projects throughout Florida, including the $112 million design -build Wastewater and Water Treatment System Expansion, for the Town of Davie, FL. They share a high level of trust and mutual respect — critical elements of a successful design -build management team. Likewise, David Rieken has served as construction project manager for many design - build and collaborative delivery projects including the Lake Pleasant Water Treatment Plant, design -build project for the City of Phoenix, Arizona. He is also a certified design -build professional as recognized by the Design - Build Institute of America (DBIA). We will build on our five (5) decades of experience delivering successful design -build projects within Florida, as well as our work nationwide, to help you obtain the full benefit of the delivery method and of every dollar expended. County involvement during final procurement that empowers you to make informed decisions Our procurement plan will keep you informed of all design decisions, enabling you to make confident decisions with full awareness of the affect to overall cost and schedule. A carefully crafted plan that will maintain plant operations throughout construction With our collective design -build resume, knowledge of the existing facility and of Collier County standards, the Haskell- AECOM Team has developed a detailed plan to successfully maintain plant operations (MOPO) that anticipates all operational issues and keeps the project on schedule and the plant continuously operating. Changes KeV Team Members EXISTING INFLUENT HEADWORKS VALVES AND NEW HOT -TAP VALVES USED TO CONTROL FLOW TO NEW/EXISTING HEADWORKS 30" HOT TAP INFLUENT LINES: DGP TIE-INS 3, 4 24" HOT TAP INFLUENT LINES: DCP TIE-INS 1, 2, 5 I 24" HOT TAP INFLUENT LINES: DGP TIE,•INS 6 � " / HASKELL Horth WRF Headw ke IVIVFv• I(I111M GOodetl2 Frank M. Hot Ttl0 tl1 14 .1—FL �M1olo The Haskell-AECOM Team members remain consistent from Step 1 and are fully committed to Collier County. Collier County has taken a necessary step to improve the treatment capabilities of the NCWRF by planning for a new headworks. While the current headworks is adequately meeting the WRF's needs today, it is not removing grit well, does not allow for future expansion and is at the end of its useful life. The County is taking a proactive step by replacing the facility before failure to continue the track record of protecting the environment through the water reclamation process. Once online, the new NCWRF headworks will provide screening and grit removal to better protect the other plant processes and provide improved operability. Design -Build Expertise Haskell has over 55 years of design - build experience, with more than 2,500 successfully completed design - build projects, including over 1,141 in Florida alone. As design -build delivery experts, we have the systems and knowledge to fully extract the true benefits of the design -build process. What distinguishes design -build HASKELL I WE CREATE THINGS THAT MATTER 1-3 SECTION 1.0 - TRANSMITTAL LETTER AND EXECUTIVE SUMMARY delivery from design -bid -build and construction management -at -risk is a single point of accountability. The owner has one contract for design and construction. In this collaborative delivery method, the Collier County will work with the design -build team to advance the proposed design, while the design -builder refines the submitted cost estimate, culminating in a project that is exactly as the County envisions. The Haskell-AECOM Team will establish a noise testing plan to monitor how construction activities meet the DCP and ensure noise during routine operations do not exceed the DCP requirements. The first step of this plan will be to establish a baseline for the current decibels being created at the facility. This baseline will serve as a guide for improvement to ensure the completed facility does not emit any additional noise to the environment. A similar approach will be undertaken to address odor abatement. The team will establish the areas known to be problematic in generating odors, such as grit and screening dumpsters, and will take action to mitigate them. It is important to note that the team does not anticipate noise or odor control during construction activities to be an issue, however we will utilize a proactive self -policing process to ensure we are good stewards to the community. The new headworks, once completed, will use a new biological odor control system to capture odorous air emitted from the new headworks. All channels and equipment within the main sewage flow path will be covered and ventilated to prevent any foul odors from polluting the plant. impactsCommunitV The Haskell-AECOM Team's goal is to bring benefit to Collier County and the community in general. To ensure we do not negatively impact the area around the construction site, we will diligently work with local stakeholders to mitigate any potential impact to construction -related nuisances such as noise, dust control and traffic impacts. Our plan adheres to the RPS and the DCP, and we will work with Collier County and other local agencies to ensure we address their requirements as well. Construction �.. Impact to MOPO County staff will be integral members of the design -build team. Operations staff in particular will play a key role in the design finalization process. We HASKELL I WE CREATE THINGS THAT MATTER 1-4 SECTION 1.0 - TRANSMITTAL LETTER AND EXECUTIVE SUMMARY have solicited input from operations personnel on the existing plant functions to develop the design concepts presented in this proposal and we will continue to keep this line of communication open throughout the project. Operations personnel will be key participants at design review meetings, P&ID reviews, and 3-D model reviews. Their involvement at these meetings will not only educate the design -build team on their preferences, but will also supply us with their knowledge of the existing plant operations to schedule tie-in activities appropriately. Project coordination and well -planned tie-ins are integral to the successful integration and seamless transition from the existing headworks to the new headworks without unexpected interruptions. A seamless transition from existing facilities to newly constructed facilities is critical since plant processes cannot be interrupted and must be maintained at all times. Although the majority of the new headworks will be new construction, there will be a number of challenges in terms of maintaining existing operations throughout the construction period as we construct and tie-in new facilities and also transition the flow from the headworks to the new plant. This requires a thorough understanding and a coordinated effort, which begins with plant operations participation during early design reviews. During construction, the Haskell- AECOM Team will work with the County's plant operations personnel on a daily basis to keep them informed of daily activities that could affect plant operations in any way. A MOPO plan will be used to provide a look -ahead schedule of any anticipated utility or process tie- ins required to support construction schedules. The MOPOs will contain the date requested, the utility or process line identified for tie-in, the expected duration of the tie-in procedure along with any applicable drawings of the proposed work and a contingency plan should problems arise during the course of the installation. The MOPOs will be prepared at least two (2) weeks in advance and distributed to all project team members for approval. During this time, start-up meetings with plant operations personnel will occur on a weekly basis to discuss expected tie-ins for the upcoming week. If required, any assistance during the tie-in by the plant personnel will be discussed during these meetings to coordinate shift schedules. The Haskell- AECOM Team will consult as -built drawings and plant operations personnel to verify existing utilities in the work area. When locations are questionable, test pits will be dug to confirm locations and existing materials of construction. Once the utilities have been verified and marked, any necessary site permits for excavation will be filled out, notifying all applicable parties of the intent and duration of the excavation. During the excavation process, all exposed or installed utilities will be as -built by the team. On the morning of the tie-in, the necessary plant operations personnel HASKELL I WE CREATE THINGS THAT MATTER 1-5 ( 0 SECTION 1.0 - TRANSMITTAL LETTER AND EXECUTIVE SUMMARY and the design -build team staff will meet at the designated tie-in site and verify that all systems and equipment are ready for the upcoming work and that any necessary documentation is complete. Before the work begins, all applicable contingency plans will be reviewed, along with any required stand-by materials and or equipment. Control' . ` Even though our design has sought to reduce the traffic as much as possible by reducing the overall impact of existing plant system and by reducing the material stored on site, there will still be a heavy amount of truck traffic for deliveries of construction equipment such as concrete, process mechanical equipment, piping and reinforcing steel. A detailed traffic control plan will be developed and implemented to ensure the safety of construction workers, visitors, delivery truck drivers, plant operations personnel and the general public. We will coordinate with the County in the development of this plan which will limit the deliveries during the busiest times of day and to provide clear signage outside and within construction zones. A key component of our planned information and outreach program is proactively addressing the construction traffic with respect to timing, volume and the need to pay close attention to safety signage. These plans are included in Section 3.0 -Technical Information. The team will provide construction fencing and gates manned by the team at the construction entrance during hours of construction operations. We will implement a badging system for all construction personnel to ensure only authorized personnel gain access to the site. Anyone entering an active construction area must comply with all safety requirements included in the site safety plan. Outreach and Information Plan An effective outreach plan is diverse, proactive and customized to meet the community needs as the project progresses. Our public information and outreach plan is built around two (2) project phases — design/preconstruction phase and construction phase, with distinct objectives, strategies and tactics for each phase. Our multi -faceted outreach program includes a broad set of tactics, specified by phase and designed to reach different stakeholder groups — residents, homeowners associations, property managers, recreational facilities, sports clubs, local organizations, businesses and schools. Project materials include a project presentation, fact sheets, social media, project website, email blasts, newspaper insert, project hotline, neighborhood meetings/tours and plant tours. This plan will be expanded or contracted based on the direction of the County to best meet your needs. As detailed in our Step 1 response, Haskell is partnering with Quest to provide a proactive community outreach plan. They will develop a stakeholder database to identify key stakeholders affected by the utility improvement project. In conjunction with Collier County, Quest will also produce and distribute all publications (letters, flyers, brochures, news releases and social media verbiage) and provide a proactive community outreach plan to include public meeting materials that address all key issues while engaging and educating stakeholders and listening to their needs. They will work with HASKELL I WE CREATE THINGS THAT MATTER 1-6 ■ SECTION 1.0 - TRANSMITTAL LETTER AND EXECUTIVE SUMMARY the project team to identify and emphasize the overall benefits to the entire community versus the individual impacts and benefits to each stakeholder. Quest will plan a public meeting when 60% of the design is complete and attend interactive coordination meetings with civic groups and others as needed to build consensus for the project, show the team has heard and understands their viewpoints and demonstrate how the utility improvements benefit the community at large. Prior to COVID-19, Quest excelled at remote public outreach and virtual public meetings and has grown stronger in developing outreach campaigns that practice safe social distancing. During person -to -person interactions with stakeholders, Quest takes precautions to protect the health and safety of everyone involved by maintaining six (6) feet between individuals and wearing protective face masks. These measures are especially important while distributing traditional community outreach materials. Virtual public meeting software such as GoToMeeting/Webinar would be implemented so residents and business owners unable to attend in person can follow the proceedings and provide comments online. A moderator can reply online or through e-mail, if needed. In addition, it is possible to upload outreach communications electronically and insert updates on the Collier County website and distribute through its established information network. Communities are striving to keep healthy and safe by practicing isolation to stop the spread of COVID-19, and public participation and comments are still important and encouraged by engaging virtually. In the event person -to -person public meetings resume, Quest offers innovative presentation technology such as the use of smart boards to encourage personal, hands-on exhibit experiences. Quest may enlist the use of tablets at public meetings to gather sign -in signatures as citizens enter and then input survey responses as they exit. The use of a hybrid combination of virtual public meetings and person - to -person public meetings may be a future consideration. Quest's in-house, award -winning creative services division can assist in developing eye-catching, impactful fact sheets, newsletters, flyers, brochures and multi -media presentations that can be used to proactively disseminate information on the status of the project in this area of Collier County. Quest will coordinate with the County's Public Information Office before disseminating information to the public, elected officials and the media. Quest will provide timely, professional responses to project inquiries in all communications with stakeholders. Our innovative approach to design and delivery began last year when our integrated design and construction team of professionals met in the AECOM's local office to begin formulating concepts for this project. These same individuals will Innovative Approaches Design Use of prefabricated Reduces startup and test duration as electrical gear and control panels can be delivered electrical enclosure to an off site facility, Installed, commissioned and tested enabling the team to set gear and make final field connections. Permitting Identification of work Enables the team to start yard piping before full site construction. Early start of this activities that do not work allows the team more time to work around unknown or unidentified challenges require a building permit that arise when traversing the site with yard piping. Procurement Early equipment selection Allows design to focus on the specific equipment being utilized. Construction Early construction Allows the team to get on site and get underground piping installed early, which allows package the project to eliminate potential delays with unknown changes to site utilities Startup and Use of hot taps at Cost savings as plant and system bypass pumping is avoided. Allows the operations Commissioning forcemain tie -Ins team to gradually transition influent flow to the new headworks from the old headworks through the operation of new/existing gates and valves. HASKELL I WE CREATE THINGS THAT MATTER 1 — 7 SECTION 1.0 - TRANSMITTAL LETTER AND EXECUTIVE SUMMARY collaborate with the County throughout the design and construction phases. Multi -disciplinary work groups consisting of engineers, construction supervisors and estimators have been established for each design discipline (civil, process mechanical, structural, etc.). It is the responsibility of each group to review the DCP and develop our base design, working to identify innovative design and construction methods that provide value to the County from a cost, community and/or environmental perspective. The work groups worked side -by -side throughout the proposal phase refining the design, conducting constructability and operability reviews, and developing technical and cost proposal. Risk Register Examples Another unique feature of our approach was the inclusion of a "Tiger Team" consisting of wastewater process, design and construction experts who were not a part of the proposal peam. The Tiger Team was independent of the work groups and were tasked with defining how best to meet the County's project objectives, without the constraints posed by the DCP. Throughout the proposal effort, the work groups and Tiger Team looked for opportunities to do things better, more cost effectively and provide more value to the County. Where possible, those ideas have been incorporated into our base design. Throughout this project, we will maintain a Risk Register to flag potential conditions that could adversely impact project implementation. We have already started one, as shown below. The Risk Register is an ongoing collaboration tool reviewed by all stakeholders on a weekly basis until the risk item is mitigated. Mitigation can be in the form of additional investigations or by incorporating unit prices, allowances or contingencies in the price to control downstream cost growth. Design Design flaw Design flaw Near term Early use of design peer reviews to avoid delays project potential design flaws and proven process due to redesign equipment technologies Permitting Permitting delay Permitting delay Near term Early engagement with permitting agencies impacts design to make them aware of our anticipated completion and submittal date, our schedule needs and a delays start of preview of the treatment processes that will construction be used Procurement Process equipment does Treatment Near term Use proven technology to ensure treatment not treat influent as process does not process will work. Engage the County early intended meet County's of influent characteristics to ensure design is expectations based on actual characteristics Construction Craft worker shortage Craft worker Long term Establish hands-on craft workforce shortage development training facility/program impacts the at project site to train local workers and ability to provide career opportunities. Additional complete the resources pulled into the project from schedule on Haskell's projects during peak man -power time needs. Startup and Startup and Startup of plant Long term Early planning with the County to mitigate Commissioning commissioning delay is delayed due to potential delays or system restrictions. plant or system operations constraints HASKELL I WE CREATE THINGS THAT MATTER 1 — 8 ooOverview Design -build places the successful execution of the project in the hands of a single entity, which requires close collaboration with the owner to ensure the owner's schedule, quality and budget needs are met. The importance of selecting the design -build delivery method is the speed in which delivery of the project as the design -permitting - procurement -construction phases are overlapped. The Collier County North Water Reclamation Facility (NWRF) project requires a design - builder who possesses the ability to bring the speed of delivery through innovative approaches or solutions while identifying, understanding and mitigating risks. Haskell-AECOM is that team. We have successfully delivered many design -build projects using this delivery method. ® Project Management Approach The NCWRF project requires a design -builder who understands the project, the challenges associated with the project and one who will work diligently to bring innovative solutions that focus on the best value for you. Haskell-AECOM has broken the project into five (5) phases to expedite the schedule of the project: design, permitting, procurement, construction and commissioning. These key phases will be delivered in a manner that allows flexibility, encourages trust and provides a world -class experience. Brian Stitt will be the County's single point of contact throughout the project and will lead the Haskell-AECOM Team through each of the phases, which are to be carried out as follows: Phase 1: Design will be championed by Ron Cavalieri. Key features of our plan to execute the design include a clear understanding provided by the DCP and our knowledge of Collier County as a client. Our design team has local engineers based in Fort Myers, regional design professionals based throughout Florida and design professionals across the United States. With the combination of local resources, supported by regional and national resources, these allow our team to gain insight into methods utilized by other utilities and bring innovative solutions that may at times get missed when a firm does not have the regional/national footprint that the Haskell-AECOM Team has. Phase 2: Permitting will be led by Ron Cavalieri. Our local team of experts will be assisted by the aforementioned deep bench of national and state team members, as needed. Phase 3: David Rieken will lead procurement, supported by the team's design professionals. He will leverage both firms' local relationships with the team's national reach to ensure the best value pricing for any equipment or material that is procured. Phase 4: David Rieken will also lead construction, utilizing blended Haskell and AECOM construction resources to manage the overall project and any work performed by our 100+ craft employees. He will be supported by Gulf States Electric, who will bring their experience working with Collier County at the NCWRF plant. Phase 5: Commissioning will be led by Ron Cavalieri. Haskell-AECOM's focus on the project's successful completion and collaboration with the County's operations staff during the design phase will enable a smooth transition from the existing headworks to the new headworks facility. Our team's plan for addressing these five (5) phases is to begin the design activities immediately upon notice of award of the project. This will drive an initial GMP package that enables us to start work on -site early and work towards a final GMP that focuses on remaining work items. Our strategy of overlapping these phases will allow our team to deliver the new facility within two (2) years of notice to proceed. The early GMP package will set the stage with early site preparation focused on relocating existing utilities away from the new building footprint, early tie-in work that enables a seamless flow transition when the new facility is ready for operation and an early release of long -lead items such as process equipment, mechanical/electrical material and the prefabricated electrical enclosure. The remaining work GMP will focus on headworks construction, remaining site activities and the balance of the mechanical/ electrical scope of work. HASKELL ( WE CREATE THINGS THAT MATTER 2-1 '1 SECTION 2.0 - PROJECT TEAM APPROACH o. Significant Personnel Resources Our team is committed to providing the County with all necessary personnel to successfully deliver this project, as illustrated in our organizational chart submitted in Step 1. The Haskell-AECOM Team is a true partnership of blended resources, and our ability to self -perform critical scopes of work ensures our team's adherence to safety, quality, schedule and budget. Our team includes several local companies to create as much economic stimulation for our community as possible. Unlike many of our competitors, we truly have the ability and access to all necessary resources to perform this work which are exemplified by the following: Design, Permitting and Procurement Resources: Anticipated needs during design and permitting are 5-10 design professionals with varying levels of engagement during the design and permitting phases. Our team has 11 design professionals in Fort Myers, 952 design professionals in Florida and 13,104 design professionals across the United States. Project Manager Brian Stitt has the authority to bring in any resources needed to supplement the project's needs. Organizational Chart Key GN 1 Haskell z AECOM 3 Revere Controls 4 RKS Consulting Engineers 5 GFA InLernaLional G Q. Grady Minor k AssociaLes, PA 7 Gulf States Electric, Inc. - 8 Quest Corporation of America ___-----___ DEPUTY PM/DESIGN HEADWORKS DESI CENTER MANAGER LEAD Kevin Smith, PE, DBIA' Paul Moulton, PE' SCADA INTEGRATION ELECTRICAL James Noe3 Yasser Rizk, PE' Ira Brandell, PEz MECHANICAL PROCESS/ ODOR CONTROL 18C Chris Galligan, PEz Bill Overbeek, PEz STRUCTURAL/ Sarah Papazian, PE' BUILDING MATERIALS GEOTECHNICAL Doug McClellan, PE, DBIA' Jeff D'huyvetter, PE6 SURVEY/SUE CIVIL/SITE AND Donald Saintenoy, PLS6 FIELD ENGINEER Dustin Chisum, PE' PERMITTING Kelley Samuels' Frank Feeney, PE, LEED AP BD+C6 HASKELL I WE CREATE THINGS THAT MATTER 411 HASKELL A=COM I&C/SCADA Revere Controls GEOTECHNICAL GFA International ELECTRICAL RKS Consulting Engineers Gulf States Electric, Inc. Construction and Commissioning Resources: Anticipated needs during construction are 5-10 operators/ laborers, 10-15 concrete tradesmen, 5-10 mechanical workers and 5-10 electrical workers, with levels varying as the project progresses. We have significant construction resources with Haskell's 100+ permanent craft employees (PCEs) working in Florida who can execute the concrete, metals, fiberglass reinforced plastic (FRP), process equipment and mechanical scopes. Our construction partner, Gulf States Electric, is located in Naples, Florida