Loading...
HomeMy WebLinkAbout08.e EDB CDM Fleming BTU Amendment No 2 EXECUTIVE SUMMARY AGENDA ITEM: Proposed Amendment No. 2 to the Fleming Island Regional Water Reclamation Facility (WRF) Expansion (2018/2019 RFQ No. 4) Agreement with CDM Smith, Inc. CCUA Job File No. 2203-132 Financial Job Number: 24016RR Date: August 29, 2024 BACKGROUND: Staff identified age-related maintenance and repairs needed at the Fleming Island Regional WRF Biological Treatment Unit (BTU) No. 1. We originally intended to facilitate repairs to BTU No. 1 after the construction of the new BTU No. 3. On October 15, 2019, CCUA awarded CDM Smith the Professional Engineering services for BTU No. 1 and BTU No. 3 under CCUA 2018/2019 RFQ No. 4. Wharton-Smith, Inc. completed the construction of BTU No. 3 on March 29, 2023. At that time, CCUA needed to maintain the operation of BTU No. 1 as an influent flow equalization basin. Due to CCUA's continued operation of BTU No. 1, CDM Smith could not evaluate and determine the needed structural repairs to BTU No. 1. Additionally, CCUA removed the structural repairs to BTU No. 1 and the $457,500 allowance from Wharton Smith's contract to complete the BTU No. 3 construction project. CCUA recently completed the shift in influent flows, allowing work to advance on BTU No. 1. The CDM Smith team began the inspection and evaluation of BTU No. 1. CDM Smith will complete the design of the necessary repairs as described in Task No. 5 of their original agreement under CCUA 2018/2019 RFQ No. 4. This request is to amend the CDM Smith scope and fee to add bidding, and construction services that were not included in their original agreement. CDM Smith's original agreement intended to use the contractor from the BTU No. 3 construction project to complete structural repairs. Staff seeks this Amendment to the Agreement to engage CDM Smith to provide inspection, bidding assistance, and construction oversight for the repairs to BTU No. 1. Staff requested Amendment No. 1, and the Board of Supervisors approved a time extension to the original Agreement on April 16, 2024. The amended agreement timeframe approved by the Board of Supervisors requires CDM Smith to complete this work by March 31, 2025. BUDGET: CCUA and CDM Smith agreed to a professional services fee of$1,011,743.00,as stated in the original agreement. CCUA has paid CDM Smith $974,829.52 for professional engineering services rendered under the original agreement. This Amendment No. 2 increases the professional engineering services fee by $45,339.00. The final amended agreement value for CDM Smith's professional engineering services will increase to $1,057,082.00. The original project budget for BTU No. 3 was closed in 2023. Staff has allocated $500,000.00 in the FY 24 Capital Improvement Program (CIP) Budget to fund the remaining engineering services and construction of the needed repairs for BTU No.1. RECOMMENDATION: Staff respectfully recommends that the Board of Supervisors approve Amendment No.2 to the CDM Smith agreement, which includes a change in scope and an additional fee of$45,339.00. ATTACHMENTS: Original Agreement CCUA 2018/2019 RFQ No. 4 - 10/2019 Amendment No. 2 to CDM Smith, Inc. Agreement. Amendment No. 2 to the Agreement 18/19 RFQ No. 4, to provide Professional Engineering Services for the Fleming Island Wastewater Treatment Facility Project CCUA Project No. 2203-132 Engineer: Leslie S. Samel Owner: Clay County CDM Smith, Inc. Utility Authority 4651 Salisbury Road, Suite 420 Jacksonville, FL, 32256 Date: September 3, 2024 Item: Description of Services: Original Provide professional engineering services as Agreement requested and identified in the attached scope of services and fee proposal. Task 1 Planning and Design Services ($19,448.00) Task 2 Optional Planning and Design Services (6,174.00) Task 3 Post Design Services (3,055.00) Task 4 Optional Post-Design Services (813.00) Task 5 BTU No. 1 Evaluation and Design Support No Change Sub-total (Deductions) ($29,490.00) Amendment 2 Additional Task Task 6 Additional Inspection Services $6,515.00 Task 7 Additional Design and Bidding Services 22,816.00 Task 8 Engineering Services During Construction 22,844.00 Task 9 Resident Project Representative During Construction 15,180.00 Task 10 Project and Quality Management 5,474 Sub-total (Additions) $74,829.00 Total Net Change to Original Contract Amount $45,339.00 This document, along with the Scope and Fee Proposal, shall become an amendment to the Professional Engineering Services Agreement and all provisions of the Agreement will apply hereto. Accepted by: Date: Engineer: Leslie S. Samel PE, BCEE CDM Smith, Inc. Accepted by: Date: Owner: Jeremy D. Johnston, P.E., MBA, Executive Director Clay County Utility Authority c0(IA, Clay County Utility Authority Working together toprotect e-«-� 3176 Old Jennings Road public health, conserve our Middleburg, Florida 32068-3907 natural resources,and u ( Telephone(904)213-2471 create long-term value for Facsimile(904) 213-2495 our ratepayers. This"Agreement'(herein so called) entered into on this day of , by and between the Clay County Utility Authority, an independent special district and political subdivision of the State of Florida,existing and created under Chapter 94-491, Laws of Florida,Special Acts of 1994(hereinafter referred to as"Authority")and, CDM Smith Inc. (hereinafter referred to as"Consultant')authorized to do business in the State of Florida;whose address is 75 State Street, Suite 701, Boston, MA 02109 for Fleming Island Wastewater Treatment Facility(WWTF) Expansion (2018/2019 RFQ No.4) (hereinafter referred to as the"Project'). This Agreement shall remain in effect until January 31,2023 unless terminated as provided herein or extended by mutual agreement in writing (herein referred to as Duration). RECITALS: WHEREAS, in response to a publicly advertised Request for Qualifications, the Consultant submitted qualifications to the Authority and was selected by the Authority as a qualified applicant in the best interest of the Authority; and WHEREAS, the Authority and the Consultant have negotiated mutually satisfactory terms for the execution of the Agreement and is incorporated by reference and made part hereof; and WHEREAS, the Consultant hereby certifies it has been granted and possesses valid, current licenses to do business in the State of Florida, issued by the respective State Board(s) responsible for regulating and licensing the professional services to be provided and performed by the Consultant pursuant to this Agreement; and WHEREAS,the selection and engagement of the Consultant has been made by the Authority in accordance with the provisions of the Consultants' Competitive Negotiation Act("CCNA"), Section 287.055, Florida Statutes, and NOW, THEREFORE, in consideration of the mutual covenants,terms and provisions contained herein, and for other good and valuable consideration, the receipt and legal sufficiency of which is hereby expressly acknowledged, the parties hereto agree that,with the mutual acceptance of this Agreement as indicated hereinafter by the execution of this Agreement by both parties, a legally enforceable contract shall exist between both parties consisting of: 1. SERVICES BY THE CONSULTANT: A. ASSIGNMENT OF WORK: Work to be performed by the Consultant shall be determined by the Authority. The Consultant and the Authority shall mutually negotiate all work. A detailed scope of services(hereinafter referred to as"Scope")and the Consultant's prepared list of deliverables, schedule, work hour budget and a not to exceed fee budget for the associated work needed to complete the Project for the Authority's review and approval prior to the Consultant beginning any work. Fees shall be based on the established contract hourly rates,fees and charges(hereinafter referred to as "Rate Schedule'). The mutually agreed to Scope,schedule, fee and Rate Schedule shall be included as attachments to this Agreement. B. COMMENCMENT OF WORK: The Consultant shall not commence work on the Project or Supplemental Agreement(s) without prior written Notice to Proceed (hereinafter referred to as "NTP") by the Authority. Following the issuance of such NTP the Consultant shall be authorized to commence work promptly and shall carry on all such services and work as may be required in a timely and diligent manner to completion. The Consultant hereby releases the Authority from any claim for damages or compensation, whether in contract, tort or otherwise, in the event that no NTP is issued pursuant to this Agreement. C. SCHEDULE OF WORK: All services