33
Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: October 19, 2021 Consent [X] Regular [ ] Public Hearing [ ] Department: Water Utilities Department I. EXECUTIVE BRIEF Motion and Title: Staff recommends motion to approve: Amendment No.· 1 to the Contract for Consulting/Professional Services Southern Region Water Reclamation Facility (SRWRF) Engineering Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services (Contract) with Hazen and Sawyer, P.C., (Consultant) to extend the term of the Contract for an additional 730 calendar days and for a total amount of $758,942.00. Summary: On December 19, 2017, the Board of County Commissioners (BCC) approved the Palm Beach County Water Utilities Department (PBCWUD) Contract (R2017-1912) with Consultant to provide engineering services during the design, permitting, bidding, and construction phases for the Secondary Clarifier and Effluent Filtration Improvements (Project) at SRWRF. Amendment No. 1 will extend the term of the Contract to accommodate the revised construction schedule of the Project resulting from operational constraints identified during design. This Contract was procured under the requirements of the 2002 Small Business Enterprise (SBE) Ordinance (R2002-0064) prior to the adoption of the new Equal Business Ordinance on October 16, 2018. The SBE participation goal established under the 2002 SBE Ordinance was 15% overall participation. The Contract provides for 21 % SBE participation. Amendment No. 1 includes 18.97% SBE participation. The cumulative SBE participation including Amendment No. 1 is 27.19%. The Consultant is headquartered in New York, New York, but maintains an office in Palm Beach County from which the majority of the work will be performed. The Project is included in the PBCWUD FY22 budget. (PBCWUD Project No. 17- 022) District 5 (MJ) Background and Justification: On December 19, 2017, the BCC approved a contract with Consultant for professional engineering services including the design, permitting, bidding, and construction phase services for the Contract (R2017-1912). The Contract duration with the Consultant was based on a construction schedule of twenty-four (24) months assuming two (2) secondary clarifiers rehabilitated simultaneously. However during the design phase it became apparent that only one (1) secondary clarifier could to be rehabilitated at a time. Therefore the duration of construction was revised to forty-five (45) months adding approximately twenty-one (21) months to the construction schedule. Subsequently, on November 19, 2019, the BCC approved a Contract with R.J. Sullivan Corp., (R2019-1776) for the construction of the Project with a construction duration of forty-five (45) months. Amendment No. 1 extends the term of the Contract with the Co[lsultant by 730 calendar days and increases the lump sum and not to exceed amounts by $65,527.00 and $693,415.00 respectively ($758,942.00 total) to enable the Consultant to continue supporting PBCWUD through the completion and close out of the Project. Attachments: 1. Two (2) Originals of Amendment No. 1 2. · Location Map 3. Certificate of Liability Insurance Recommended By: P Department'Director Date Approved By: nty Administrator

Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

Agenda Item 3K-1

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS

AGENDA ITEM SUMMARY

Meeting Date October 19 2021 Consent [X] Regular [ ] Public Hearing [ ]

Department Water Utilities Department

I EXECUTIVE BRIEF

Motion and Title Staff recommends motion to approve Amendment Nomiddot 1 to the Contract for ConsultingProfessional Services Southern Region Water Reclamation Facility (SRWRF) Engineering Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services (Contract) with Hazen and Sawyer PC (Consultant) to extend the term of the Contract for an additional 730 calendar days and for a total amount of $75894200

Summary On December 19 2017 the Board of County Commissioners (BCC) approved the Palm Beach County Water Utilities Department (PBCWUD) Contract (R2017-1912) with Consultant to provide engineering services during the design permitting bidding and construction phases for the Secondary Clarifier and Effluent Filtration Improvements (Project) at SRWRF Amendment No 1 will extend the term of the Contract to accommodate the revised construction schedule of the Project resulting from operational constraints identified during design This Contract was procured under the requirements of the 2002 Small Business Enterprise (SBE) Ordinance (R2002-0064) prior to the adoption of the new Equal Business Ordinance on October 16 2018 The SBE participation goal established under the 2002 SBE Ordinance was 15 overall participation The Contract provides for 21 SBE participation Amendment No 1 includes 1897 SBE participation The cumulative SBE participation including Amendment No 1 is 2719 The Consultant is headquartered in New York New York but maintains an office in Palm Beach County from which the majority of the work will be performed The Project is included in the PBCWUD FY22 budget (PBCWUD Project No 17-022) District 5 (MJ)

Background and Justification On December 19 2017 the BCC approved a contract with Consultant for professional engineering services including the design permitting bidding and construction phase services for the Contract (R2017-1912) The Contract duration with the Consultant was based on a construction schedule of twenty-four (24) months assuming two (2) secondary clarifiers rehabilitated simultaneously However during the design phase it became apparent that only one (1) secondary clarifier could to be rehabilitated at a time Therefore the duration of construction was revised to forty-five (45) months adding approximately twenty-one (21) months to the construction schedule Subsequently on November 19 2019 the BCC approved a Contract with RJ Sullivan Corp (R2019-1776) for the construction of the Project with a construction duration of forty-five (45) months Amendment No 1 extends the term of the Contract with the Co[lsultant by 730 calendar days and increases the lump sum and not to exceed amounts by $6552700 and $69341500 respectively ($75894200 total) to enable the Consultant to continue supporting PBCWUD through the completion and close out of the Project

Attachments

1 Two (2) Originals of Amendment No 1 2 middot Location Map 3 Certificate of Liability Insurance

Recommended By P DepartmentDirector Date

Approved By nty Administrator

II FISCAL IMPACT ANALYSIS

A Five Year Summary of Fiscal Impact

Fiscal Years 2022 2023 2024 2025 2026

Capital Expenditures Operating Costs External Revenues Program Income (County) In-Kind Match County

~7582942 Q 0 0 0

0 0 Q 0

0 Q Q Q 0

0 0 Q 0 0

0 0 Q 0 0

NET FISCAL IMPACT $758942 Q Q 0

ADDITIONAL FTE POSITIONS (Cumulative) 0 0 0 0 0

Budget Account No Fund 4011 Dept 721 Unit W010 Object 6545

Is Item Included in Current Budget Yes X No

Does this item include the use of federal funds Yes No X

Reporting Category NA

8 Recommended Sources of FundsSummary of Fiscal Impact

One (1) time expenditure from user f

Ill REVIEW COMMENTS

A middot OFMB Fiscal andor Contract Development and Control Comments

8

C Other Department Review

Department Director

This summary is not to be used as a basis for payment

AMENDMENT NO 1 TO

CONTRACT FOR CONSUL TINGPROFESSIONAL SERVICES SECONDARY CLARIFIER AND EFFLUENT FILTRATION IMPROVEMENTS

ENGINEERING SERVICES PBCWUD PROJECT NO 17-022

This Amendment No 1 is made as of the ___ day of ______ 20 __ by and between Palm Beach County a Political Subdivision of the State of Florida by and through its Board of County Commissioners hereinafter referred to as the COUNTY and Hazen and Sawyer P C [ ] an individual [] a partnership [X] a corporation authorized to do business in the State of Florida hereinafter referred to as the CONSUL TANT whose Federal 1D is 13-2904652

In consideration of the mutual promises contained herein the COUNTY and the CONSUL TANT agree that the Contract for ConsultingProfessional Services entered into by the parties on December 19 2017 and referenced by County Resolution Number R2017-1912 (hereinafter the CONTRACT) is amended as follows

1 The project schedule set forth in Article 2 included an original completion of services date of December 19 2021 The project schedule of the CONTRACT is hereby extended by an additional 730 calendar days to reflect a new completion of services date of December 19 2023 All schedules tables charts or other items of the CONTRACT containing the project schedule are hereby similarly amended to reflect a new completion of services date of December 19 2023 A modified project schedule is contained in Exhibit C1 attached hereto and made a part hereof for the additional services contained in this Amendment No 1

2 The modified Scope of Work is contained in Exhibit A 1 attached hereto and made a part hereof for the additional services contained in this Amendment No 1

3 The compensation as provided in the CONTRACT was for a lump sum fee of $114815700 plus a not to exceed amount of $85133300 for a total of $199949000 Amendment No 1 will increase the lump sum amount by $6552700 from $114815700 to $121368400 Amendment No 1 will also increase the not to exceed amount by $69341500 from $85133300 to $154474800 The revised total compensation as provided in the CONTRACT including Amendment No 1 is $275843200 The modified Schedule of Payments is contained in Exhibit 81 attached hereto and made a part hereof for the additional services contained in this Amendment No 1

4 The modified OEBO schedules 1 and 2 are contained in Exhibit D1 attached hereto and made a part hereof for the additional services contained in this Amendment No 1

All other provisions of the CONTRACT shall remain unchanged by this Amendment No 1 and shall remain in full force and effect

AMENDMENT NO 1 TO

CONTRACT FOR CONSUL TINGPROFESSIONAL SERVICES SECONDARY CLARIFIER AND EFFLUENT FILTRATION IMPROVEMENTS

ENGINEERING SERVICES PBCWUD PROJECT NO 17-022

IN WITNESS WHEREOF this Amendment No 1 is accepted subject to the terms conditions and obligations of the aforementioned CONTRACT

PALM BEACH COUNTY A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA

Joseph Abruzzo Clerk amp Comptroller Palm Beach County Palm Beach County Board of County

Commissioners ATTEST

Signed ____________ _ Ct Signed __________ _

Typed Name _________ _ )4(~

Dave Kerner Mayor

Deputy Clerk Date

Approved as to Form and Legal Sufficiency CONSUL TANT HAZEN AND SAWYER PC

Signed ___________ _ Alilu-ampb Qr (Signature) J

Typed Name Michael W Jones Albert Muniz Vice President County Attorney (Name and Title)