and can easily meet the electrical needs of the project to ensure the project schedule and quality are maintained. i PRECONSTRUCTION MANAGER Steve Rampulla, LEED API ESTIMATING Mike Spaeder— Mechanical' Donnie Bellolt — civil) Eddie Robison — Electrical, Jeannette Saliba, DBIA — General' CONSTRUCTION SUPERINTENDENT Bobby Bradley' SCHEDULING MANAGER AshrafAsad' O9.M TRAINING, STARTUP AND COMMISSIONING Blaine Stone, PEz COST CONTROLS/ BUDGETING PUBLIC RELATIONS Nick Swan, MANAGER Yvonne McClellan' VALUE ENGINEERING/ CONSTRUCTABILITY REVIEW Paul McElroy, DBIA' Richard Moore, DBIA' 2-2 E SECTION 2.0 - PROJECT TEAM APPROACH ® No Changes to Team The Haskell-AECOM Team has no changes to the key team members submitted in Step 1. Detailed Project Schedule The schedule included beginning on page 2-4 details our plan for the successful delivery of the NCWRF project from notice of award to the final acceptance of the project. Our schedule identifies key milestones, significant County decisions that are needed, as well as the County's anticipated design review periods. Our plan is based on the numerous decades of experience we have on similar projects. Duration details will be reviewed with the County to finalize the schedule. As requested in the RPS documents, we are providing our plan to mitigate items that could impact the critical path. In addition, our schedule includes fast -tracking of certain project elements to complete the project as expediently as possible. Critical Path Impact lvlitigati®n Plan Design Process selection delays A kickoff meeting between Collier County and the Haskell-AECOM Team 7soil start of design within one (1) week of notice of award to gain alignment on new headwo manufacturer selection and general layout. Unforeseen soil The team will perform early geotechnical investigation to identify unfore conditions impact conditions to mitigate potential impacts to schedule and cost. foundation design Permitting Permit review delays construction work Procurement Equipment is not purchased on time and delays project Delivered equipment does not match the equipment used in the design Construction Existing pipe is different than identified utilities delaying site utility construction Craft worker shortage impacts the ability to complete schedule on time Commissioning Plant tie-in issues MOPO requires additional time to complete Process does not process influent sewage as intended We will engage with permitting agencies early to ensure they understand project timing and urgency to meet review deadlines. Workshops with agencies will be set up, which will include a presubmittal review. Our plan is to utilize early an GMP purchase to ensure equipment is on -site ahead of the required installation date. The team will identify and select equipment early to enable the design engineers to design. Upon delivery, our staff will inspect the equipment to approved shop drawings for compliance and early identification of issues. We will use soft dig techniques to identify potential conflicts and conditions during the 30% design phase. The team will take part in early coordination with internal resources to ensure resources are dedicated to the project ahead of the anticipated need. We will have early recruiting of potential craft workers and add additional resources pulled into the project from Haskell's other local projects during peak manpower needs. We will soft dig potholes of utilities near the major tie-ins and periodically along the pipe routes, along with early construction of tie-ins. An early planning workshop between County staff and Haskell-AECOM will take place to identify anticipated MOPOs, optimum tie-in timing and anticipated durations. We will obtain current influent stream characteristics from Collier County to ensure process selection is the best application. We will also utilize internal peer review to ensure process selection will work for anticipated conditions. H ((( ■■■ c N c c n .c �a m E — m a ........ v ..�_ 8. 3 $ 3Oa8Ng4dVaiti n°o8�tOVdqij o8�fd8'm�6e C8�OOaV8'8_1t�82rcaginS $8NYgt. f E _ I {, OVVN(OtV m8yNy33V8v3e€i ttm�NVOO ON. �NN�;ngg•am7}'- :- Sf�N� NO5 O�a3 8T 8�a$�.E. 8 '.:,'. 8V$S8 8 :' 8NN$..._ 8�w18< � < wf8fw d8l f �81 8< df WNONv�atEE ttbVV Nb d S NN88�aa2 . A ., o<�I O� ': 5 5 w <I Ew33 03' 1382882 �.-NNN81a-.tt V E c (34 „a8 c o o3iT 3 :b � L_ f f c°a s a io vi�� o�' si��i sci E v � a;lL a a <!3_i`'';E y $!$U a : s a I,aIL O Opp O m (] O O $ �i : pN Op ,�[j hoop �OpO_ 21 'y$ y�' o }7i a 8i aye a ° ,tg m' ,aaaaa _ w 'CA fib" �f C _ z 0 _ _ m 1.2 r v o Si 2 Q E o LL ri �o b' O c N- O,, 0 w a'.E .... -:. .... in... .a7� c. ..2.J E .. ...-$.« c c.O�o ° z. n;w...,... .... . r+. - �y:p-g �-i > ,. v 6• n N A Q z ... > s wa O m oW oo 0 0 0 N O o 0 0 0 0 0 o m OO a�moo m O r O N m m � m N N � rr n W����� � �wwww J� Y ; Y< Y Y Y Y Y YG - t¢YA YQ Y Y t¢YA Y¢ Y Y< Y< N p 3 <Y <Y <Y <Y <Y <Y QY <Y <Y <Y <Y <Y <Y <Y S S-S �' �. biA 2� obi tb AAA>•`� bi bi Nbi Nd.A 3. i. r' d�ddddib �'q� o i L' 0o y y 3 i 3 3 G t �} t N N � b d b d N N ry i. ry �� G b � i. 1 i tl d A d t b b q o U (SAS � gym' momm n m a . '.... E 1O : E ; Q oa w Y g �' �v 'g s ,ate a v y `B�"0 3 y oS coE v oa ov yy c @ o cSEE E aSE ¢ ¢ «.. 52 E FE u 8i �{ Gqi q i' m o a E E E 2 2 3 g c N C a (9 E 2' c [8 O E$¢ S c K K I I I N a a s ek . SR aa a a 0 i LL Ow Ow 2w 2Z a 4 m O m q ca -:aa 'g bo 5ag o,,, :eat �' vq n. ,Y:x �Y o:. iog c E m . 22 d ;< n a e & $ c 2 E LL g' 3 `o € o.s - E F ti ti a 1h p n c7 a E C� 'a q cg t a w E o v..3U°"i mg wq w 2 'd 2 E�'w v"uS O �me ""v.aaiasacq.aqaa��a �a=g R�. , Vc q2n0 u7EO O E W w wNaQ e EE> �>o s o oaS �o og oS mmmo mm (v a a'.a g> 1;> i i i i,� T i ii i Y i Y.� >� i-i i> Y �'� � >.>� � a a a,a a s as a ❑_ e w 4 d 0 a m � o y -a a 57 _ia « c c a m F- J J W N � �I u. 6 3 o _ z [L v_ yY YY OO E u N ryry N bNm � u1 ZIZI :3:1::������:W�Www� ww:-1:Jl:d{�J:3m:��:j ZI:ZI:3 :3 Y Y Y Y w Y Y Y Y Y Y Y Y Y Y Y w Y Y Y W Y Y 8 Y Y Y Y Y Y w? w? O ��yy- N « •- N N •- « N •- •- N N l� N N N N N l�`� '+ �. ry ryry d: bi o z O i. i. « •' N •- •-. N « •- •- •- N N l� N N N l� N l� N N ° N N N � U 5. catg5 nt PA N N a •- o FI FI N N o rn j �Fj � I, N o in 1� N N N N N N N N q3 Egg E E; s3 a ri ; rn E Ji Tn U n w (7 « u a E— rn �� AT. �Z g � � a d rn o « g 9 ° g m£ a J a s g i g LE 'S E' E :C 5 5 § vaa05 awb��w gy��W�¢€�w'ww� �aZaaa a b{ 5 t9 c o c 0 8 "6 m & 3 o n w a `_='a o 3 � d',g � � g a o E w 8 S. 'rn u9 tlo w _ ww =', w = 3 o � i uia a m" u� a' ,,� LE oa (NV rn o: c a -a a o ryry _ a o N N:N N N N _ zaz zzo C5 C5 z C5 C5 C5 z ��''.�'� y 3 .c � y y LL 0 a a (, 0 6 poProject Overview The existing headworks at the NCWRF, constructed in the mid 1990s, needs a replacement to ensure the County can comply with current treatment standards and operation requirements. Challenges associated with the existing facility include: • Poor condition of the headworks due to lack of access and inability to isolate sections for regular and critical maintenance • Structural issues and deteriorated concrete due to hydrogen sulfide corrosion • Screens that have difficulty managing larger material which accumulates and causes additional maintenance ® Inadequate flow metering • A non-functional grit removal system that causes downstream issues for the rest of the facility Because of these challenges, the County desires a new facility that will address these issues as soon as possible. Using our proven design - build approach, the Haskell-AECOM Team will deliver the new facility as expediently as possible to minimize ongoing operational risks of the existing headworks. The new facility will meet or exceed all regulatory and quality requirements and be constructed in a safe manner both on time and on budget. Our project planning and collaboration process with operations will deliver the new facility, such that the existing facility operations are not impacted. overview of Design Rationale Elements included in the Design Rationale are: e Site development ® Description of recommended improvements * Demolition, repurposing and enhancements Community impacts/public outreach * Compliance with County standards and operational requirements Section 2.0 - Project Team Approach describes our team's ability to bring our local, regional and national engineering and construction resources to successfully deliver this project. This section provides our team's technical approach to the design of the new facility. HASKELL I WE CREATE THINGS THAT MATTER 3 — I SECTION 3.0 - TECHNICAL INFORMATION Design Rationale 99%7Irr, . a. Description of Selected Location Several location options were considered for siting the new headworks facility including: ® The area south of the mixed liquor effluent (MLE) treatment facility Demolishing the existing facility and reuse the existing headworks footprint Repurposing the stormwater retention basin east of the existing operations building The area south of the MLE facility was considered, due to its proximity to the influent force mains along Goodlette-Frank Road. However, this location had several significant disadvantages, including the extensive yard piping required to tie this location in with the existing oxidation ditches, plant pump station, equalization tanks and electrical/ SCADA system. In addition, the new structure would have had a negative visual impact on the surrounding community as it would have been situated along Goodlette-Frank Road. Given these disadvantages and the high construction costs associated with pipeline and electrical tie-ins, our team eliminated this possible solution. Reusing the existing headworks footprint was also considered as it would allow reuse of the existing yard piping and electrical ductbanks with minimal modifications. In considering this option, we identified several significant disadvantages. For example, under this alternative, major bypass pumping and temporary screening would be required for the duration of demolition and construction of the new facility. In optimized Solution Based on Site Challenge addition, the design criteria for the new headworks requires a significant increase in headworks capacity, and therefore, the required new headworks footprint would be larger than the existing headworks footprint. Given the high cost, disruptions to plant operations, risks associated with bypass pumping and the need for temporary screening our team eliminated this possible solution as well. Our team concluded the optimal solution is to repurpose the existing stormwater retention basin east of the operations building. This location was selected by our team as we identified many benefits and no disadvantages. Advantages to this solution include: The County will retain full use of the existing headworks facility, which provides reliability HASKELL I WE CREATE THINGS THAT MATTER 3 - Z SECTION 3.0 - TECHNICAL INFORMATION n U 11 0 0 0 The existing headworks facility will remain in place as a backup after construction of the new facility is complete No shutdowns of the existing headworks will be required throughout the project Our approach requires no bypass pumping during the maintenance of plant operations activities through the use of hot taps and coordination with system and plant operations No negative visual impacts to the public, as it is located near the center of the site Sufficient space to allow access from all sides for operations and maintenance, as well as room to install the significant yard piping needed to bring the plant flow to the structure No disruption to the existing plant electrical system, as we will strategically locate the new Florida Power and Light (FPL) service to the east side of the facility ® Single SCADA system tie-in through the use of single fiber connection b. Stormwater Management Our team completed preliminary stormwater modeling of the NCWRF facility using the CASCADE stormwater modeling program. We obtained the previous stormwater design report from FDEP, which included the original CASCADE model used on the 2007 NCWRF permitting effort, and updated it to reflect planned improvements for the new headworks facility. In addition, our team included updates in the model to reflect the FDEP permit and stormwater calculations for construction of the North County Recycling Center. The results of the preliminary stormwater modeling show that removal of all detention in the existing dry detention area and diverting the stormwater to the retention area south of the MLE will satisfy criteria for permitted minimum finished floor elevation (FFE), minimum road crest and perimeter berm elevation and maximum allowable discharge rate. Our team will modify the existing NCWRF stormwater management system environmental resource permit through the Florida Department of Environmental Protection (FDEP) in accordance with the Florida Administrative Code. The proposed stormwater management system modifications will be designed in accordance with the applicable stormwater requirements. Stormwater pipes ranging between 12- and 24-inches are proposed to provide the required conveyance capacity. There are several existing utility conflicts, including underground HASKELL I WE CREATE THINGS THAT MATTER 3 - 3 SECTION 3.0 - TECHNICAL INFORMATION gravity collection systems, a 16-inch potable water main, a 24-inch reuse water main and underground electrical duct banks located in the vicinity of the new headworks. Therefore, it is proposed that the existing storm water management piping be modified to collect the shallow pipes and discharge through a ditch bottom inlet located in the existing stormwater detention system in front of Clarifier No. 7 and Contact Basins numbers 3A and 3B. The existing 18-inch reinforced concrete stormwater pipe that leads from the detention area in front of Contact Basin 3A/3B to the existing detention area south of the existing cell phone tower will remain in place (as shown on the attached sheet C-101). This proposed piping configuration will allow the existing stormwater management system to continue to function while minimizing potential costly conflicts with the existing plant yard piping. Stormwater pipe rerouting and installation is a portion of the early work packages the team identified to perform ahead of the headworks structure construction to alleviate any stormwater issues throughout the project. c. Yard Piping and Sitework Our team has extensively analyzed the existing yard piping and points of connection and developed a cost- effective approach that will result in no shutdowns of the existing headworks and requires no bypass pumping. The new yard piping will be designed to eliminate the need for costly bypass pumping through use of hot taps and minimize impacts to existing plant and system operations during construction. As shown in the rendering below, the new piping is proposed for the plant influent lines in a similar configuration as the existing condition. Influent Main Connections Southwest of the administration building, the existing influent mains will be tied into new influent piping with tapping sleeves and valves. The two (2) 24-inch mains will be manifolded together into a single 36- inch pipe to the influent channel of the new headworks. This configuration will capture the 8-inch PVC main along the eastern plant boundary (DCP Article 3.3 Tie-in #1), the 30- inch DIP main entering the north plant boundary (DCP Article 3.3 Tie-in #2) and the two (2) 24-inch PVC mains entering the plant site from Goodlette- Frank Road (DCP Article 3.3 Tie-ins #4, #5 and #6). The existing 30-inch main entering from Goodlette-Frank Road (DCP Article 3.3 Tie-in #3) will tie into a new 30-inch pipe to the influent side of the new headworks. At the conclusion of the influent pipe tapping work, all influent flows route to the new headworks structure in HASKELL I WE CREATE THINGS THAT MATTER 3-4 SECTION 3.0 - TECHNICAL INFORMATION parallel forcemains, 36-inch and 30-inch ductile iron restrained piping This configuration aims to preserve the current combination of influent piping while allowing for increased capacity. Service Water, Drainage and Recycled Flow Connections To provide washwater for the primary screens, a new 4-inch line will be installed from the existing 24-inch IQ water line. To provide seal water to the washpress pumps, a new 6-inch line will be installed from the existing plant service water main. A new gravity drain system consisting of a manhole and drainage pipes will be installed to collect drainage from the new headworks facility, including the washpresses and odor control. This drainage system ties into the existing drainage system on -site and discharges into the plant site pump station. To return the existing site drainage and recycle flows to the new headworks, a new 18-inch force main will tie into the existing 18-inch reject water force main near the aerated sludge holding tanks and route this flow to the new headworks structure. This approach allows the revamped plant site drain pump station to reverse its flow direction and send drainage flows to the new headworks. After flow measurement by a new magnetic flowmeter, the 18-inch piping bifurcates to allow the plant master pump station to pump to either the influent or effluent side of the new headworks. Treatment Process Connections At the effluent portion of the new headworks, new buried 24-inch MLE piping exits the western face of the structure, reconnecting to the existing MLE process supply lines southwest of the operations building. Again, each new MLE pipe from the headworks will connect through a wye to maintain existing headworks building functionality. Connecting directly to the existing MLE pipes in the yard allows the team to take advantage of existing infrastructure and existing flowmeters. New bypass piping is provided around the existing flowmeters for each MLE aeration basin. Connecting the new headworks structure to the existing orbal aeration tanks poses a challenge due to the existing piping and obstructions in the ground. To resolve this issue, a new 36-inch line will be installed from the new effluent distribution boxes to the existing 24-inch MLE supply line that is currently not in use. Here, the design again utilizes existing infrastructure to its advantage. The new orbal influent piping will connect into the existing 24-inch MLE piping HASKELL I WE CREATE THINGS THAT MATTER 3-5 SECTION 3.0 - TECHNICAL INFORMATION and reverse the direction of flow towards the existing pretreatment building. Repurposing the existing 24-inch MLE piping allows the team to avoid several major underground obstructions. At the pretreatment building, the 24-inch former MLE piping will ultimately connect back into a new 36-inch manifold, which connects into the existing orbal influent manifold and distributes flow to each basin. Since this tie-in location occurs before the orbal flow meters, they do not need to be replaced. New bypass piping and valves will be provided for each orbal basin flowmeter. The connection to the equalization basins will be provided by a new 42-inch gravity line and new 24- inch pressure pipe from the new headworks to the existing equalization piping at a point northwest of the existing headworks facility. The design has identified a pipe corridor for this piping, as shown on the drawings. Flow will be measured using new level transmitters that will measure the tank's rate of change during inflow and outflow. d. Permit Requirements The Haskell-AECOM Team has provided a description of required permits on page 3-13. a. Site Layout The location of the new headworks will be in the stormwater retention area east of the operations building The layout of the proposed facility is shown on the proposed site plan rendering on page 3-1. To facilitate connection to existing influent and effluent pipes, flow through the structure will flow from east to west. The structure is subdivided into three (3) main sections for coarse screening, grit removal and fine screening. There are also influent and effluent channels upstream and downstream of each section. The final effluent channel also has a splitter box for distribution of flow to the MLE treatment trains, oxidation ditches and flow to/from the equalization basins. Each section of the headworks has four (4) parallel treatment units designed for a total capacity of 90 mgd with one (1) unit out of service. The washpresses and dumpsters for coarse and fine screenings, as well as the odor system, are located at the north side of the new headworks structure to provide easy access from the existing roadway on the north side of the retention basin. A new prefabricated electrical enclosure, standby power generator HASKELL I WE CREATE THINGS THAT MATTER 3—G SECTION 3.0 - TECHNICAL INFORMATION and utility -owned transformer will be located to the east of the new headworks structure, as shown on the proposed site plan rendering. Existing stormwater that drains into the retention basin will be diverted to the existing retention basin south of the new headworks facility. 6. Influent Flow Measurement The ability to meter all influent flow into the NCWRF is a critical improvement that will be incorporated into the new headworks facility. Accurate influent flow measurement is not possible within the existing headworks building and piping configuration, but with a new headworks facility and new influent piping, all flow sources entering the headworks facility will be measured and totalized through the plant SCADA system. In -line electromagnetic flowmeters (magmeters) will measure influent flow rates and transmit the data through SCADA. Magmeters will be installed in each influent forcemain and located above ground to facilitate operator access near the southeast corner of the new headworks structure. A bypass pipeline for each flowmeter will be included and buried underground below the flowmeters, isolated by valves. Additionally, a new magmeter with bypass piping will be installed on the reject water force main, in a new section of pipe that connects the pipeline to the headworks structure. With our new headworks facility design, the County will have accurate and instantaneous flow measurement for all influent flows. A new magmeter will also be installed on the new piping connecting the reject water pipeline to the headworks influent. This magmeter will be above grade with a buried bypass and will measure the flow from the revamped plant site pump station, as well as any reject water flows. Combined with the two (2) influent forcemain magmeters, every flow source entering the headworks is monitored. c. Two -Stage Screening Screening plays a critical role in any wastewater plant by removing debris and materials that would be detrimental to downstream equipment and discharge water quality. Our team has included reliable and appropriately sized screening systems located before and after the grit removal system. Both sets of screening systems include a process train unit in accordance with 10-State Standards and are designed to simplify operator maintenance and access. HASKELL I WE CREATE THINGS THAT MATTER 3-7 ems..._...! SECTION 3.0 - TECHNICAL INFORMATION The four (4) influent screens will be situated in channels at the eastern end of the new headworks structure immediately following the influent channel. Influent screening will be provided by four (4) 6-mm mechanically raked perforated plate screens. The stainless -steel screens will remove all particles and rags greater than 6 mm in diameter and discharge them to a common sluice trough. The sluice trough conveys washwater flows from the screenings down to a pair of washpress compactors for disposal. The influent screen washpress compactors are located adjacent to the headworks structure on a concrete pad for operator access. In accordance with the DCP requirements and clarified in Addendum 3, each screen is sized to handle 30 mgd, for a total hydraulic capacity of 90 mgd with one (1) screen utilized as a standby unit. Two (2) new washpress compactors will be provided to handle material removed from the influent screens. The two (2) washpress compactors are sized to handle peak flows and discharge to a covered (for odor control) dumpster for waste removal, provided by the County's waste removal vendor. The covered dumpsters will be provided by others. In anticipation of a future MBR process at the NCWRF, second stage fine screening will be provided by four (4), 1 mm drum screens. The drum screens are located downstream of the new HeadCell grit removal units and are each sized for 30-mgd hydraulic capacity, which is required to meet the hydraulic DCP requirement in Section 3.2 and clarified in Addendum 3. Drum screens are immersed in channels and include a sluice trough to two (2) washpress compactors for disposal, similar to the influent screenings disposal. The washpress compactors are located outside the headworks structure on a concrete pad. d. Grit Removal HeadCell grit removal is one of the best removal technologies available, but it can introduce a significant amount of headloss to a wastewater stream. Our design includes a double effluent weir for each grit removal system to minimize the impact of headloss for peak flows while maintaining excellent grit removal. Immediately following the influent coarse screening, four (4) Hydro International HeadCell units will remove grit particles from the waste stream. The units are arranged side by side, but our design configuration allows for a double weir along the effluent side of the HeadCell, which reduces headloss through the new headworks. The four (4) HeadCell units are 12 feet in diameter and located within a 16 foot x 16 foot space. The units are sized to remove 95% of grit particles greater than 106 microns at the peak flow of 90 mgd, as required by DCP Table 3.6.2.A. This includes 85 mgd of the peak wastewater flow and approximately 5 mgd for internal plant recycle water. At a hydraulic rate of 30.6 mgd, the units can remove 95% of grit particles greater than 95 microns, as required by the DCP Table 3.6.2.A. A dedicated grit