and duties shall be conducted and performed by the Consultant diligently, completely and in accordance with professional standards of conduct and performance. The Consultant acknowledges the importance of the Authority's schedules and agrees to put forth its reasonable professional efforts in performing the services under this Agreement with due diligence to achieve the mutually agreed upon schedules. The Consultant agrees to employ, engage, retain and/or assign an adequate number of personnel throughout the period of this Agreement so that all Supplemental Page 1 of 9 Agreement(s) and Scope(s) will be provided, performed and completed in a timely and diligent manner throughout. Should the Consultant be obstructed or delayed in the prosecution or completion of its obligations under this Agreement and its Supplemental Agreement(s) as a result of causes beyond the control of the Consultant, or its subconsultant(s) and/or subcontractor(s),and not due to its fault or neglect,the Consultant shall notify the Authority in writing,within five(5)calendar days after the commencement of such delay, stating the cause(s)thereof and requesting an extension of the Consultant's time for performance.Upon receipt of the Consultant's request for an extension of time,the Authority will begin determination with the Consultant of the length of extension and legitimacy of cause. ) D. ADDITIONAL SERVICES: "Additional Services"(herein so called) beyond the work identified in the Agreement Scope shall only be authorized to be performed or provided by the Consultant when agreed to in writing in advance by both parties in the form of a Supplemental Agreement. In any case in which the Consultant deems that additional compensation is due for its services or materials which is not expressly covered in the Scope, or not specifically authorized in writing by the Authority,the Consultant shall notify the Authority in writing and must receive prior written approval thereof from the Authority. If the Consultant does not provide its written notice or does not receive the Authority's written approval prior to performing or providing any Additional Services,the Consultant shall not receive any additional compensation for the same. When requested, by the Authority,the Consultant shall prepare a detailed Scope, list of deliverables, schedule, work hour budget and a not to exceed fee budget for the associated work needed to complete the Supplemental Agreement for the Authority's review and approval prior to beginning any work. Fees shall be based on the established contract Rate Schedule. E. QUALITY CONTROL: The Consultant shall perform Quality Control (hereinafter referred to as "QC") review for all deliverables and supporting work prepared by the Consultant upon which those documents are based. The Consultant shall provide the Authority with a summary of each QC reviewed document which identifies the document reviewed and the QC review steps that were performed. The Consultant shall keep the original or copy of each QC reviewed document bearing distinguishable markings that identify the QC review steps that were performed by whom and when for the Duration of this Agreement and in accordance with the Retention of Documents section of this Agreement. The Consultant shall provide copies of the QC documents to the Authority upon request. F. STANDARD OF CARE: The Consultant shall put forth its reasonable professional efforts to comply with applicable laws, codes, rules and regulations in effect as of the date of the execution of this Agreement and the date of deliverables or submissions. In providing services the Consultant shall perform in a manner which, at a minimum, is consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances at the same time and in the same or similar locality. The Consultant is responsible for the quality, accuracy, completeness, and coordination of all deliverables and other services the Consultant or its subconsultants, subcontractors, or vendors provide. G. ESTIMATES OF PROBABLE CONSTRUCTION COST: In providing estimates of probable construction cost, the Authority understands that the Consultant has no control over the cost or availability of labor, equipment or materials, or over market conditions or a contractor's pricing,and that the Consultant's estimates of probable construction costs are made on the basis of the Consultant's professional judgment and experience. The Consultant makes no warranty, express or implied, that the bids or the negotiated cost of the work will not vary from the Consultant's estimate of probable construction cost. H. CERTIFY, CERTIFICATION: A statement of the Consultant's opinion, based on its own observation of conditions, to the best of the Consultant's professional knowledge, information and belief. Such statement of opinion does not constitute a warranty or guarantee, either express or implied. I. PERMITS AND APPROVALS: The Consultant shall assist the Authority in preparing, coordinating, applying and submitting for those permits,approvals and extensions required by law and rule for projects similar to the one for which the Consultant's services are being engaged. This assistance shall consist of completing and submitting forms and other supportive information necessary to the appropriate regulatory agencies having jurisdiction over the Consultant's documents and other services normally provided by the Consultant and shall be included in the Scope and Supplemental Agreement(s). J. LICENSES:The Consultant agrees to obtain and maintain throughout the period this Agreement is in effect,all such licenses as are required to do business in the State of Florida, including but not limited to licenses required by the respective State Board(s) and other governmental agencies responsible for regulating and licensing the professional services provided and performed by the Consultant pursuant to this Agreement and the Scope and services provided therein. K. RESPONSIBILITY TO CORRECT: In accordance with the generally accepted standards of the Consultant's profession,the Consultant agrees to be responsible for the professional quality, technical adequacy and accuracy, timely completion, and the coordination of all data, studies, surveys, designs, specifications, calculations, estimates, plans, drawings, construction Page 2 of 9 documents, photographs, reports, memoranda, other documents and instruments, and other services, work and materials performed, provided and/or furnished by Consultant or by any subconsultant(s)and/or subcontractor(s)retained or engaged by the Consultant pursuant to this Agreement (hereinafter referred to as "Work Products"). The Consultant shall, without additional compensation, correct, revise, or have corrected or revised any errors, omissions and other deficiencies in such Work Products resulting from Consultant or any subconsultant(s),vendor(s)or subcontractor(s)engaged by the Consultant. 2. COMPENSATION: A. OVERHEAD AND PROFIT RATES: Proposed overhead rates shall conform to Federal Acquisition Regulations as established by a governmental audit or certified to by a Certified Public Accountant. Fees to the Consultant shall be established based on raw hourly salary rates plus a not to exceed overhead and profit rate factor of 1.9 for a combined total hourly multiplier of 2.9 for services. Profit rates shall only be applied to direct labor plus overhead. No markup or profit shall be paid on non-labor related job costs, reimbursables, or on services provided by subconsultants, vendors or others. Any work or professional services subcontracted for by the Consultant for which the Authority has agreed to reimburse the Consultant shall not be marked-up, but shall be payable by the Authority only in the exact amount reasonably incurred by the Consultant. No other such subcontracted services shall be reimbursed. B. COMPLETION: Payment of the entire fee or lump sum amount is contingent upon Consultant's final completion of the entire Scope as specified in this Agreement. Such final completion of the Scope must be acceptable to and accepted by the Authority.Such acceptance by the Authority may not be unreasonably denied. In the event the Consultant does not complete the entire Scope,then the lump sum amount will be pro-rated using the ratio that the amount actually completed and which , is acceptable to and accepted by the Authority bears to the entire Scope. Unless otherwise set forth in this Agreement the Consultant shall be responsible for providing and performing whatever services, work, equipment, material, personnel, supplies, facilities, transportation