9 aoJt Date

STATE OF FLORIDA

COUNTY OF ~C- W ~ C--CLc 1)

The foregoing instrument was acknowledged before me by means of~ physical presence or D online notarization

~~ L f ~ this 21 day of~ Q - eVilOer-2o2( by t-- b e_Jplusmn M1 U l 2 who is D personally

known to me or D has produced --------~ ____ as identification

2

EXHIBIT-A1 SCOPE OF WORK

Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Engineering Services

(PBCWUD Project No 17-022)

INTRODUCTION

On December 19 2017 Palm Beach County Board of County Commissioners (COUNTY) entered into an agreement entitled Contract for Engineering Services for Southern Region Water Reclamation Facility for the Secondary Clarifier and Effluent Filtration Improvements Headworks -Palm Beach County Water Utilities Department Project No 17-022 (CONTRACT) with Hazen and Sawyer PC (CONSULTANT) to provide engineering services for design permitting assistance bidding support and construction services

BACKGROUND

The above referenced professional services are related to Palm Beach County Water Utilities Departments (PBCWUD) Southern Region Water Reclamation Facility (SRWRF) The project aims to enhance operational efficiency by replacing aging infrastructure The scope for this project includes but is not limited to upgrades and the improvements to the reclaimed water production facilities upgrades and improvements to the secondary clarifiers and sludge pump stations additional secondary clarifier scum manholes modificationsexpansion to bulk hypochlorite storage and other miscellaneous aspects as presented herein that are associated with the anaerobic digesters and biogas system

The design permitting and bidding phases of the project are completed and the construction phase of the project commenced on January 6 2020 The current term of the CONTRACT included a construction schedule of 670 successive calendar days to Substantial Completion plus 60 calendar days to Final Completion The schedule assumed two (2) secondary clarifiers would be rehabilitated simultaneously During the design phase it was determined only one (1) secondary clarifier could be rehabilitated at a time essentially doubling the construction schedule This adjustment added 620 calendar days to the construction schedule from 670 calendar days to 1290 calendar days to Substantial Completion plus 60 calendar days to Final Completion Due to the resultant increase in the construction schedule PBCWUD has requested the CONSUL TANT provide additional construction phase engineering services to assist in the timely and successful execution of the project The additional construction services within the CONTRACT that are being increased and included in Amendment No 1 are associated with supplemental meetings submittal reviews Contractor Requests fot Information (RFls) resident project representation startup services and project management In addition to extending the duration and quantities of construction phase services currently included in the CONTRACT additional construction phase services have been requested to be incorporated into the CONTRACT in Amendment No 1 These services include furnishing an independent environmental health and safety inspection of the contractors safety program Programable Logic Control (PLC) programming for the new and modified systems site inspection and updating of the existing SR WRF process flow diagram A more detailed summary of all services included in Amendment No 1 is presented below

A1-1 Revised 9-25-19

ADDITIONAL CONSTRUCTION PHASE SCOPE OF SERVICES

Task 5 - Construction Contract Administration

The CONSULTANT will provide additional services as identified below for the management of engineering tasks for the additional 620 day duration of the projects construction phase Such management activities will include project coordination with COUNTY general coordination with the Contractor scheduling pay requests and general correspondence with COUNTY and the Contractor

51 - Pre-Construction and Monthly Progress Meetings

CONSULTANT will attend meetings with COUNTY and the Contractor As a minimum one (1) representative of CONSUL TANT will attend the project progress meetings (ie the Project Manager) together with the Resident Project Representative (RPR) to discuss the project progress CONSULTANT will chair the progress meeting and prepare and issue meeting minutes Additional CONSULT ANT or sub-consultant team members will attend periodically to address specific subject matter as issues arise during the course of the construction work

The original CONTRACT had assumed a combined total of 24 progress meetings based upon a 24 month construction duration The construction duration has been extended by 21 months due to COUNTY imposed restrictions on the number of facilities that can be taken out of service at a single time during construction As a result of this constraint 21 additional progress meetings are anticipated to account for the additional 620 calendar day duration of the construction phase of the project

52-Submittals

CONSULTANT will consult with the COUNTY concerning the acceptability of substitute materials and equipment proposed by the apparent low bidder CONSUL TANT will review shop drawings diagrams illustrations catalog data schedules and samples equipment Operation and Maintenance (OampM) manuals results of laboratory tests and inspections equipment factory test certifications equipment manufacturer certificates of proper installation and other data that Contractors are required to submit for conformance with the design concept of the Project and compliance with the provisions of the Contract Documents In addition CONSULTANT will receive and review items to be delivered by the Contractor(s) pursuant to the Contract Documents including but not limited to maintenance and operating instructions schedules guarantees warranties bonds and certificates of inspection tests and approvals CONSUL TANT will provide written comments and recommendations concerning their completeness under the Contract Document

The original CONTRACT had assumed a total of 145 shop drawings and OampM manuals were to be processed by CONSUL TANT with an effort of five ( 5) hours per submittal anticipated throughout the course of the construction phase of the project The actual quantities of shop drawings and OampM manuals has exceeded the assumed amount and it is anticipated a total of 225

A1-2 Revised 9-25-19

shop drawings and OampM manuals are to be submitted This equates to 80 submittals beyond the 145 previously assumed for this task The level of effort for the additional submittals remains at fivemiddot( 5) hours per submittal

5 3 - Interpretations Clarifications and Change Orders

CONSUL TANT will issue interpretations and clarifications of Contract Documents during construction and evaluate requests for substitutions or deviations from the Contract Documents CONSULT ANT will notify COUNTY of any such requested deviations or substitutions and when reasonably necessary provide COUNTY with a recommendation concerning same

CONSULTANT will negotiate with the Contractor the scope and cost of contract change orders using as a basis for such negotiations data or other information emanating from the Contract Documents including but not limited to the construction contract general and special conditions bid sheet technical specifications plans shop drawings material specifications and proposed material and labor costs CONSULTANT will prepare recommend and submit for COUNTYs approval such change orders or work change directives

The original CONTRACT had assumed a total of 50 requests for information (RFis) were to be addressed by CONSUL TANT with an effort of four ( 4) hours per RFI The actual number of RFis submitted by the Contractor is nearing the total amount initially assumed and it is now anticipated a total of 80 RFI s are expected which is 30 beyond the 50 RFis initially assumed The level of effort for the additional RFI s remains at approximately four ( 4) hours per submittal

Task 6 - Resident Project Representative

The CONSULT ANT will provide a Resident Project Representative (RPR) as described herein for the duration of the construction project to observe construction and monitor work The RPR will be approved by the COUNTY

61 - Resident Project Representative

CONSUL TANT will provide a RPR for field observation of the construction to help determine whether the general provisions of the Contract Documents are being fulfilled and to reasonably protect COUNTY against defects and deficiencies in the work of the Contractor Compensation in Exhibit-B 1 is based on providing additional RPR services for fifteen (15) hours per week over the additional 91 week (21 month) duration with a total resident project representation level of effort based on 1183 hours In addition

bull CONSULTANT working principally through the Contractors Superintendent will assist the Contractor in the understanding the intent of the Contract Documents and will assist COUNTY staff in serving as COUNTYs liaison with the Contractor

bull Based on available information the CONSULTANT will verify that tests equipment and system startup are conducted in the presence of appropriate personnel and that the Contractor maintains adequate records thereof and observe record and report appropriate

A1-3 Revised 9-25-19

details relative to the test procedures and startup to COUNTY and appropriate regulatory agencies Based upon available information CONSULT ANT will verify and certify to COUNTY that the constructed facilities properly operate and are in general conformance with the Contract Documents and specifications

bull CONSUL TANT will keep a diary or log book recording date relative to questions of Work Directive Changes Change Orders or changed conditions and observations in general

bull CONSUL TANT will prepare a daily report for each day the RPR is on site and submit said reports in electronic Portable Document Format (PDF) to the COUNTY on a weekly basis

CONSUL TANT will notify COUNTY and Contractor in writing when unsafe working conditions or safety violations are observed

Task 9 - SRWRF Control System PLC Programming

CONSULTANT will perform programable logic control (PLC) programming to support integration of the following project features into the existing plant control system

1 Clarifier 1-1 12 New Effluent Filters 7amp8

2 Clarifier 1-2 13 Filtered Effluent Transfer Pumps 1 amp2

3 Clarifier 1-3 14 Filtered Effluent Transfer Pumps 3amp4

4 Clarifier 1-4 15 Filtered Effluent Transfer Pumps 7 amp8

5 Clarifier 2-1 16 Hypochlorite Tanks 1amp2

6 Clarifier 2-2 17 Hypochlorite Tanks 3amp4

7 Clarifier 2-3 18 Anaerobic Digester Group 1 Boiler 1

8 Clarifier 2-4 19 Anaerobic Digester Group 1 Boiler 2

9 Rehabilitated Effluent Filters 1 amp 2 20 Anaerobic Digester Group 2 Boiler 1

10 Rehabilitated Effluent Filters 3 amp 4 21 Anaerobic Digester Group 2 Boiler 2

11 Rehabilitated Effluent Filters 5 amp 6 22 Eye Wash Stations (Total of25)

Programming is for plant PLC controllers only All supervisory control and data acquisition (SCADA) screen modifications creation development or deployment will be performed by the COUNTY

Task 10 - Independent Environmental Health and Safety Inspector Services

CONSULTANT will provide an independent Environmental Health and Safety (EHS) Inspector for review of Contractor generated site safety documentation and site inspections as summarized below