pump will be provided for each HeadCell unit and will be located underneath the water channels on the grade level of the structure to minimize the required facility footprint. The pumps are situated on concrete pads to place them 3 feet above the 100-year flood level. The grit pumps will be recessed impeller, vortex -type pumps specifically designed to pump grit slurry. Each grit pump will discharge to a dedicated grit washing and dewatering system provided by Hydro International. The combined units are located on the top deck of the structure in proximity to the HeadCell units. In our design, water drained from the units is returned by gravity directly into the influent grit channel, which eliminates the need for a pumping system. Washed and dewatered grit is carried up the conveyor system before being deposited into covered grit dumpster bins (furnished by owner), located outside the headworks structure at grade level. HDPE chutes will be provided from the classifier discharge into the bin, to eliminate spills and minimize odors. A key operational component that was determined to be important by NCWRF staff was the ability to bypass screened influent around the grit system. Two (2) grit removal bypasses are included in the design to meet the 85-mgd bypass requirement in DCP Table 3.6.4. The bypasses are an empty channel that connects the influent screenings effluent channel to the second -stage fine screenings influent channel. For ease of operation the grit bypass channels will be controlled by motorized gates, which connect to SCADA. This design will allow for an operator to bypass screened influent flow around the grit and fine screening process remotely from the SCADA system. Grit slurry piping will be cement - lined ductile iron pipe, sized and routed to convey a grit slurry without causing blockages or pressure spikes. HASKELL I WE CREATE THINGS THAT MATTER 3-8 SECTION 3.0 - TECHNICAL INFORMATION Influent gates to each HeadCell unit will be 316 stainless steel and motorized for SCADA control. The HeadCell units are positioned in an arrangement for equal flow distribution. Modulating the influent gates to balance flow will not be required in our design. e. Odor Control The odor control system for the new headworks will use a bio-trickling filter tower consisting of synthetic media in a fiberglass tower to attain the 99% H 2 S removal and 95% odor removal specified in the DCP. The H2S levels at the bio-trickling filter inlet are predicted to be 500 ppm average and 1,000 ppm peak. At these high H 2 S levels, the bio-trickling filter is the recommended control technology, as it will not require a new, costly chemical feed system and large chemical storage tanks. The bio-trickling filter system consists of a round FRP tower. The system includes an exhaust fan with sound enclosure, recirculation pump, control panel, nutrient storage tank and nutrient pump. Odorous air passes vertically upwards through the tower and the media bed, while irrigating water passes vertically downward through the media. The bio-trickling filter will be sized for approximately 5,000 cubic feet per minute of odor control air to comply with DCP Table 3.7. The odor control system will utilize fiberglass ductwork to draw odorous air from the head space under the channel covers and the HeadCell covers to minimize fugitive emissions of odorous air. The air flow rate will provide 12 air changes per hour in the head space above the water and under the covers, as required by the DCP. In addition, process equipment, such as screens and grit classifiers, will have covers with connections for the odor control system to draw off odorous air, so that the equipment will always be under negative pressure. Duct connections with flexible ductwork will also be provided at the screenings and grit container area to allow drawing off odorous air from the container area or from under container covers if covered type containers are used. f Plant Pump Station The plant pump station for the new headworks project will repurpose the existing plant site drain pump station No 1. This pump station currently receives drainage from the existing headworks building drains and receives drainage from various locations around the site. All new drainage from the new headworks structure will be routed to this station utilizing the existing drain network on -site. By repurposing the existing pump station, the team is able to eliminate a costly new pump station installation and more importantly, eliminate rerouting deep existing gravity drain pipes. The project will replace the two (2) existing 85-HP pumps and VFDs with new 110-HP pumps sized for the appropriate flow. The pumps will fit into the existing wet well and will reuse the existing valves and piping network. Minor piping modifications will change the discharge from this station to either the influent box to the new headworks or the effluent of the headworks. New magnetic flow meters, with bypass piping, will be installed to measure the discharge flow from the plant pump station. By reusing the current wet well, all existing drainage piping to the pump station are preserved, which eliminates major drain piping costs. Drainage from the new headworks structure will be conveyed to the wet well utilizing an existing internal plant drain system. The new pump VFDs will replace the existing VFDs in the pretreatment building electrical room and will be powered from the existing motor control centers (MCC) in the existing headworks electric room. g. Proportioned Flow Diversion to Equalization Tanks The County currently utilizes three (3)aerated flow equalization tanks at the NCWRF, each having a total capacity of 1.5 mg. Under current operations, these tanks are typically used on a daily basis to equalize higher flows that occur during daytime hours and slowly bleed this flow back into the process when flows subside, generally during night hours. A similar flow equalization capability will be retained. Under this project, a motorized overflow weir gate will be provided to passively control flow distribution from the effluent distribution box to the equalization system. Operations staff will have the ability to monitor water level in the drop box downstream of the fine screens and remotely adjust equalization weir level to control the volume of flow sent to equalization basins as desired. Once flows subside and it is time to return flows from equalization to the process, the weir gate can be raised to prevent overflows from the drop box to equalization tanks. The existing pumped equalization return system would then be utilized to return flows to the new headworks facility where HASKELL I WE CREATE THINGS THAT MATTER SECTION 3.0 - TECHNICAL INFORMATION they would overflow the equalization weir and be returned to the drop box for distribution downstream. h. Flow Distribution to Treatment Trains Flow from the new headworks facility will be distributed to downstream secondary treatment processes, consisting of three (3) aeration basins/ oxidation ditches and three (3) MLE trains. Flow distribution to an existing equalization system will be provided as described previously. Flow from the new headworks effluent channel will overflow a series of motorized weir gates sized based on respective capacity of each downstream process train. Water level in this channel downstream of the fine screens will be monitored and operations staff will have ability to remotely adjust each respective weir elevation to distribute flow downstream as desired. Downstream of the outfall weirs and individual drop boxes will be provided with effluent piping to each of the secondary processes. New piping will be provided to the identified location on the site where they will connect into existing yard piping. Flow will be measured to each aeration basin and MLE train using the existing magflow meters. Stop logs will be provided for each size of gate to allow for isolation of the channels and drop boxes to allow for periodic maintenance. i. Plant Electrical Systems The electrical design will be provided in accordance with the requirements of the DCP, local codes and the latest versions of the following referenced standards: 1. Florida Electrical Code 2. National Electrical Code 3. Underwriter Laboratories, Inc. 4. National Electrical Manufacturers Association (NEMA) 5. American National Standards Institute (ANSI) 6. National Fire Protection Association (NFPA) The headworks facility will be provided with a new utility service from FPL. A utility provided transformer will step down the utility distribution voltage to the 480 VAC/3 Ph facility voltage. The main distribution point for the new Headworks structure will be a 480 VAC, 3 Ph, 3 W switchboard named SWBD-05. The switchboard will be provided with a main circuit breaker, power monitoring, surge protection, feeder circuit breakers and an integral automatic transfer switch (ATS). The ATS will transfer power from the FPL service to a standby diesel generator in the event the utility source is lost for increased facility reliability. In addition to the diesel generator, a manual transfer switch will be provided on the electrical building exterior wall that will allow the connection of a portable generator in the event the local diesel generator is out of service. The diesel generator will be provided in a weatherproof enclosure and will be mounted on a diesel belly fuel storage tank. The belly tank is sized for 120 hours of continuous operation at peak load. The main switchboard will distribute 480 VAC/3 Ph power to process equipment and downstream 480- 208/120 VAC dry type transformers. The transformers will feed a 208/120 VAC panelboard, which will be utilized as the main distribution point for lighting, receptacles, HVAC and other miscellaneous 208/120 VAC loads. Electrical Enclosure. A prefabricated electrical enclosure is provided to house the new switchboard, equipment PLC cabinets, distribution HASKELL ( WE CREATE THINGS THAT MATTER 3-10 SECTION 3.0 - TECHNICAL INFORMATION panels and other electrical gear. The enclosure will be assembled offsite and delivered to site once underground cabling is installed. Utilizing a prefabricated enclosure reduces the electrical schedule without reducing the quality of the product. The enclosure is air conditioned and a NEMA 1 classified space. By locating the vendor equipment PLC panels inside the electrical enclosure, the team minimizes the amount of explosion proof electrical gear on the process deck. Area Classifications. Areas of the facility will be classified in accordance with the latest edition of the National Fire Protection Association 820: Fire Protection in Wastewater Treatment and Collection Facilities. Support Systems. Lighting systems and receptacles will be provided for the headworks facility. Indoor and outdoor lighting shall be LED type. Outdoor lighting will be full cut-off Dark Sky compliant with the ability to be controlled by the SCADA system. Lightning protection will be provided for the headworks structure and the electrical building in accordance with the DCP requirements. A grounding system for the headworks and electrical building will be provided and consist of copper conductors, ground rods, raceways and connections in accordance with applicable codes and standards. Electrical Materials. Conduit materials will be provided in accordance with the following: NEMA 1 —Rigid Aluminum ® NEMA 4/4X —Rigid Aluminum NEMA? (Class I, Division 1/ Division 2) — Rigid Aluminum ® Underground Duct Banks — Schedule 40 PVC Wires and cables for 600-volt power circuits will be copper, thermoplastic, high -heat resistant nylon -coated rated at 75°C with thermoplastic insulation and nylon jacket. They will be cross - linked, high -heat, water resistant insulated wire for # 6 American wire gauge and above. Wires and cables for control circuits will be single- and multi -conductor cables, copper conductor Class B stranding. Shielded cables for instrumentation wiring will be stranded tinned copper conductors, size 16 American wire gauge. Motors. Motors will be NEMA premium efficient type and will comply with the latest NEMA standards. Motors driven by VFD will be inverter duty rated and suitable for VFD applications, Motors will be provided with local disconnect switches as required by the National Electrical Code. Constant -speed motors will be provided with local RUN/OFF/ AUTO control stations. Variable -speed motors will be provided with local emergency stop pushbuttons. Variable Frequency Drives (VFD). VFD units will be insulated gate, bipolar transistor type with all appurtenances in one (1) integral lineup. Free standing drives larger than 50 HP will be 18-pulse type. A harmonic analysis will be performed for new equipment to ensure that the harmonic levels generated are within the limits indicated in Institute of Electrical and Electronics Engineers Standard 519, Recommended Practice and Requirements for Harmonic Control in Electric Power Systems. Electrical System Study. A study of the new headworks electrical system consisting of a short-circuit analysis, protective device coordination and arc flash hazard analysis will be performed. Care will be taken to mitigate arc flash hazard levels and coordinate protective devices to ensure the safety and improved reliability of the system. Based on the results of the study, arc flash labels will be provided for electrical equipment as required by the National Electrical Code and in accordance with NFPA 70E, Standard for Electrical Safety in the Workplace. A report will be provided summarizing findings and providing recommendations for protective device coordination prior to final design. An electrical system study will not be performed for the existing electrical distribution system. j. Building Design General. All structures will be designed in accordance with the 2017 Florida Building Code which adopts the 2015 International Building Code (IBC)/ASCE 7-10. Headworks Structure. The new headworks will be an open, two- story concrete structure with access openings at the first -floor level. Elevated floors shall be designed for the equipment loads being supported as well as a 250 pounds per square foot uniform load. Concrete channel walls and floors will be coated to the top of the wall to provide protection from the H2S gases. In addition, the exterior of the concrete structures will be painted to match the color of nearby structures. HASKELL I WE CREATE THINGS THAT MATTER 3 - 11 SECTION 3.0 - TECHNICAL INFORMATION Electrical Enclosure. The electrical enclosure will be a prefabricated fiberglass or metallic electrical building on a concrete foundation at grade above the 100-year flood. The enclosure will be climate controlled to protect the electrical equipment from heat and humidity. Architectural. Operator access and personnel protection will be provided in accordance with the building codes. Exterior stairs and railings will be aluminum. Exterior doors will be fiberglass for corrosion resistance and windows will be aluminum with impact glass. Structural. Concrete tanks will be designed as watertight liquid containing structures in accordance with ACI 350 using Class A concrete with a 4,500 psi compressive strength and a water cement ratio of 0.42. Equipment foundations/pads will be Class B concrete with a 3,000 psi compressive strength and water cement ratio of 0.50. Building Mechanical. No building mechanical services are required for the headworks building due to the open structure. The electrical enclosure will be climate controlled to protect the electrical equipment from heat and humidity. k. Facility Instrumentation System Monitoring and control of the new headworks equipment and appurtenances will be provided through a new PLC -based control panel located in the headworks electrical building. This PLC will act as a data concentrator and communications supervisor connected to the plant's existing SCADA network via fiberoptic cable. Most of the proposed mechanical equipment will be provided with vendor -furnished PLC -based control panels to monitor and control each respective piece of equipment. These PLCs, 15 in total, will be connected to new data concentrator PLC via an ethernet switch located within the PLC cabinet Operators will be able to interface with the new processes at operator interface terminals (OITs) provided at the new PLCs, as well as at the existing SCADA workstations in the control room. Revere Control Systems will act as the system integrator for this contract. Revere Control Systems is one of the County's approved integrators and has performed numerous upgrades for water & wastewater plants in Collier County. Through these upgrades, our teas has developed a deep understanding of the SCADA system standards the County has adopted for the treatment plants and the remote sites. The knowledge and experience will be leveraged throughout the duration of this contract. As the system integrator, Revere Control Systems will provide and configure the SCADA hardware and software and the instrumentation for these process upgrades. The proposed SCADA technology will meet the Collier County Public Utilities Department SCADA Standards, including the use of Allen Bradley ControlLogix PLCs and iFIX HMI SCADA Software. Industry -standard instrumentation will measure process variables, such as flow, level and pressure. Instrumentation will be provided in accordance with the County's SCADA standards, such as ethernet output on all flowmeters. The proposed instrumentation and control system will be presented to the County in design submittals, including P&IDs, system architecture diagrams and control descriptions. Based on the completed design documents, the control system and instruments that will be provided will be documented. The configuration of the PLCs, human machine interface (HMI) graphics, trends and reports will include input from the County obtained during design workshops with County key staff during construction. I. Permits The following permits will be required for the design and construction of the new headworks facility: Building Permits. Building permits, organized by discipline for construction will be submitted to the Collier County Growth Management Department (GMD) for review and approval. Design drawings will be signed and sealed by the design engineer licensed in the State of Florida. Site Development Permit. The existing site development plan (SDP 92-140) will be modified through a site development plan amendment to account for the addition of the proposed headworks building. The overall site improvements will be evaluated to account for truck access, fire access and protection, landscape architecture requirements, site lighting requirements and other operational considerations associated with the new NCWRF headworks building. It has been assumed that the landscaping requirement will be limited to grading and sodding. No plantings have been included. It has been assumed that the existing fire hydrant layout is adequate and HASKELL I WE CREATE THINGS THAT MATTER 3 — 12 SECTION 3.0 - TECHNICAL INFORMATION no additional hydrant is needed. A of exemption will be submitted Stormwater Management/ERP preapplication meeting with Collier to the FDEP for the new (Modification of Existing Permit County Community Development headworks odor control facility. 11-0189294). The stormwater and Engineering Services will be The design of the facility will limit management system for the NCWRF conducted prior to official submittal the discharge of pollutants so will be modified to relocate the of the site development plan that a permit is not required. The existing shallow stormwater dry amendment. This meeting will allow County's existing odor control detention area east of the existing the County reviewers the opportunity facilities at the NCWRF do not operations building to the south to provide insight as to how the have permits and are exempt. of the existing MLE basins and project will be reviewed as well as an A letter will be submitted to odor control systems. The existing opportunity to receive guidance on the FDEP to request an official NCWRF stormwater management potentially difficult permitting issues, determination of exemption and system environmental resource As part of the official site development our team has assumed that the permit will be modified through the plan amendment submittal, an exemption will be granted. FDEP in accordance with the Florida engineer's report, engineer's opinion ® Emergency Generator - Administrative Code. of probable cost for the site related FDEP Notification of Engine items, engineering checklists, Classification. The new The U.S. Fish and Wildlife Service associated applications, owner standby power generator will will be consulted under the disclosure of interest form, boundary be designed in accordance with Endangered Species Act. A field Endangered E survey, addressing checklist and other U.S. Environmental Protection survey letter report will be prepared required documents will be generated Agency (EPA) National Emission evaluating potential impacts to and included in the submittal. An Standards for Hazardous threatened and endangered (T&E) architectural plan showing the north, Air Pollutants (NESHAP) species and habitat. It is possible that south, east and west building profiles, for Stationary Reciprocating a Florida bonneted bat limited roost with a color drawing and paint chip Internal Combustion Engines survey will be required. However, selection will be provided by the (RICE). Although the County T&E impacts are assumed not to exist project architect and included as part has an established Load based on developed project area and of the submittal. Sharing Agreement with FPL, will be approved by the USFWS. FDEP. Several FDEP permits/ the existing generators at 3" Demolition, notifications will be required as the NCWRF are classified as epurposing gild emergency. Consequently, the follows: new generator is also expected Pi�1�C1C�B7iOf1tS FDEP Permit for Wastewater to be classified as emergency. a• Plant Pump Station System Components, A The official classification permit application for the for RICEs is subject to the The existing plant site pump station new headworks and ancillary determination of delegated No. 1 will be repurposed to accept facilities will be submitted to the authorities such as state, local or drainage from the new headworks FDEP after completion of the tribal agency. In Collier County, structure, while still maintaining the preliminary design report (PDR), the official classification is drainage points from various locations The PDR will establish the determined by the FDEP. A letter around site. By replacing the pumps basis of design for construction will be submitted to the FDEP within the wet well, the pump station of the project. A notification of to request official determination can accept all new drainage flows completion on construction for of engine classification. Our from headworks equipment without wastewater facilities and record assumption is that the new needing to install a new pump station drawings will be submitted after generator will be classified as and reconnect new drainage piping. final construction. emergency and approved by the Odor Control Air Permit - FDEP. Notice of Exemption. A notice HASKELL I WE CREATE THINGS THAT MATTER 3 - 13 SECTIoi\I 3.0 - TECHNICAL INFORMATION b. Yard Piping Through our team's strategic use of hot -taps and valving the proposed yard piping design, it provides the County with the flexibility to retain the existing headworks facility for backup service, should the need ever arise. A major tenant of the Collier County Public Utilities Department guiding principles is its Good Neighbor Policy. The development and implementation of the NCWRF Headworks project will be provided in a way that is respectful of the needs of surrounding and adjacent neighborhoods for a safe, clean and non -disruptive environment to the fullest extent practicable. Our local team knows that the key to be a good neighbor in construction is good communication that minimizes or eliminates surprises to residents and the public. We have already created a public information and outreach plan for this project, which is explained in more detail on page 1-6. Along with clear and constant communication with major stakeholders, our local team will be proactive in managing noise, dust and traffic control patterns. We will also provide residents with contact information for team members in case of any emergencies or concerns. 