and administrative support that are necessary and required to complete all of the Scope and conformance with the provisions of this Agreement. C. INVOICE PROCEDURE: Invoices shall be submitted by the Consultant monthly on an"as incurred"basis,and shall be made by the Authority in accordance with the Local Government Prompt Payment Act (the "Act'). Upon receipt of a proper statement,invoice or draw request the Authority shall have the number of days provided in the Act in which to make payment. Invoices shall be in a form and containing such documentation as reasonably required by the Authority. Each such invoice shall include project name,project number,breakdown of charges,description of service(s),work provided and/or performed, supportive documentation, the amount of payment requested, the amount previously paid, the total contract value, the percent completed since the last invoice, the total percent completed to date, and any other such information as may be reasonable and necessary to secure the written approval of the invoice by the Authority. Each invoice shall contain a statement that it is made subject to the provisions and penalty of Section 837.06, Florida Statutes. If the Authority objects to any portion of an invoice, the Authority shall so notify the Consultant. The Authority shall identify specific cause of the disagreement and the amount in dispute and request revision. Any dispute over invoiced amounts due which cannot be resolved within thirty (30) calendar days after presentation of invoice by direct negotiation between the parties shall be resolved in accordance with the Dispute Resolution provision of this Agreement. D. PROMPT PAYMENT TO SUBCONSULTANTS AND VENDORS: As a condition precedent to progress and final payments to the Consultant, the Consultant shall provide to the Authority, with its requisition for payment, documentation that sufficiently demonstrates that the Consultant has made proper payments to its subconsultants and vendors from all prior payments that Consultant has received from the Authority. The Consultant shall not unreasonably withhold payments to subconsultants and vendors if such payments have been made to the Consultant. If the Consultant withholds payment to its subconsultants and vendors,which payment has been made by the Authority to the Consultant, the Consultant shall return said payment to the Authority.The Consultant's failure to pay undisputed amounts to the subconsultants and vendors within thirty(30)business days after the Consultant receives payment from the Authority shall be a breach of this Agreement, and may result in termination of this Agreement in the discretion of the Authority. E. PAYMENT WHEN SERVICES ARE TERMINATED AT THE CONVENIENCE OF AUTHORITY: In the event of termination of this Agreement at the convenience of the Authority, and not due to the fault of the Consultant, the Authority shall compensate the Consultant only for: (1) all services performed prior to the effective date of termination, including the overhead and profit allocable to the services performed; (2) reimbursable expenses then due;and (3) reasonable expenses incurred by the Consultant in affecting the termination of services and work, and incurred by the Consultant's submittal to the Authority of drawings, plans,data, and other documents therefor. F. PAYMENT WHEN SERVICES ARE SUSPENDED: In the event the Authority suspends the Consultant's services of work on all or part of the services required to be provided and performed by the Consultant pursuant to this Agreement, the Page 3 of 9 Authority shall compensate the Consultant only for services performed prior to the effective date of suspension, including the overhead and profit allocable to the services performed, and reimbursable expenses then due and any reasonable expenses incurred or associated with,or as a result of such suspension. G. NON-ENTITLEMENT TO ANTICIPATED FEES: In the event the services required pursuant to this Agreement are terminated, eliminated, canceled,or decreased due to:termination; suspension in whole or in part; and and/or are modified by the subsequent issuance of Supplemental Agreement(s)other than receiving the compensation set forth in Sections 2.E and 2.F above,the Consultant shall not be entitled to receive compensation for anticipated professional fees, profit, general and administrative overhead expenses or for any other anticipated income or expense which may be associated with the services which are terminated, suspended, eliminated, cancelled or decreased. H. TRAVEL: The Authority shall not be billed or invoiced for time spent traveling to and from the Consultant's offices or other points of dispatch of its subcontractors, employees, officers or agents in connection with the services being rendered,other than as provided for in this Agreement. If and only if travel and per diem expenses are addressed in the contract or agreement in a manner which expressly provides for the Authority to reimburse the Consultant for the same, then the Authority shall reimburse the Consultant only for those travel and per diem expenses reasonably incurred and only in accordance with the provisions of Section 112.061, Florida Statutes. In the event the Consultant has need to utilize hotel accommodations or common carrier services, the Authority shall reimburse the Consultant for its reasonable expense incurred thereby provided prior approval of the Executive Director of the Authority, or its designee, is obtained. I. REIMBURSIBLE: The Authority shall not be liable to reimburse the Consultant for any courier service,telephone, facsimile, copying expenses or postage charges incurred by the Consultant. 3. PERSONNEL: A. QUALIFIED PERSONNEL:The Consultant agrees when the services to be provided and performed relate to a professional service(s)which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, to employ and/or retain only qualified personnel to be in responsible charge of all Scope to be provided pursuant to this Agreement. B. CONSULTANT'S PROJECT MANAGER: The Consultant agrees to employ and designate, in writing, a qualified and, if required by law, a licensed professional to serve as the"Consultant's Project Manager(herein so called). The Consultant's Project Manager shall be authorized and responsible to act on behalf of the Consultant with respect to directing,coordinating and administering all aspects of the Scope to be provided and performed under this Agreement, Scope, and Supplemental Agreement(s)thereto.The Consultant's Project Manager shall have full authority to bind and obligate the Consultant on any matter arising under this Agreement, Scope, and Supplemental Agreement(s) unless substitute arrangements have been furnished in advance to the Authority by the Consultant in writing. The Consultant agrees that the Consultant's Project Manager shall devote whatever time is required to satisfactorily direct, supervise and manage the Scope and services provided and performed by the Consultant throughout the entire period this Agreement is in effect. 4. RETENTION OF DOCUMENTS: The Consultant agrees to maintain all documents, including electronic documents, related to the Project for a period of not less than five(5)years,in a reasonably accessible manner consistent with the Consultant's internal document retention policy. A. REASONABLY ACCESSIBLE: In order to be considered reasonably accessible, such documents must not be deleted or totally destroyed such that they cannot be reproduced or only be restored at a significant cost. B. DOCUMENT RETENTION POLICY: A written policy by which each employee, subcontractor, or subconsultant of any tier shall follow the same protocols to retain and store all required documents related to a project in a consistent, organized manner sufficient to allow the efficient retrieval of the required documents. 5. PUBLIC FUNDS: The Authority's performance of this Agreement shall be contingent upon and subject to the existence of lawfully appropriated public funds for each fiscal year(i.e., October 1 through and including the next following September 30)of the Authority. 