A1-4 Revised 9-25-19

The CONSUL TANT will review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs) for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training records

The CONSUL TANT will perform bi-weekly inspections throughout the duration of the Project The CONSUL TANT has assumed a total of 86 inspections will be performed consisting of the following activities

1 Inspection duration will be an average of four ( 4) hours this includes travel time site visit meeting attendance and report generation

2 Walk the site and audit the implementation of the Contractors safety program (ie SSHASP)

3 Prepare and submit a report summarizing the findings of the site visit and any observed deficiencies

4 Review the Contractors response to deficiencies identified during the site visit and provide a written follow-up

Based on the results of the inspection and the nature of the violationdeficiency the CONSUL TANT will perform a re-inspection of the site The CONSUL TANT will notify the Owner and Contractor of such deficiencies and need for re-visit The CONSULTANT has assumed a total often (10) re-visits of a duration of four (4) hours each

When required the CONSULTANT will provide support during accident investigations and OSHA inspections The CONSUL TANT will submit a report summarizing their findings when participating in an accident investigation and OSHA inspection The CONSULTANT has assumed a total of four ( 4) inspections at a duration of four ( 4) hours each

Task 11 - Construction Phase Inspection Services

CONSULTANT shall provide inspection services during the construction of the work to observe the quality of the work being performed and to assist in determining if the work is proceeding in accordance with the Contract Documents The inspector will assist the Contractor in understanding the intent of the Contract Documents and to ensure the completed work substantially conforms to the Contract Documents

The inspector will attend construction progress meetings review Contractor As-Built information

A1-5 Revised 9-25-19

monthly to confirm proper updates are being made observe materials and equipment testing in accordance with the Contract Documents and review applications for payment submitted by the Contractor and material vendors to confirm completion level for each pay item

The inspector will report in writing whenever CONSULT ANT believes that work is unsatisfactory faulty or defective does not conform to the Contract Documents does not meet the requirements of inspections tests or approval required to be made or has been damaged prior to final payment

The inspector will prepare daily reports and submit the report in electronic PDF to the COUNTY on a weekly basis

Inspection services to be provided are based upon a full-time inspector for eight (8) hours per day over a six ( 6) (continuous) month duration

Task 12 - Update of Existing SRWRF Process Flow Diagram

CONSUL TANT will provide engineering services associated with updating the existing SR WRF process flow diagram The existing SR WRF process flow diagram has not been updated since 2012 and does not include upgraded or additional facilities incorporated into the SR WRF since then CONSULT ANT will generate an updated process flow diagram incorporating the new or upgraded facilities and submit to the COUNTY a draft of the updated process flow diagram in electronic PDF format for review and comments CONSULTANT will review the comments received from the COUNTY and submit a final version of the updated process flow diagram to the COUNTY in both PDF and AutoCad electronic format

A1-6 Revised 9-25-19

EXHIBIT B1 BUDGET SUMMARY

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWUD Project No 17-022)

The Scope of Work to be completed by CONSULTANT as defined in Exhibit Al consists of specific completion phases which shall be clearly identified on a phase-by-phase basis upon submission to the COUNTY of certain deliverables as expressly indicated below COUNTY is responsible for payment in each phasemiddot COUNTY reserves the sole option to require a continuation to each phase as needed There is no obligation by the COUNTY to pay for a phase unless COUNTY opts to require said work Compensation for the work tasks stated herein shall be in accordance with the following Schedule of Payments

PHASE 1 - Design through Bidding Task(s) to be completed

Task 1 - Preliminary Design

Task 2 - Final Design

Task 3 - Permitting

Task 4 - Construction Bid Services

Task 8 - Project Management

Task 12 - SRWRF Process Flow Diagram Update

Completion Time 16 months from receipt ofNotice-to-Proceed for Task 1 through 4

Task 8 underthe CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for Task 8 and Task 12 for a total CONTRACT completion time of 72 months from receipt ofNotice-to-Proceed

Compensation for Phase l The CONTRACT had an initial compensation of $114815700 based on lump sum method of payment Amendment No 1 added Task 12 to the CONTRACT and will increase the compensation an additional $6552700 for Task 8 and Task 12 resulting in a CONTRACT total compensation amount of $121368400

Deliverable(s) Required Listed in Exhibit Al

PHASE 2 - Construction Task(s) to be completed

Task 5 - Construction Contract Administration

B1-1

Task 6 - Resident Project Representative

Task 7 - Operations and Maintenance Manual Update

Task 9-PLC Programming

Task IO-Environmental Health and Safety Inspection Services

Task 11 - Construction Phase Inspection Services

Completion Time The CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for a total CONTRACT completion time of72 months from receipt ofNotice-to-Proceed

Compensation for Phase 2 The CONTRACT had an initial compensation of $85133300 based on a time and materials method of payment for Task 5 through 7 Amendment No 1 added Tasks 9 through 11 to the CONTRACT and will increase the compensation an additional $69341500 for Tasks 5 through 11 resulting in a CONTRACT total compensation amount of $154474800

Deliverable(s) Required Listed in Exhibit Al

Deliverables shall be defined asprogress reports prepared maps bid documents completed drawings specific reports work plans documentation of meetings attended assessment study reports analysis reports summary reports recommendation reports and related draft reports and verifiable deliverables

B1-2

Secondary Clarifier and Effluent Filtration Improvements

Project No WUD 17-022

EXHIBIT 81 bull Fee Summary bull Amendment 1

Task Description

10 Preliminary Design

20 Final Design

21 bull Prepare 60 Submittal

22 - Prepare 90 Submittal

23 - Prepare 100 Submittal

30 Permitting

40 Construction Bid Services

50 Construction Contract Administration

51 - Preconstruction Meeting amp Progress Meetings

511 bull Preconstructlon Meeting (1)

512 bull Monthly Progress Meetings (21 additional)

513 bull Specialty Meetings (10)

52 - Submltlals (80 additional)

53 bull Interpretation Clarifications and Change Order

531 bull Request for Information (30 additional)

532 bull Change Orders (10)

54 bull Pay Requests (21 additional)

60 Resident Project Representative

61 bull Resident Project Representative

62 bull Discipline Specific Inspections

63 bull Startup Services and Operator Training (5 additional)

64 bull Substantial Final Completion

65 bull Preparation of Record Drawings

70 Operation and Maintenance Manual Update

80 Project Manager

90 PLC Programming

100 EHS Inspection Services

110 Construction Phase Inspection Services

120 SRWRF Process Flow Diagram Update

SUB-TOTAL Hours

Labor rate

Labor Raw Costs

Labor Multiplier

Labor Sub-Total

Sub-consultant Total

middot-bull Project Total

Vice Senior President Associate

0 0

0 0

0 0

0 0

0 0

0 0

0 0

11 42

0 0

0 80

0 30

0 0

0 42

0 546

0 0

0 14

0 0

0 0

0 0

70 92

0 0

0 0

0 0

0 24

81 870

$231 $207

$7700 $6900

30 30

$18711 $180064

Hours

Senior Principal Associate Principal Engineer

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

63 0 0

0 0 0

160 0 80

60 0 30

0 0 0

105 0 0

0 0 637

0 0 0

2 9 0

0 0 0

0 0 0

0 0 0

0 117 0

100 0 0

88 0 0

0 0 0

4 0 0

582 126 747

$177 $159 $132

$5900 $5300 $4400

30 30 30

$103014 $20034 $98604

----

-

SUB-CONSULTANTS

Principal Office SE Florida Total Sub- PROJECT Engineer Designer Support Total Hours Hazen Fee HEE Fee CSP Fee EHS consultants TOTALS

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 116 $22386 $4788 $4788 $27174

0 0 0 0 $0 $0 $0

80 0 0 400 $64320 $14652 $14652 $78972

$0

0 0 0 120 $20790 $5128 $5128 $25918

0 0 0 0 $0 $0 $0

0 0 0 147 $27279 $2198 $2198 $29477

0 0 0 1183 $197106 $0 $197106

0 0 0 0 $0 $0 $0

5 0 0 30 $5238 $7148 $7148 $12386

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 18 296 $55051 $0 $55051

0 0 0 100 $17700 $110066 $110066 $127766

0 0 0 88 $15576 $63600 $63600 $79176

1040 0 0 1040 $115440 $0 $115440

0 40 0 68 $10476 $0 $10476

1125 40 18 3588 $551362 $122002 $21978 $63600 $207580 $758942

$111 $120 $72 7

$3700 $4000 $2400 1- --

30 30 30 _- 1- --

-$124875 $4800 $1260 $551362 -- --

-- -_-

$207580 _ $758942 -- --

HILLERS ELECTRICAL ENGINEERING INC

September 21 2021

Mr John Koroshec PE Associate Vice President Hazen and Sawyer PC 2101 Corporate Blvd Boca aton FL 33431

Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Additional Construction Phase Services

Dear John

Hillers Electrical Engineering Inc (HEE) is pleased to provide Hazen and Sawyer PC (Hazen) this revised proposal for additional construction phase electrical instrumentation control systems and programming engineering services for the above referenced project

Palm Beach County Water Utilities (County) has identified additional engineering and programming services n~eded to support the ongoing construction phase of the subject project The identified services are in addition to those contained in the current contract specifically the additional services are

Task 5 - Construction Contract Administration

Task 51 Pre-Construction and Monthly Progress Meetings

bull HEE will attend up to an additional 21 construction progress meetings

Task 6-Resident Project Representative

Task 63 Start-Up Services

bull HEE will assist HampS with HampS with overseeing equipment start-ups from an electrical instrumentation and control perspective for an additional five (5) events