5. Compliance CountV Standards Requirementsand Operational a. Equipment List Please reference the equipment lists at the end of this section. poEnhanced Technical Features a. Reduced Capacity Headworks Another major tenant of the County's guiding principles is service responsibility. The NCWRF Headworks facility is being developed using public funds and therefore belongs to the customers of CCWSD. Accordingly, public funds are to be spent wisely and transparently providing exceptional value and timely service to present and future CCWSD customers. In the spirit of the County's guiding principles and service responsibility, the Haskell/AECOM Team is proposing an alternative technical concept (ATC) for the design of the project. Under our proposed ATC, we believe the County can safely build a new headworks facility with a design flow rate in the range of 60-65 mgd that would have suitable capacity for the estimated peak hourly wastewater flows through the year 2040 based on current population and wastewater flow projections. The proposed ATC is based on analysis of historical and projected wastewater flows for the North County Service Area and hydraulic modeling performed by our team on the maximum pumping capacity that can be discharged from the pump stations, which convey flow to the NCWRF. The chart below illustrates the projected NCWRF peak hourly flows through the year 2040 and is based population and wastewater flow data presented in the Revised 2019 Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water Master Plan/CIP Plan Update for the Expanded CCWSD. The estimated peak hourly flows are determined from projected annual average daily flows multiplied by a peaking factor of 3.0. The peaking factor is conservative and exceeds the value based on service area population and formula presented in the GLUMRB Recommended Standards for Wastewater Facilities (i.e. 10-State Standards). The chart shows the estimated flow contribution from each of the subregions within the County's North Service Area, including flows that may be diverted from the South Service Area to account for a projected treatment capacity deficit at the SCWRF. The estimated flows also include the Golden Gate and Orange Tree sub regional service areas. However, it is our understanding that the County is not planning to divert flow from these sub regional service areas to the NCWRF, which would further reduce the required capacity of the new headworks facility. Lastly, the chart also shows the projected hydraulic pumping capacity for pumping peak hourly flow to the NCWRF, including the existing eastern interconnect with MPS 104 in operation and the future western interconnect pipeline and upgraded master pump station 309.00 or pump station 309.09. We estimate the current peak pumping capacity to be about 35 mgd. Our proposed ATC would be accomplished by a reduction in the number of parallel treatment units for coarse screening, grit removal and fine screening from four (4) to three (3). Each of the remaining treatment units would be similar in capacity to their current size. In addition, the overall size of the new headworks structure would be reduced by approximately 25% as compared to HASKELL I WE CREATE THINGS THAT MATTER 3-14 SECTION 3.0 - TECHNICAL INFORMATION the structure sized for a capacity of 85 mgd. The estimated cost savings associated with this ATC is significant. Advantages of the ATC. The ATC to revise the peak hourly capacity of the new headworks to the range of 60-65 mgd will result in several advantages to the County, including the following: • Provides significant capital cost savings as described in our cost proposal and exceptional value to CCWSD customers. • More efficient utilization of public funds by "right sizing" the facility to handle peak hourly flow over the next 20 years. Reduced construction time associated with a smaller facility and less equipment. We anticipate saving 15-20% on the construction schedule 90 80 70 60 � 50 3 40 30 20 IO and saving 15-20% on capital investments, which eliminates the operational risks of the existing headworks that much sooner. If the County does feel that a facility sized in accordance with DCP flow is necessary, then a sub option to that described above could be phased implementation. The structure itself could be constructed for the full capacity stipulated in the DCP, but installed equipment could be phased to meet mid-term projected needs with additional equipment added as necessary. It is our opinion that a facility fitted at three/quarter capacity would serve the County for the foreseeable future while still allowing for easy expansion as necessary. It is understood that dual stage screening is desired by the County to plan for the eventual conversion of this facility to a membrane bioreactor (MBR) process. Our current design includes 6mm stage 1 screening followed by 1mm stage 2 screening. The equipment cost for these second stage screens is significant and is driving up the overall project cost, possibly beyond the County's current budget for a new Headworks. Another cost saving idea is to plan for the addition of the stage 2 screens but not actually install them at the current time. A structure could be designed and constructed with the appropriate configuration to easily add the stage 2 screening equipment at a future date, thereby deferring this cost until the screens are needed to support downstream treatment North County WRF - Estimated Peak Hour Flows (through the Year 2040) 85 °d peak hourly flow: 60-65 MGD !,'`�F f " � r• i' estimated vumv cavacity: —35 MGD ,1 1OO,�Ib pRbff1�1 1�1�A s 1b 0 He e, 3) n OP�L 0�-b L L L L -�O�O� 'L eA NCSA PHF r, OTSA PI -IF GGSA PHF r3 SCWRF Deficit SCSA Diverted PHF HASKELL I WE CREATE THINGS THAT MATTER 3 — 15 SECTION 3.0 - TECHNICAL INFORMATION needs. Deferring this work would reduce operation and maintenance for this equipment. The proposed 6mm stage 1 screens followed by Headcell grit removal is industry standard for the current downstream secondary process and would provide robust pre- treatment for County wastewater. phConstruction Matters 1. Site Access and SecuritV Site security is maintained by the Collier County security personnel through the perimeter fencing and the use of badges for site access. Based on our current construction schedule, we anticipate 20-30 craft workers on site during peak construction (six- to nine -month period). Our team will have a plan that is developed with Collier County's security team. Our initial approach involves the following: • Accessing the site via the existing gate on Goodlette Road • Visitor log that tracks every person working on site, irrespective of their duration working on site, including delivery drivers • Security badges obtained from the County for anyone working on -site longer than two (2) weeks Haskell is prepared to work with Collier County to develop a process that makes this seamless to the security team. Employees on -site less than two (2) weeks will require an escort by personnel with a badge. Identification of where our employees are allowed to access on -site will be done through the use of a site orientation. Identification and securing our work areas will be done through the use of fencing, barricades or orange fencing to ensure employees know where the work area is. Gates will be labeled and signs will be placed at each entrance, if allowed by Collier County, notifying visitors that they must check in at the Haskell-AECOM office prior to entering the construction area. Craft parking has been planned for near the office compound to separate private vehicles from the work area. This allows the Haskell and subcontractor management staffs to observe the activities of craft workers as they proceed to and from the site for daily work activities. Construction of the project will begin with our team arriving on site to establish the temporary trailer and storage facilities along with upgrades to a some existing, graveled roads to asphalt pavement, which will be used to reroute the on site plant traffic during construction. Our team will also relocate or modify the storm water system in the dry retention basin east of the existing operations building. It is anticipated this sequence will take four (4) to five (5) weeks to complete. Our construction sequence, which will be reviewed in detail with the County, will generally consist of the following strategic steps: A. Hot taps at the existing forcemains that will provide the point of connection for the new headworks. These hot taps will be coordinated with the County to ensure they do not impact the system operations. It is anticipated we will perform one (1) tap per week until complete. B. Line taps of the three (3) MLE lines that will done through plant work arounds. It is anticipated we will perform one (1) tap per week until complete. C. Installation of piping from the forcemain hot taps and MLE line taps to the influent channel of the headworks. D. Line taps of the equalization supply and return flow lines. E. Installation of the piping from the equalization line taps to the future MLE pipe that will be used to feed the orbal aeration tanks, where the future MLE pipe will be tapped. F. Completion of the equalization pipe and orbal aeration tank feed pipe to the new headworks structure. G. Modify the existing orbal aeration tank piping east of the existing headworks. H. Installation of new bypass piping at the existing flow meters. I. Modifications to the existing master plant pump station. J. Backfill of the dry retention basin east of the operations facility, which may start after Step F. K. Foundation, wall and deck construction of the headworks. L. Set process equipment, prefabricated electrical enclosure and odor control equipment. M. Mechanical/electrical installation at the new headworks, electrical enclosure and odor control facilities. HA.SKELL I WE CREATE THINGS THAT MATTER SECTION 3.0 - TECHNICAL INFORMATION N. Functional testing of new process equipment and backup generator system. O. Fresh water testing of the new headworks. P. Transfer of influent flows to the new headworks by opening the new influent valves and closing the existing valves. 3. Maintenance of plant Operations Shutdowns/Bypass Pumping. The Haskell-AECOM Team does not anticipate any plant shutdowns that will require bypass pumping. We do anticipate that there will be some effort to assist the County with draining of existing lines after they have been flushed by the County. Process Interruptions. The Haskell- AECOM Team does anticipate tie-ins that will require the County to divert process flows around existing lines we are tieing into during our time on -site. Based on our knowledge of the plant and previous experience with these types of ties, we would expect for the most part that these would be routine in nature and will require shutdowns less than 24 hours. Our team understands the challenges these types of process interruptions will cause, and we will develop a detailed plan for each during the 30% design phase that addresses the following: Identification of process that will be affected Scheduled date Interruption duration ® Detailed work plan that identifies the labor, material and equipment needed for the shutdown 4e Dust, Noise and Odor Control The Haskell-AECOM Team's design - build package is confined only to the site itself; however, we recognize the need to be diligent in working with the local community to be good partners. Our efforts start with a construction environmental control plan that will be in place prior to the start of work on -site, with a focus on the mitigation and monitoring efforts we will use to eliminate or mitigate construction noise, dust control and traffic impacts. Our plan will adhere to the RPS and the DCP, and we will work with local agencies to ensure we understand their requirements as well. Highlights of our plan include: ® Noise mitigation plan prepared by an acoustical engineer in accordance with DCP Article 4.5.2 that will identify potential noise sources, methods to mitigate or eliminate them, a point of contact for noise complaints, an outreach plan to engage the community on upcoming work and a clear understanding that everyone working on the project knows they can stop any work that is outside of the plan. Noise emissions issues are not anticipated during construction. The Haskell-AECOM Team will establish a noise test plan to monitor construction activities meet the DCP and to ensure noise during routine operations do not exceed the DCP requirements. Our approach will be proactive, not reactive. Dust control plan that will comply with DCP Article 4.6, which identifies potential sources of dust and how to eliminate or mitigate potential fugitive dust. Our current design does not have a large amount of earth - moving operations, but we have already built in concepts to address dust control, which include: • Limiting construction traffic on -site to 15 mph. • Paving temporary access roads, as shown in our site logistics plan. • Use of water, when needed, to wet the construction area or backfill material prior to starting work. When needed, our team will look at using a chemical suppressant to stabilize stock piles of soil on -site. • Hazardous material plan that our team will use to identify potential hazardous materials that may be encountered and how these will be addressed. The DCP did not identify any hazardous materials on -site, but our team will work to identify any potential sources during the design period. One potential source could be the existing plant master pump station VFDs that need to be replaced when upsizing the master pump station pumps. Traffic control plan that identifies routes for major deliveries that will mitigate impacts to the neighborhoods and businesses surrounding the site. For this project, we will guide construction deliveries to the Pine Ridge Road exit from 1-75, which will encourage right hand turns into the site and avoid slowing down the HASKELL ( WE CREATE THINGS THAT MATTER 3 - 17 €� SECTION 3.0 - TECHNICAL INFORMATION southbound traffic patterns on Goodlette Frank Road. Odor Control Plan. The Haskell-AECOM Team does not anticipate odor control from construction activities to be an issue, but we will keep an eye on this in a proactive manner to ensure we are good stewards to the community. During operation of the new headworks, a new biological odor control system will be installed for the collection and treatment of odorous air emitted from the new headworks. All channels and equipment within the main sewage flow path will be covered and ventilated at 12 air changes per hour to the odor control system. Grit and screening containers will also be ventilated to the odor control units to minimize odor emissions from these areas. As with our approach on the noise, the Haskell-AECOM Team will establish a plan for testing of odors prior to the plant beginning operation to ensure a proactive approach is used. S. Project Closeout, Startup, Training and Commissioning The Haskell-AECOM Team will provide a startup and commissioning plan for the County to review during the 60% design process. The commissioning process begins at project conception and continues through final completion. The end product is a documented, safe, orderly and systematic startup and commissioning plan for the individual equipment and overall system. Throughout the commissioning process, we will work with the plant operators to plan and schedule the our activities to ensure the plant maintains reliable operation throughout the construction stage. Safety is also integrated into all commissioning and startup work practices and is guided through a comprehensive set of core safety and health processes that combine technical field procedures with ongoing training programs. In addition our commissioning specialists manage the commissioning lock out/ tag out program. During our design review process with the County, we will set aside time to discuss in detail the startup and commissioning activities, which allows potential operations and maintenance issues to be resolved early when change is relatively inexpensive, provides a forum for designers and operators to discuss plant operation and functionality and gives the operators an early understanding of how the changes to the plant will work and how they will interact with it. 6. Coordination ProjectsOther The Haskell-AECOM Team is adept at working on projects with multiple firms present. While challenging at times, the key to this is open, transparent communication on activities that will be executed on site with logistics plans that are detailed enough to convey when, where, and what we will be working on. Our proactive plan to immunize headaches these challenges may create for the County is to host a monthly meeting that addresses the when, what, and where other work is planned or is being executed at the plant site. These monthly coordination meetings, which have been used in the past, provide all parties the opportunity to review and discuss their respective scopes and are invaluable to avoiding scope gaps or duplication of work efforts, which ultimately reduced the number of headaches and cost of the work to the clients. HASKELL I WE CREATE THINGS THAT MATTER 3-18 fnj4, SECTION 3.0 - TECHNICAL INFORMATION Mechanical Process Equipment I Master Equipment List ProJeeC COLLIER COUNTY NCWRf HEADWORKS Subject HEADWORKS -SCREENINGS AND GRIT REMOVAL Computed By. P.MOULTON/C. GALLIGAN D .Il: MECHANICAL PROCESS EQUIPMENT MASTER EQUIPMENT LIST NUMBER OF UNITS PROCESS ELECTRICAL DATA STRUCTURAL INFORMATION SPEC TAG EQUIPMENTNAME LOCATIOWSERVICE CRITERIA CONTROL SECTION DESIGN BASIS COMMENTS HP RPM ENCLOSURE WEIGHT, LBS DIMENS L x W x H NUMBER TOTAL OPERATING STANDBY (UNITS) REQUIREMENTS NUMBER VENDORS SCR-1 INFLUENT SCREENS 4 3 1 FINE SCREEN AREA 6MM _ 7800 XPROOF HUBER OSL SCREENS 5'CHANNEL WIDTH Z BAR SPACING MODEL 3S4011275/6 6'CHANNEL HEIGHT SCR< 28.3 MGD WSP-182 WASHPRESS 2 1 1 INFLUENT SCREEN AREA SIZE 7.5 18w XPROOF HUBER MODEL WAR AND SLUICING SYSTEM GR-1 GRIT SEPARATOR 4 4 0 HEADWORKS 2286 MGD 16%16 CONC BOX 444239.04 HYORO INTERNATIONAL HEADCELL GRIT SEPARATOR Ih. 75 MICRON 12 TRAY, 12' DIAMETER GR-4 11.23 MGD DUAL 16 WEIRS 106 MICRON OUTLET WEIR B 9 0 GRIT SEPARATOR 161i T316L OR ERR FIXED WEIR LONG GR..PA GRIT SLURRY PUMP 4 4 0 GRIT SEPARATOR AREA 250 GPM 5 900 TEFL INTERLOCK w/GRIT 4321 W.09 EGGER TV HARD IRON RECESSED IMPELLER th u 15 SEPARATOR, TIME WEMCO MODEL C PUMP, VFD, NO SEAL WATER GRP< DIRECT DRIVEN GR.P-1 GRIT SLURRY PUMP 4 4 0 GRIT SLURRY PUMP 44NCH 0.5 1900 NEMA6 ANTI -SIPHON VALVE 40 23 13.01 FLOWROX ENCLOSED PINCH VALVE "`T CONTROL VALVE DISCHARGE INTERLOCK w/PUMP ON" w/ ELECTRIC ACTUATOR GP.P-0 HEADCELL FLUIDIZING VALVE 4 4 0 PLANT WATER PIPING TO 14NCH 120V — NEMA 4X OPEWCLOSE 402313.01 TYR E 316 SS SOLENOID VALVE HEADCELL INTERLOCKw/ AND ROTAMETER HEADCELL GWC-1 GRIT WASHER/CLASSIFIER 4 4 0 GRIT LOADING AREA 250 gpm 0.33 1800 XPROOF 4500 INTERLOCK 44 42 39.04 HYDRO INTERNATIONAL SLURRY CUP/SNAIL thm 95% 75 MICRON w/ GRIT PUMP PROCESS WATER REOUIRED 4 GWC REMOVAL 40 GPM @50 PSI con .... 47 GPM @ 50 PSI INTERMITTENT SCR-5 FINE SCREENS 4 3 1 FINE SCREEN AREA 1 MM 3 1B00 XPROOF HUBER DSL SCREENS Ihm 28.3 MGD MODEL 2200/1/4 W SCR-8 WSPJ & 4 WASHPRESS 2 1 1 FINE SCREEN AREA MODEL Ro.9 7.5 1B00 XPROOF HUBER ROTOMAT Ro 9 AND SLUICING SYSTEM MICROSTRAINER HASKELL I WE CREATE THINGS THAT MATTER ■ 3-19 SECTION 3.0 - TECHNICAL INFORMATION Mechanical Process Equipment I Master Equipment List (Cont'd) Project: Collier CountyHeadvvorks Account Number: Subject Headvohcs Slide Gate and Stop Log Computed By: Galligan Doti Equipment List Checked By: July 1,2020 MASTER EQUIPMENT LIST TAG NUMBER EQUIPMENT NAME NUMBER OF UNITS LOCATIONISERVICE PROCESS CRITERIA (UNITS) ELECTRICAL DATA STRUCTLRAL INFORM —ON CONTROL REQUIREMENTS SPEC SECTION NUMBER COMMENTS TOTAL OPERATING STANDBY HP RPM ENCLOSURE WEIGHT, LBS DIMENS Lx W xH INF. SL-1 to 4 Influent Screen Gate Stop Log 4 4 0 Influent Screen Channel 6C'W x 84" H 15112 Provide Stop Logs for 1 Channel INF. SL-5 to 8 Influent Screen Effluent Stop Log 4 4 0 Influent Screen Channel 60"W x 84" H 15112 Provide Stop Logs for 1 Channel GRT.SGt to 4 Grit Chamber Influent Slide Gate 4 4 0 Grit Chamber Influent Channel 60" W .72' H Motorized 15103 GRT. SC-5 to 6 Grit Bypass Gate 2 2 0 Grit Bypass Channel 60" W xTZ' H Motorized 1S103 Provide Grooves on both side s of Bypass Gate No Stop Logs Required FS SL-1 to B Fine Screen Influent/ Effluent Logs a B 0 Fine Screen Influent 60" W. TZ' H 15112 Provide Stop Logs for 1 Channel to isolate at both sides of the screen Fine Screen Bypass Weir 1 1 0 Fine Screen Bypass Channel TZ' Wide EQ.SG-1 EQ. Tank Influent Gate 1 1 0 Effluent Weir Channel 96' W. 40" H Motorized 15103 MLE.SG-1 to 4 MILE Tank Influent Gate 4 a 0 Effluent Weir Channel 120" W x 48" H Motorized 15103 Provide Stop Logs for i Channel OBLSGI to 2 Orbal Tank Influent Gate _ 2 0 Effluent Weir Channel TZ' W x 48" H Motorized 15103 Provide Stop Logs for 1 Channel H A S KE LL I WE CREATE THINGS THAT MATTER 3-20 Field instruments ( Analyzers Ott~ Analyzers SECTION 3.0 - TECHNICAL INFORMATION Provided By Accessories On Site Trainin Probe/ Analyter Type Tag P&ID Service (t, M, or n' Manufacturer Model pressure Tm^5mitter Protection Buffer Spare Parts Calibration Notes Regulator Cable Mounting Sheild Calibration Hardware Rehldgerated AN- 01 DI-602 Influent Flow Sampling I HACH or Equal A5950 or Equal so, N/A N/A N/A Yes Provide SS Tag, Composite Sampler I - furnished by System Integrator F - Furnished by Equipment Vendor %- Exi,ting M - Furnished by Mechanical HASKELL I WE CREATE T HINGSTHAT MATTER Collier Count,, Headwork, Upgrade Field Instrument List 1 3-21 SECTION 3,0 - TECHNICAL INEORMATION Field Instruments I Level r moo=== • 1 wm�sned W sntem mteemmr F- FurnlsM1cd W Epulpment Vendor %-E.isting M - FumisM1ed bV Me[hanital HASK E LL I WE CR EAT E TH I NG S THAT MATTCR Collier C—ty Hadwotks Up&— FIe1L Instrument LiA Z 1 +Exi SECTION i.0 - TECHNICAL INFORMATION Field Instruments I Flow HASKELL I WE CREATE THINGS THAT MATTE,, SECTION 3.0 - TECHNICAL INFORMATION Detailed Schedule with CPM Acbvny ID Activity Name Ong Stan Finish Reaponsib➢ty Resource Total 020 2021 2022 2023 12. Dur (Hours) Root J A S O N D J F M A M J J A S O N D J F M A M J J A S O N D J F M A M J J A S O N D J Mrl estooes 31Ju1-20 02S ,. M11000 . NTP DevgnAuild Cannot _.. 00 _. �20 COUNTY 0 0 • Desig ad Ca trod MI1010 Complebon-30%Doamenis 0 12-Od-20 AECOM 0 0 •:Com �.-. etlan- 0%Do menu .. -.... -... .... MI1020 Approval to Con�lNLt-Early Padage _... 0 08Jan-Jan AECOM 0 0.. Ap alto: nathd- arty Pa koge... � M11030 Completion-60% Documen6 _.. 0 22-,-21 AECOM 0 0 • Con platen- SGIA Dat uments 1,111040 _ ... Completion -90%Doamenls 0 02Apr-21 AECOM 0 0 _ 1, C.,p after,-9 %Docu ante M11050 _ Isued for ConsGumon Set Signed and Issued 0 07-May-21 AECOM 0 0 • Ise jed for C ansioupti in Set Si ined an (sued MI9995 Substantial Completion 0 18May-22 HASKELL 0 0 • S bstantia Comple on MI9999 Final Completion 0 02Seµ22 HASKELL 0 0 • hat Can pleson _ Design De elapment - Tas 03-Aig-20 02-3-20 1080 25 D01000 Site Und,rgmund-pthole 8 Co rnn UG U rs 40 03Aug-20 28Sep-20 HASKELL 320 10 Site: dergrou d - Path e B Go fine UG l's - DD1010 Mechanical Tean 60 Develop MOPO Plan for Mechanical-0 03-Aug-20 26d20 HASKELL 120 25 Dev op MO O'.Plan or MechanicalTi n : - : - • -� -• - D01020 Develop MOPE, Plan for Electrical 60 03Aug-20 26-0Oa-20 HASKELL 120 25 Dev lop MO Plan or Dean 1, _ DD1030 _ Geotch lmesbgabon B Survey 15 - 17JWg-20 04ep-20 S GFA INT 120 15 ❑ etech ovesbg on & S Ivey DD1040 Performance Tesfin9 Plan Development 20 27-0c 20 2344 -20 AECOM 320 25 =1 dorms ce T ti g Plan velopm n[: DD1050 Final Performance Testing Plan Acceptance 5 244-Jov 20 02-0eo-20 AECOM BO 25 : B inal Pe rtnan T ting an plane 30% Dough _-_- ._. __..... 70 03Aug-20 09Nov20 _..__ 2180 20 - ' - D3000 Early Wont Padage 70 03Aug-20 09Nov-20 AECOM 900 0 Ea y Wo Patlra9 D3010 Prep PER /30/Documen6 40 03Aug-20 28Sep20 AECOM 1120 0 Phjo PDR/ O%Do mend • - D3020 Client Rview Period 30% 10 29Sep-20 12Od20 COUNTY 0 0 ClientR ew emod- 0% D3030 Client Workshop 30% 0 06-Od20 AECOM 40 5 Client nth '.30% 0 _03040 Fnal¢e PER 10 13-0ct-20 26-0ct20 AECOM 120 30 0,, Fin ¢e PDR- 60%Dev9n ..... _. _ _. BS 1310ct-20 12Feb21 960 _... 15- D6000 Prepare 60%Design 60 13-0d 20 OBJarv21 AECOM 900 -0 0 ...0 MEMMI Phpire,50%Mago _ C6010 Client Review Penod-60% - - 10 11Jan21 22Jan-21 COUNTY ®'. C3,aj t Reway Period -0% - - 06020 Client WmI hop 60% 0 1BJan-21 AECOM 40 5 : • Ch., WeftIE ap-60% .. _ D6030 Authonbes Haring Jurisdiction (AH.) Preview 15 25.Wn-21 12-Feb-21 AHl 0 15 ❑ At thorNes-raving J nadicbo ... (AHn P eview .. 06040 .. AHl Workshop 0 .. 29Jan-21 AECOM 20_ 25 •AIR Wbnsh p 90%Design 50 25Jan21 02Apr-21 640 0 D9010 .... Prepare 90%Desgn 40 25Jan21 19Ma1-21 AECOM 67.0 D ® Prepar, 90% D, gn D9020 Client Review Period-90% 10 22-M 21 02Apr21 COUNTY 0 0 Client w enod-9 % - D9030 Client Workshop-90% 0 2921 Mar AECOM 20 5 Client Vorksholl -90% Building Permit 8 Issued For Consbudion 25 05-ApE21 07-May-21 400 0 W O55 AHI Rev evil B ldng Permit 15 05-Apr 21 23-Apr-21 AECOM 240 0 0 AW Review/ Building emrn _ D9060 _..APJ Workshop 0 12ApE21 AFU 0 10 0 AW Vo6ah. D9910 Prepare Construction Do¢rmenn 10 26-Apr 21 07-May-21 AECOM 160 O M Pr pare Co stru 90 Do— nM P1000 EPIC Memorandum of Understanding 120 03Aug-20 22Jan-21 COUNTY 0 215 EEL Meat dum'o( rdersta ding P1010 E. Gen. FDEP Notification of Engine Classrficabon 27 27-0d-20 040-20 AECOM 80 33 O Gen. P No cation f Engin Clossrti Mn P1020 Odor Control ter Registrabon 27 27-0d-20 04-D-20 AECOM 80 33 : O or Co trol Air gisbaao P1030 _ �Ff PPertnrtfor W✓V System Components 30 27-0d-20 09-0eo20 AECOM 80 30 EDP not vents P1040 FDFP/Sfonnvater ERP Permit 40 10-Nov-20 OBJarv21 AECOM 88 0 FD Stonn Ell tef ERP enrol( P1050 Sne Development la Amendment 40 10NN 20 08Jan-21 AECOM 80 0 Srte velop nl Plen end nl PR1210 Instrumentation Procurement .- 100 10Nov20 02 r - Apr21 H451a=LL 30 226 Instru entauo Promre ant Start Date 22-Jun-20 a Remaining Level of Effort CHM iota Finish Dnm :02-Sep-22 — Actual Level of Min Collier County North County Water Reclamation Facility Headworks- Naples, FL A�• ®HMr7KELL Des Date 10-Ju1-20 Actual Work RPS No. 20-7/22) Step 2 Design Build Service: Print Dan,,-. O8-Jul-'_0-I1:11t O Remaining Work AECOM HASKELL' WE CRCATE THIN Gs THAT MATTER 3-24 SECTION'.O - TECHNICAL INFORMATION Detailed Schedule with CPM j Continued UMID Activity Name Ong Start Finish Responsibility lResourceI Total 020 2021 2022 2023 LLr (Hours) FeatJI J A S 61 N D J F M A M J J A S O N D J F M A M J J AlS O N D J F M A M J J A S O N Ci J PR1200 Yard Pipe Prowrement 55 10iNov-20 29+1an-21 HASKELL 80 6 Y Pipe:P wreme t s. PRll90 PR1050 Ele sdl End —re Preamen _ Process Equipment Pmarement 160 200 tOl4ov-20 10l4ov-20 25Jun-Jun 20Aug21 HASKELL HASKELL 80 _ 160 148 91 ... Eleon ' P I Enda _.. _ ces5 E rePm _ _... uipmen rement . ProNre ant . 0 ....._... PR1070 Mechan¢al Sy-nns Pmarrement 75 10J4 20 26Feb-21 HASKELL 16D 395 I,chanicilSyste Prow mart : • • • • - t Project General .. .. 