6. EXTENT OF AGREEMENT: This Agreement, together with the Request for Qualifications ("RFQ"), Addendums, Consultant's response submittal to the RFQ, all attachments and forms, CCUA—Scope of Services dated October 29, 2019, Consultant's Basis of Estimate dated October 7, 2019 represents the final and completely integrated Agreement between the parties regarding its subject matter and supersedes all prior negotiations, representations, or agreements, either written or oral. Any pre-printed provisions of the Consultant's written materials, contract forms, or documents to the contrary notwithstanding, no transportation surcharges shall apply,and no policies of the Consultant available on the Consultant's website or retained in the Page 4 of 9 Consultant's office are incorporated by reference nor shall be deemed to be part of this Agreement,unless the same is attached this Agreement, and separately signed by the duly authorized signor for the Authority. 7. INSURANCE: The Consultant will be expected to obtain and maintain the following insurance coverage during the term of this Agreement and present a certificate verifying the same: Insurance: Minimum Limits: General Liability $1,000,000.00 Each Occurrence $1,000,000.00 Damage to rented premises $1,000,000.00 Medical Expense (Any one person) $10,000.00 Personal and Advertising Injury $1,000,000.00 General Aggregate $1,000,000.00 Products and Completed Operations Aggregate $1,000,000.00 Automobile (hired, non-owned, and owned $1,000,000.00 vehicles) Combined single limit $1,000,000.00 Workers Compensation Per Statutory limits in compliance with State and Federal Laws Each Accident $1,000,000.00 Disease—Each Employee $1,000,000.00 Disease—Policy Limit $1,000,000,00 Professional Liability(Error and Omissions) $1,000,000.00 Per claim $1,000,000.00 Annual Aggregate $1,000,000.00 The Consultant shall procure and maintain insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees.The above insurance shall be written by an insurer holding a current certificate of authority pursuant to Chapter 624, Florida Statutes. Such insurance shall be endorsed to provide for a waiver of underwriter's rights of subrogation in favor of the Authority. Note:The Authority shall be designated as an Additional Insured on the General Liability policy.The Authority shall also be listed as a named insurance certificate holder by the successful Consultant prior to beginning work.(This requirement is excepted for Worker's Compensation Insurance).Such insurance shall be written by an insurer with an A.M.Best Rating of A-or better. The Consultant shall procure and maintain, at its sole expense for the period of design and construction of any project improvements contemplated by the Scope and for a period of no less than three (3) years following substantial completion, insurance of the types and in the minimum amounts stated above. A failure to obtain and maintain such insurance or to file required certificates and endorsements shall be a material breach of this Agreement. Consultant's maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the Authority's recourse to any remedy available at law or in equity. 8, OWNERSHIP OF INSTRUMENTS OF SERVICE:The Authority shall retain ownership of all Work Products including electronic files,field data, pictures, notes and other documents and instruments prepared by the Consultant as instruments of service.The Consultant shall not be liable for any re-use of such documents for other than the specific purpose intended without the Consultant's written verification or adaptation thereof. 9. NON-RENEW: Any pre-printed provisions of the Consultant's written materials, contract forms or documents to the contrary notwithstanding, the same shall not automatically renew but shall be renewed only upon subsequent written agreement of the parties. 10. STATUS: Any pre-printed provisions of the Consultant's written materials, contract forms, or documents to the contrary notwithstanding,the Authority's entry into the contract or agreement with Consultant does not give Consultant any preferential status, "most favored nations" status, nor right of first refusal to any renewal or for any other contract or agreement to provide other goods and/or services to the Authority. 11. TERMINATION AND SUSPENSION:The Authority or the Consultant may terminate this Agreement at any time,with or without cause, by giving ten(10)days'notice to the other in writing. In the event of termination, all finished or unfinished Work Products prepared by the Consultant pursuant to this Agreement,shall be provided to the Authority. In the event the Authority terminates this Agreement prior to completion without cause, Consultant may complete such analyses and records as may be necessary to place its files in order. This Agreement shall be terminated, with twenty-four(24) hour notice to the Consultant in the event Page 5 of 9 k { 11;'''il'1 X that funds become unavailable to the Authority for any reason whatsoever. This Agreement, or any portion hereof, may be suspended from time to time for various periods of time or during any of the Consultant's performance of the Scope or Supplemental Agreement(s) proposed hereunder, permanently or temporarily, by action of the Authority. t I 12. INDEPENDENT CONTRACTOR: Consultant is and shall be at all times during the term of this Agreement an independent contractor and not an employee of the Authority. Consultant agrees that it is solely responsible for the payment of taxes applicable to the services performed under this Agreement and agrees to comply with all local,state, and federal laws regarding the reporting of taxes, maintenance of insurance and records, and all other requirements and obligations imposed on the Consultant as a result of its status as an independent contractor. Consultant is responsible for providing the office space and administrative support necessary for the performance of services under this Agreement. The Authority shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance of unemployment compensation programs or otherwise assuming the duties of an employer with respect to the Consultant or any r employee of Consultant. 13. CONFLICT OF INTEREST: The Consultant represents that to the best of its knowledge and belief it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services F- required hereunder. The Consultant further agrees that no person having any such interest shall be employed or engaged by the Consultant for said performance. If Consultant, for itself and on behalf of its subconsultants, is about to engage in representing another client,which it in good faith believes could result in a conflict of interest with the work being performed by the Consultant or such subconsultant under this Agreement, then it will promptly bring such conflict of interest to the Authority's attention, in writing.The Authority will advise the Consultant, in writing,within ten (10) business days if such a conflict of interest f exists. If the Authority determines that there is a conflict of interest, Consultant or such subconsultant shall decline the representation upon written notice by the Authority. If the Authority determines that there is no such conflict of interest,then the Authority shall give its written consent to such representation. If Consultant or subconsultant accepts such a representation, without obtaining the Authority's prior written consent, and if the Authority subsequently determines that there is a conflict of interest between such representation and the work being performed by Consultant or such subconsultant under this Agreement, then the Consultant or such subconsultant agrees to promptly terminate such representation. Consultant shall require each of such subconsultants to comply with the provisions of this Section. Should the Consultant fail to advise or notify the Authority as provided herein above of representation which could, or does, result in a conflict of interest, or should the Consultant fail to discontinue such representation,the Authority may consider such failure as justifiable cause to terminate this Agreement. 14. AUTHORITY'S APPROVAL: Neither review, approval, or acceptance by the Authority of services or Work Products furnished by the Consultant, or any subconsultant(s), vendor(s) or subcontractor(s) engaged by the Consultant, shall not in any way relieve Consultant of responsibility for the adequacy, completeness and accuracy of its services or Work Products or any and all of its subconsultant(s), vendor(s) and/or subcontractor(s) engaged by the Consultant to provide and perform services in connection with this Agreement. Neither the Authority's review, approval or acceptance of, nor payment for, any of the Consultant's services or Work Products shall be construed to operate as a waiver of any of the Authority's rights under this Agreement, or any cause of action it may have arising out of the performance of this Agreement. 