Task 7 - Operations and Maintenance Manual Update

bull HEE will assist Hazen with input and review of control strategies related to the programming performed under Task 8 Budget is included in Task 8 for review and comment on the control strategies Hazen will perform the control strategy modifications for the operations and maintenance manual and HEE will review and provide comments Operations and Maintenance Manual updates are limited to instrumentation and control electrical systems are not included

Task 8 - SRWRF Plant Control System PLC Programming

23257 State Road 7 Suite 100 Boca Raton Florida 33428 561-451-9165 Fax 561-451-4886

Page2 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

bull Perform PLC Pro gramming for to support integration of the following project features into the existing plant control system to support construction

o Clarifier 1-1 o Clarifier 1-2 o Clarifier 1-3 o Clarifier 1-4 o Clarifier 2-1 o Clarifier 2-2 o Clarifier 2-3 o Clarifier 2-4 o Rehabilitated Effluent Filters 1 amp 2 o Rehabilitated Effluent Filters 3 amp 4 o Rehabilitated Effluent Filters 5 amp 6 o New Effluent Filters 7amp8 o Filtered Effluent Transfer Pumps 1 amp2 o Filtered Effluent Transfer Pumps 3amp4 o Filtered Effluent Transfer Pumps 7 amp8 o Hypochlorite Tanks 1 amp2 o Hypochlorite Tanks 3amp4 o Anaerobic Digester Group 1 Boiler 1 o Anaerobic Digester Group 1 Boiler 2 o Anaerobic Digester Group 2 Boiler 1 o Anaerobic Digester Group 2 Boiler 2 o Eye Wash Stations (Total 25)

Assumptions bull Up to 65 shop drawing submittal reviews are anticipated with an average review time of

bull 5 hours including re-submittals

bull Anticipated task durations o Task 1 Four (4) months o Task 2 Ten (10) months o Task 3 Six (6) months o Task 4 Six (6) months o Tasks 5 amp 6 Forty-three ( 43) months

bull Programming is for plant PLC controllers only All SCADA screen modifications creation development or deployment will be performed by the County

Our proposed T ampM Task 5 1 additional fee is $478800 Our proposed TampM Task 63 additional fee is $714800 Our proposed TampM Task 8 additional fee is $11006600 Total amendment fee $12200200

HEE wishes to thank Hazen and Sawyer for the opportunity to assist with this project Please do not hesitate to call me if you have any questions regarding this proposal or any other related matter

Sincerely

1Jad~

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 2: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

II FISCAL IMPACT ANALYSIS

A Five Year Summary of Fiscal Impact

Fiscal Years 2022 2023 2024 2025 2026

Capital Expenditures Operating Costs External Revenues Program Income (County) In-Kind Match County

~7582942 Q 0 0 0

0 0 Q 0

0 Q Q Q 0

0 0 Q 0 0

0 0 Q 0 0

NET FISCAL IMPACT $758942 Q Q 0

ADDITIONAL FTE POSITIONS (Cumulative) 0 0 0 0 0

Budget Account No Fund 4011 Dept 721 Unit W010 Object 6545

Is Item Included in Current Budget Yes X No

Does this item include the use of federal funds Yes No X

Reporting Category NA

8 Recommended Sources of FundsSummary of Fiscal Impact

One (1) time expenditure from user f

Ill REVIEW COMMENTS

A middot OFMB Fiscal andor Contract Development and Control Comments

8

C Other Department Review

Department Director

This summary is not to be used as a basis for payment

AMENDMENT NO 1 TO

CONTRACT FOR CONSUL TINGPROFESSIONAL SERVICES SECONDARY CLARIFIER AND EFFLUENT FILTRATION IMPROVEMENTS

ENGINEERING SERVICES PBCWUD PROJECT NO 17-022

This Amendment No 1 is made as of the ___ day of ______ 20 __ by and between Palm Beach County a Political Subdivision of the State of Florida by and through its Board of County Commissioners hereinafter referred to as the COUNTY and Hazen and Sawyer P C [ ] an individual [] a partnership [X] a corporation authorized to do business in the State of Florida hereinafter referred to as the CONSUL TANT whose Federal 1D is 13-2904652

In consideration of the mutual promises contained herein the COUNTY and the CONSUL TANT agree that the Contract for ConsultingProfessional Services entered into by the parties on December 19 2017 and referenced by County Resolution Number R2017-1912 (hereinafter the CONTRACT) is amended as follows

1 The project schedule set forth in Article 2 included an original completion of services date of December 19 2021 The project schedule of the CONTRACT is hereby extended by an additional 730 calendar days to reflect a new completion of services date of December 19 2023 All schedules tables charts or other items of the CONTRACT containing the project schedule are hereby similarly amended to reflect a new completion of services date of December 19 2023 A modified project schedule is contained in Exhibit C1 attached hereto and made a part hereof for the additional services contained in this Amendment No 1

2 The modified Scope of Work is contained in Exhibit A 1 attached hereto and made a part hereof for the additional services contained in this Amendment No 1

3 The compensation as provided in the CONTRACT was for a lump sum fee of $114815700 plus a not to exceed amount of $85133300 for a total of $199949000 Amendment No 1 will increase the lump sum amount by $6552700 from $114815700 to $121368400 Amendment No 1 will also increase the not to exceed amount by $69341500 from $85133300 to $154474800 The revised total compensation as provided in the CONTRACT including Amendment No 1 is $275843200 The modified Schedule of Payments is contained in Exhibit 81 attached hereto and made a part hereof for the additional services contained in this Amendment No 1

4 The modified OEBO schedules 1 and 2 are contained in Exhibit D1 attached hereto and made a part hereof for the additional services contained in this Amendment No 1

All other provisions of the CONTRACT shall remain unchanged by this Amendment No 1 and shall remain in full force and effect

AMENDMENT NO 1 TO

CONTRACT FOR CONSUL TINGPROFESSIONAL SERVICES SECONDARY CLARIFIER AND EFFLUENT FILTRATION IMPROVEMENTS

ENGINEERING SERVICES PBCWUD PROJECT NO 17-022

IN WITNESS WHEREOF this Amendment No 1 is accepted subject to the terms conditions and obligations of the aforementioned CONTRACT

PALM BEACH COUNTY A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA

Joseph Abruzzo Clerk amp Comptroller Palm Beach County Palm Beach County Board of County

Commissioners ATTEST

Signed ____________ _ Ct Signed __________ _

Typed Name _________ _ )4(~

Dave Kerner Mayor

Deputy Clerk Date

Approved as to Form and Legal Sufficiency CONSUL TANT HAZEN AND SAWYER PC

Signed ___________ _ Alilu-ampb Qr (Signature) J

Typed Name Michael W Jones Albert Muniz Vice President County Attorney (Name and Title)

9 aoJt Date

STATE OF FLORIDA

COUNTY OF ~C- W ~ C--CLc 1)

The foregoing instrument was acknowledged before me by means of~ physical presence or D online notarization

~~ L f ~ this 21 day of~ Q - eVilOer-2o2( by t-- b e_Jplusmn M1 U l 2 who is D personally

known to me or D has produced --------~ ____ as identification

2

EXHIBIT-A1 SCOPE OF WORK

Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Engineering Services

(PBCWUD Project No 17-022)

INTRODUCTION

On December 19 2017 Palm Beach County Board of County Commissioners (COUNTY) entered into an agreement entitled Contract for Engineering Services for Southern Region Water Reclamation Facility for the Secondary Clarifier and Effluent Filtration Improvements Headworks -Palm Beach County Water Utilities Department Project No 17-022 (CONTRACT) with Hazen and Sawyer PC (CONSULTANT) to provide engineering services for design permitting assistance bidding support and construction services

BACKGROUND

The above referenced professional services are related to Palm Beach County Water Utilities Departments (PBCWUD) Southern Region Water Reclamation Facility (SRWRF) The project aims to enhance operational efficiency by replacing aging infrastructure The scope for this project includes but is not limited to upgrades and the improvements to the reclaimed water production facilities upgrades and improvements to the secondary clarifiers and sludge pump stations additional secondary clarifier scum manholes modificationsexpansion to bulk hypochlorite storage and other miscellaneous aspects as presented herein that are associated with the anaerobic digesters and biogas system

The design permitting and bidding phases of the project are completed and the construction phase of the project commenced on January 6 2020 The current term of the CONTRACT included a construction schedule of 670 successive calendar days to Substantial Completion plus 60 calendar days to Final Completion The schedule assumed two (2) secondary clarifiers would be rehabilitated simultaneously During the design phase it was determined only one (1) secondary clarifier could be rehabilitated at a time essentially doubling the construction schedule This adjustment added 620 calendar days to the construction schedule from 670 calendar days to 1290 calendar days to Substantial Completion plus 60 calendar days to Final Completion Due to the resultant increase in the construction schedule PBCWUD has requested the CONSUL TANT provide additional construction phase engineering services to assist in the timely and successful execution of the project The additional construction services within the CONTRACT that are being increased and included in Amendment No 1 are associated with supplemental meetings submittal reviews Contractor Requests fot Information (RFls) resident project representation startup services and project management In addition to extending the duration and quantities of construction phase services currently included in the CONTRACT additional construction phase services have been requested to be incorporated into the CONTRACT in Amendment No 1 These services include furnishing an independent environmental health and safety inspection of the contractors safety program Programable Logic Control (PLC) programming for the new and modified systems site inspection and updating of the existing SR WRF process flow diagram A more detailed summary of all services included in Amendment No 1 is presented below