358 11Jan-21 25-May-22J - 360 72 PG1000 Mobd¢e 3 11Jam21 13Jam21 HASKELL 120 0 1',Mobi e: : - - • • '. PG1010 DemobO¢e 5 18lAay-22 25-M3Y-22 HASKELL 240 72 moWl¢ - •' '- Sr mrk-Yard Pip, Crew#1 149 _.3 14J-21 10fug-21 9490 161 YP1000 pear and Demo Site 14Jan-21 I8Jan-21 HASKELL 160 0 _ 1 Cka and De no &te YP1010 New Pavament Connector - South Sea 5 19Jen-21 25Jan-21 HASKELL 450 0 - 1 Ne Pavam nit Conn der -So th Side Y11000 '. Ex®vote 8 Prep far MOPO-0i Nraugh 06 10 26Jan-21 08Feb-Feb HASKELL '. 300 0 ■ Ex vale 8 Prep for OP09 throng 06 '. • r Y11010 MOPOU1 Hat Tap 24"Plant Influent@Fite Mains 125 1 09Feb-21 09Fob-21 HASKELL 80 0 - -1 M POII1Not-Tap 2' Plant lfluent Q Forts t lain,l 5 - Y11020 MOPO-02 Fbt Tap 30' Plant Influent @ Foms Mans 3 4 1 16Fe1-21 16Feb-21 HASKELL 80 0 - - 1 M PO-02 t Tap 0" Plant nfluent @ Force A,irs3. • - • _ •_ • Y11030 MOPO-03Fbt Tap24"Pentlnfluent@Force Main6 1 23Feb-21 23Feb-21 HASKELL 80 0 - 1A IOPO-03Hot Top 4"Pon, Influent ;Fo Main6 Y11040 .Yard Rpe-Influent-MOPOD1,02,03to Head—ft 50 24Feb-21 04-Ma5-21 HASKELL 350D 10 Ya Pipe-ifluent- OP00,02,:0 toliead rks. Y11050 MOPO-04 Tap imo 24" Feed to MLE 04 1 02-Ma121 02-Mar21 HASKELL 80 0 I OPO-0 Top'm[ 24" Fee to ML 04 Y11 D60 M0PO-05 Tp rota 24" Feed to MLE 05 1 09-M -21 09-M 21 HASKELL 80 0 I OP Tap rat 24" Fe d to ML 05 " MOPO-06 Tap rats 24" Feed to MLE 06 i 16-M -21 16-M -21 HASKELL 80 0 1 MOP 6 Tap in o 24" Fe d to ML 06 2Vii070 080 MOPO-07 Tapirs 24" EO Pumped Rehm _....1 _...I os-MaY-27 05-M.y-21 HASKELL 80 94 1 M POd7 p into 2 "EO Pu ped,R tum Y11090 MOPO-08 Tap into 42"EO Gravity Influent 061day21 06-M.y21 HASKELL 80 94 1 M PO-08 pin to4'EOG Kyle ant Yll100 Vail Pipe Construction- EO tram MORO 070B to HW 50 07+M.a-21 15Ju121 HASKELL 3600 94 Yard ipe can saychan -EO iro MOPO 07, 08I HW _ Y11120 .Prepare farMOPO-10 - 15 16 .I,21 05aWg21 HASKELL 600 161 ❑ P pare for 0P0.l ' V11130 MOPO-10 R—k Eesbn9 Prolo ton Exrsbng afgnment 2 06Aug-21 09-Aug-21 HASKELL 160 161 : - 1 M PO-10 .- uk cling P torsi a Ensung alignme t Y11140 M0POU92aa Tap into24"Feetlto MLE 1 10Aug-21 10Au9-21 HASKELL 80 161 - -. I M P009 ea,Tpito,24"F.dt.ME. Shaeark -Yard Pipe Oew #2 _ .. _- 178 19Jan21 23Sep-21 10140 110 Y21000 Yard Pip e-Stare Pip in ill mprovements 15 19Jan-21 08-Feb-21 HASKELL 800 26 ❑ YdRii-Sto.ftingliniple-nnonis Y21010 Yard Rpe-8"G,ty Se—toTie-In 20 09-Feb-21 08-Aar-21 HASKELL 1200 190 l] and Pi P -8"GraS iy Se r to Tie4 Y21020 Yard Prpe-Effluent HNro MLE04,05,806 40 17-Mw-21 11-May21 HASKELL 3000 0 1, MEN Yad Pipe- EMentHlAto:M E04,0.806 VP1720 FLer Opbc LLabank(LLnng Yard Pipe) �10 _5 21Apr-21 04.May-21 GULF 320 � 212 ❑ Fib mr0pticLudbank ptinng and Pipe '. Y21110 Stub Up Yard Pipe @ EO Boxes 12-M%11 18-M.l,21 HASKELL 120 0 1 : Sub Up V rd Pipe @ EQ BC xes Y21030 Yard Pipe -Effluent AN to Orba101, 02, 8 03 25 04Jun-21 08Ju421 HASKELL 1300 94 Yard I ipe -Efll ant M to:Orba101; 02, 4 03 Y21040 MOPO-12 Tap into t8" Pump Station Rc1ed 1 09J.k21 09Ju1-21 HASKELL 80 94 1 MOP 72 Tap nto IB" mp:S Lon Rel ct Y21050 MOPO-13 Tap into 4" Reuse 1 09J.k21 09Ju1-21 HASKELL 80 139 1 MOP 13 Tep nto 4" R se _ Y21060 Vard Pipe -Pump Stator ReleGto Fleatlwarla and flowmeter 20 12Ju421 06ug-21 A HASKELL 1100 _._ 94 : ❑ Ya Pipe -Pump 5 lion Rej ct to He dvuric ndflpw eter Y21070 Modrty Piping @ E—rig Flow Meters 25 09Aug-21 10Sep-21 HASKELL 1400 94 '. � Madity ping @ sting ow Me( rs' Y21080 Vard Pipe - Reuse to Headwebft 5 13Sep-21 17Sep-21 HASKELL 350 94 1 Yard Pi a 'R u to Flea work Y21090 MOPO-14 Tap into 6" PSW 1 20Sep-21 20SS p-21 HASKELL 40 94 1 MOP 4 Top jrr to PS V Y21100 Yard Pipe Consuudian -PSW to Headmft - 3 21Sep-21 23Sep-21 HASKELL 350 94 1 Yard Pie Const teren - SW to I eaduo Permanent Power 208 25Jan-21 10PNov-21 2220 95 PPi0D0 FPL Release Conduit Material 25Jan-21 12Feb-Feb COUNTY 0__ 215 ❑:F LRelea Cnntl tMate- PP1010 _. Underground ham Exersng Seem to New Troref—er _15 15 15­Feb-21 05-M -21 GULF .. 480 215 ❑ dergr no frarr Existing '11i 'fti New Tr reform PP102D FPL Transformer Release and lnstag _...5 08-Mar-21 12-M -21 COUNTY 0 268 1 FPL T2 sfomrer elease nd In PP1030 Underground - FPLTmndonner to ❑ecbical Enclosure 3 e8-M.1-21 10-M.1-21 GULF 96 215 'i Underground-F Tineirisk rmerto I 1,curcal Fod,wr PP1040 EleNred Enclosure Pad and Generator Pad 10 225ep-21 05-0c[-21 HASKELL 100 76 Ele I Enda re Pa and Ge stator Pro PP1050 Set Electrical Endosune _... _.....3 1 06-Od-21 06-0d-21 HASKELL 80 _ 76 ( Set El decal E ndosb' PP1060 Grounding New Headwod¢ 07-Od-21 11-Od-21 GULF 24 117 1 Grounding Ne Head do - - PP1070 Enclosure lntenor Work 25 D7-0ct-21 IG1Na -21 GULF 860 76tedoY rk PP1080 Endaarelntenor lnslNmentaLon 20 07-Ott-2i 03Nov-21 GULF 640 93 C❑ En o`.iuel snot In nmenta on Stan Date .22J =0 — Remalnm9Leve111Effort eHWB 2of3 F hO t, 0 Sep-22 — Act-ILevelof Effort Collier County North County Water Reclamation Facility Headworks-Naples, FL AA �/ HASKELL Dana Dale : ID Jul-20 Actual Work RPS No. 20.7T12I Step 2 resign Build sells- PrueDatc: 4)ILJW-20-13.14 C= Remaining Work AcCOM HASKELL I WE CREATETHINGSTHAT MATTER Detailed Schedule with CPM I Continued Headworks : 24D 26Apr-21 ObApr-Ira 344Yt to - FM/1000 Earthwork and Prep for Hmdvorks Strudum, 5 26Apr.21 30Apr-21 HASKELL 600 5 FM/1010 Electrical Underslab to North WashPresses 7 10-May-21 18AAay21 GULF 224 0 FhN7020 GritArea-Slab/Footing 5 1010.y-21 14-M.y-21 HASKELL 250 2 hWO30 Influent Side Foundnbcn, Footings Slabs 10 19-May 21 01Jun-21 HASKELL 415 0 HNtD40 Effluent Side Foundabon, F—Imils, Slabs 10 15FM y-21 01Jum21 HASKELL 415 0 FMv1050 Influent Side & GM Chamber Lower Level Walk and Columns 25 02Jun-21 06JuF21 HASKELL 3335 0 FW060 Effluent Side Lovver Level vb0s and Columns _ ', 25 02Jun-21 06Juk21 HASKELL 2235 0 FAN1070 Effluent Side Shoring and Intermediate Deck 15 07JUL21 27JuIF21 HASKELL 1643 0 HW1080 Influent Side Shoring and lntermedtate Deck � 15 07JuF21 27J.Ql HASKELL 1643 0 H.N1090 Effluent Side Uppe,—is 40 2BJuk21 21Sep-21 HASKELL 4795 0 H.N1t00 Influent Side Upper -]Is 40 2BJuF21 21Sep-21 HASKELL 4795 0 FW110 Aecces Stair Concrete Pads ;.... 5 22Sep-Sep 28Sep-21 HASKELL .....A 200 44 ._._. ....._ Ff✓J1t20 .__. _._.... ' 8 Leak Test Concrete Cure Tim, 20 ._.-.. 22Sep-21 ' 11-0cP2t HASKELL 640 0 FW130 Washpres Concrete Pads __. _.. 5 29Sep-21 05Oa21 HASKELL 200 44 FW140 Access Stairs 15 29Sep-21 19-0ct-21 HASKELL 520 54 HN1150 Plows Equipment -Washpresses 10 06-0d-21 19-0d21 HASKELL 360 44 ' FAM7160 ''. Odor Control Concrete Pad ' S 06-0ct-27 12-0d-21 HASKELL 120 ' 69 _ FW170 Channels Specialty Coatings _ 30 11-0d-21 22Nov21 HASKELL 1120 0 HN11130 Influent Howmeter 5 1310ct-21 19-OC21 HASKELL 200 76 FhN1190 Pmems Equipment- Odor Control Equipment 5 20.00-21 26-0d21 HASKELL 94 44 FNV1200 Hand 1 _ _15 20OCF21 09Nov21 HASKELL 360 54 hW210 Bee, Racavays- Under lntemi. Dec( Above Upper Walls 40 22Nov21 17Jan-22 GULF 1280 28 HM220 Gate Installation and Log Channel Grouting 25 22Nov-21 2743-21 HASKELL 2000 0 FW230 Epoxy Coat Exterior Concrete 28 22Nov-21 3043ec-21 HASKELL 800 59 FW240 Process Equipment -Coarse Screens 15 27-0ea21 17Jan-22 HASKELL 700 0 HN1250 _ Paint Touch Up @ Cates 9 Lags 5 27Axi21 03Jan 22 HASKELL 160 57 FW 260 Mechanical Piping 25 17Jan-22 21Feb-22 HASKELL 1350 12 FMv1270 Pull BTerminate Wro to Equipment 12 17Jan-22 02Feb-22 GULF 384 28 .._5 FNJ1280 Oetic/Covers-Influent � 10 _.. 17Jan-22 31JarF22 HASKELL 500 FNV1290 Process Equipment -De11 -Girt Equipment 75 17Jan-22 07 Fea22 HASKELL 800 0 FW300 Process Equipment - Fine Screens 10 07F.I:i 21 Feb-22 HASKELL 550 2 _.0 FW310 'Deck/Covers-Grit 12 07Feb-22 23Feb-22 HASKELL 500 FW 330 Deck I Covers -Effluent 10 23Feb-22 09.V 22 HASKELL 350 0 FW340 Process Equipment -Odor Control Ductwork 15 0910 22 30-Mar22 HASKELL 700 30 FW350 Sample Station 3 09-Mar-22 14-Mar22 GULF 72 0 FMv1360 Systems 1/0 Ore trout 7 14-Mar-22 23-M.1-22 GULF 112 0 HN1370 Odor Control Testing and Balancing 5 30 MA 22 06-Apr-22 KELL 80 30 Miscellaneous Structures 63 231Wg-21 17Nov-21 200 90 MS1000 MOP411 Pump Station- Replace pumps and VFD, 2 23Aug-21 24Aug-21 GULF 40 149 MS1010 Pump Station Startup and Testing -Following MOPO-11 2 25Aug-21 26Aug-21 GULF 40 149 MS1020 EO Tank Level lnstrumemab- for Flow Measurement 5 11Nov-21 '.. 17Nov-21 GULF 120 83 SC1000 Slat -Up Training. and Commissioning _ 40 2314ar22 181vlay-22 HASKELL 1000 SC1010 County Begins Operations of New Headworks 65 19-M.y-22 22Juk22 COUNT 0 SC1020 '. 60 Day Performance Testing 60 24107 -22 ' 22Ju1-22 HASKELL 1000 SCID40 Final Documents Prepare & Submit 20 22Ju422 19Aug22 HASKELL 148 SC7050 ': Final Documents Reviewand Approve '. 70 19Aug-22 ': 02Sep-22 COUNTY 0 SECTION 3.0 - TECHNICAL INFORMATION I Ea wodx a d Prep f r Head Im Stru n, :1 cmoal derstab to North shpr ices 1. .B..G Area- ab/Fo brig :. _... _ ® fluent de. Four,a6on, oGngs, labs fluent ide Fouration, ofings, abs: Influe t Side & Gr Ch. be, Lo r:Lovel Walk:an Gel- s EMue t Side L war Lev VA/s rid Ctilu ns ® EmE It ent Side Shohn9 and Into elate Deck ® Infl nt Side onng ndlnte ediate 11 Effluen Side Up et volts InfluentSion Up rwalls Aece Stair Co cr P cis 'Con to Cure Time8 I 'Idsi Wash1pres, Co icrete. P, ds Ancess, Stairs ❑: ProEqui ment- hpre sed 0 '.Odor nVol ncrele nad annels pecalty Cuafing ... • 0 Influ it Flo -ter 0 Pro ss Equ pment- or Cor trol Equi ment ❑ Fla crail. Elec. bcsv.-Urdc,Into.- I de Ab ve Upp Walls - • - , , •EE Gate Ii senflaboi and Lol Channe Gioutn I - Epoxy Coat ExI dor Goo nete Pm Equil moot:- C name Sc ee Paint ouch li @ Gate B. Logs 0N iuoh.nkn I Piping - - ❑ Pul BTenni into VMr to Equi ment. t : ❑ De /:Cove -Influe t ® Pr cess Eg ipment De-Gnt Equipment :❑'. P ocese E juipmen, -Fine S, eens :Wlacii/Comm-Glt • • • .-I1 Deck/ versa uent. : ProcersEquipriern-Od,rConec Ductfvn - : I Sample Station : ® Syste 1/0 Ch eke t : Odor enrol T 0mg an I Eatonc 19 I N OP611 lumpS bon-R pltcop mps an VFDs : I. F ump Sin wo Star up and I esting,- I opovmg OPO-1 : : :O:E)Yank L vel Instujimentat m forF]cw Meas cementid : r,-UPT mng a dCom ssionn. ME Cou tyBegin Opera ns of --adrks60 YPeifo onceng®:Fi al:Ducu entsP Pare:ubm¢ mal Do merits eviewAopro e Stan Line-. 22-1un-111 = Remaining Levelof El,rl CHWB 3.13 Finish D e 0:-Scp-P_ Actual Ley el oIFJfort Collier County North County Water Reclamation Facility Heudworks - Naples. FL HASKELL 411> DJ I} tc 10-Jul-20 MEMO AdualWork RPS No. XFT7221 Step 2 Deaign Build Services Print IAte 0!i-Jul-20- B 14 F= Remaining Work A=COM HA SK E LL I WE CREATE THIN GS THAT MATTER 3-26 1 V E I I 1 V Jll M F H E A O R S PROJECT COLLIER COUNTY CITY OF N PLES, FL JULY 2020 INDEX OF DRAWINGS SHEET110_ = PROJECT nEBEaeL AREA - sHEEr, LDunow Pux ANo INDEx of oRAwwcs 00 G-002 HYpRAULIG PE.". �' vARO IPIrvL PLAN Ot L-IDI FOVrvpoVON PLAN t 5 2 I.TER1OAATE LETEL Pux Ot s Ip3 TOP LEVEL PLAN y ..I: DI -,pt 30 O.'ERALL NEw 0 M-102 TOP LEVEL PLAN DI M-,03 SECTIcl ONS L,..c. �Le C... � HVw r - DI u-IOa 3D sECnONAI vIEWS I05 RENDERED PERSPE—E 3D VIEWS _ 02 N IDI PLANT III PUUP sTnnON xp. I MODFTEAATIDNS 'j. NsrnuMENrnnpN 00 p Apt LEGEN0 ANO AR6RLVIAn0.5 00 D 6pI SYSTEM ARCNTECTURE i i'The[ 0I DI-601 FLOW uETERIrvL PIO " , DI-602 t siAGE SCREEn PID 1 HII IA%.t'., p, p-601 GRIT AND REuOVAL PID I p; 6pa Ary REUCMx PI GREEN PID EFFLUENAi *EiR ITES III 01 D 6 iIT S-1 SCREEN . PRESS PIp _ .nilcllflD 01 DI:— PUNT SIDE PUMP STATIOry PID pi DI6p9 DOOR CONTROL PID LNa Dp E-ppl ELECTRIUL A6RREvwn Oxs Ax0 nOlES A 00 E-ODl SIwCI£ LINE I — cc E-- ELECTRICAL SITE P a.ND GENERATOR N LOCATION PLAN 0. E-DOA uoDIREATONS TO L_nL Mcc 6 SINGLE LINE A=COM PROJECT NEW NCWRF HEADWORKS PROJECT µRpa•o ONNER COLLIER COUNTY IENTOEElOE DESIGN BUILDER —MRATE PARKWAY NE Insl x) y�is,A CONSULTANTS REGISTRATION PROPOSALCOPY NOT FOR CONSTRUCTION ISSUE,REVISION PROJECT NUMBER 60633295 neu ey "MRH 5, MURPHY —EN—ER K SMITH DULY 2020 AS NOTED DISCIPLINE GENERAL SHEET TITLE COVER SHEET, LOCATION PLAN AND INDEX OF DRAWINGS SHEET NUMBER 00 G-001 so 5A 3 2 50 45 40 35/ INFLUENT 45 40 35 -,I \ 30 30 z 25 20 25 z 20 5 15 10 10 5 0 5 0 HYDRAULIC PROFILE NDTF�. i. ALL ELLVAt10N5 BASED ON NI— 1929, 2. OP S. ELEVATION IS ULIC PROFILE AT 85 NCO W MOD N—L£ FLOwwwITH t PROCESS UNIT OUT OF SEMICE (3 OUT OF 4 IN SEMICE). 3. LOWER w UUC PROFILE AT D PLUS 5 NGO NG-G. FLOW WUTI t PNOCESS UNIT OUT OF SEMICE UG 1 scslf HOaT CAL YNL - LFBIIuIs[uL. 1 FEET CHANNEL 6MM SCREENS W.S. F1 35.97 35.67 VORTEX CRfi REMOVAL UNITS iMM SCREENS DISTRIBUTION BOXES W.S. EL 36.03 35.68 TOO EL 36.737 W.S. EL 34.61 34.75 W.S. EL 34.66 34.36 TOO EL 75.237 WEIR EL 33.04 W.S. EL 37.61 33.35 w.s. a. 3z.et 7224 W,S. EL 32.71 32.19 TOO EL 37,777 W.S. EL. 3157 31.79 WEIR EL 30.79 W.S. EL 29.25 29.25 w PIPING TO IXI6iING MLE, OXIDATION TPNKS, AND EO BASINS A=COM PRwEcr NEW NCWRF HEADWORKS PROJECT OWNER COLLIER COUNTY DESIGN BUILDER ' Insl ] NElo-t w CONSULTANTS REGISTRATION PROPOSAL COPY NOT FOR CONSTRUCTION ISSUEREVISION E-IT� oFscmP PROJECTNUMBER 60633295 L YALLNO W S. MURPHY C. BEN2IGEA K SMITH DULY 2020 AS NOTED osgvuNE GENERAL SHEET TITLE HYDRAULIC PROFILE SHEET NUMBER 00 G-002 I I I b � �- a 1 I AERITFG_— li .'Iac�ll s GGC KII ` IF Ig �1' F 4 rD -ANK i�gsKI �i'- EEz,-) �� s kl i I CFI \� ° ' � � r' RIHTEIiCEPT IXISTINC RCP— `:�_ R -TER — — w/ INLET JugrnoH Box PROPosm an REMOVE PI%NG PAVEMEM (IYPj IS REQUIRED v — REPO EB 12' RCP Y t i _ s 3 O SEE NOTE <, L DIN ii io oPSED ei r'� o crewK (z) H — r e l � 95 3i - J E— I� �I \ - EXISTING PAVEMENT (TTP.) _ LIMB OF PAV — DEMO — ryY i REMOVE MRTIHc IB" RLP N10 (2) MEs - .a.-.��" ��V- .� � / i � —Y'� r -;I IV V. 7 \y L �1 PLAN CALF: I'=2i o, C s -,.- ANq BDnrM T.so i " III IN 111 I II II 7�aJIV H�RATED ��UDGE III II'lll Ellf, HOLDING TA,N KS � �(�„ ��II I Itljli{ f'I ���� u II llll��pllls i II I. �I'I d. { — Alll@ -,r,T—,lh III ...........,---- �''.--" .)....... _..IT.i1w._- - -------- -i1-'I�---- -----'-' IL eq L II PROIECf [%I$T. EILCiHIgL 7 I� ONC OUCi BANKS TO gEWJN PROPOSE` INLET 'L.-O.BD% (lYP) Mil _ NC i II11l PaoPosEO 2 DOOR CONTROL RCPAD IIII (COMNNER o - i U-1i �, a o�LIPII FEAwmR%s _,. PTmPomc IIII III ° nn �i, IIUTT EW UOWNED ' t �. 1 REPO EO EIELT�GLL CIB.WR CTRI M LE } _ —� - — rPROPOSED \ '4- I— U'is ELE CIL MAN CONTAINEII %Uy25 (2) CON` II IIIIIIr. 1 tp 1\�T� PROPOSED 2 tRC�P / ES w j YC -_ _ _-_ C r ICI E POLE MOOHTED - - RENAME u Hn (TTP) ucirt LE (m.)AIl ° ^ — — _ T a _ > III �V LO HE. TO _ _ _ ElECIMCAL SOURCE PROPOSED ie- RCP ABOVE GRADE ROW METER. W/ (2) MEs LOCATION \Y11N BYPASS PIPING UNDERNF.MrH (SEE 0ET ) REN ME E%ISTING 1r RCP AND (2) MES iI IIII II � , II I ,I IIII � s = V I I� p III I 1 71T, — _ iI T� ril r NOTES, I. FOR LARD PIPING PLAN, SEE SHEET DD C-,02. ID Z. EXISTING OR CS TO BE EXCAVATED AND REMOMEO (ESTIMATED DEPTH 2-3 FEET. SCAMS FEET EXCAVATED AREA TO BE BA RF LEO WITH STRUCTURAL FILL, COMPACTED IN LIFTS- FA dc* U_ NEW NCWRF HEADWORKS PROJECT DI C�OESICOINTI ER COUNTY ENT DEEICE F­I�TFAIL LIST DESIGN BUILDER —EIL FORT MIERI. FL ¢wa�5 METRO PM%wnriE PAq%WAr ,SUITE Q. o- l65 . of CONSULTANTS REGISTRATION PROPOSALCOPY NOT FOR CONSTRUCTION ISSUBPREVISION PROJECT NUMBER 60633295 Oa+Ial�a s. KSNnTH S. NAPOUTANO P c C-BENMGER K SNN111 recx DULY 2020 sni.. AS NOTED DISCIPLINE CIVIL SHEETTITLE SITE PLAN SHEET NUMBER 00 C-101 ADW GRADE FLOW PETER FINISHED GRADE FOR PIPE DIA SEE PL AN FLOW METER BYPASS SECTION N.TS. AT F_%ISTINO FLOW METER LOCATIONS AERATON BASINS t, 2, J ANO MLE BASINS 6, 6, 6 oc') Nw PJ � PUWT SITE PUMP Sf n 71 NSTALL NEW PUMPSFLO IXG Ef EVE WELL RSE RTO RECTCTIO OF DISCHMGE NEW HEMNORN t.l A `C L FUTURE BASIN U E CMPED AT THISPCINT EXISTING INFLUENT HEADWORKS VALVES AND NEW HOT -TAP VALVES USED TO CONTROL FLOW TO THE NEW AND EXISTING HEADWORKS b` MOT TAP INFLUENT LINE: DC P ARTICLE],]TIE-INS] < 24- MOT TAP AT INFLUENT LINE- DCP ARTICLE 3.3 TIE-INS I,? 5 24'HOT TAP IN FLU ENT LINE.- DCPATTIC E 3TIEJ 6 IL L AT10N .t �- I. a we ALOnc EASTERN PIJwr Bo DART �1 30" OP ENTER Nc THE NORTH 1-1 ...N— ,3, b' PVC NORTH GOOOLETTE RMO FORCE I,wN a, 21- PVC SOUTH WESTERN GOOOLETTE ROAD FORCE YNN 5, 2s PVC SOUTH YIDO,£ GOOOLETTE ROAD FORCE NAI 6. 24- PVC SOUTH LAST— GO LE11 REAO FORCE .PIN TTETIE IN ]s' PIPING TOI EAST.. i IL I I - SO RETURN PIPING TO PRETREATMENT BUILDING.I I,,- I PA IN % No 3 �i T AEPATRIN eA_jIN TV{I II'1113 1 N i I I Nc z 7 I` II �. I. �TIE IN Wr PIPING TO ""NC 42' EO PIPING. IN, f AERATION I II II ICI �I '_a F R IgII a E PLUG vAivE�l `-� _ �✓ i { ly 91 --{ K_.Cx rmm Ross FRn ' To RE USE rm OF UNDERGROUND llllC PaOFz 24-r--{'Iv ! /9TTE-IN RE D flilw ICI Ar ED 1 h. G I dl __ \.. IAn RE -USE IXISIiNG 2X —RE -£� JCCE '1 C ABC GRADE RB,ECT W IERT .. 4I 1 LE PIP G FOR NEW DRBAL J i t TANK II'� N E IXCE ROWYEIFR LOCATION 1H la� 1 ✓ INFIUEM PIPING REJECT FORCE WJN BYPASS PIPING OERNEAIH Et I(SEE DETNL N sN En m ` II .iq li LC, EATrn C \\C�EADWORXIXS C `�- CORRECT TO IXST Z REUSE- II jt �i CONNECT TO t I �. - J6" OX ORCH FLITENi — _ 4. W� Uri POD 42' E :. ,NFL ENr E E "_o �II ... (� 9� '" LIC L, STOR...N I11 WORRS 1i�1 �l ® :D V z TO EVS N. PLANT �la l DRNN... \...... I ® 17 D , ® ( 1 I I II III III S DRNNS TIE INTO _ Y TSREEPUMPGSIA% 0 �.: "vn'I _ EME TOOISD e,ncTa.N'c.X"I i ""°'°"'�_ 1 III h STNO-IN,T. /�' 26' EO PIPING w f / _ _ EL£ TRIGLL� / a, I 2PING � �-J ,NFLUErrt _.. III y FORCE YNNS E w,TMNBTPAss Pp�c uHOEn CENILES DETAL THIS SHEET) TswarE 0 ELOW. I? r.,Lv::'r^�t % !, NOTES. 60 PLAN OR SITE PUN, SEE SHEET 00 C-IOU. '_ —LE 1a SCPLEE A=Co PROJECT NEW NCWRF HEADWORKS PROJECT .N..o.0 OWNER COWER COUNTY 1Ts coITI PROCUREMENT OFFICE 1 DESIGN BUILDER CONSULTANTS ��t•]FiE:�UCPJ PROPOSALCOPY NOT FOR CONSTRUCTION ISSUEIREVTSION iai GATE DESCRIPTION PROJECT NUMBER 60633295 K. S.- S. NAPOLI— �P'cnacx. C. BENZIGER HE SMITH woo. JULY Zan scat. AS NOTED DISCIPLINE CML SHEET TITLE YARD PIPING PLAN SHEET NUMBER 00 C-102 AECOM PROJECT NEW NCWRF HEADWORKS PROJECT OWNER COLLIER COUNTY LE ­ DESIGN BUILDER WALL-1— — ------------ c :1:111 �111 E CONSULTANTS REGISTRATION PROPOSAL COPY ISSUERiEVISION PROJECT NUMBER �33295 J WELCH J WELCH -1-1 M M �ENFANT PROJECT CHECK JULY n20 AS NOTED DISCIPLINE sTRUC R- SHEETTTTLE FOUNDATION PLAN SHEET NUMBER s -101 3 COM PROJECT NEW NCWRF D HEADWORKS PROJECT OWNER COLLIER COUNTY DESIGN BUILDER c CONSULTMTS REGISTRATION PROPOSALCOPY ISSUElRE=ION vw PROJECT NUMBER W633ZI5 4WELCH JWELCH ALEN-T ROJECTCHECK JULY 2020 -NOTE. 4 A DISCIPLINE STRUCTURAL SHEET TITLE HEE INTERMEDIATE LEVEL PLAN SHEET NUMBER S-102 3 2 6 3 2 i A=COM PROJECT NEW NCWRF HEADWORKS PROJECT D OWNER COLLIER COUNTY DESIGN BUovcv:Ean*L vnnicrnv CONSULTANTS REGISTRATION PROPOSALCOPY F B ISSUE/REWSION f PROJECT NUMBER 6W33MS J WELCH � (D L,213 J WELCH Y II6' 1 A' M NU LENPANT PROJECTCHECK JULY 2020 A - AS NOTED DISCIPLINE STRUGTLRAL SHEET TRLE TOP LEVEL PLAN s C SHEET NUMBER o S-103 2 o t J �' i � � , 4I •' I■ � � III I• 1 I 2 AECOM PROJECT NEW NCWRF D HEADWORKS PROJECT OWNER COLLIER COUNTY DESIGN BUILDER g,, E CONSULT-TS u. REGISTRATION PROPOSAL COPY NOT FOR CONSTRUCTION ISSUEIREVlSiON D.TE --l- PRWECT NUMBER 60633205 P. Moulton B-Sa. C. Galligan —4h D.. JULY 202D A 4 AS NOTED DISCIPLINE MECHANICAL PROCESS HEE SHEET TITLE 3D OVERALL VIEW SHEET NUMBER 01 M-101 6 A=COM PROJECT NEW NCWRF HEADWORKS PROJECT D m 1 IEET OWNER COLLIER COUNTY DDD,L,T[ranrvk � W wnDi Ea DESIGN BUILDER [Da—TEonakwnr C i— — I— 1 i.r sea _, L — — =iveas.tt r�ssi — ---- ronss 7,1 _ CONSULTANTS — wnrvnE� �1 +— �j REGlsntanoN Ga sea ' d D °EE" PROPOSAL COPY B I,J la,rvl scaowes m i � NOT FOR CONSTRUCTION _ I OroAss ;��� ISSUERiEVIS1oN LC I1 , i 44 1 1 � c ua onTc oEsc w 21 LE _ _ _ _ _ _ _ _ _ I i 1 PROJECT NUMBER vaa`nv[.es 63633255 i 2< uLE .. J o' µ corvTninOr PLAN t i P. MDUHon B. Sam 1 C.G 1119a K Smith S d JULY M2O AS NOTED DISCIPLINE f ' E MECHANICAL PROCESS SHEET TIRE PLAN k r SHEETNUMBER 01 M-102 5 � A=COM vma cnrE an�a ao cx PROJECT NEW NCWRF HEADWORKS PROJECT D 1 mrvsrn�ru odRo.ir ' 1 ♦— I ,' wwsxaaEss tzw :' I cx uz OWNER COLLIER COUNTY —� DESIGN BUILDER 1 SE CTION Mi oawanrE vwicxnv C i i E s .......aKw�m CONSULTANTS 1 srvar:Essliw rvoJ- - 1 I 1 1 REGISTRATION 2 S(BCTIONt'-0' M 1 PROPOSAL COPY B NOT FOR CONSTRUCTION can srva�.. ISSUEIREVISION L 9 u EFNs (n irn.) �! y E I I Iy I IF PROJECT NUMBER s _ _ 6-32SS B. Sam I I I I l { i t I '1 1 I I c. Galan I 11 ) I I, 1 11 11 Ksmlth JULY"2G '• AS NOTED g corvrary Ea I I it I 1 1 I 1 1 i t �� Fs( rvrvo l`' DISCIPLINE MECHANICAL PROCESS SHEET TITLE (� SECTION M3 v vB• = ru� SECTIONS 9 a e SHEET NUMBER 5 01 M-103 a 1 5 3 A=COM PRO IECT NEW NCWRF D HEADWORKS PROJECT OWNER COLLIER COUNTY DESIGN BUILDER C /1 OVERALL PROPOSAL SECTION CONSULTANTS REGISTRATION PROPOSAL COPY NOT FOR CONSTRUCTION B ISSUEREVISION WI DniE DEYR ti a ;Ll PROJECT NUMBER 60633 95 P. Moulton B. Sam ao�Crcl i; £ " Rq Cnxl KSmItN y DULY I'll E A AS NOTED DISCIPLINE 3 MECHMIICAL PROCESS - SHEETTITLE 3D SECTIONAL VIEWS F ]D VIEW -SECTION THROUGH FINE U SCREENS U ]D SECTIONAL VIEW -6 MM SCREENS S � r SHEET NUMBER 01 M-104 LL 5 < J _ 5 A=COM PROJECT NEW NCWRF D HEADWORKS PROJECT OWNER COLLIER COUNTY DESIGN BUILDER C hE �c� �mmcsa ancam CONSULTANTS REGSTRATION PROPOSALCOPY a NOT FOR CONSTRUCTION ISSUE/REVISION L 1 4 PROJECT NUMBER 606332a5 i p.µc0i�t K SmIM JULY2020 AS NOTED A DISCIPLINE S MECHANICAL PROCESS SHEET TITLE RENDERED PERSPECTIVE 3D VIEWS k SHEET NUMBER 01 M-105 S E WON LOWER PLAN - DEMOLITION SECTION r11 1 EL 1 LOWER PLAN - MODIFICATIONS SECTION �21 'A.=COM PROJECT NEW NCWRF HEADWORKS PROJECT OWNER COLLIER COUNTY IU OR IZIv FROCUREMErvi CFFici RNL EA DESIGN BUILDER MTERs. fl ]nas T MVERs FL RHONE. O3�)2]&tTlS REGISTRATION PROPOSALCOPY NOT FOR CONSTRUCTION ISSUEIREVISION onTE PROJECT NUMBER 60533295 Bv C. GALLIGAN Cnwn 6vJ. CPNPVPN O P C. G-GAN H, SMITH ULY 202D AS NOTED DISCIPUNE MECHANICAL PROCESS SHEET - PI ANT DRAIN PUMPING STATION NO.1 MODIFICATIONS SHEET NUMBER 02 D-101 INRR MENT M 10 NPFlCAPON [TIERS Tuts Tr.BE£ nPvuEi EXLY t0 TXE NxcrlDxaL IOEnnDGnOx 0[ IuSTRVuwTs RSi EEREA xc UITERs uEASMUPED UR uODmER RFab �NR NxCnOx uUOIFlER NARY B MUE (ELECwiRCK) xmpl wSTMEQnwSi) OI OR E voLTrcE (w� [ Row MR FO ,—ER, (DMEwa0xrl) S �RREN) LLNL OR (GECTmGwI PowER nE LEVEL Uc-T(Rnon Law oODUI�TOmR RRIEEN -E USER, usER'S USERS .SfR'S DRaEE EI —1. �acE (aEs ¢nap PREssuRE x�(rfsr o Mximr ER z OR RApIWCTMtt EFA�PJOCxLT Swrt01 rEUPETUNRE RAxSut vRl-&UDruPO+ �nMN R U0.4A WELL x,, FIN SIRED REV551i1f0 OR r CHOICE ROug1TE Fl z sInOR ", MIS EIi AN O1S ABBREMAPONS 0.0 PN(IORrau+BL£ LEcx: CDniROUER as LIE.A— Oxvcw CB! OuwTr B0.T mIIXwER xI5 XYDROUER LFOE EP LOCAL F-EL E2 E.— VN vaxHE£ FREOUExc DRn[ µ XFOR.C. I. COMERmnnOx I/D IRwr/ourwr La L—1 EzapslvE URI ac ERxEr snTa Ra w Rol , .1. sNTw wC5' uxx ETXERxET SwIrCX art. TXIN ­1 .-I.R IRTE-E w�GTE 0 SY1dfl4LS u wDR --r-r� mvwuc coXmpL ux[s _ _ _ _ _ _ ELfC1RIC/ORERxLT mRlxC ® srnnc nxER - - - - 'Row cau_ GLlaw.nax srxRolxPE r.X�vEwT ® wDR a.ER wEE uR Eiow� -rrrrrr �I� vx -o-0-e- IxRRxr1 uxx slrw A.- wwlrx su1 �p.En -0� CONE OR— .nR arwc IIFE`-c' 1 Bru vuwE (xEREz) -..ER rcNnrOR �-- D.LL C.E. c." —1DRED x -kK o DonDERTRID REEDCw wR-ERSIDLE Pa-P \� A io F, . aRVER. �sRDxEx nwrDR N RorDDY�aiC wRR —� . � PLVG VnLVE DRax 137, X.x0 .-TER �— DIn4liufu vuvE E::::] REDUCER FOR CUE RIS- NO E ..I.RRRp—T.R K -0� 3 wP u r vuVE � vFAn ECRL SxaT ulxw � � AUDCE CARE vuuv I -I vrvwunnc UaErurpR �Y� 3-war DnrrnrER vuwE }d/\L�II�JIpO 5❑ sOlEnoID .11-OR UURxRnc. vvRa —El —PERER uacnEilC I—ETER EUKx OISE—ECT P_LL FLU-E G><S PuwP sULExaD vuvE �� MIRC PRESSOR nRC BnCx '��� FnQ— 9a+r1 DR vuu ® —FIRE OISPV{wERT -ERR — P SLRE RECUE REGMtDF vKVE UPryR ✓� UrOR v RELIEF) ROiauEtEA NUP OISPUCEUERT 4vEPRESSURE RUPTURE 05C Y RptCN RIESSU (V/[uVu REllEf) WEIR TO0.uNCA+ Rluv RE PEEUGxc REwUR --- STRax@ vµvE w/-E— PRESSURE iM �r CORE CXECx v4vE DIY CRECX FRESSURE E.E. ,RR vKaaw rw RnG w PIT wP PD-PEVALVE w � LEVEL TRaxsoucw "�� Rnpw raRxw, ��® PuwP saE u.In Es 1 RELIEF vuvE PLr m FlBER IR— C.—RER uu RELIEF vrLVE w onROTwRr TUBE PuwP " R .0— s .RRR PEww SUP FIRER mPP I, PAxEL O �� xnIFE urE vuvE O —IaBEE 'REELER[, amc � vlxcX v.LVE a Ear uERR O cEwR NRP -ERRET rwlra C] STov tpc RR (manE f1M EGR rC wERxsiCIJURTnOox Ix CLIENT wERRSTAF.R COniRa;T COxxECnOx x v❑ vNELuanC r[rW.TpR - Y' waV[ ITU COIN wURRE O EIECmE HraRwUC nCTWiOR ^ — u� ELECTRIC pcTwTOR ---m . I —I � enSxET srxaxEn oEEIrROID —LATOR o ERDI nax aR —111 v GENERAL NOTES —_ cFc aIE PRECEDED B/ n DEOuu vaxT (Ec, nkuh-SSEµ - avX.eEnc wmlw.s mw CrnlrzREnca rRSO+En1 vavEli, (ECn-.—OI.11 Ax0 AxZIL-161_ e). 2. IRSTnvuE= msiALUnOry oEia�s. sXCErs CUR vaESwRE EQUIPMENT/INSTRUMENT TAGGING EEUIPYOrt i i5 ME n uu0's Y.Nu ST- r 1 EOa T-11 wlxc5 eln THE sxNLI BE U �R ME SCW- �TMROCSxII SPED GnO� YCnpMfOR pEraLS REuaWnc Ep-.1.TL ruuuERT -1 INSTRUMENT SYMBOLS (., —ERO TreU:) rtw LOOP OE��— wvnOx STu®L OR vROCEss wRG 23 \\((TT wuER \�/ [RDnT valO uOUrvrz� 11 NS riuBLEaoxus s /�\ PnxEi InElunory ..—ER OF CO-1 REAR PAxEL upuxRo (D Hor as=Iu on CRr OFIELO —T. O IRTE1-- wlP rE �- RC P.E3 [IEl➢ IxDlunOx11— .111 R R,,E LOOP uxuL —E uBw SUPPLIERS r11 IxSTRuuExTS wRE SPECIFIN ev IRSTRuuExTAlgn (I) UnU:SS IxDIGTEO BF: (E) SPE 10 OF UECnwcu (x) IXlSnrvc (u) —FIED Rr uEwAxluL (X) —CInED er Hunt 11, FURwsxm "I ""'T (P) vEDDED er "U"" C _CFER­EE TO �EO[unOR SECTOriit 13 rS nS S .10 OR E— vI[ETs '.. * PLC OR DCS INPUT/OUTPUIUT SYMBOLS lY EEO PUT a RPDT DEG as PaT HAND S'MTCH POSIPON SYMBOLS S. (uRUBRLEn swrwEs ax io DE OR-Drt7 c CLosE [/R FORwam/F-I F FIT DR 1-1 vR LEUE/RwDR LOR J JOOC OR —/I0./REUER L LEu1 Xo. XalD-0m-wr0 w -Ur1 E.c DPEx/nUv/aosE 0 CPEn OR ERT 15R FOR—/STOP/REKRSE R RUx OR R—TE T51 TRRU/si0v/ua n STET/ EP Ell Es:/SCE./Fur E/s .ERE— STD OR Opp/ --/CLOSE A=COM NEW NCINRF HEADWORKS PROJECT ONMER COLLIER COUNTY EAI RAPLEO. EOUwrn�PRocrRwfxr OFFICE DESIGN BUcoRroRRniE PnRwwnr FORT "Ell FI- FORT NVERl. FL "I" w....