15. CONFIDENTIALITY AND PUBLIC RECORDS COMPLAINCE: The Consultant agrees, during the term of this Agreement, to comply with Chapter 119.071(3), Florida Statutes, and not to divulge, furnish or make available to any third person, firm or organization, without the Authority's prior written consent, or unless incident to the proper performance of the Consultant's obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by the Consultant or any subconsultant(s) or subcontractor(s),pursuant to this Agreement. Subject to the foregoing provisions and law applicable to confidential information, the Consultant will keep and maintain public records required by the Authority, which is a public agency, in order for the Consultant to perform the services and the work required by the Scope, and upon request from the Authority's custodian of public records, Contractor shall provide the Authority 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 Chapter 119.07, Florida Statutes, or as otherwise provided by law. The Consultant shall require all of its employees, subconsultant(s) and subcontractor(s)to comply f with provisions of this paragraph. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE AUTHORITY'S RECORDS MANAGEMENT ADMINISTRATOR, LYNN VALENTIN, AT (904) 213-2471, LVALENTIN@CLAYUTILITY.ORG, 3176 OLD JENNINGS ROAD, MIDDLEBURG, FL 32068-3907. g 16. PROPERTY DAMAGE:The Consultant agrees to promptly repair and/or replace,or cause to have repaired and/or replaced,at j its sole cost and expense and in a manner acceptable to and approved by the Authority,any property damage arising out of,or caused by,the willful or intentional misconduct or negligent acts of the Consultant, or its subconsultants and/or subcontractors. t Page 6 of 9 j 1 4 The Consultant's obligation under this subsection does not apply to property damage caused in whole or in part by any other consultant or contractor engaged directly by the Authority. The Authority reserves the right, should the Consultant fail to make such repairs and/or replacement within a reasonable period of time, to cause such repairs and/or replacement to be made by others and for all costs and expenses associated with having such repairs and/or replacement done to be paid for by the Consultant's compensation fund or by the Consultant reimbursing the Authority directly for all such costs and expenses. 17. NONDISCRIMINATION AND EQUAL OPORTUNITY: The Consultant shall comply with all state and federal laws, as currently written or hereafter amended, or other applicable laws prohibiting discrimination, unless based upon a bona fide occupational qualification as provided in or as otherwise permitted by other applicable laws.Consultant's or its subconsultants,subcontractors and/or vendors shall be certified as minority business enterprise as defined in Section 288.703, Florida Statutes, to count towards participation goals or requirements. The failure of the Consultant to adhere to relevant stated requirements shall subject the Consultant to any sanctions which may be imposed upon the Authority. 18. PROHIBITION AGAINST CONTINGENT FEES:The Consultant shall not have employed or retained any company or person, other than an employee working solely for the Consultant,to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than an employee working for the Consultant, any fee, commission percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this agreement. For the breach or violation of these provisions,the Authority shall have the right to terminate this Agreement without liability and, at its discretion,to deduct from the contract price,or otherwise recover, the full amount of such a fee, commission, percentage, gift or consideration. 19. INDEMNIFICATION:The Consultant shall indemnify and hold harmless the Authority, and the Authority's officers and employees,from liabilities,damages, losses, and costs, including, but not limited to, reasonable attorneys'fees, to the extent caused by the negligence, recklessness,or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. All indemnification provisions contained this Agreement are separate and apart from, and are in no way limited by, any insurance provided pursuant to this Agreement or otherwise.All indemnification provisions of this Agreement, relating to Indemnification shall survive the term of this Agreement, and any holdover and/or Agreement extensions thereto,whether such term expires naturally by the passage of time or is earlier terminated earlier pursuant to the provisions of this Agreement. With respect to any indemnification by the Authority provided under the contract or agreement, any such indemnification shall be subject to and within the limitations set forth in Section 768.28, Florida Statutes, and to any other limitations, restrictions and prohibitions that may be provided by law, and shall not be deemed to operate as a waiver of the Authority's sovereign immunity. 20. GOVERNING LAW: The Authority and the Consultant agree that this Agreement and any legal actions concerning its validity, interpretation and performance shall be governed by the laws of Clay County, Florida without regard to any conflict of laws provisions, which may apply the laws of other jurisdictions. It is further agreed that any legal action between the Authority and the Consultant arising out of this Agreement or the performance of the services shall be brought in a court of competent jurisdiction in Clay County, Florida. 21. DISPUTE RESOLUTION: In an effort to resolve any conflicts that arise during or relate to the Consultant's performance of the Agreement, the Authority and the Consultant agree that all disputes between them arising out of or relating to this Agreement shall be submitted to nonbinding mediation. The Consultant further agrees to include a similar mediation provision in all agreements with independent subcontractors and subconsultants retained by the Consultant for this Agreement, Scope, or any Supplemental Agreement(s), and to require all independent subcontractors and subconsultants also to include a similar mediation provision in all agreements with its subcontractors, subconsultants, suppliers, vendors and fabricators, thereby providing for mediation as the primary method for dispute resolution among the parties to all those agreements. The Authority shall not be bound by any provision requiring binding arbitration or binding mediation of disputes. If a dispute arises either party shall follow the following provisions: provide written explanation of the dispute a minimum 30 days'notice to the other party prior to mediation, the mediator shall be a member of the National Academy of Distinguished Neutrals ("NADN'), if an impasse is reached there shall be a sixty (60) day cooling off period required, a minimum 30 days written notice shall be provided to the other party prior to filing suit in any court after the cooling off period. 22. THIRD-PARTY BENEFICIARIES: Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the Authority or the Consultant.The Consultant's services under this Agreement are being performed solely for the Authority's benefit, and no other party or entity shall have any claim against the Consultant because of this Agreement or the performance or nonperformance of services hereunder. The Authority and Consultant agree to require a similar provision in all contracts with contractors,subcontractors,subconsultants,vendors and other entities involved in this Agreement, Scope, or Supplemental Agreement(s)to carry out the intent of this provision. Page 7 of 9 23. TRUTH IN NEGOTIATION CERTIFICATE: The Consultant understands and agrees that execution of this Agreement by the Consultant shall be deemed to be simultaneous execution of a truth-in-negotiation certificate under this provision to the same extent as if such certificate had been executed apart from this Agreement, such certificate being required by Section 287.055, Florida Statutes. Pursuant to such certificate, the Consultant hereby states that the wage rates and other factual unit costs supporting the compensation hereunder are accurate, complete and current at the time of contracting. Further the Consultant agrees that the compensation hereunder shall be adjusted to exclude any significant sums where the Authority determines the Compensation was increased due to inaccurate, incomplete or noncurrent wage rates and other factual unit costs, provided that any and all such adjustments shall be made within one (1) year following the completion date of this Agreement, Scope, or Supplemental Agreement(s). 