A1-1 Revised 9-25-19

ADDITIONAL CONSTRUCTION PHASE SCOPE OF SERVICES

Task 5 - Construction Contract Administration

The CONSULTANT will provide additional services as identified below for the management of engineering tasks for the additional 620 day duration of the projects construction phase Such management activities will include project coordination with COUNTY general coordination with the Contractor scheduling pay requests and general correspondence with COUNTY and the Contractor

51 - Pre-Construction and Monthly Progress Meetings

CONSULTANT will attend meetings with COUNTY and the Contractor As a minimum one (1) representative of CONSUL TANT will attend the project progress meetings (ie the Project Manager) together with the Resident Project Representative (RPR) to discuss the project progress CONSULTANT will chair the progress meeting and prepare and issue meeting minutes Additional CONSULT ANT or sub-consultant team members will attend periodically to address specific subject matter as issues arise during the course of the construction work

The original CONTRACT had assumed a combined total of 24 progress meetings based upon a 24 month construction duration The construction duration has been extended by 21 months due to COUNTY imposed restrictions on the number of facilities that can be taken out of service at a single time during construction As a result of this constraint 21 additional progress meetings are anticipated to account for the additional 620 calendar day duration of the construction phase of the project

52-Submittals

CONSULTANT will consult with the COUNTY concerning the acceptability of substitute materials and equipment proposed by the apparent low bidder CONSUL TANT will review shop drawings diagrams illustrations catalog data schedules and samples equipment Operation and Maintenance (OampM) manuals results of laboratory tests and inspections equipment factory test certifications equipment manufacturer certificates of proper installation and other data that Contractors are required to submit for conformance with the design concept of the Project and compliance with the provisions of the Contract Documents In addition CONSULTANT will receive and review items to be delivered by the Contractor(s) pursuant to the Contract Documents including but not limited to maintenance and operating instructions schedules guarantees warranties bonds and certificates of inspection tests and approvals CONSUL TANT will provide written comments and recommendations concerning their completeness under the Contract Document

The original CONTRACT had assumed a total of 145 shop drawings and OampM manuals were to be processed by CONSUL TANT with an effort of five ( 5) hours per submittal anticipated throughout the course of the construction phase of the project The actual quantities of shop drawings and OampM manuals has exceeded the assumed amount and it is anticipated a total of 225

A1-2 Revised 9-25-19

shop drawings and OampM manuals are to be submitted This equates to 80 submittals beyond the 145 previously assumed for this task The level of effort for the additional submittals remains at fivemiddot( 5) hours per submittal

5 3 - Interpretations Clarifications and Change Orders

CONSUL TANT will issue interpretations and clarifications of Contract Documents during construction and evaluate requests for substitutions or deviations from the Contract Documents CONSULT ANT will notify COUNTY of any such requested deviations or substitutions and when reasonably necessary provide COUNTY with a recommendation concerning same

CONSULTANT will negotiate with the Contractor the scope and cost of contract change orders using as a basis for such negotiations data or other information emanating from the Contract Documents including but not limited to the construction contract general and special conditions bid sheet technical specifications plans shop drawings material specifications and proposed material and labor costs CONSULTANT will prepare recommend and submit for COUNTYs approval such change orders or work change directives

The original CONTRACT had assumed a total of 50 requests for information (RFis) were to be addressed by CONSUL TANT with an effort of four ( 4) hours per RFI The actual number of RFis submitted by the Contractor is nearing the total amount initially assumed and it is now anticipated a total of 80 RFI s are expected which is 30 beyond the 50 RFis initially assumed The level of effort for the additional RFI s remains at approximately four ( 4) hours per submittal

Task 6 - Resident Project Representative

The CONSULT ANT will provide a Resident Project Representative (RPR) as described herein for the duration of the construction project to observe construction and monitor work The RPR will be approved by the COUNTY

61 - Resident Project Representative

CONSUL TANT will provide a RPR for field observation of the construction to help determine whether the general provisions of the Contract Documents are being fulfilled and to reasonably protect COUNTY against defects and deficiencies in the work of the Contractor Compensation in Exhibit-B 1 is based on providing additional RPR services for fifteen (15) hours per week over the additional 91 week (21 month) duration with a total resident project representation level of effort based on 1183 hours In addition

bull CONSULTANT working principally through the Contractors Superintendent will assist the Contractor in the understanding the intent of the Contract Documents and will assist COUNTY staff in serving as COUNTYs liaison with the Contractor

bull Based on available information the CONSULTANT will verify that tests equipment and system startup are conducted in the presence of appropriate personnel and that the Contractor maintains adequate records thereof and observe record and report appropriate

A1-3 Revised 9-25-19

details relative to the test procedures and startup to COUNTY and appropriate regulatory agencies Based upon available information CONSULT ANT will verify and certify to COUNTY that the constructed facilities properly operate and are in general conformance with the Contract Documents and specifications

bull CONSUL TANT will keep a diary or log book recording date relative to questions of Work Directive Changes Change Orders or changed conditions and observations in general

bull CONSUL TANT will prepare a daily report for each day the RPR is on site and submit said reports in electronic Portable Document Format (PDF) to the COUNTY on a weekly basis

CONSUL TANT will notify COUNTY and Contractor in writing when unsafe working conditions or safety violations are observed

Task 9 - SRWRF Control System PLC Programming

CONSULTANT will perform programable logic control (PLC) programming to support integration of the following project features into the existing plant control system

1 Clarifier 1-1 12 New Effluent Filters 7amp8

2 Clarifier 1-2 13 Filtered Effluent Transfer Pumps 1 amp2

3 Clarifier 1-3 14 Filtered Effluent Transfer Pumps 3amp4

4 Clarifier 1-4 15 Filtered Effluent Transfer Pumps 7 amp8

5 Clarifier 2-1 16 Hypochlorite Tanks 1amp2

6 Clarifier 2-2 17 Hypochlorite Tanks 3amp4

7 Clarifier 2-3 18 Anaerobic Digester Group 1 Boiler 1

8 Clarifier 2-4 19 Anaerobic Digester Group 1 Boiler 2

9 Rehabilitated Effluent Filters 1 amp 2 20 Anaerobic Digester Group 2 Boiler 1

10 Rehabilitated Effluent Filters 3 amp 4 21 Anaerobic Digester Group 2 Boiler 2

11 Rehabilitated Effluent Filters 5 amp 6 22 Eye Wash Stations (Total of25)

Programming is for plant PLC controllers only All supervisory control and data acquisition (SCADA) screen modifications creation development or deployment will be performed by the COUNTY

Task 10 - Independent Environmental Health and Safety Inspector Services

CONSULTANT will provide an independent Environmental Health and Safety (EHS) Inspector for review of Contractor generated site safety documentation and site inspections as summarized below

A1-4 Revised 9-25-19

The CONSUL TANT will review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs) for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training records

The CONSUL TANT will perform bi-weekly inspections throughout the duration of the Project The CONSUL TANT has assumed a total of 86 inspections will be performed consisting of the following activities

1 Inspection duration will be an average of four ( 4) hours this includes travel time site visit meeting attendance and report generation

2 Walk the site and audit the implementation of the Contractors safety program (ie SSHASP)

3 Prepare and submit a report summarizing the findings of the site visit and any observed deficiencies

4 Review the Contractors response to deficiencies identified during the site visit and provide a written follow-up

Based on the results of the inspection and the nature of the violationdeficiency the CONSUL TANT will perform a re-inspection of the site The CONSUL TANT will notify the Owner and Contractor of such deficiencies and need for re-visit The CONSULTANT has assumed a total often (10) re-visits of a duration of four (4) hours each

When required the CONSULTANT will provide support during accident investigations and OSHA inspections The CONSUL TANT will submit a report summarizing their findings when participating in an accident investigation and OSHA inspection The CONSULTANT has assumed a total of four ( 4) inspections at a duration of four ( 4) hours each

Task 11 - Construction Phase Inspection Services

CONSULTANT shall provide inspection services during the construction of the work to observe the quality of the work being performed and to assist in determining if the work is proceeding in accordance with the Contract Documents The inspector will assist the Contractor in understanding the intent of the Contract Documents and to ensure the completed work substantially conforms to the Contract Documents

The inspector will attend construction progress meetings review Contractor As-Built information

A1-5 Revised 9-25-19

monthly to confirm proper updates are being made observe materials and equipment testing in accordance with the Contract Documents and review applications for payment submitted by the Contractor and material vendors to confirm completion level for each pay item

The inspector will report in writing whenever CONSULT ANT believes that work is unsatisfactory faulty or defective does not conform to the Contract Documents does not meet the requirements of inspections tests or approval required to be made or has been damaged prior to final payment

The inspector will prepare daily reports and submit the report in electronic PDF to the COUNTY on a weekly basis

Inspection services to be provided are based upon a full-time inspector for eight (8) hours per day over a six ( 6) (continuous) month duration

Task 12 - Update of Existing SRWRF Process Flow Diagram

CONSUL TANT will provide engineering services associated with updating the existing SR WRF process flow diagram The existing SR WRF process flow diagram has not been updated since 2012 and does not include upgraded or additional facilities incorporated into the SR WRF since then CONSULT ANT will generate an updated process flow diagram incorporating the new or upgraded facilities and submit to the COUNTY a draft of the updated process flow diagram in electronic PDF format for review and comments CONSULTANT will review the comments received from the COUNTY and submit a final version of the updated process flow diagram to the COUNTY in both PDF and AutoCad electronic format

A1-6 Revised 9-25-19

EXHIBIT B1 BUDGET SUMMARY

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWUD Project No 17-022)