�� 11)wmvsTsw CONSULTANTS REGISTRATION PROPOSALCOPY NOT FOR CONSTRUCTION IssUEIREVIsION — RR DATE DES PROJECT NUMBER 60633295 wa cn�a pm K SMITH JULY 2020 usclPuNE 1—UMENTAPON SHEETTTILE INSTRUMENTATION LEGENE AND GENERAL NOTES SHEET NUMBER 00 DI-001 HEAUWORI(5 ELECTRICAL RUII DING ; i 1 1 I I I I 1 1 1 � 1 1 1 1 � i I I I I I i I I (InRUE �YRF� E 0 PIcI __ J � I I I i I i 1 I I I 1; I I; __ (w1,5NPHE55 0 RL) flWW I I I I i i � (InnuENl SrAEEn xo.3 Rc) _________________J I I 1 i I I I I I I L________________ (Bi RExoox) e�n.s�s=ris L _ _ _ _ _F*Ed I I I t t RMX,SSR—i I' i I i i 1 I IT�n SR-5 xr 5[i+EEx no.RP.c ____________________LL_________ (vxE S�EEnV.I VEC) (txRVE ) I ---- ______ (er vExOo») 1 1 I I I I I ( oo») I I i II I i l l i l (13r vwoVR) 1 I I (Bf vExoVR) 1 I I I I 1 1 1 I I 1 1 I I I RN11,v4-)-PS: (Cali Vnil xa.3 PLC) _______________________ I � I I L_____________________ (HxE srnEU1 N0.]gL) ( (runln[lxJ ' l l � I 1 1 (ar vwooRJ ' 1 1 1 1 RMM VR-B-vlr i- (cmi I _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ � (nnE srnEEry no. a PEc) (H/ �ENooR) I I I I I (Bi �EnvVR) I I ' 1 1 we Rr .P- (cmr�o:nc) JI I L________________________ (wsxvxss xo.. vlcJ (er rFxooRl I � ' (er vExooa) (NNREI i how uEiEP � ao.uEiECR A=COM PROJECT NEW NCWRF HEAUWORKS PROJECT OWNER COLLIER COUNTY ]cmiEEs Foi xr PaowRENENr oERCE DESIGN BUILDER ASKELL 111—TE PA-1 v1ITE aEo9�o PARKWAY wxx.aecam4mm]6.'looi CONSULTANTS REGISTRATION PROPOSALCOPY NOT FOR CONSTRUCTION ISSUEIREVISION DE C W10 PROJECTNUMBER 60633295 No check _ vmlurx. KSMITH Oaie. JULY2— DISCIPLINE INSTRUMENTATION SREETTRLE SYSTEM ARCHITECTURE SHEET NUMBER 00 DI-601 1 e _.__�-0V PO' RKN 501EENM� e uREExlxc�sx Eci/RECrtLE xOiE 3 A=COM PROJECT NEW NCWRF HEADWORKS PRROJEC� nao.P COLLIER COUNTY rvcLEs Ea 4NT=PRowRENENT aEBCE DESIGN BUILDER 111T -PO,R05TEPnRNWwr NE 1=1s 111-8 CONSULTANTS REGISTRATION PROPOSALCOPY NOT FOR CONSTRUCTION ISsUEIREV sION I�R OniE DESCRIPiIOx PRDJECTNUMBER 50533295 K SMTTH JULY202D DISCIPLINE INSTRUMENTATION SHEETTITLE HEADWORKS INFLUENT METERING SHEET NUMBER 01 DI-601 mE YGIulS s"mvx SwLL BE TMGL L°x —" Dw,"a u I� \ e v "s _ os— STA�i/ma mI=°SYA-°°I °Iz= W - OSscP_°01"Lwv"I WI - 05.sW-Ipi "I U � InEL I ] I Esipv 9lE" FEffi t I /°/A /0/q 05-awn.SCli-°I-UP L_� CIF f - - - -' (fl J • T T � T i Is Z (f) e p5O(F) (Fj u f) °O(FJ I � I r - r - 1 ,„s I sulcE moot" 1 vvs 1 au�e`� A=COM PROJECT NEW NCWRF HEADWORKS P,ROJ`EC® OWNER COWER NOUN uTY ENEnr °FFICE NLE rR NAPLE9 Fl�xf I3 DESIGN BUILDER IMIELL ......n�aRwmFPo�nrE I=aarwwr CONSULTANTS REGISTRATION PROPOSALCOPY NOT FOR CONSTRUCTION IssuPmEVIs1oN VR pgiE OESCRiaTIOry PROJECT NUMBER 60633295 K SMITH JULY]030 DISCIPLINE INSTRUMENTATION SHEET TITLE 1ST STAGE FINE SCREENS MID SHEET NUMBER 01 DI-602 A_cR_a3 �3EQ N� _ � �Cw � ENeBLE 405E 0/5/C/a iOgOUE � 5 aNi/SiOP ESTOP EEO T ER�BLE R I 1 00, q �"II r-.;l r7l'ql Ir7.A n7l r-71 l I Q -- _ __ ____ 1\/ i0_____T�T�l _______ __JJ 0 T11 ESTOP 1 tf_ca-s! mE n1 3 -� • ESTOP- ry OESTQPO e nPE k, 3 T, � 3R 1 0,3 • Q S 6 rv�E III �� 19s_-92 2• G0"rarvw LQrvrurvEa A=COM PROJECT NEW NCWRFHEADWORKS P1RtOJEC .ao.P ONMER Co coo Tv 3-TAII—T LEwsrREUEur oPRCE DESIGN BUILDER FlIT1 1,IRP0o5 iE Pn[Rwwv wrn uxom, clomo- 9Yi0 CONSULTANTS REGISTRATION PROPOSALCOPY NOT FOR CONSTRUCTION ISSUEIREVISION PROJECTNUMBER 60633295 Oaq Greck K SMI H Data JULY 2020 DISCIPLINE INSTRUMENTATION SHEET TITLE GRIT UNITS 1 AND 2 P&ID SHEETNUMBER 01 DI-603 ap L;2s—T2 p xEiu� vI O/s-ae-m-va t W N— �3% WKN� i i�Ri/SioP E51°P SR2° a o 0 0 o e o o e o 0 0 0 0 I �T L J /,`E\ �-- J__= _______`_�__________1___Ti l---------------- J i______`_____________JJIi UP IAIT U R) -- - - - - J U 1 t�) y/a' • SW ° • JISY9]9 e l � E51UP e IFr is -ex ci�_nF e s fAM_� L9L 1 cxi� A=COM PROJECT NEW NCWRF HEADWORKS PROJECT tgo,4 —ER CoLullLWER R COUNTY Ervi OFFICE IT MI DESIGN BUILDER —11 FORT -ERS, —NE a1�s�Ts-1s55 CONSULTANTS REGISTRATION PROPOSALCOPY NOT FOR CONSTRUCTION Issu—IsION OniE OEscRiPT0.0 PROJECTNUMBER 60633295 Da —ay K SMITH JULY 39]9 DISCIPLINE INSTRUMENTATION SHEET TITLE GRIT UNITS 3 AND 4 P&IO SHEET NUMBER 01 DI-604 A=COM PROJECT NEW NCWRF HEADWORKS PROJECT COLLIER COUNTY wEy munn wocuaENEr�r oF.�cE iFac clsr DESIGN BUILDER coavaynrE vnFyw..r nEcoy s N orno vncKwav ..vw a«om�m�m srso, CONSULTANTS REGISTRATION PROPOSALCOPY NOT FOR CONSTRUCTION ISSUEIRE MON PROJECTNUMBER 60633295 o�q cn�=x K SMITH oa�o JULY 3020 DISCIPLINE INSTRUMENTATION SHEET TITLE 1ST STAGE SCREENINGS WASHPRESS AND TIPPING TROUGH P&ID SHEET NUMBER 01 DI-605 • xorE , i tNE 5iGW15 SxOxn AWL Bf RVKi1 NR - o5.5w-wi Rw xs - os. n+-w, Srw,/STW - S.YR-p0, FSIRSmG� �� Exu 5^AEEn. £ESE A �. Ni ulxiuVu, _ 0550,�-0O�tKnEEx B OCK - Wl - 05YR--00, OVFLNEnIut lML K.xwR-SUVRliED 0.c. mou tRE -SCR-poi FN 0 STMT m ix LOMx1E - os�s�w�� Hicx aFFEnExrW urn - EYO+cMi STOo BE=��9�x�REETQ Bx B /C/A /O/n 05-R,m.S-1-- ______________J L p5/J 05 05 p (F) B EL e, ca B v s z �Fxr r�µne OTPJ z t, t R U m u t u is ul£ il A 'u_uuu^i'u^ eR 05\/ (F) ' T __________ AaCE TROUCi, � � 3n0 SapE REExinpS RUDE (r) (FI A=COM PROJECT NEW NCWRFHEADWORKS PRLOJECT .w.ao,R owNER COWER COUNTY Na1LE9.FLJ<ti2 �T Enr ciHCE UIMER DESIGNOB 0160 RC11 TE PM.xwav FIRT MVERS. FL B]916 _a_NZ em91md,o1 CONSULTANTS REGISTRATON PROPOSALCOPY NOT FOR CONSTRUCTION ISSU"EVISION PRWECTNUMBER 60633295 o•vp�.e av o,w cea - K SMITH JULYO.O DISCIPLINE INSTRUMENTATON SHEETTRLE 2ND STAGE FINE SCREENS P81D SHEET NUMBER 01 DI-606 a FP i R.1x TWLL SWiCf IPOUGx i - - - �/ \J o/s/ci CE tNOUGN i4=COM PRWECT NEW NCWRF HEADWORKS PROJECT OWNER COLLIER COUo TY ExT aFRCE DESIGN BUILDER IL 1-1 FIRT 1-1 FL 13111 w�Eaol m9rom10-ins5 CONSULTANTS REGISTRATION PROPOSALCOPY NOT FOR CONSTRUCTION ISSUEIRE SION oEScm PR W ECT NUMBER 60633295 .- 21K SMITH JULY tom DISCIPLINE INSTRUMENTATION SHEETTITLE 2ND STAGE SCREENINGS WASHPRESS AND TIPPING TROUGH PBdD SHEET NUMBER LOT, ■11Q3171 DPExED OOffD IETA I� I�xw 1� ♦ �m BlF 1� ZSo \ / i i \IRDuxlf/ I DFF Yi Yi Yi s �- -� INSIDE WATER PANEL I I I { I I 1 I � I I � 1 RAs TIO i ° TT z I � I 1 _ I '�� EEEn is l um PPinc I NUTRIENT R �IP.wsulT,.uO"L., FL.rDPux iwPlxc i FEED PUMP i 6 7 L-------------------1--d--- �T____Y Powi11 i �4 A=COM PROJECT NEW NCWRF HEAOWORKS PR c OWNER COLDER CO�UoNTY —5 TA 111 T,z AsrREUExT oEEIa IL DESIGN BUILDER xA� PnRMnnv 5`�PTL UJEItmm w5 NE IE 91=ie-i911 CONSULTANTS REGISTRATION PROPOSALCOPY NOT FOR CONSTRUCTION ISSUErtiEVISION PROJECT NUMBER 60633295 K SMITH ULY2= OISCIPUNE INSTRUMENTATION SHEETTRLE SIOTRICKLING FILTER P81D SHEET NUMBER 01 DI-609 DIAGRAMS ' ' N RNIL PRUKER, 11 - 1 �e1. rV OTUERN9E rvo20. W ,—N nE SLOWER ,UI eER Is TRIP, uN.1R I',I. SEmN4R u N.TOR NLL wLTKE xM-REVERswc r.c`_RTMO D R OC c E"', "SEfF IBRIC E`REDUCNm v0.iALE. To STNIE) u BER INOICITm I— SiARRR 11C I' Sw onsm gSC ,.cT Sm 'ENBER r/ pE�rES .wPEAE R,n1�'°' d �% uuN NO uuPFA IrvpEIR: RS NSE Y vPCum J, ATTR mwER x J ❑ EUSE - LETTER oErv02S CIAO ININSIII.ITE, ID NOTED. NCLA ­( fTTTI C.RWNIEoCSEOZZI (mM wlrkTE)E OrvuIUPER OE 0 5 voftsEPOMEI�"OR Kw �6 q �xO I, KCATES Snx POLL c ECTNrn E. KILI�TOR.TNCROR HORELEONER, LnwoIGE�TKM1EET owAnGyER IOKM g� DIGR� KILOWATT 512E ,S E1111IT TwN ORUEN. u (]) IS —N, ME R/.To. u4BER Ix ( ) o— CRDUNI FAUI, PROTEcnON 'RE., TRIP — 1:1 L-CREEM. A BER. w N", PI E O uEC Iw..urxprHl Eo (KM —E UUCRIGLL.I„BIE"OC:Eo NDRNNLLX OPEN CORTNCT No--' CmSm CONTACT ® wTNETER sEULTOR s,ncR ® a ETW SDCCOR III. CQS CwCRIE RRENKER NN,RW SMOCx FT I—, TES, PLLN%X PITEN,MI REST BLWR ® ITNCTIRONEIINC IXRIH Q I— BLOCK DIAGRAMS NUMBER OENaT6 Wu'Rn' TGPALITER NE - GIUNowc RE515TOR TA* — IT I—EE a00:120 ❑ - N_ T,T,COTTRIE NO% R. CR IAYWYWVJ y ol., v NAE. (�) /I jT�I EpT rvuu.IR w (7 OATITI •Wll—'• _uu. CONTKTOR A. rvCR`DECTR— NIIEpmj uogs INELKI I GRS OoNm ENVPL U ER`PEAC w.I ^AT. V Ao BID DEICBRICNUEY PE El MouirsEuEGSIzo:En N�'uweER V I­OIIRNTED Irv01G>E; PLANS "''�'G INENE Bull OEIETTER "rFICO LaOurvo FNWi Cftcuir xlxTERRUPTEx III oBXmts ® �ETIC OTOR STARTER ROTOR STNTTER .1 ❑] 01 R mGiES IWrCN SIZE 0 OIST"RwiEI W ONE-LNE"OMLIMu SM PAxc RGRo O IRS— .0 INSINUEO UNDER ER OxRICTE0 UNDER OMIT to ®u SNm .0 I SxiAUED END OER oTUFA CONNECTED UNDER BRYB*N • OTTEEC­my rl IS CCAE-ECTm INDER bn50.v 16, o JUNCION NET PLANS PLNa oft I"pN sPEOE RN. IQE vS INgGIm ON mac— p0U q+c CADUE COxNECnOn CERE CD CUR RUNS CUR RUNS INDERCRDUND PIPE ENEIT Nxp qµS I.N MnNc SEE SPEOIGROR, NONE ErvywPEN ) INE.No fix. C.N. SDIxDIGtEDE OEI.- SECTON —lu DR B-1 ....IN DEK ES ELECMCAL SHEET NINHEA IN SEECABBRMEDDIRemA ITT. Oi]OI UZE ERERI x�xrtn4tt0 DR "qCE_ ❑ uOUN,m RVOM CfSCCNoi W4runIE I— POIN ET�0= OR vON10f5TE " PBRANCu CIRCun IMRLE lu4INNRE I" ❑ PIEE DR w rcp wcENmo —NAATE CENO,ES IINTRIL NIor]" A— WuwNDE - orts O E WNTEO EXIT o E u ITN EC11 TCJ 1 . IN gTIENI1 R n�E ®� CDURC�PExCwI NEI TEO EXIT "IND , N CE ONNj"IxgGTE.. Ou_ U R oEN-1 RIEN— DE —EC —'I— LCITTIND RXIURE R TN RM ry i I. - DRCNX NORM Se SRICLE POIE SNRCx CORIBILS IXTTIE5 NRKE' I 5 n BLE NO. SMITC. CONTROLS oXNREs _U) 1' S c wu7-w cY R H CONTRN OIS IXRE5 S x wNNKm Ne SMRCN LoxmOlS ltXEXRES �N, 1.0 N CTOR INTER EI HALL CEO DEn0TF5RR0Urv� FNUU�CVRClniirvE) cr0 MWRUP CCR ® CUUxC -TER RECEPTARE FlRC N .-IN f� .... IRE Nwvu PULL S— p FIRE �. -� IBOXLI Nr ONu4ER<y TER.- TEUP. SETENC SNOKE OETECTDR oloIR — GRI Y.Tox N M wo1 m =PHD E BDTLDEu M uTEs uourvim"A"I • Iry IGT¢ ualN� TE AEE I—' rtI ax ® RECESSm ELESH ELDOR RIEPRONE ® CCLLo— RUIN ELOOR TELE NE,D uT SINFIC ❑I IND Iu NClwsiAnox,..ENTEO. ­ (D SN uDUN- INTERCIu ry1 �L W�wrERCou LWOSPF.wUt. Q SURFNC .—TEo GTA oU— MOTOR OE,ELTIR !R, suR+DUAKRE __ (CC') ABBREVIATIONS NX, wT...0 ALTERrwCW Nfi NutowNTC TRUIYER SmiCn PTO PEM TEUISRNTIRE o(TECI.R III BEHIND E.PERwiURE - DID CENKYTB ENERCENCY I— rniCN Cl Cu CCENTRINGL uuR III. COR ST CENTROLT RANTCxrruaSSNftuER DR To_ pN ET£CTi RANG HOLE UNIT EUEEERT_ Ern' E)ECT.- OEI.TED vxvE ES IN ECENCI STOP S.R. (INENTNNm WxTNLT) (PROmI` OEIEC v AT C BE LOG N THE O E POSmON) EU" ELETIR. UNIT NEATER LNC EELCiRIC MAIER CCO EER FA.. IRE AUR. NNNUNGLroR PANEL EHY IRE —1 CONTROL PAN. ENNw RRE AUR4 NETMIRK .IIOIE ES SoRN `KLTRvsXSArtu EmN SNRCH — o".NuB O,_RTERBE,DR STAN= >RD ETC IRE ICNEERB IR1101E STORAGE —111 I', ON NO FITTET LEa CROIND FAILT CIRCUT�NTERBBPTER CSC CN..N.EO SUNCE C.O.C,OR I wOINwTwASERS�t NRRErvt TRRNYIftuER NA vU —I NOm R N R HGTER Ise INTnNSIGUR SAES —R. RP KEY PNO LOR L:,FF-RINOTE ICC uITOR CONTROL CENTER 11 wptoR 11CUIT IMIRICTII NR NO IN RUNOTE Nc NIRNNu.Y TERYn a OPBX-CURSE ABBREVIATIONS ECI uoioB CKELON05 OSC DP(N-11.1-DUCY E C UDDIC Ro.RUN -04---'—C�O"ER SAA SECvftln RAIN ANNUNCIATOR PANEL 11RECTER -ICI IR IT— ER 50FA T I oEETIN NITowTC W sEWErvCE sELEIRE = SX IC NvCII EE T/c TuER CuP,c TO TIME OEUY - I, TRE.O.ETER DERENITORT TO `EuEO OPEN IN TRNVY10 E IU qu IXITOR ES TEUPERATURE SENSOR TIC iTLEPROPE TERu CARNET EEO 1IRUBLE FREID[RLT IRK Il 5 -AEI EI.— v DE.TRES MATERIGHT EOUIPUENT NP NOTES .FRR IP oEEMNalESR LOSO�PRNEE EW exuF.NT III ZERI SPEED IXITCH LIT PS � NSTRE T TR.NY,mER LT." 6NNLN RICN FE Flow DEUExi —ER EX— UNIT 10"11 GENERAL NOTES wl I ., EEO IN NAouN TToTo�IY PID ARAIUI :oaEN�Eo EE WM s"RI,ERE wSTNiED Z ELOOR ELv4£55 OTUEm45E x0im PEOPTNClES S1WL BE uWNTE. t-o' AeLUE FNSRED RWR I O, EXCEPT HCCCPTICTEI Ix OESTc(S DR ER 3 SIREXCE uTRIBB) PNINCIs AND PANEL 9DIRDS. SWU BE DENTm TO AMINE ANL/o' NR SPNCE 8ETXEEx a. LTUC uouxTO n [RVE II i crvErEi orv`I ocawixLS�MM ME TECRINCC ­1 THE FINISHm RO0.R. OE s.�Zl EXPWMn0x0 OusXu�)5 F INSTRUUENnox SHOMN AND n02m ON SUER CS. SEE 1S 11ExixTOx LELEno I CONDUIT NnO MINE (Nor Su.NN) FOR ORE Nv CONTRol IP.UNT AND NuSCEANUS OEYCE51 5wR1 BE BESPGRISHEIT AND INSI'DTSLED PNIER SECDox 15 BE A. I/IDNS- (EEN.) P. IT NO OF Cu Mr RNBEI � NEDU) m[ 7HNN/jNHH T. DO RE (rv0, SHOWN) mR DCHINC NRNISHN .N0 IIENATA"L"Eio I. lull BE Au BE A. 1/3' (MI.) P. RE (uwu -E.' E T"uowL HN GOurvo MwCS As RED IRLE, Iry IEP E NI IT IsvEET o0 E160 E MGEcvs56TGIONE"SCRE➢uftm ON 9. SXRT_ Cc COUPARTUENT oESIcxATONs NS WERIK-. NOT INTENDED FOR USE, PULE ONLY. 5Pe[E. ,u11 ERE (`.EOgS� o1S eR�CeNFSINORR MTFRS MTEIN SIZE RNNCE PUOMN SPARE' S A CONPLCTE Z"MINOR NVMpBlCXTUR LE NRTR HUNxE RIC. o L X_.Rcs CONIELI .1 All, ADl TM.,IN .9 . LEGEND: _--.. EXTIRNI WORK A=COM PROJECT NEW NCWRF HEADWORKS PROJECT IA.P OWNER COWIILLII COUNTYQP OFFICE RIPPLED ER DESIGN BUIO BORATE PNRKwnv SLrTE AECOEX ORTE MIENS. FL 31 6 E.—C cn III&TJO6 CONSULTANTS REOLSTRAT)ON PROPOSALCOPY NOT FOR CONSTRUCTION IssUEIREVISON RR W­0­11­101 PROJECT NUMBER 6GS33295 ONXIB.. RE O.0.SPE13 D. ASPESI D. ASPES) N. SMITH .X.0 JULY 202D O. ASPES) DISCIPLINE ELECTRICAL SHEET TIRE LEGEND, SYMBOLS AND GENERAL NOTES SHEET NUMBER 00 E-001 5 � 2 ELDwD:PDxER �RrIR�, EF�4 _ _ PRIP YIlIEOU`OnwpUC1 . *-�nL rH .FE. uxz p s oA roR w � o ArvSFOFuw utuR xiEL rOF r )2— CLOSUFE wix 120 A8011 r n«.wwlw $LPN$ L------J PLL-OS - ----� "'AC. A 4x Cl_1 EIRE — ________ I- u5A 11 _________ lR r __l I rrx_IR sm_ L ^j oORBABLE—A CExWAioR urs�s s _ - Z. Laxz rEww.n OPEN/G05E/,RIP )350n PLC-a5 ianrvSiERES,u rtrv� uewUAL RC-05 WIN, Rn cw5 - r0 (50.5 5Yui� nrmEo Ll— eUs vD R upxlrORwL r _ _ _ _ _ __________ 01WND BUS NUPER nEUfRµ COnxECnxL vA0 \ WA )I0W ) 3oA ) MA ) IA ) 30A ).,OA ) bA � L_ _L __JL ___L_______ ________ __________ __-_________________ ____________ ____-_____________ Ni �l v L-05 /{. 2501 ]PHmAus[Ex OLMrw a vA ASLO ]Ro W EWu mnxScO/ ExV _ _ _ _ _ _ _ _ tt tacNC��C«tPAUDBWRO n (A n A A �oA A n• A L1/JOA /1 /J /2 v^�x.l9D_AFS PAx.F1HBA_ND. of D 91 0 Os_Fww [ra_ni 0 - - OS-Rwx vR-0a W=S�,C=OL �� �� �� I➢=fB,P=V2 Snn _ _ Ogyt 0yU Hpy_Ug pq}t: yyU MOy_0]u INHIJOU I l rv0 2 RNLI ry I 5oA ) zDA ) zoA ) oA ) 21A ) IA ) b< ) SDA ) DA ) oA ) DA I ________ _________ __________________________________________ _________ o5-Rww.Ya-Ot-RL Rwtr1 -of-PLc w SoA FDA g J rw bDA FDA (DA (DA A �w A �A FDA 61 6A 6ff 6A DA 6A DA I/3 Q} SC -OS 05- - OS-Fwr SW- py-Rw.s[R- DS- - OS- - 3 Os_Rrm'w-D 0 - - llL-C�P=p± 'nB0E9 O9lL` N=GB- Io_�. c-1 ''JEREg AYE 1fl=� OAK M'S uov_oaR oFK V.nll uov_o1e r L EE s ..;HVRcs3 � ] ss,E o 1 2 A=COM PROJECT NEW NCWRF HEADWORKS P�ROJLEC� OWNER COW EE—R Coo 2 ENT ORT,LE 11111 FL 1a„z DESIGN BUILDER —11 Pwrx •u R 9w3Tb]9URL CONSULTANTS REGISTRATION PROPOSALCOPY NOT FOR CONSTRUCTION ISSUE]RMSION PROJECT NUMBER 60633295 Cau nti 0v D. ASPESI Omwn evD. ASPE51 D. ASPESI H. SM— ULY 2020 NONE DISCIPLINE ELECTRICAL SHE£TTRLE SWITCHBOARDSWBD-05 SINGLE LINE DIAGRAM SHEET NUMBER 00 E-002 AECOM NEW NCWRF HEADWORKS PROJECT OWNER COWER COUNTY DESIGN BUILDER CONSULTANTS REGISTRATION PROPOSALCOPY NOT FOR CONSTRUCTION IssuEmEVImON once PROJECTNUMBER 60633295 Ges d0y D. ASPESI D. ASPESI Y. - K. SMITH ULY 2020 DISCIPLINE ELECTRICAL SHEETT E PRE -FABRICATED ELECTRICAL ENCLOSURE SHEETNUMBER 00 E-003 'v -,Z --V --7- -�N �Tr 7-,7, -T t7l L 2 t L E. ECIt 717 �111 1-1 'Ll"Ip I ;;I V..;, 111;: 1 1 n, A ;-I • IT, I-L- .1 --J T—L 4-:,, I. I PRQP05E(? Mrr,-,5A ELEVATION 0EMOUTtON -�F OA �7. T Ite," 3�,�ttl -.."r IIARIPARF 0) W. 'c ROUTE 3-3/GANG, 6AWG (G) J ; P c p THROUGH EXISTING RACEWAY. v v, ;A OL a, 7� ipp Lc. F �� P O�DE 18 -PULSE Inn 411: In, P.L) SIZED FOR 125HP MOTOR 16 HM RECORD DRAWING INCLUDED AS IN —T.. 2'c BDUT. 3-1/13AWG, 6AWG (G) PART OF HASKELL DESIGN BUILD THROUGH EXISTING RACEWAY_ ©KEYNOTES PROPOSAL. 2-1 1. REMOVE EXISTING 35HP SUBMERSIBLE PUMPS FROM Wl HELL AND TURN OVER �PMPP„� LEVENDOR SUPPLIED FLYCT FOR SUVADE. DO NOT DllPlF MARKUPS SHOWN IN RED REFLECT SCOPE -SE IT rnTN PUMP. PUMPS. RETURN PUMPS TO PLANT MAGER- OF WORK FOR REPLACING THE PLANT SITE EMSBNC 2SOAF sIENENS HFOBY250 BREAKER PUMP STATION PUMPS AND VFDS. AAT.N— UNIT 7 WTH 15BAT TRIP UNIT.RREPLACEEX"ING L PUMPMSON TRIP I llSAT UNIT. .."IT- JULY 2020 .P 1, TATI PROPOSED MGG-6A REGORD OP-AV41NOS (TYPICAL FOR PLANT DRAIN PUNT STATION #2) RMs s D— by. SBW D,Ie. THESE RECORD DRAWINGS HAVE BEEN PREPARED N PART ON THE BASS OF INFORUATON COMPUD BY OTHERS THEY ARE NOT INTENDED TO REPRESENT IN DETAIL BIT LIACT LOI 1111 11 CODOONONT NOR —Nll OF HNIBUCTION. THE ENONEER RL NOT BE RESPONSIBLE FOR MY ERRORS ON OMSSONS *104 HAVE NOT BEEN INCORPORATED INTO THE RECORD DRAMM 950 EncoreW,y FL- 34110 Ph—*'(239)254 2GG0 HOLE MONTES Flarld, C-tiftat, of ENGNEM PLANNUS-SUBUORS AMth..—,—,, 1-1772 Below is a complete list of items memorializing the scope changes and additional items agreed upon during negotiations to be incorporateed as part of the Contractor's Proposal. 1. Haskell agrees that their GMP is inclusive of all sales tax and associated costs on materials and equipment. The County reserves the right to make direct purchases of various construction materials and equipment included in the work, pursuant to Section 28 of Exhibit H — General Terms and Conditions of the Design -Build Agreement. Haskell agrees to remove all supplemental terms and conditions to the Design -Build Agreement. 3. Haskell agrees to provide SCADA and PLCs in full compliance of the bid documents, at no additional cost to the County. 4. Haskell agrees to provide an additional odor control blower and ductwork, at no additional cost to the County. 5. Haskell agrees to provide a larger odor control concrete slab large enough with adequate load rating to accommodate their proposed odor control option 2, as well as spare power/control conduits, at no additional cost to the County. A conceptual plan is attached. 6. Haskell agrees to provide MCC buckets and a ductwork tee to accommodate future odor control equipment included in option 2, at no additional cost to the County. 7. Haskell has confirmed that the installation of additional odor control equipment during NCWRF New Headworks construction, or during the warranty period of the NCWRF New Headworks would not affect the warranty of any equipment provided by NCWRF New Headworks. 8. Haskell agrees to coordinate with the County in whichever procurement method the County chooses for additional odor control equipment and installation. Haskell offered to procure additional odor control equipment at their cost with no mark-up. Haskell agrees to further develop the dumpster odor control system during design and will coordinate with the County's solid waste vendor (currently Waste Management Inc. of Florida) during the design process for the required connections for the dumpster covers. Haskell reported during negotiations that Waste Management would rent the roll -off dumpster covers to the County for $400/month, and subsequently advised that if purchased, the County should budget $15-25k per dumpster cover. NCWRF New Headworks Odor Control Scope Change October 2020 nAr Haskell Original Proposal "P) G Haskell Post Proposal Option 2 Oda= Control - Dual Carron Absorber Unit Lucsaork Legend s„ice Pre -created ",,2 Pbst-9iofilter Pre -Carbon Post -Carbon ■ Agreed Upon Scope • Haskell proposed, • Plus, slab sized for Option 2 • Plus, additional blower, ductwork, tee and MCC buckets End State • Option 2 • Two B i of i Ite rs • Two Carbon Absorbers 9 EXHIBIT A-3 LIST OF PROFESSIONALS AND KEY PERSONNEL Name Title Firm Brian Stitt, CBC, DBIA PEn Design -Build Project Manager AECOM Ronald Cavalieri, PE, BCEE Design Manager AECOM Kevin Smith, PE Deputy PM/Design Center Manager AECOM Cheryl Robitzsch, PE, DBIA Design -Build Coordinator Haskell David Rieken Jr, PE, DBIA, ENV SP Construction Mana er Haskell Bobby Bradley Construction Superintendent Haskell Page 24 of 63 RP$ #20-7722 C At} USI Insurance Services, Inc. i Concourse Parkway, NE Suite boo Atlanta, GA 30328 January 13, 2021 Ms. Sue Zimmerman, CPM Contracts Manager Procurement Services Division Board of County Commissioners for Collier County, Florida 3295 Tamiami Trail East, Bldg. C2 Naples, FL 34112 Re: The Haskell Company Design -Build Agreement of NCWRF Headworks Solicitation #20-7722 Dear Ms. Zimmerman: We hereby allow Collier County to enter the contract date in the "whereas" section of the performance and payment bond numbers 107236559/016228250. If you should need further assurances on our fine client, please contact our office. Sincerely, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA LIBERTY MUTUAL INSURANCE COMPANY Annette Wisong Attorney -In -Fact annette.wisong,ci,,usi.com (470) 875-0436 TRAVELERS Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Annette Wisong ofATLANTA Georgia , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day, of February, 2017. -&--s so MA& State of Connecticut City of Hartford ss. By:l Robert L. Raney, Sehror Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. a T� My Commission expires the 30th day of June, 2021 * w� t Mane C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 13 day of January, 20ZI fM��Y J'�SY Riy� ,+wry T VA 7L Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttoiney, please call us at 1-800-421 3880. Please refer to the above -named Attorney -in -Fact and the details of the bond to which the power is attached. N 0 c 0 Liberty _�mutuil. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated, Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8202336.969078 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Cheryl Lynn Boozer; Sarah Hancock; Tina H. Kenned ; Kathryn Kteinschmidt; Kate Longaker; Steven L. Swords; Joseph R. Williams; Annette Wisong all of the city of Atlanta state of GA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 11 th day of October , 2019 . State of PENNSYLVANIA County of MONTGOMERY ss Liberty Mutual Insurance Company Pv INSU,pq PySY IHgU N %HSU� The Ohio Casualty Insurance Company �J c°ar°fir yo I cp�`rag4r Pqy GP °t`°°av q 5 �a rt, 2 a i� rFa West American Insurance Company 1912 o Z 1919 o u 1991 0 �� ��g'y�CHu�'��a1J iOJ NAM4Sa�.�L$ el - David M. Carey, Assistant Secretary O a) On this l lth day of October 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o 2 Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ':03 IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. _-p W .� AA O Q,�oeawSTF{ COMMONWEALTH OFPENNSYLVANIA N°tarial8eal �d' O k� `per OF <s F rene Pasterl!a Nulary Public .I;i rion Twp., Montgomery CoBy:mission Expires March z8,2100 T a)-� Member, AennsylvaeiaAssodalionofNo[a es Teresa Pastella, Notary Public 0 � This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual o.E Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: E 6 ARTICLE IV— OFFICERS: Section 12. Power of Attorney. o M Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the a > President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety m N any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such zinstruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations, Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full; true and co.rrect copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 13 day of Janua` y — , 2021 PX. %NSU� �'11 INS. N 4NSU� S� �4°asogyTdyc[° v.S c°Rr°,�r'Pyyn `� �°°.�ORgr� yn — 1912 a �U i s 1919 0 o a 1991 n o 68�`•" 7�" By .� r���'� *°s��ya o�yNAMps �aa rs3•ya �N, ado Renee C. Llewellyn, Assistant Secretary co co c W .a H U7 w Oc�, _ M o� C N co 0 ca O rn o iEEyi oa) 00 >o N 00 E� �C? 00 U — o �9 LMS-12873 LMIC OCIC WAIC Multi Cc 062018 E;X€­11B1T ;B-1 PUBLIC PAYMENT BOND Travelers 107236559 Bond No. Liberty 016228250 Contract No. 20-7722 KNOW ALL MEN BY THESE PRESENTS: That The Haskell Company as Principal, and Travelers Casuals and Surety Company of America• Liberty Mutual Insurance Company as Surely, located at One Tower Square Hartford CT 06183. 175 Berkeley Street, Boston, MA 02116 (Business Address) are held and firmly bound to _Board of County Commissioners for Collier County Florid4s Obligee in the sum of Twenty Eight Million Seven Hundred Thirty -Eight Thousand Eight t iundred Ninety O0/100 (S 28,738,890.00 __) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 with Obligee for Design Build of NCWRF Headworks ill Naples, Florida accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal Promptly makes payment to all claimants as defined in Section 255.05(l), Florida Statutes, supplying Principal with labor. Materials or supplies. used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in lull force. Any changes in or under the Contract and compliance nr noncompliance with any formalities connected with the Contract or the changes do Haft affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of tile number- of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this Jane 20 2-1 , the name of each party being affixed and under -signed representative; pursuant to authority of its g=overning body. instrument this 1 q+4� clay of these presents duly signed by its t>r.c25of63 RPS 20-7722 Signed, sealed and delivered in the presence of: PRINCIPAL BY: Witnesses as to Principal NAME ITS: STATE OF FL - COUNTY OF vJ c t The foregoing instrument was acknowledged before me by means of _✓physical presence OR _ online notarization, this [ —day of J P►,#-gL,4hy� 20�, by ,��,qp �tp s L A FPC Y , as �rCO of a P Zg&jele corporation, on behalf of the corporation. He/she is rsonally known me Ok has produced as identification and did (did not) take an o . My Commission Expires: (Signature of Notary) NOTARY Harrell NO - G NOTARY PUBLIC NAME: �G b t � t Y- r STATE OF FLORIDA (Legibly Printed) Cornm# GG961864 Expires 2/24/2024 _ (AFFIX OFFICIAL SEAL) Notary Public, State of �L Commission No.: C, 9 {o i S dot ATTEST: SURETY: Witi sses ��Se Page 26 of 63 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERCA: LIBERTY MUTUAL INSURANCE COMPANY (Printed Name) One Tower Square, Hartford, CT 06183 175 Berkeley Street, Boston, MA 02116 (Business Address Of —I rdt� (Authorized Signature) Annette Wisong, Attorney in Fait _ (Printed Name) FL License #13133418 RPS #20-7722 OR Witnesses STATE OF Georgia COUNTY OF Fulton As Attorney in Fact (Attach Power of Attorney) (Printed Name) USI Insurance Services Inc. One Concourse Parkway, Suite 700 Atlanta, GA 30328 (Business Address) 470.875.0436 (Telephone Number) The foregoing instrument was acknowledged before me by means of physical presence OR _ online notarization this dayof 20 b Anne Wison as �ltyand5ti'ret�Campam�a irrer CT Attorney in Fact Iharty Mutual Incuranra f nmp ;;ny , a�oy� corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: February 20, 2021 (Signal .ire) ,%%Iti�lrII P(�IOTARY (AF IMBEt13CIAL SEAL) My Comm. Expires Feb 20, 2021 '%'9A " t7oN COV G%% OF 00 Name: Kathryn Allen (Legibly Printed) Notary Public, State of:Georgia Commission No.: Page 27 of 63 RPS #20-7722 I+XHIBIT B-2: PUBLIC PERrORNI IANCE BOND Travelers 107236559 Bond No. Liberty 016228250 Contract No. 222222 KNOW ALL MEN BY THESE PRESENTS: That The Haskell Company as Principal, and Travelers Casualty and Surety Company of America; Liberty Mutual Insurance Company, as Surety, located at One Tower Square Hartford, CT 06183 175 Berkeley Street Boston MA 02116 (Business Address) are held and Firmly bound to Board of County Commissioners for Collier County, Florida, as Obligec in the sum of Twenty Eight Million Seven Hundred Thirty -Eight Thousand Eight Hundred Ninety 00/100 (S 28 738 890.00 ) for the payment wliereof we bond ourselves, ouY heirs. executors, personal representatives, successors and assigns, jointly and severally. WHERE'S, Principal has entered into a contract dated as of the day of 20 with Obligee for Design Build of NCtt RF Headworks y in accordance with drawings and specifications. which contract is incorporated by reference and made a part hereon, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal lender the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee ofall work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; othervrise it remains in full force. Any changes in or under the Contract and compliance or noncompliance tivith any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agnfecs that no changes, extensions of timc,'iterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywl� c affect its obligations under this bond, and it does hereby Waive notice of any such changes, extensions of time,rm alterations or additions to the tes of the Contract or to work or to the specifications. This instrument shall be construed in all respects as tl co111111011 law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shalt not apply to this bond. In no event will the Surety be liable in the a�7gregate to Obligee for more than the penal sum of this Peri'ormance. Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WI-IEREOF. the above parties have executed this instrument this 11- ft" day of Jaiwat�{ ---, 2(i 21 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Pa,c 28 oi'63 ` RPS �'20-7712 Signed, sealed and delivered in the presence of - Witnesses as to Principal STATE OF RL COUNTY OF I DU,/f-_ PRINCIPAL THE HASKE MPANY t��BY: / NAME: �f � : S14A2e,S ITS: CFO" The foregoing instrument was ackilowledged before me by means of hysical presence OR _ online notarization, this ±L--day of j <rt.,cA-j201L, by C)/ elrJ 5GArPey as CFO of . - t a!"', , a �%�� „,�,r� corporation, on behalf of the corporation. He/she is rsonally kno to me Ok has produced as identification and did (did not) take an oa . My Commission Expires: Tabitha Harrell NOTARY PUBLIC $-FF#?k#8Aq"024 STATE OF FLORIDA Comm# GG961864 (A (Signature) j Name: —Tc— b ► ft (Legibly Printed) Notary Public, State o£ CommissionNo.:�I`7 Page 29 of 63 RPS #20-7722 ATTEST: Witnesses STATE OF G3kUrnroiA COUNTY OF FAjltc n SURETY: TRAVELERS CASUALTY AND SURETY COMPANY OF AMERCA; LIBERTY MUTUAL INSURANCE COMPANY (Printed Name) One Tower Square, Hartford, CT 06183 175 Berkeley Street, Boston, MA 02116 (Business Address) (Authorized Signature) (Printed Name) Annette Wisong, Att ey in Fact FL License #13133418 OR As Attorney in Fact (Attach Power of Attorney) (Printed Name) USI Insurance Services Inc. One Concourse Parkway, Suite 700 Atlanta GA 30328 (Business Address) 470 875 O4436, (Telephone Number) The foregoing instrument was acknowledged before me by means of _ physical presence OR _ online notarization, this day of 20_, by Annette Wisonig as Attorney in Fact of Travelers Casualty and Surety Comany of Americas CT —F corporation, on behalf of the corporation. He/she is rso pena y known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: February 20, 2021 00 (AFFIX 0 SEAL) My Comm. Expires peb20,2021 �01� , 0; ,EO (Numb, Ow', (Signature) Name: Kathryn Allen (Legibly Printed) Notary Public, State o£ Georgia Commission No.: Page 30 of 63 RPS #20-7722 TRAVELERS.. Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Annette Wisong ofATLANTA Georgia , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. GAO �pP � � runrAorm, �" O s State of Connecticut _ By:� City of Hartford ss. Robert L. Raney, Se Ior Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. 6 T!T My Commission expires the 30th day of June, 2021 flJ�i,R. ��Wtkt OALK * *� t Mane C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of rn� cow st rim Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, please call us at 1-800-421 3880. Please refer to the above -named Attorney -in -Fact and the details of the bond to which the power is attached. W..Liberty MutuAL SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8202336-969078 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Cheryl Lynn Boozer; Sarah Hancock; Tina H. Kennedy; Kathryn Kleinschmidt; Kate Longaker; Steven L. Swords; Joseph R. Williams; Annette Wisong all of the city of Atlanta state of GA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 1 Ith day of October , 2019 . 6 (D m State of PENNSYLVANIA � County of MONTGOMERY ss Liberty Mutual Insurance Company �tysu� P��Y I+VSU tNsuThe Ohio Casualty Insurance Company aJ G°¢4O1�rFy� yJ °PPOz+,�+'y �c,P o�Oear yc, West American InsuranceCompany J 3 Y gd1912 $Q m y 1919 'o a 1991 a /J //J By: David M. Carey, Assistant Secretary a) I On this I lth day of October , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance >Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a dulv authorized officer. m _-a � tA 0 O 9) 60 O a) C 6 N U) O Y L L (D O,� E IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. PA q4+°HWF� COMMONWEALTH of PENNSYLVANIA Notarial sxal f! OF I Te esa Pastefla. Nutary Public Upper Merton Twp., Montgomery County [_My Commission Expires March 28, 2021 By: Member, Pennsylvania Association of Notaries Notary This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV - OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of LPN. INS& �Olf INS& N %NStl ��p- `�r6 Im po j?`° O rd yn —O ? �ro9ynR� 1912 0:1919�o a 1991 0 d��� *os��G 2�9y"A1A°S�Naa� rs�"y01AN' aaa By Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018 H W O c� V c rn o� 3 =o � >o N N �0? CM c o0 00 L) r a EXHIBIT C RELEASE AND AFFIDAVIT FORM COUNTY OF COLLIER STATE OF FLORIDA Before me, the undersigned authority, personally appeared , who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid. "Contractor" hereby releases and waives for itself and its subcontractors at every tier, material men, suppliers, successors and/or assigns, all claims for payments due under this Agreement, against the Board of County Commissioners of Collier County, Florida, ("OWNER") relating in any way to the performance of the Agreement between Contractor and OWNER, dated , 20_, for the period from to (2) CONTRACTOR hereby certifies for itself and its subcontractors at every tier, material men, suppliers, successors and/or assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which OWNER might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid, (3) This Release and Affidavit is given in connection with CONTRACTOR's [monthly/final] Application for Payment No. THE HASKELL COMPANY "Contractor" Date: ATTEST: Title of individual signing First Witness Printed Name Second Witness Printed Name STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20, by , as of a corporation, on behalf of the corporation. He/she is personally known to me or produced as identification, and did not take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Page 31 of 63 RPS 420-7722 L�� EXHIBIT D APPLICATION FOR PAYMENT FORMAT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) FROM: (Contractor's Representative) (Contractor's Name) (Contractor's Address) :ail Original Contract Time: Revised Contract Time: Retainage @ 10% thru[insert date] Retainage @ _% after [insert date] $ Percent Work completed to Date: % Percent Contract Time completed to Date % Liquidated Damages to be Accrued $ Bid No. Project No. Purchase Order No. Application Date Payment Application No, for Work accomplished through the Date: Project Name) Original Contract Amount: Total Change Orders to Date Revised Contract Amount Total value of Work Completed and stored to Date Less previous payment (s) AMOUNT DUE THIS APPLICATION: ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; (4) and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised contract and shall be incorporated into a future Change Order: By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional DATE; (DP's Name) (Signature) (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager; (Signature) DATE: — (Type Name and Title) Pagc 32 ol'63 RP5 #20-7722 A EXHIBIT D #Continued] SCHEDULE OF VALUES PrAgatHems: Prgoao 6Rl Mber. Date: Perlod To: r r 1' a e STOREDM...a PERIOD r --- ' Explanation for the two columns under Previous Applications: The Thru Date is where you will plate all information until the contract is complete unless a release or reduction of retainage issue coi into play. If this happens, all information up to the date of the %change in retainage is placed in the Thru Date column. Information after that date is placed in the Since Date column. This states what has happened since the change in retainage. Page 33 of 63 RPS #20-7722 �1 Exhibit D (Continued) Stored Materials Record Formula: A+B -C -D=E A B C D E Date Description Supplier Invoice Number Previously Received Received This Period Previously Installed Installed This Period Balance To Install Page 34 of 63 RPS #20-7722 CAO EXHIBIT E-1 CHANGE ORDER Change Order Form Contractk Change:= PurchsseOrdervt: Projectrl;�� Contraotor!Firet Name: Project Name: Project 1.1 a n ag er Name Department: Origir.aI C.ontract 'Wor* Order Amount OrginaI ECC Approval Dsis. Agends Item = Currerrt BCC Apixo,4--d Arne unt Last t3CC Approval Cate. Agenda item# Current ConttacLYVcrr. Ordef Amount SAP CarrvectE.xpiiation pat£ [ kiss ter} Dolbr Amount of this Change :4-0I O! 7pW1 Change front OrginaIAmount R"sadCortrsclAIVcrw. fader Total 5 0.00 40jV.'b: Change from Currerrt BCC Apprv+ed Ameaunt Cumliauue C ban s 5 g.Ofl �1V-V Change tram C LrrEnt Arnount Completion Date, Description of the Task(sj Change, and Rationale for the Change Notice to PrUc� Original Last Approved � Revised Date pate Completion pat Date #of Days Added SelectTasks C7 Addnewtask(sl ❑ Deletetask[sli a Changetaskis) 13Other,r Da•x.; Provide a respo n sr to the fo I Vowing: f . j detai led and specific exp I a.nationkationale of the requested ch a ngets) to the task(sl and ) or the additional days added iif requested(; 2-) why this change was not included in the original contract; and, 3.1 describe the impact if this change is not processed. A.iacr s..nbra I mforrnalia^ from tre Des,;r ?rofessiora' ardor Contractor if nee:r: Prepared by: Dale: Depanmam) A•CzeptafrC2 Gf tr6 Cr3naf ,"ire=' S'3 a moo flcatontocortracl; workoraeriier,14f d aMve ard'NLII be 5l bAct to all the sarne terms and corcn*r3 as coritar,e r tr= •rira�t. 'xorkoraer irdicated stove, as fully- as 61ke sama,Kar=_ stsim it This acceptarce. The acJustrnert, if ary , to tht C4rt Fact "ll coast tAe a ft,11 aria final settlglr W of any and a II clam s of Il'e Comra:br; Vercor Cors4ftart: Des rn Profes s cra I a r,s Fng out of or re'aIed Io the chla.ne sett foah twain, inc tud mg c arms for irtpaoe arc celay costs. Accepted by. Date. (Contractor Ver4V,' Con,"tart: LZesrrr Professior.,sIar; N3 frieof Firm, rf p•o}ectappikWe) Approved by: Dane- (Des4ff Professand Name of rrrm, d prot'e: appli:able Approved by. Date: (PTocuremeri Preessiorar Page 35 of 63 R PS 920-7722 C 11 f3 EXHIBIT E-2 WORK DIRECTIVE CHANGE DATE OF ISSUANCE: OWNER: Collier County Board of Commissioners CONTRACTOR: EFFECTIVE DATE: PROJECT#: ENGINEER: You are directed to proceed promptly with the following change(s): Description: Purpose of Work Directive Change: Attachments: If a claim is made that the above change(s) have affected Contract amount or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract amount: Method of determining change in Contract Times: ❑ Unit Prices ❑ CONTRACTOR's records ❑ Lump Sum ❑ Engineer's record ❑ Other ❑ Other Estimated increase (decrease) in Contract amount Estimated change in Contract Time: $ Increase or decrease by calendar days. RECOMMENDED: AUTHORIZED: By: By - Engineer OWNER's Representative Page 36 of 63 RPS #20.7722 CAL] OWNER'S Project No. PROJECT: Contract For Contract Date EXHIBIT F CERTIFICATE OF SUBSTANTIAL COMPLETION ENGINEER'S Project This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR, AND DESIGN PROFESSIONAL, and that such Work is hereby declared to be substantially complete in accordance with the contract documents on the following effective date: THE DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. Page 37 of 63 RP$ 420-7722 �� The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on , 20_ Design Professional Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on , 20_ 0 OWNER accepts this Certificate of Substantial Completion on CONTRACTOR Type Name and Title OWNER Type Name and Title 20 Page 38 of 65 "MESA Interim Treatment Plant and Pipelines" RP5 U18-7474 Cr/U EXHIBIT G FINAL PAYMENT CHECKLIST Bid No.: Project No.: Contractor: The following items have been secured by the for the Project known as Date: , 20 and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion; Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner (attach to this form). 3. Effective date of General one-year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As -Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on It. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13, Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by NIA. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name & Title) By Design Professional: (Firm Name) (Signature) (Typed Name & Title) By Owner: (Department Name) (Signature) (Name & Title) Page 39 of 63 RPS 920-7722 CAO EXHIBIT H GENERAL TERMS AND CONDITIONS EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 Contractor and Owner, prior to execution of the Agreement, shall carefully review all the Contract Documents, including the various documents comprising the Basis of Design Documents, for any conflicts or ambiguities. Contractor and Owner will discuss and resolve any identified conflicts or ambiguities prior to execution of the Agreement. 1.2 The Contract Documents are intended to permit the parties to complete the Work and all obligations required by the Contract Documents within the Contract Time(s) for the Contract Price. The Contract Documents are intended to be complementary and interpreted in harmony so as to avoid conflict, with words and phrases interpreted in a manner consistent with construction and design industry standards. In the event inconsistencies, conflicts, or ambiguities between or among the Contract Documents are discovered after execution of the Agreement, Contractor and Owner shall attempt to resolve any ambiguity, conflict or inconsistency informally, recognizing that the Contract Documents shall take precedence in the order in which they are listed in Article 29 of this Agreement hereof. 1.3 Terms, words and phrases used in the Contract Documents, including this Agreement, shall have the meanings given them in the General Conditions of Contract. 1.4 If Owner's Project Criteria contain design specifications; (a) Contractor shall be entitled to reasonably rely on the accuracy of the information represented in such design specifications and their compatibility with other information set forth in Owner's Project Criteria, including any performance specifications; and (b) Contractor shall be entitled to an adjustment in the Contract Price and/or Contract Time(s) to the extent Contractor's cost and/or time of performance have been adversely impacted by such inaccurate design specification. 1.5 The Contract Documents form the entire Agreement between Owner and Contractor and by incorporation herein are as fully binding on the parties as if repeated herein. No oral representations or other agreements have been made by the parties except as specifically stated in the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 1.4 above and Section 2.3 below, and Subject to Section 3.1 of the Agreement, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, Dandling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to reasonably acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub - Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall Page 40 of 63 RQS #20-7722 CAi7 be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 It is the specific intention of the Parties that CONTRACTOR will propose and perform as part of its Design Services any necessary investigation and testing that CONTRACTOR deems necessary to address such risk of Differing Site Condition, which is more specifically address in Section 32.2, below. 061*GIN" 3.1 The Contractor, within ten (10) calendar days after receipt of the executed Agreement, shall prepare and submit to Project Manager, for their review and approval, a Schedule for the Project (herein the "Schedule"). The Schedule shall relate to all Work required by the Contract Documents and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Schedule shall be updated monthly by the Contractor. All monthly updates to the Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be limited to the hours of 7 a.m. to 7 p.m„ Monday through Saturday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a Risk Safety Management Plan, Quality Assurance /Quality Control Plan, a Critical Path Method Schedule showing critical path, interdependencies and slack or float, a Hurricane Plan and a Schedule of Values based upon the Contract amount, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this Schedule of Values shall be used as the basis for the Contractor's monthly Applications for Payment. This Schedule of Values shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. 4.3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall Page 41 of 63 RPS 420-7722 9 be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.4 Contractor shall submit its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner. After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, shall either: (1) indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Cleric of Court's Finance Department respectively. 4.5 In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re -submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4,6 Owner shall withhold retainage on the gross amount of each monthly progress payment in the amount of five percent (5%), as permitted by Section 255.078, Florida Statutes. The foregoing does not prohibit Owner from withholding retainage at a rate less than five percent (5%) of each monthly progress payment as otherwise allowable under Section 255.078, Florida Statutes. Any reduction in retainage below the maximum amount set forth in Section 255.078, Florida Statutes, shall be at the sole discretion of the Owner. Such retainage shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255.078. Any interest earned on retainage shall accrue to the benefit of the Owner. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub -subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub -subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Schedule of Values. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of proper invoices submitted on the date of services or consistent with Section 218.735 F.S. but no later than six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline Page 42 of 63 P,P5 420-7722 Cfi❑ period is subject to non-payment under the legal doctrine of "lathes" as untimely submitted. Time shalt be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.12 The County may, at its discretion, use VISAIMASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this Agreement. 4.13 Allowance Items and Allowance Values. 4.13.1 Any and all Allowance Items, as well as their corresponding Allowance Values, are set forth in an Exhibit A-] hereto. 4.13.2 Contractor and Owner have worked together to review the Allowance Items and Allowance Values based on design information then available to determine that the Allowance Values constitute reasonable estimates for the Allowance Items. Contractor and Owner will continue working closely together during the preparation of the design to develop Construction Documents consistent with the Allowance Values. Nothing herein is intended in any way to constitute a guarantee by Contractor that the Allowance Item in question can be performed for the Allowance Value. 4.13.3 No work shall be performed on any Allowance Item without Contractor first obtaining in writing advanced authorization to proceed from Owner. Owner agrees that if Contractor is not provided written authorization to proceed on an Allowance Item by the date set forth in the Project schedule, due to no fault of Contractor, Contractor may be entitled to an adjustment of the Contract Time(s) and Contract amount. 4.13.4 The Allowance Value for an Allowance Item includes the direct cost of labor, materials, equipment, transportation, taxes and insurance associated with the applicable Allowance Item. All other costs, including design fees, Contractor's overall project management and general conditions costs, overhead and fee, are deemed to be included in the original Contract amount, and are not subject to adjustment, regardless of the actual amount of the Allowance Item. 4.13.5 Whenever the actual costs for an Allowance Item is more than or less than the stated Allowance Value, the Contract amount shall be adjusted accordingly by Change Order. The amount of the Change Order shall reflect the difference between actual costs incurred by Contractor for the particular Allowance Item and the Allowance Value. 5 PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non-compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) Defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed or Contractor has not commenced to remedy or remove, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Page 43 of 63 RPS 920-7722 01,0 Contractor the amount of any liquidated or non -liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 6 COMPLETION. 6.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time but no longer than seven (7) days thereafter, Owner and Contractor shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch -list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch -list. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 6.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager will make such inspection and, if the Work acceptable and fully performed under the Contract Documents shall promptly approve payment, recommending that, on the basis of observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list, (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. 6.3 Upon Substantial Completion of the entire Work or, if applicable, any portion of the Work, OWNER shall release to CONTRACTOR any retained amounts relating, as applicable, to the entire Work or completed portion of the Work, less an amount equal to the reasonable value of all remaining or incomplete items of Work as noted in the Certificate of Substantial Completion. 6.4 OWNER, at its option, may use a portion of the Work which has been determined to be substantially complete, provided, however, that (i) a Certificate of Substantial Completion has been issued for the portion of Work addressing the items set forth in above, and (ii) OWNER and CONTRACTOR agree that OWNER's use or occupancy will not interfere with CONTRACTOR's completion of the remaining Work. Page 44 of 63 RPS #20-7722 CA❑ 6.5 OWNER reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the CONTRACTOR may have issued its recommendations. Unless and until the OWNER is completely satisfied, neither the final payment nor the retainage shall become due and payable. 7 FINAL PAYMENT. 7.1 Owner shall snake final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 6.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 7.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Project Manager at the time of final inspection. 8 SUBMITTALS AND SUBSTITUTIONS. 8.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. Except as previously identified, Contractor will submit project documents for review, approval, and closeout electronically. 8.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 8.3 if Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance Page 45 of 63 xNs 920-7722 CA of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 8.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 8.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for a mutually agreed upon cost prior to evaluating each proposed substitute. 8.6 Notwithstanding anything in the Contract Documents to the contrary, Contractor expressly acknowledges and agrees that Owner's review or approval of any design documents submitted by Contractor, including but not limited to any submittals as described herein, shall not relieve Contractor of its responsibilities or liabilities for design hereunder. Notwithstanding anything in the Contract Documents to the contrary, Contractor further expressly acknowledges and agrees that any such review or approval shall not be deemed as Owner's approval of any deviations to such design documents unless such deviation is expressly brought to Owner's attention by Contractor in writing and Owner expressly approves such deviation in writing. 9 HAZARDOUS AND SAMPLES. 9.1 Test specimens or samples generally are consumed or substantially altered during testing and are disposed of immediately upon completion of tests. Drilling samples and other specimens are disposed of thirty (30) days after CONTRACTOR's submission of its report, 9.2 NON -HAZARDOUS SAMPLES. At OWNER's written request, CONTRACTOR will retain preservable test specimens or the residue there from for thirty (30) days after submission of CONTRACTOR's report free of storage charges. 9.3 HAZARDOUS OR POTENTIALLY HAZARDOUS SAMPLES. If samples contain hazardous constituents, CONTRACTOR will return such samples to OWNER, or using a manifest signed by OWNER as generator, CONTRACTOR will have such samples transported to a location selected by OWNER for final disposal. OWNER agrees to pay all costs associated with the storage, transport, and disposal of samples. OWNER recognizes and agrees that CONTRACTOR acts as a bailee and at no time assumes title to said materials. 