24. AMENDMENTS: This Agreement may be amended only by written instrument specifically referring to this Agreement and executed with the same formalities as this Agreement. 25. ASSIGNMENT: Neither party to this Agreement shall transfer, sublet or assign any rights or duties under or interest in this Agreement, including but not limited to monies that are due or monies that may be due,without the prior written consent of the other party. Subcontracting to subconsultants, normally contemplated by the Consultant as a generally accepted business practice, shall not be considered an assignment for purposes of this Agreement. 26. ATTORNEY'S FEES: In any action involving the enforcement or interpretation of this Agreement, each party, whether the Authority or the Consultant, shall be responsible for its own respective attorneys'fees and costs. 27. WAIVER: The failure of either party to exercise any of its rights is not a waiver of those rights. A party waives only those rights specified in writing and signed by the party waiving its rights. Oral modification or rescission of this Agreement by an employee or agent of either party, shall not release either party of its obligations under this Agreement, shall not be deemed a waiver of any rights of either party to insist upon strict performance hereof,or of either party's rights or remedies under this Agreement or by law, and shall not operate as a waiver of any of the provisions hereof. 28. SURVIVAL OF REMEDIES: The parties' remedies shall survive the termination of this Agreement. 29. PROVISIONS SEVERABLE: In the event any of the provisions of this agreement should be found to be unenforceable, it shall be stricken and the remaining provisions shall be enforceable. 30. FINANCIAL CONSEQUENCES: Should the Consultant fail to comply with any term of this Agreement, the Authority shall take one or more of the following actions, as appropriate in the circumstances: • Temporarily withhold payments pending correction of the deficiency, • Disallow all or part of the cost of the activity or action not in compliance, • Wholly or partially suspend or terminate this Agreement, • Withhold further awards to the Consultant, and/or • Take further remedies that may be legally or equitably available. 31. NOTICES BY CONSULTANT TO AUTHORITY: All notices required or permitted hereunder by the Consultant to the Authority shall be in writing and shall be served on the Authority at the following address: Clay County Utility Authority Attn: Tom Morris, Executive Director 3176 Old Jennings Road Middleburg, Florida 32068-3907 e-mail: tmorris a@,clayutility.orq All notices required and/or made pursuant to this Agreement to be given by the Consultant to the Authority may be sent by U.S. certified mail, return receipt requested, or by nationally recognized overnight courier service, or by e-mail, and notices shall be deemed delivered upon actual receipt, provided, however, that if delivery is refused or a notice is unclaimed, notice shall be deemed received (i) if mailed, three (3) days after mailing, (ii) if overnight courier service, one (1) business day after deposit with the courier service, or(iii) if by e-mail, upon receipt. The above address may be changed by the Authority's written notice to the Consultant; provided, however,that no notice of a change of address shall be effective until actual receipt of such written notice. ) Page 8 of 9 32. NOTICES BY THE AUTHORITY TO CONSULTANT:All notices required pursuant or permitted hereunder by the Authority to the Consultant shall be in writing and shall be served on the Consultant at the following address: CDM Smith Inc. (Consultant's Business Name) 4651 Salisbury Road,Suite 420 (Street Address) Jacksonville, FL 32256 (City,State,Zip) Patrick R.Victor,PE, DWRE (Attention) victorpr@cdmsmith.com (e-mail) All notices required and/or made pursuant to this Agreement to be given by the Authority to the Consultant may be sent by U.S. certified mail, return receipt requested,or by nationally recognized overnight courier service,or by e-mail,and notices shall be deemed delivered upon actual receipt, provided, however, that if delivery is refused or a notice is unclaimed, notice shall be deemed received(I)if mailed,three(3)days after mailing,or(ii)if overnight courier service,one(1)business day after deposit with the courier service,or(iii)if by e-mail,upon receipt. The above address may be changed by the Consultant's written notice to the Authority; provided, however, that no notice of a change of address shall be effective until actual receipt of such written notice. IN WITNESS WHEREOF,the parties have duly executed this Agreement on the day and ear first written above. Clay County Utility Authority CDM S it Inc. (Name ofiFtTmj By: By:. Lc c,{ Tom Morris Executive Director Print Name: Patrick R.Victor Title: Vice President Date: Date: October 29,2019 Attest: Attest: ( a- 'I Ac (‹ \\ fi4 ttfl!!//%j ry 'y • 1970 :..�, -,• : rSSAcH . //0/1111110 Page 9 of 9 AMENDMENT NO. 2 TO 2018/2019 RFQ NO. 4 (CCUA Financial No. 20004SP) SUPPLEMENTAL SUPPORT SERVICES FLEMING ISLAND WASTEWATER TREATMENT FACILITY PROJECT July 11, 2024 This Amendment No. 1,when executed, shall be incorporated in and become part of the Contract (Contract No. 2018/2019 RFQ No.4, CCUA Financial No. 20004SP, CCUA Project No. 2203-132) for Professional Services between CCUA(OWNER), and CDM Smith Inc. (CONSULTANT), dated November 9, 2019, hereafter referred to as the Agreement. PROJECT BACKGROUND The OWNER is currently operating the new treatment infrastructure at the Fleming Island Wastewater Treatment Facility (WWTF)site following construction completion of the new Biological Treatment Unit (BTU) No. 3, rehabilitation to the Headworks Structure, and various electrical instrumentation upgrades by CONSULTANT in 2022. A structural condition assessment and limited design services of the proposed modifications to BTU No. 1 were included in the original scope of services under this Agreement,which were to be completed after BTU No. 3 was constructed and in-service. However, the OWNER needed BTU No. 1 for daily use following the completion of BTU No. 3 and the structural condition assessment was placed temporarily on hold. CONSULTANT conducted an initial structural condition assessment of the BTU No. 1 tank in May 2022 and produced a report highlighting conditions of the tank in January 2023.The objectives of the structural condition assessment were to document the structural condition of BTU No. 1 and identify suggested repairs, renovations, and upgrades that might be necessary to extend the useful life of the structure. At the request of the OWNER, the work restarted in May 2024 with the Fleming Island WWTF operating with BTU No. 1 offline and available for re-inspection by CONSULTANT. CONSULTANT's structural team re-mobilized to address additional inspection needs requested following the initial structural condition assessment report results. The on set of this work includes completion of the condition assessment supporting design of BTU No. 1 and provide support to OWNER additionally requested services for design, bidding and construction services for completion of the BTU No. 1 rehabilitation. WORK PLAN SUMMARY CONSULTANT will provide additional engineering services following the initial structural condition assessment of BTU No. 1. The work will include: 1. Additional structural condition assessment of BTU No. 1 by the structural team. 2. Additional design services associated with a stand-alone bid package (specifications)to supplement the design drawings prepared under the original scope of services. 3. Bidding services. 