The Scope of Work to be completed by CONSULTANT as defined in Exhibit Al consists of specific completion phases which shall be clearly identified on a phase-by-phase basis upon submission to the COUNTY of certain deliverables as expressly indicated below COUNTY is responsible for payment in each phasemiddot COUNTY reserves the sole option to require a continuation to each phase as needed There is no obligation by the COUNTY to pay for a phase unless COUNTY opts to require said work Compensation for the work tasks stated herein shall be in accordance with the following Schedule of Payments

PHASE 1 - Design through Bidding Task(s) to be completed

Task 1 - Preliminary Design

Task 2 - Final Design

Task 3 - Permitting

Task 4 - Construction Bid Services

Task 8 - Project Management

Task 12 - SRWRF Process Flow Diagram Update

Completion Time 16 months from receipt ofNotice-to-Proceed for Task 1 through 4

Task 8 underthe CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for Task 8 and Task 12 for a total CONTRACT completion time of 72 months from receipt ofNotice-to-Proceed

Compensation for Phase l The CONTRACT had an initial compensation of $114815700 based on lump sum method of payment Amendment No 1 added Task 12 to the CONTRACT and will increase the compensation an additional $6552700 for Task 8 and Task 12 resulting in a CONTRACT total compensation amount of $121368400

Deliverable(s) Required Listed in Exhibit Al

PHASE 2 - Construction Task(s) to be completed

Task 5 - Construction Contract Administration

B1-1

Task 6 - Resident Project Representative

Task 7 - Operations and Maintenance Manual Update

Task 9-PLC Programming

Task IO-Environmental Health and Safety Inspection Services

Task 11 - Construction Phase Inspection Services

Completion Time The CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for a total CONTRACT completion time of72 months from receipt ofNotice-to-Proceed

Compensation for Phase 2 The CONTRACT had an initial compensation of $85133300 based on a time and materials method of payment for Task 5 through 7 Amendment No 1 added Tasks 9 through 11 to the CONTRACT and will increase the compensation an additional $69341500 for Tasks 5 through 11 resulting in a CONTRACT total compensation amount of $154474800

Deliverable(s) Required Listed in Exhibit Al

Deliverables shall be defined asprogress reports prepared maps bid documents completed drawings specific reports work plans documentation of meetings attended assessment study reports analysis reports summary reports recommendation reports and related draft reports and verifiable deliverables

B1-2

Secondary Clarifier and Effluent Filtration Improvements

Project No WUD 17-022

EXHIBIT 81 bull Fee Summary bull Amendment 1

Task Description

10 Preliminary Design

20 Final Design

21 bull Prepare 60 Submittal

22 - Prepare 90 Submittal

23 - Prepare 100 Submittal

30 Permitting

40 Construction Bid Services

50 Construction Contract Administration

51 - Preconstruction Meeting amp Progress Meetings

511 bull Preconstructlon Meeting (1)

512 bull Monthly Progress Meetings (21 additional)

513 bull Specialty Meetings (10)

52 - Submltlals (80 additional)

53 bull Interpretation Clarifications and Change Order

531 bull Request for Information (30 additional)

532 bull Change Orders (10)

54 bull Pay Requests (21 additional)

60 Resident Project Representative

61 bull Resident Project Representative

62 bull Discipline Specific Inspections

63 bull Startup Services and Operator Training (5 additional)

64 bull Substantial Final Completion

65 bull Preparation of Record Drawings

70 Operation and Maintenance Manual Update

80 Project Manager

90 PLC Programming

100 EHS Inspection Services

110 Construction Phase Inspection Services

120 SRWRF Process Flow Diagram Update

SUB-TOTAL Hours

Labor rate

Labor Raw Costs

Labor Multiplier

Labor Sub-Total

Sub-consultant Total

middot-bull Project Total

Vice Senior President Associate

0 0

0 0

0 0

0 0

0 0

0 0

0 0

11 42

0 0

0 80

0 30

0 0

0 42

0 546

0 0

0 14

0 0

0 0

0 0

70 92

0 0

0 0

0 0

0 24

81 870

$231 $207

$7700 $6900

30 30

$18711 $180064

Hours

Senior Principal Associate Principal Engineer

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

63 0 0

0 0 0

160 0 80

60 0 30

0 0 0

105 0 0

0 0 637

0 0 0

2 9 0

0 0 0

0 0 0

0 0 0

0 117 0

100 0 0

88 0 0

0 0 0

4 0 0

582 126 747

$177 $159 $132

$5900 $5300 $4400

30 30 30

$103014 $20034 $98604

----

-

SUB-CONSULTANTS

Principal Office SE Florida Total Sub- PROJECT Engineer Designer Support Total Hours Hazen Fee HEE Fee CSP Fee EHS consultants TOTALS

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 116 $22386 $4788 $4788 $27174

0 0 0 0 $0 $0 $0

80 0 0 400 $64320 $14652 $14652 $78972

$0

0 0 0 120 $20790 $5128 $5128 $25918

0 0 0 0 $0 $0 $0

0 0 0 147 $27279 $2198 $2198 $29477

0 0 0 1183 $197106 $0 $197106

0 0 0 0 $0 $0 $0

5 0 0 30 $5238 $7148 $7148 $12386

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 18 296 $55051 $0 $55051

0 0 0 100 $17700 $110066 $110066 $127766

0 0 0 88 $15576 $63600 $63600 $79176

1040 0 0 1040 $115440 $0 $115440

0 40 0 68 $10476 $0 $10476

1125 40 18 3588 $551362 $122002 $21978 $63600 $207580 $758942

$111 $120 $72 7

$3700 $4000 $2400 1- --

30 30 30 _- 1- --

-$124875 $4800 $1260 $551362 -- --

-- -_-

$207580 _ $758942 -- --

HILLERS ELECTRICAL ENGINEERING INC

September 21 2021

Mr John Koroshec PE Associate Vice President Hazen and Sawyer PC 2101 Corporate Blvd Boca aton FL 33431

Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Additional Construction Phase Services

Dear John

Hillers Electrical Engineering Inc (HEE) is pleased to provide Hazen and Sawyer PC (Hazen) this revised proposal for additional construction phase electrical instrumentation control systems and programming engineering services for the above referenced project

Palm Beach County Water Utilities (County) has identified additional engineering and programming services n~eded to support the ongoing construction phase of the subject project The identified services are in addition to those contained in the current contract specifically the additional services are

Task 5 - Construction Contract Administration

Task 51 Pre-Construction and Monthly Progress Meetings

bull HEE will attend up to an additional 21 construction progress meetings

Task 6-Resident Project Representative

Task 63 Start-Up Services

bull HEE will assist HampS with HampS with overseeing equipment start-ups from an electrical instrumentation and control perspective for an additional five (5) events

Task 7 - Operations and Maintenance Manual Update

bull HEE will assist Hazen with input and review of control strategies related to the programming performed under Task 8 Budget is included in Task 8 for review and comment on the control strategies Hazen will perform the control strategy modifications for the operations and maintenance manual and HEE will review and provide comments Operations and Maintenance Manual updates are limited to instrumentation and control electrical systems are not included

Task 8 - SRWRF Plant Control System PLC Programming

23257 State Road 7 Suite 100 Boca Raton Florida 33428 561-451-9165 Fax 561-451-4886

Page2 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

bull Perform PLC Pro gramming for to support integration of the following project features into the existing plant control system to support construction

o Clarifier 1-1 o Clarifier 1-2 o Clarifier 1-3 o Clarifier 1-4 o Clarifier 2-1 o Clarifier 2-2 o Clarifier 2-3 o Clarifier 2-4 o Rehabilitated Effluent Filters 1 amp 2 o Rehabilitated Effluent Filters 3 amp 4 o Rehabilitated Effluent Filters 5 amp 6 o New Effluent Filters 7amp8 o Filtered Effluent Transfer Pumps 1 amp2 o Filtered Effluent Transfer Pumps 3amp4 o Filtered Effluent Transfer Pumps 7 amp8 o Hypochlorite Tanks 1 amp2 o Hypochlorite Tanks 3amp4 o Anaerobic Digester Group 1 Boiler 1 o Anaerobic Digester Group 1 Boiler 2 o Anaerobic Digester Group 2 Boiler 1 o Anaerobic Digester Group 2 Boiler 2 o Eye Wash Stations (Total 25)

Assumptions bull Up to 65 shop drawing submittal reviews are anticipated with an average review time of

bull 5 hours including re-submittals

bull Anticipated task durations o Task 1 Four (4) months o Task 2 Ten (10) months o Task 3 Six (6) months o Task 4 Six (6) months o Tasks 5 amp 6 Forty-three ( 43) months

bull Programming is for plant PLC controllers only All SCADA screen modifications creation development or deployment will be performed by the County

Our proposed T ampM Task 5 1 additional fee is $478800 Our proposed TampM Task 63 additional fee is $714800 Our proposed TampM Task 8 additional fee is $11006600 Total amendment fee $12200200

HEE wishes to thank Hazen and Sawyer for the opportunity to assist with this project Please do not hesitate to call me if you have any questions regarding this proposal or any other related matter

Sincerely

1Jad~

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 3: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

AMENDMENT NO 1 TO

CONTRACT FOR CONSUL TINGPROFESSIONAL SERVICES SECONDARY CLARIFIER AND EFFLUENT FILTRATION IMPROVEMENTS

ENGINEERING SERVICES PBCWUD PROJECT NO 17-022

This Amendment No 1 is made as of the ___ day of ______ 20 __ by and between Palm Beach County a Political Subdivision of the State of Florida by and through its Board of County Commissioners hereinafter referred to as the COUNTY and Hazen and Sawyer P C [ ] an individual [] a partnership [X] a corporation authorized to do business in the State of Florida hereinafter referred to as the CONSUL TANT whose Federal 1D is 13-2904652