10 DAILY REPORTS, SIGNED AND SEALED AS -GUILTS AND MEETINGS. 10.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: Page 46 of 63 RP5 #20-7722 CAD 10,11 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 10.1.2 Soil conditions which adversely affect the Work; 10.1.3 The hours of operation by Contractor's and Sub -Contractor's personnel; 10.1.4 The number of Contractor's and Sub -Contractor's personnel present and working at the Project site, by subcontract and trade; 10.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 10.1.6 Description of Work being performed at the Project site; 10.1.7 Any unusual or special occurrences at the Project site; 10.1.8 Materials received at the Project site; 10.1.9 A list of all visitors to the Project 10.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 10.2 Contractor shall maintain in a safe place at the Project site one record copy in electronic format of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Chang a Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean, and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As -Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As -Built" record documents, samples and shop drawings shall be delivered electronically to Project Manager by Contractor for Owner. 11 CONTRACT TIME AND TIME EXTENSIONS. 11.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 11.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, pandemics, public Page 47 oi'63 RP5 #20-7722 art C] health crisis, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty- eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 1 l .3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 11.4 Notwithstanding anything contained within Section 2.3 to the contrary, if Contractor encounters on the Project site any materials reasonably believed by Contractor to be petroleum or petroleum related products or other hazardous or toxic substances which have not been rendered harmless, Contractor immediately shall (i) stop Work in the area affected and (ii) report the condition to Owner in writing. If the Work is so stopped and hazardous material is found, the Work in the affected area shall not thereafter be resumed except by Change Order. Any such Change Order shall include, but not be limited to, an adjustment to the Lump Sum Price and Contract Time as appropriate. If no hazardous material is found after the Work is stopped, no Change Order is required to resume the Work in the affected area. Notwithstanding the foregoing sentences in this, if the hazardous material encountered was generated or caused by Contractor or any of its employees, agents, subconsultants, subcontractors, or material suppliers, no adjustment to the Contract Time or Lump Sum Price shall be made and Contractor shall indemnify Owner and hold Owner harmless for any costs incurred by Owner with respect to such hazardous material. Contractor will coordinate and cooperate with any person or entity who is hired to perform any hazardous material mitigation services. 11.5 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder, 12 CHANGES IN THE WORK. 12.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be 1 iable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 12.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 12.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive Change. In Page 48 of 63 RPS #20-7722(J that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim or else be deemed to have waived any claim on this matter it might otherwise have had. 12.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub -consultants' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub -subcontractor for field and home office overhead is included in the markups noted above. No markup shall be placed on sales tax, shipping or subcontractor markup. 12.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 12.6 Minor changes in the Work do not involve an adjustment in the Contract Price and/or Contract Time(s) and do not materially and adversely affect the Work, including the design, quality, performance and workmanship required by the Contract Documents. Contractor may make minor changes in the Work consistent with the intent of the Contract Documents, provided, however, that Contractor shall promptly inform Owner, in advance and in writing, of any such changes and record such changes on the As -Built documents maintained by Contractor. 12.7 No action, conduct, omission or course of conduct by Owner shall act to waive, alter, or change the requirement that Amendments, Change Orders, and Work Directive Changes must be in writing and signed by Owner. Such written and signed Amendments, Change Orders and Work Directive Changes are the sole and exclusive way to change either the amount of compensation to be paid to Contractor or the time within which Contractor is to perform its obligations hereunder. No changes will be allowed based upon actual, constructive, or oral notice or lack of prejudice to Owner. Any modifications to this Contract shall be in compliance with the County procurement ordinance and policies and Administrative Procedures in effect at the time such modifications are authorized. 13 OTHER WORD. 13.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 13.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work, Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit Page 49 or63 RPS 920-7722 0 of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 13.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it Lin available or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 14 COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing, To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor 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 se�C .. and regulations relating thereto, as either may be amended. 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. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. ■ Where the requirement for the affidavit is waived by the Board of County Commissioners Contractors 1 Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Contractor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Contractors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Contractor does not comply with providine both the acceptable E-Verifyevidence and the executed affidavit the bidder's 1 Contractor's proposal ma be deemed non -responsive. Additionally, Contractors shall require all subcontracted Contractors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. Page 50 of 63 RPS 920-7722 CA() For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: littp://www.dhs.goy/E-Verify. It shall be the Contractor's responsibility to familiarize themselves with all rules and regulations governing this program. Contractor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be 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 sec , and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15 CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16 PERMITS, LICENSES AND TAXES. 16.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. Owner will pay for environmental permit fees acquired or updated by Contractor, which include Site Development Plan Amendment (Collier County), Emergency generator notification (FDEP), stormwater ERP permit (F'DEP), and wastewater system modifications (I=DEP). 16.2 All permits, fees and licenses not identified in 16.1 necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 16.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 17 WARRANTY. 17.I Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or material men supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor Page 51 of 63 RPS #20-7722 [ A f ], shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 17.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 18 TESTS AND INSPECTIONS. 18.1 Owner, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 18.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 18.3 Contractor is responsible, without reimbursement from Owner, for re -inspection fees and costs; to the extent such re -inspections are due to the fault or neglect of Contractor. 18.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 18.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 18.6 Neither observations nor other actions by the Project Manager nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 18.7 Owner shall have the right, but not the obligation, to hire any consultant it deems appropriate to perform a peer review on Contractor's design documents. Contractor agrees to cooperate with any such peer review, 19 DEFECTIVE WORK. 19.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall, as Page 52 of 63 RPs #20.7722 cpp directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non -defective Work. Contractor shall bear all direct costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 19.2 If the Project Manager considers it necessary or advisable that covered Work be observed or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 19.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 19.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct costs attributable to the Owner's evaluation of and determination to accept defective Work, if such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 19.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor and Contractor does not cure or commence to cure the deficiency, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of a] I or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. Page 53 of 63 RP5 420-7722 CAU 20 SUPERVISION AND SUPERINTENDENTS. 20.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit A-3 is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must he immediately replaced with a person acceptable to Owner. 20.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Article 7 of the Agreement, a pro-rata amount for the services not rendered. 21 PROTECTION OF WORK. 21.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final completion is achieved. If Contractor or any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 21.2 Contractor shal l not load nor permit any part ofany structureto be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 21.3 Contractor shall not disturb any benchmark established by the Owner with respect to the Project. if Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner's benchmarks, Contractor shall immediately notify Project Manager. The Owner shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 22 EMERGENCIES. 211 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. if Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. Page 54 of 63 RPS #20-7722 A 23 USE OF PREMISES. 23.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 23.2 Contractor acknowledges that Work may be performed at a particular Project site where Owner simultaneously is conducting and continuing its operations upon the same site. In such event, Contractor shall coordinate its Work and cooperate so as to cause no unreasonable interference with or disruption to Owner's operations subject to Owner's coordination in accordance with Section 13 of these General Terms and Conditions. MM.Y,•� 01all 110A 241 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 24.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 24.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 24.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 24.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 24.3. Contractor shall designate a responsible representative located on a full-time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 24.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further. Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. Page 55 of 63 fiPS #20-7722 C�IU 24.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 24.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 24.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 24.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 24.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 24.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 24.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 24.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 24.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not pennitted on Owner's property; and 24.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 24.5.10 At all times while at the Project site, all Employees shall refrain from any abusive or offensive language and shall refrain from the harassment of any Owner employee, agent or invitee on the Project site. 25 PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre -construction conference with the Project Manager and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager, The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre -construction conference) as may be directed by the Project Manager. 26 VENDOR PERFORMANCE EVALUATION. Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completionitermination of this Agreement. Page 56 of 63 RP5 #20-7722 9 27 MAINTENANCE OF TRAFFIC POLICY. For all projects that are conducted within a Collier County Right -of -Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included within the Lump Sum Proposal, If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 28 SALES TAX SAVINGS AND DIRECT PURCHASE. 28.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in Section 28.2 below: 28.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner, 28.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 29 SUBCONTRACTS. 29.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Schedule of Values, and shall supply a copy of that breakdown and composition Page 57 of 53 CA(} RPS #20-7722 to Owner for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 29.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must possess all licenses required by state or local law and be "qualified" as defined in Collier County Ordinance 2413-69, as amended, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 29.3 In addition to those Subcontractors identified in Contractor's proposal that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self -performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, s❑ that it remains current and accurate throughout the entire performance of the Work. 29.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub -subcontractor performing any portion of the Work, as well as maintain a log of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified parry of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third -party beneficiary of the subcontract or purchase order . Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub -subcontractors. 29.5 Each Subcontractor performing work at the Project Site must agree to provide field (on -site) supervision through a named superintendent or foreman for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. Page 58 of 63 { RP5 �120-7722 29.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 29.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or attributable to Owner and including claims based on breach of contract or negligence, shall be an extension of its contract time. ��a 29.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 29.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract amount, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 29.6 into their sub -subcontracts and purchase orders. 29.6A Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 30. CONSTRUCTION SERVICES. 30.1 Contractor shall maintain at the Project site, originals or electronic copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 30.1.1 Subcontracts and Purchase Orders 30.1.2 Subcontractor Licenses 30.1.3 Shop Drawing Submittal/Approval Logs 30.1.4 Equipment Purchase/Delivery Logs 30.1.5 Contract Drawings and Specifications with Addenda 30.1.6 Warranties and Guarantees 30.1.7 Cost Accounting Records for Payment Request Records 30.1.8 Labor Costs for Work Change Directives 30.1.9 Material Costs for Work Change Directives 30.1.10 Equipment Costs for Work Change Directives 30.1.11 Cost Proposal Request 30.1.12 Payment Request Records 30.1.13 Meeting Minutes 30.1.14 Cost -Estimates for Work Change Directives 30.1.15 Bulletin Quotations for Work Change Directives 30.1.16 Lab Test Reports 30.1.17 Insurance Certificates and Bonds 30.1.1 S Contract Changes 30.1.19 Permits 30.1.20 Material Purchase Delivery Logs 30.1.21 Technical Standards 30.1.22 Design Handbooks 30.1.23 "As -Built" Marked Prints 30.1.24 Operating & Maintenance Instruction 30.1.25 Daily Progress Reports Page 59 of 63 RPS 920-7722 9 30. l ,26 Monthly Progress Reports 30.1.27 Correspondence Files 30.1.28 Transmittal Records 30.1.29 Inspection Reports 30.1.30 Punch Lists 30.1.31 Progress Schedule and Updates The Project files and records shall be available at all times to Owner or their designees for reference or review. 30.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract tern. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information; Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 31, SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs, If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one ( l ) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL- FMOPSrlad.colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within twenty-four (24) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations, This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 32. HAZARDOUS CONDITIONS AND DIFFERING SITE CONDITIONS. 32.1 Hazardous Conditions. 32.1.1 Unless otherwise expressly provided in the Contract Documents to be part of the Work, CONTRACTOR is not responsible for any Hazardous Conditions, which includes the presence of Hazardous Material that pre-existed at the site prior to the commencement ofthe Work, encountered at the site. Upon encountering any Hazardous Conditions, CONTRACTOR will stop Work immediately in the affected area and duly notify OWNER. Page 60 of'63 G RP5 #20-7722 32.1.2 Upon receiving notice of the presence of suspected Hazardous Conditions, OWNER shall take the necessary measures required to ensure that the Hazardous Conditions are remedied or rendered harmless. Such necessary measures shall include OWNER retaining qualified independent experts to (i) ascertain whether Hazardous Conditions have actually been encountered, and, if they have been encountered, (ii) prescribe the remedial measures that OWNER must take either to remove the Hazardous Conditions or render the Hazardous Conditions harmless. 32.1.3 CONTRACTOR shall be obligated to resume Work at the affected area of the Project only after OWNER's expert provides it with written certification that (i) the Hazardous Conditions have been removed or rendered harmless and (ii) all necessary approvals have been obtained from all government and quasi -government entities having jurisdiction over the Project or site. 32.1.4 CONTRACTOR will be entitled, in accordance with these General Conditions of Contract, to an adjustment in its Contract amount and/or Contract Time(s) to the extent CONTRACTOR's cost and/or time of performance have been adversely impacted by the presence of Hazardous Conditions. 32.1.5 The CONTRACTOR shall ensure compliance with all NFPA regulations: specifically, 110 & 30/30A; FDEP chapter 62 regulations: specifically, 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, MIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. 32.1.6 The CONTRACTOR shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing / will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48-hour notice to SHWMD 239-252-2508 prior to commencement. 32.1.7 The CONTRACTOR shall provide the plans pertaining to the storage tank systems brought on site by CONTRACTOR containing hazardous materials / petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 32.2 Differing Site Conditions. 32.2.1 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by CONTRACTOR as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then CONTRACTOR shall provide OWNER with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. OWNER shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for, performance of any part of the Work, OWNER will acknowledge and agree to an equitable adjustment to CONTRACTOR's compensation or time for perfonmance, or both, for such Work. If OWNER determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by CONTRACTOR as part of its investigative services, and that no change in the terms of the Agreement is justified, OWNER shall so notify CONTRACTOR in writing, stating its reasons. Claims by CONTRACTOR in opposition to such determination by OWNER must be made within ten (10) calendar days after CONTRACTOR's receipt of OWNER's written determination notice. If OWNER and CONTRACTOR cannot agree on an Page 61 of 63 RP5 #20-7722 G adjustment to CONTRACTOR's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties, 33. ABOVEGROUND/UNDERGROUND TANKS. 33.1 The CONTRACTOR shall ensure compliance with al NFPA regulations: specifically, l 10 & 30130A; FDEP chapter 62 regulations: specifically, 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, MACE, NLPA, MIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products, 33.2 The CONTRACTOR shall notify the Solid &. Hazardous Waste Management department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing 1 will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48-hour notice to SHWMD 239-252-2508 prior to commencement. The CONTRACTOR shall provide the plans pertaining to the storage tank systems containing hazardous materials 1 petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 34. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 35. PAYMENT INSTRUCTIONS. Upon execution of the Agreement, Contractor shall provide Owner with written payment instructions and all necessary forms required by Owner to effectuate payments to Contractor by wire transfer (the "Payment Information"). Contractor shall submit the initial Payment Information to Owner by certified mail or hand delivery only. If Owner receives a request to change such Payment Information, Owner agrees that it will not modify or make a change to this Payment Information without oral confirmation, followed by written confirmation, from Contractor's Chief Financial Officer or Contractor's VP of Finance. Owner shall make no changes to the Payment Information if it does not receive the oral and written confirmations as stated herein. If Owner makes any change to the Payment Information without first receiving the confirmations stated herein, it shall be solely responsible for any monies lost or stolen and not paid to Contractor as required under the terns of this Contract. Page 62 of 63 G RP5 #20-7722 EXHIBIT I TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, The Haskell Company hereby certifies that wages, rates and other factual unit costs supporting the compensation for the Design Professional Services to be provided under this Agreement, concerning _ of NCWRF Headworks #20-7722 are accurate, complete and current as of the time of contracting. �� �, BY: B an R. Bedell TITLE: Vice President -Water DATE: January 25, 2021 Page 63 of 63 RPS #20-7722 11.A.3 Packet Pg. 236 Attachment: Attachment 3 - 20-7722 Design-Build-Insurance Certificate (14766 : Design Build Services for NCWRF Headworks) Design Build Services for NCWRF Headworks Public Utilities Department February 9, 2021 Section 11 Collier County | Florida 11.A.4 Packet Pg. 237 Attachment: Attachment 4 - Presentation (14766 : Design Build Services for NCWRF Objectives Design and construct a new headworks at the North County Water Reclamation Facility. To ensure adequate treatment of incoming wastewater flow. Reduce impact on downstream treatment processes. Remain in regulatory compliance up to 30.6 mgd. Public Utilities Department Engineering and Project Management Division 2 11.A.4 Packet Pg. 238 Attachment: Attachment 4 - Presentation (14766 : Design Build Services for NCWRF Scope Engineering design and permitting of new headworks facility. Procurement of required equipment. Coordination of construction while maintaining current operations. Construction of new headworks. Startup and training for proper use of installed equipment. Public Utilities Department Engineering and Project Management Division 3 11.A.4 Packet Pg. 239 Attachment: Attachment 4 - Presentation (14766 : Design Build Services for NCWRF Proposed Headworks Rendering 4 11.A.4 Packet Pg. 240 Attachment: Attachment 4 - Presentation (14766 : Design Build Services for NCWRF Headworks Anatomy 5 Odor Control System Grit Units Coarse ScreensFine Screens 11.A.4 Packet Pg. 241 Attachment: Attachment 4 - Presentation (14766 : Design Build Services for NCWRF Results Turnover of new compliant headworks facility. Operational and maintenance training of plant personnel. Remain in regulatory compliance. Ensure operability 24/7/365. Public Utilities Department Engineering and Project Management Division 6 11.A.4 Packet Pg. 242 Attachment: Attachment 4 - Presentation (14766 : Design Build Services for NCWRF Recommendation Award Agreement No. 20-7722 in the total amount of $28,738,890 to The Haskell Company for the "Design Build Services for NCWRF Headworks” with authorization to issue an initial purchase order for FY 2021 in the amount of $20,000,000, followed by a future purchase order modification for FY 2022 in the amount of 8,738,890 subject to Board approval and as dictated by Board-approved funding, in support of the NCWRF New Headworks Project No. 70149, authorize the Chairman to sign the attached Agreement, and approve the necessary budget amendments. Public Utilities Department Engineering and Project Management Division 7 11.A.4 Packet Pg. 243 Attachment: Attachment 4 - Presentation (14766 : Design Build Services for NCWRF