4. Post-design services (construction and inspection services). The scope of services below describes each of the above referenced services area in more detail and defines the CONSULTANT services to be provided, schedule development and fee estimate for repurposing some of the original scope of work capacity, and request for additional funding beyond the upper limit of the existing Agreement. SCOPE OF WORK TASK 1 — Planning and Design Services This task was completed at 97%that included all aspects required for planning and design services of the original design of the Fleming Island WWTF. The remaining 3%of budget associated with this task is being reallocated to Tasks 6 through 10 below. TASK 2 —Optional Planning and Design Services This task was completed at 83%that included work authorized under Contingency Release No. 1 on June 18, 2021, that included emergency services following the chemical discharge spill of ferric sulfate on-site during the BTU No. 3 construction. The following items are removed from this task that will not be required on this project: ■ Contractor pre-qualification package allowance, ■ Deep foundation analysis allowance, and ■ Gopher Tortoise allowance. The remaining 17%of budget associated with this task is being reallocated to Tasks 6 through 10 below. TASK 3 — Post Design Services This task was completed at 99%that included all engineering services during construction for the existing BTU No. 3 project through final completion and commissioning.The item that is removed from this task includes the updates to final record drawings that include incorporation of the BTU No. 1 improvements and associated certification with the Florida Department of Environmental Protection (since this was not conducted in unison with original construction contract). The remaining 1%of budget associated with this task is being reallocated to Task 6 through 10 below. TASK 4—Optional Post Design Services This task was completed at 99%that included resident project representative (RPR) inspection services during construction for the BTU No. 3 project through final completion and commissioning.The item that is removed from this task includes expenses for RPR to visit Fleming Island WWTF for the inspection of the BTU No. 1 gate installation (since this was not conducted in unison with the original construction contract). The remaining 1%of budget associated with this task is being reallocated to Task 6 through 10 below. TASK 5 — BTU #1 Evaluation and Design Support No changes to this task per the original scope of services. TASK 6—Additional Structural Condition Assessment Services Under this task, CONSULTANT will perform one additional site visit to inspect the structural condition of BTU No. 1 and prepare a conceptual-level opinion of construction cost to implement the recommended improvements from the structural condition assessment report. Information from this site visit will be added to the design drawings and specifications. An updated draft and final structural condition assessment report will be submitted to CCUA. CONSULTANT will hold a one-hour meeting to discuss the findings of the additional condition assessment and discuss comments from CCUA on the updated draft structural condition assessment report. Meeting minutes will be produced by CONSULTANT. TASK 7 —Additional Design and Bidding Services Subtask 7.1—Additional Design Services Under this task, CONSULTANT will provide additional design services associated with stand-alone technical specifications supporting the BTU No. 1 rehabilitation design package to supplement the design drawings produced under Task 5. Additional specifications will be included both on the design drawings and also in the technical specifications book. A list of total stand-alone contractual specifications is included in Attachment A. CONSULTANT will work with OWNER and help support OWNER's standardized Division 0 and Division 1 specifications based on Division 16 format that includes the Engineers Joint Contract Documents Committee (EJCDC) front end specifications. Subtask 7.2-Bidding As part of the bidding phase of the Project, CONSULTANT will: 1. Provide OWNER with an electronic PDF copy of the issued for bid Contract Documents for distribution to interested bidders. OWNER will coordinate reproduction of the Contract Documents for bid process distribution. 2. Attend pre-bid meeting and assist with answering technical questions. 3. Assist OWNER in responding to the technical questions from the prospective bidders during the bidding phase. 4. CONSULTANT will "Conform"the design drawings and technical specifications for the use of the awarded Contractor and OWNER staff. CONSULTANT will provide one electronic set of the Conformed Contract Documents and two hard copy half-size (11-inches by 17-inches) drawing and specification sets. TASK 8— Engineering Services During Construction This task provides for CONSULTANT to provide limited services during the rehabilitation construction phase for BTU No. 1.The construction duration is anticipated to be up to 4 months from Contractor NTP to Final Acceptance. Subtask 8.1 Meetings(Pre-Construction and Progress Meetings) CONSULTANT staff will attend and participate in the pre-construction meeting to answer technical questions and kick-off the construction with the OWNER and selected Contractor. CONSULTANT will prepare the agenda and meeting minutes of the pre-construction meeting and for distribution to the attendees. CONSULTANT's project manager(PM) and structural engineer(EOR) will attend up to three (3)virtual (TEAMS) progress meetings and one (1) site visit to the Fleming Island WWTF prior to substantial completion. They will observe the progress and the quality of the executed work of the Contractor and to determine, in general, if such work is proceeding in accordance with the Contract Documents. Construction progress minutes will be produced and submitted to the OWNER to document observations during the site visit and discussions/decisions occurring during the monthly virtual progress meetings. Subtask 8.2 Shop Drawing Submittals CONSULTANT will assist the OWNER by providing review of shop drawings submitted by the Contractor. The project budget includes time for a total of 15 shop drawings. The shop drawings from the Contractor will be submitted electronically to the CONSULTANT and the OWNER concurrently to facilitate review of these submittals. Shop drawing logs will be maintained by the CONSULTANT and copies will be provided to document receipt and return of the submittals. Subtask 8.3 Design Clarifications/Requests for Information (RFIs) Clarifications CONSULTANT will issue necessary designer clarifications and responses to contractor RFIs as related to the Contract Documents.The project budget estimates a total of 1 designer clarification and 3 RFIs including clarification of the CONSULTANT's design intent based on an estimated 4-month construction duration. An average of 5 hours has been budgeted for the design clarification and 3 hours for each RFI. RFIs from the Contractor will be submitted electronically to the CONSULTANT and the OWNER concurrently to expedite the review. RFI logs will be maintained by the CONSULTANT and provided to document receipt and return of the RFIs. Subtask 8.4 Substantial and Final Completion/Acceptance and FDEP Certification CONSULTANT's PM, structural EOR and RPR will participate in one substantial completion walk-through and prepare a written punch list for the items remaining in the Contract. Once the punch list items have been completed by the Contractor, CONSULTANT's RPR will conduct a final completion walk-through with OWNER and the Contractor to confirm that the punch list items have been completed and recommend issuance of final completion/acceptance. Upon substantial completion, and in accordance with permit requirements, CONSULTANT will prepare the FDEP certifications of completion, as appropriate, with the necessary attachments. OWNER will sign as Owner and Operating Entity, if required. Subtask 8.5 Record Drawings Preparation and Submittal CONSULTANT, using red-lined drawing mark-ups prepared by the Contractor, will prepare and submit to the OWNER one hard-copy set of Record Drawings as well as one electronic copy in ACAD (.dwg) and PDF (.pdf) submitted digitally.The signed and sealed record drawing sets will be provided with the record drawing stamp and the discipline Engineer of Record P.E. stamp. TASK 9 — RESIDENT PROJECT REPRESENTATIVE SERVICES DURING CONSTRUCTION This task describes a part-time CONSULTANT's RPR (budgeted at 30 hours/month over 4 months for a total of 120 labor-hours) over a 4-month consecutive period through final completion to assist CONSULTANT and OWNER in monitoring the progress and quality of the work of the Contractor. Project representation shall be on a part-time basis and is intended to be at a sufficient level to monitor the Contractor's work and confirm that the Contractor is meeting the requirements of the Contract Documents. CONSULTANT will notify OWNER promptly if above level of field representation is insufficient to monitor the work as defined by the Engineer and OWNER. CONSULTANT's RPR will be responsible for uploading the documentation of services described herein to the OWNER document management system or to CONSULTANT's Secure File Transfer system for download by OWNER. RPR's responsibilities are included in Attachment B. TASK 10— PROJECT AND QUALITY MANAGEMENT Activities performed under this task consist of those general functions required to maintain the project on schedule, within budget, and that the quality of the work products defined within this amendment is consistent with CONSULTANT's standards and OWNER's requirements. Company maintains a Quality Management System (QMS) on all projects. Company will perform technical specialist reviews on all the draft and final technical specification packages in alignment with the original design sheets produced in Task 5. Technical Review comments will be addressed by CONSULTANT prior to moving forward with finalizing deliverable for the OWNER's review. PROJECT ASSUMPTIONS CONSULTANT has made the following assumptions for this amendment: 1. CONSULTANT assumes that OWNER provides the latest set of Division 0 and Division 1 specifications.This amendment includes CONSULTANT's support for updating these and making them project-specific to the BTU No. 1 rehabilitation. 