In consideration of the mutual promises contained herein the COUNTY and the CONSUL TANT agree that the Contract for ConsultingProfessional Services entered into by the parties on December 19 2017 and referenced by County Resolution Number R2017-1912 (hereinafter the CONTRACT) is amended as follows

1 The project schedule set forth in Article 2 included an original completion of services date of December 19 2021 The project schedule of the CONTRACT is hereby extended by an additional 730 calendar days to reflect a new completion of services date of December 19 2023 All schedules tables charts or other items of the CONTRACT containing the project schedule are hereby similarly amended to reflect a new completion of services date of December 19 2023 A modified project schedule is contained in Exhibit C1 attached hereto and made a part hereof for the additional services contained in this Amendment No 1

2 The modified Scope of Work is contained in Exhibit A 1 attached hereto and made a part hereof for the additional services contained in this Amendment No 1

3 The compensation as provided in the CONTRACT was for a lump sum fee of $114815700 plus a not to exceed amount of $85133300 for a total of $199949000 Amendment No 1 will increase the lump sum amount by $6552700 from $114815700 to $121368400 Amendment No 1 will also increase the not to exceed amount by $69341500 from $85133300 to $154474800 The revised total compensation as provided in the CONTRACT including Amendment No 1 is $275843200 The modified Schedule of Payments is contained in Exhibit 81 attached hereto and made a part hereof for the additional services contained in this Amendment No 1

4 The modified OEBO schedules 1 and 2 are contained in Exhibit D1 attached hereto and made a part hereof for the additional services contained in this Amendment No 1

All other provisions of the CONTRACT shall remain unchanged by this Amendment No 1 and shall remain in full force and effect

AMENDMENT NO 1 TO

CONTRACT FOR CONSUL TINGPROFESSIONAL SERVICES SECONDARY CLARIFIER AND EFFLUENT FILTRATION IMPROVEMENTS

ENGINEERING SERVICES PBCWUD PROJECT NO 17-022

IN WITNESS WHEREOF this Amendment No 1 is accepted subject to the terms conditions and obligations of the aforementioned CONTRACT

PALM BEACH COUNTY A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA

Joseph Abruzzo Clerk amp Comptroller Palm Beach County Palm Beach County Board of County

Commissioners ATTEST

Signed ____________ _ Ct Signed __________ _

Typed Name _________ _ )4(~

Dave Kerner Mayor

Deputy Clerk Date

Approved as to Form and Legal Sufficiency CONSUL TANT HAZEN AND SAWYER PC

Signed ___________ _ Alilu-ampb Qr (Signature) J

Typed Name Michael W Jones Albert Muniz Vice President County Attorney (Name and Title)

9 aoJt Date

STATE OF FLORIDA

COUNTY OF ~C- W ~ C--CLc 1)

The foregoing instrument was acknowledged before me by means of~ physical presence or D online notarization

~~ L f ~ this 21 day of~ Q - eVilOer-2o2( by t-- b e_Jplusmn M1 U l 2 who is D personally

known to me or D has produced --------~ ____ as identification

2

EXHIBIT-A1 SCOPE OF WORK

Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Engineering Services

(PBCWUD Project No 17-022)

INTRODUCTION

On December 19 2017 Palm Beach County Board of County Commissioners (COUNTY) entered into an agreement entitled Contract for Engineering Services for Southern Region Water Reclamation Facility for the Secondary Clarifier and Effluent Filtration Improvements Headworks -Palm Beach County Water Utilities Department Project No 17-022 (CONTRACT) with Hazen and Sawyer PC (CONSULTANT) to provide engineering services for design permitting assistance bidding support and construction services

BACKGROUND

The above referenced professional services are related to Palm Beach County Water Utilities Departments (PBCWUD) Southern Region Water Reclamation Facility (SRWRF) The project aims to enhance operational efficiency by replacing aging infrastructure The scope for this project includes but is not limited to upgrades and the improvements to the reclaimed water production facilities upgrades and improvements to the secondary clarifiers and sludge pump stations additional secondary clarifier scum manholes modificationsexpansion to bulk hypochlorite storage and other miscellaneous aspects as presented herein that are associated with the anaerobic digesters and biogas system

The design permitting and bidding phases of the project are completed and the construction phase of the project commenced on January 6 2020 The current term of the CONTRACT included a construction schedule of 670 successive calendar days to Substantial Completion plus 60 calendar days to Final Completion The schedule assumed two (2) secondary clarifiers would be rehabilitated simultaneously During the design phase it was determined only one (1) secondary clarifier could be rehabilitated at a time essentially doubling the construction schedule This adjustment added 620 calendar days to the construction schedule from 670 calendar days to 1290 calendar days to Substantial Completion plus 60 calendar days to Final Completion Due to the resultant increase in the construction schedule PBCWUD has requested the CONSUL TANT provide additional construction phase engineering services to assist in the timely and successful execution of the project The additional construction services within the CONTRACT that are being increased and included in Amendment No 1 are associated with supplemental meetings submittal reviews Contractor Requests fot Information (RFls) resident project representation startup services and project management In addition to extending the duration and quantities of construction phase services currently included in the CONTRACT additional construction phase services have been requested to be incorporated into the CONTRACT in Amendment No 1 These services include furnishing an independent environmental health and safety inspection of the contractors safety program Programable Logic Control (PLC) programming for the new and modified systems site inspection and updating of the existing SR WRF process flow diagram A more detailed summary of all services included in Amendment No 1 is presented below

A1-1 Revised 9-25-19

ADDITIONAL CONSTRUCTION PHASE SCOPE OF SERVICES

Task 5 - Construction Contract Administration

The CONSULTANT will provide additional services as identified below for the management of engineering tasks for the additional 620 day duration of the projects construction phase Such management activities will include project coordination with COUNTY general coordination with the Contractor scheduling pay requests and general correspondence with COUNTY and the Contractor

51 - Pre-Construction and Monthly Progress Meetings

CONSULTANT will attend meetings with COUNTY and the Contractor As a minimum one (1) representative of CONSUL TANT will attend the project progress meetings (ie the Project Manager) together with the Resident Project Representative (RPR) to discuss the project progress CONSULTANT will chair the progress meeting and prepare and issue meeting minutes Additional CONSULT ANT or sub-consultant team members will attend periodically to address specific subject matter as issues arise during the course of the construction work

The original CONTRACT had assumed a combined total of 24 progress meetings based upon a 24 month construction duration The construction duration has been extended by 21 months due to COUNTY imposed restrictions on the number of facilities that can be taken out of service at a single time during construction As a result of this constraint 21 additional progress meetings are anticipated to account for the additional 620 calendar day duration of the construction phase of the project

52-Submittals

CONSULTANT will consult with the COUNTY concerning the acceptability of substitute materials and equipment proposed by the apparent low bidder CONSUL TANT will review shop drawings diagrams illustrations catalog data schedules and samples equipment Operation and Maintenance (OampM) manuals results of laboratory tests and inspections equipment factory test certifications equipment manufacturer certificates of proper installation and other data that Contractors are required to submit for conformance with the design concept of the Project and compliance with the provisions of the Contract Documents In addition CONSULTANT will receive and review items to be delivered by the Contractor(s) pursuant to the Contract Documents including but not limited to maintenance and operating instructions schedules guarantees warranties bonds and certificates of inspection tests and approvals CONSUL TANT will provide written comments and recommendations concerning their completeness under the Contract Document

The original CONTRACT had assumed a total of 145 shop drawings and OampM manuals were to be processed by CONSUL TANT with an effort of five ( 5) hours per submittal anticipated throughout the course of the construction phase of the project The actual quantities of shop drawings and OampM manuals has exceeded the assumed amount and it is anticipated a total of 225

A1-2 Revised 9-25-19

shop drawings and OampM manuals are to be submitted This equates to 80 submittals beyond the 145 previously assumed for this task The level of effort for the additional submittals remains at fivemiddot( 5) hours per submittal

5 3 - Interpretations Clarifications and Change Orders

CONSUL TANT will issue interpretations and clarifications of Contract Documents during construction and evaluate requests for substitutions or deviations from the Contract Documents CONSULT ANT will notify COUNTY of any such requested deviations or substitutions and when reasonably necessary provide COUNTY with a recommendation concerning same

CONSULTANT will negotiate with the Contractor the scope and cost of contract change orders using as a basis for such negotiations data or other information emanating from the Contract Documents including but not limited to the construction contract general and special conditions bid sheet technical specifications plans shop drawings material specifications and proposed material and labor costs CONSULTANT will prepare recommend and submit for COUNTYs approval such change orders or work change directives

The original CONTRACT had assumed a total of 50 requests for information (RFis) were to be addressed by CONSUL TANT with an effort of four ( 4) hours per RFI The actual number of RFis submitted by the Contractor is nearing the total amount initially assumed and it is now anticipated a total of 80 RFI s are expected which is 30 beyond the 50 RFis initially assumed The level of effort for the additional RFI s remains at approximately four ( 4) hours per submittal

Task 6 - Resident Project Representative

The CONSULT ANT will provide a Resident Project Representative (RPR) as described herein for the duration of the construction project to observe construction and monitor work The RPR will be approved by the COUNTY