2. No new permits are expected or included as part of this amendment. CONSULTANT will produce final certification that the existing BTU No. 1 gate has been installed in accordance with the original Fleming Island WWTF Drawings (BTU No. 3 Upgrades). 3. For the bidding phase (Subtask 7.2), CONSULTANT shall assist OWNER in answering technical questions for the OWNER for one bid period. The issuance of addenda shall be completed by the OWNER. 4. CONSULTANT's design assumes that no additional movement or cracking will occur with the original walls as the coupling rods are removed and replaced. 5. CONSULTANT assumes standing water inside the tank is to be completely drained, and the underside of the covers are to be pressure washed to remove surface build-up prior to the inspection. Ladders will be used to access the underside of the covers and their connections for closer inspection. SCHEDULE It is anticipated that the work will take 7months to complete, starting within one week of receipt of a formal notice to proceed (NTP).The anticipated schedule associated with the remaining tasks and new tasks for the completion of the work aforementioned in this amendment is as follows: Task and Description Estimated Task Duration Task 1—Planning and Design Services Complete Task 2—Optional Planning and Design Services Complete Task 3—Post Design Services Complete Task 4—Optional Post Design Services Complete Task 5—BTU#1 Evaluation and Design Support 6 Weeks Task 6—Additional Inspection Services 1 Week from Start Task 7—Additional Design and Bidding Services 12 Weeks from Start Task 8—Engineering Services During Construction 16 Weeks from Contractor NTP Task 9—Resident Project Representative Services During Construction 16 Weeks from Contractor NTP Task 10—Project and Quality Management On-Going It is anticipated that the NTP will be provided in July 2024 and design drawings for bidding will be completed in August 2024. Construction is anticipated to take three months to substantial completion and 1 month from there to final completion. CONSULTANT will prepare an updated schedule within the first 5 calendar days after receipt of a formal NTP from OWNER. COMPENSATION AND PAYMENT Compensation for the services described herein shall be made in accordance with the Agreement between OWNER and CONSULTANT.The scope of services is amended from the original agreement for Tasks 1 through 4 and new Tasks 6 through 10 are added as part of the services to OWNER.The value of the work removed from Tasks 1 through 4 totals $29,490 and is being applied as a credit to the total amount. Compensation for the work described in new Tasks 6 through 10 of this amendment shall be on a lump sum basis in the amount of$74,829. The total net change to the original Agreement (Adders —Deducts) is $45,339.The new grand total amount of this Agreement including Amendment No. 1 is $1,057,082. CONSULTANT will submit invoices monthly based on the percentage of work completed and will be accompanied by written monthly status reports. For summary purposes only,the approximate value of each task is as shown in Table 2. Table 2 Task Value Summary for Changes in Scope of Services (For Invoice Purposes) Desc Tas Value Task 1 Planning and Design Services ($19,448) Task 2 Optional Planning and Design Services ($6,174) Task 3 Post Design Services ($3,055) Task 4 Optional Post Design Services ($813) Subtotal(Deducts) ($29,490) Task 6 Additional Inspection Services $6,515 Task 7 Additional Design and Bidding Services $22,816 Task 8 Engineering Services During Construction $24,844 Task 9 Resident Project Representative Services During Construction $15,180 Task 10 Project and Quality Management $5,474 Subtotal(Adder) $74,829 TOTAL Net Change to Original Contract Amount $45,339 Fleming Island WWTF Attachment A SPECIFICATION -TABLE OF CONTENTS CLAY COUNTY UTILITY AUTHORITY Fleming Island Wastewater Treatment Facility—BTU No. 1 DIVISION 0- BIDDING AND CONTRACT REQUIREMENTS SECTIONS 00020 Requests for Bids 00200 Instructions to Bidders 00300 Bid Form 00400 Bid Bond 00420 Public Entity Crimes Form 00425 W-9 Federal ID Number Form 00430 Trench Safety Affidavit 00440 Bonding Capacity Certification Letter 00500 Standard Form of Agreement 00600 Public Construction Performance and Payment Bond 00640 Application and Certification for Payment 00650 Request for Information Form 00660 Change Order Request Form 00700 General Conditions 00800 Supplementary Conditions to the General Conditions 00900 Addenda and Modifications Smith 1 DIVISION 1- GENERAL REQUIREMENTS SECTIONS 01010 Summary of Work 01027 Applications for Payment 01060 Regulatory Requirements 01101 Special Procedures for Maintenance of Plant Operations and Sequence of Construction 01300 Submittals 01301 Administrative Requirements 01320 Construction Video and Photographs 01370 Schedule of Values 01400 Quality Control 01500 Construction Facilities 01600 Material and Equipment 01701 Project Closeout 01720 Record Documents 01740 Warranties and Bonds *Note:Structural specifications will be directly included on the design drawings for the BTU No. 1 rehabilitation and repair. 2 Attachment B Resident Project Representative (RPR) Services The duties and responsibilities of the RPR are described as applicable during the 4-month period as follows: Conferences and Meetings: CONSULTANT's RPR will attend up to 4 meetings with the Contractor, such as progress meetings (in-person or virtual),weekly site meetings, and other project-related meetings. CONSULTANT's RPR will provide an overview of the meeting agenda and meeting minutes to the CONSULTANT's Project Manager(PM)for tracking progress of the Project. CONSULTANT's RPR will assist in obtaining from OWNER additional details or information when required for proper execution of the work. Shop Drawings and Samples: CONSULTANT's RPR will advise Engineer and Contractor of the commencement of the work requiring a Shop Drawing or Sample, if the submittal has not been approved by Engineer. Review of Work, Rejection of Defective Work, Inspections, and Tests: CONSULTANT's RPR will monitor the work in progress to assist Engineer in verifying that the work is proceeding in accordance with the Contract Documents. CONSULTANT's RPR will report to Engineer and OWNER whenever RPR believes that the work will not produce a completed Project that conforms to the Contract Documents, or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents, has been damaged, or is deficient; and advise Engineer of work that the CONSULTANT's RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection, or approval. CONSULTANT's RPR will accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections, and report to Engineer and OWNER. Records: CONSULTANT's RPR will prepare a daily report with progress photos (during visiting field days), keep a diary or logbook, recording Contractor's hours on the job site, weather conditions, data relative to questions of Work Change Directives, Change Orders or changed conditions, list of job site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to CONSULTANT and OWNER. CONSULTANT's RPR will record names, addresses, and telephone numbers of the Contractor's personnel and major suppliers of materials and equipment. Smith Reports: CONSULTANT's RPR will furnish to OWNER daily reports with progress photos and document the Contractor's compliance with the progress schedule and submittals, as requested by OWNER. CONSULTANT's RPR will notify Engineer and OWNER in advance of scheduled major tests, inspection, or start of important phases of the Work, and provide documentation of the events. CONSULTANT's RPR will report immediately to CONSULTANT and OWNER the occurrence of any accident. 2