61 - Resident Project Representative

CONSUL TANT will provide a RPR for field observation of the construction to help determine whether the general provisions of the Contract Documents are being fulfilled and to reasonably protect COUNTY against defects and deficiencies in the work of the Contractor Compensation in Exhibit-B 1 is based on providing additional RPR services for fifteen (15) hours per week over the additional 91 week (21 month) duration with a total resident project representation level of effort based on 1183 hours In addition

bull CONSULTANT working principally through the Contractors Superintendent will assist the Contractor in the understanding the intent of the Contract Documents and will assist COUNTY staff in serving as COUNTYs liaison with the Contractor

bull Based on available information the CONSULTANT will verify that tests equipment and system startup are conducted in the presence of appropriate personnel and that the Contractor maintains adequate records thereof and observe record and report appropriate

A1-3 Revised 9-25-19

details relative to the test procedures and startup to COUNTY and appropriate regulatory agencies Based upon available information CONSULT ANT will verify and certify to COUNTY that the constructed facilities properly operate and are in general conformance with the Contract Documents and specifications

bull CONSUL TANT will keep a diary or log book recording date relative to questions of Work Directive Changes Change Orders or changed conditions and observations in general

bull CONSUL TANT will prepare a daily report for each day the RPR is on site and submit said reports in electronic Portable Document Format (PDF) to the COUNTY on a weekly basis

CONSUL TANT will notify COUNTY and Contractor in writing when unsafe working conditions or safety violations are observed

Task 9 - SRWRF Control System PLC Programming

CONSULTANT will perform programable logic control (PLC) programming to support integration of the following project features into the existing plant control system

1 Clarifier 1-1 12 New Effluent Filters 7amp8

2 Clarifier 1-2 13 Filtered Effluent Transfer Pumps 1 amp2

3 Clarifier 1-3 14 Filtered Effluent Transfer Pumps 3amp4

4 Clarifier 1-4 15 Filtered Effluent Transfer Pumps 7 amp8

5 Clarifier 2-1 16 Hypochlorite Tanks 1amp2

6 Clarifier 2-2 17 Hypochlorite Tanks 3amp4

7 Clarifier 2-3 18 Anaerobic Digester Group 1 Boiler 1

8 Clarifier 2-4 19 Anaerobic Digester Group 1 Boiler 2

9 Rehabilitated Effluent Filters 1 amp 2 20 Anaerobic Digester Group 2 Boiler 1

10 Rehabilitated Effluent Filters 3 amp 4 21 Anaerobic Digester Group 2 Boiler 2

11 Rehabilitated Effluent Filters 5 amp 6 22 Eye Wash Stations (Total of25)

Programming is for plant PLC controllers only All supervisory control and data acquisition (SCADA) screen modifications creation development or deployment will be performed by the COUNTY

Task 10 - Independent Environmental Health and Safety Inspector Services

CONSULTANT will provide an independent Environmental Health and Safety (EHS) Inspector for review of Contractor generated site safety documentation and site inspections as summarized below

A1-4 Revised 9-25-19

The CONSUL TANT will review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs) for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training records

The CONSUL TANT will perform bi-weekly inspections throughout the duration of the Project The CONSUL TANT has assumed a total of 86 inspections will be performed consisting of the following activities

1 Inspection duration will be an average of four ( 4) hours this includes travel time site visit meeting attendance and report generation

2 Walk the site and audit the implementation of the Contractors safety program (ie SSHASP)

3 Prepare and submit a report summarizing the findings of the site visit and any observed deficiencies

4 Review the Contractors response to deficiencies identified during the site visit and provide a written follow-up

Based on the results of the inspection and the nature of the violationdeficiency the CONSUL TANT will perform a re-inspection of the site The CONSUL TANT will notify the Owner and Contractor of such deficiencies and need for re-visit The CONSULTANT has assumed a total often (10) re-visits of a duration of four (4) hours each

When required the CONSULTANT will provide support during accident investigations and OSHA inspections The CONSUL TANT will submit a report summarizing their findings when participating in an accident investigation and OSHA inspection The CONSULTANT has assumed a total of four ( 4) inspections at a duration of four ( 4) hours each

Task 11 - Construction Phase Inspection Services

CONSULTANT shall provide inspection services during the construction of the work to observe the quality of the work being performed and to assist in determining if the work is proceeding in accordance with the Contract Documents The inspector will assist the Contractor in understanding the intent of the Contract Documents and to ensure the completed work substantially conforms to the Contract Documents

The inspector will attend construction progress meetings review Contractor As-Built information

A1-5 Revised 9-25-19

monthly to confirm proper updates are being made observe materials and equipment testing in accordance with the Contract Documents and review applications for payment submitted by the Contractor and material vendors to confirm completion level for each pay item

The inspector will report in writing whenever CONSULT ANT believes that work is unsatisfactory faulty or defective does not conform to the Contract Documents does not meet the requirements of inspections tests or approval required to be made or has been damaged prior to final payment

The inspector will prepare daily reports and submit the report in electronic PDF to the COUNTY on a weekly basis

Inspection services to be provided are based upon a full-time inspector for eight (8) hours per day over a six ( 6) (continuous) month duration

Task 12 - Update of Existing SRWRF Process Flow Diagram

CONSUL TANT will provide engineering services associated with updating the existing SR WRF process flow diagram The existing SR WRF process flow diagram has not been updated since 2012 and does not include upgraded or additional facilities incorporated into the SR WRF since then CONSULT ANT will generate an updated process flow diagram incorporating the new or upgraded facilities and submit to the COUNTY a draft of the updated process flow diagram in electronic PDF format for review and comments CONSULTANT will review the comments received from the COUNTY and submit a final version of the updated process flow diagram to the COUNTY in both PDF and AutoCad electronic format

A1-6 Revised 9-25-19

EXHIBIT B1 BUDGET SUMMARY

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWUD Project No 17-022)

The Scope of Work to be completed by CONSULTANT as defined in Exhibit Al consists of specific completion phases which shall be clearly identified on a phase-by-phase basis upon submission to the COUNTY of certain deliverables as expressly indicated below COUNTY is responsible for payment in each phasemiddot COUNTY reserves the sole option to require a continuation to each phase as needed There is no obligation by the COUNTY to pay for a phase unless COUNTY opts to require said work Compensation for the work tasks stated herein shall be in accordance with the following Schedule of Payments

PHASE 1 - Design through Bidding Task(s) to be completed

Task 1 - Preliminary Design

Task 2 - Final Design

Task 3 - Permitting

Task 4 - Construction Bid Services

Task 8 - Project Management

Task 12 - SRWRF Process Flow Diagram Update

Completion Time 16 months from receipt ofNotice-to-Proceed for Task 1 through 4

Task 8 underthe CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for Task 8 and Task 12 for a total CONTRACT completion time of 72 months from receipt ofNotice-to-Proceed

Compensation for Phase l The CONTRACT had an initial compensation of $114815700 based on lump sum method of payment Amendment No 1 added Task 12 to the CONTRACT and will increase the compensation an additional $6552700 for Task 8 and Task 12 resulting in a CONTRACT total compensation amount of $121368400

Deliverable(s) Required Listed in Exhibit Al

PHASE 2 - Construction Task(s) to be completed

Task 5 - Construction Contract Administration

B1-1

Task 6 - Resident Project Representative

Task 7 - Operations and Maintenance Manual Update

Task 9-PLC Programming

Task IO-Environmental Health and Safety Inspection Services

Task 11 - Construction Phase Inspection Services

Completion Time The CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for a total CONTRACT completion time of72 months from receipt ofNotice-to-Proceed

Compensation for Phase 2 The CONTRACT had an initial compensation of $85133300 based on a time and materials method of payment for Task 5 through 7 Amendment No 1 added Tasks 9 through 11 to the CONTRACT and will increase the compensation an additional $69341500 for Tasks 5 through 11 resulting in a CONTRACT total compensation amount of $154474800

Deliverable(s) Required Listed in Exhibit Al

Deliverables shall be defined asprogress reports prepared maps bid documents completed drawings specific reports work plans documentation of meetings attended assessment study reports analysis reports summary reports recommendation reports and related draft reports and verifiable deliverables

B1-2

Secondary Clarifier and Effluent Filtration Improvements

Project No WUD 17-022

EXHIBIT 81 bull Fee Summary bull Amendment 1

Task Description

10 Preliminary Design

20 Final Design

21 bull Prepare 60 Submittal

22 - Prepare 90 Submittal

23 - Prepare 100 Submittal

30 Permitting

40 Construction Bid Services

50 Construction Contract Administration

51 - Preconstruction Meeting amp Progress Meetings

511 bull Preconstructlon Meeting (1)

512 bull Monthly Progress Meetings (21 additional)

513 bull Specialty Meetings (10)

52 - Submltlals (80 additional)

53 bull Interpretation Clarifications and Change Order

531 bull Request for Information (30 additional)

532 bull Change Orders (10)

54 bull Pay Requests (21 additional)

60 Resident Project Representative

61 bull Resident Project Representative

62 bull Discipline Specific Inspections

63 bull Startup Services and Operator Training (5 additional)

64 bull Substantial Final Completion

65 bull Preparation of Record Drawings

70 Operation and Maintenance Manual Update

80 Project Manager

90 PLC Programming

100 EHS Inspection Services

110 Construction Phase Inspection Services

120 SRWRF Process Flow Diagram Update

SUB-TOTAL Hours

Labor rate

Labor Raw Costs

Labor Multiplier

Labor Sub-Total

Sub-consultant Total

middot-bull Project Total

Vice Senior President Associate

0 0

0 0

0 0

0 0

0 0

0 0

0 0

11 42

0 0

0 80

0 30

0 0

0 42

0 546

0 0

0 14

0 0

0 0

0 0

70 92

0 0

0 0

0 0

0 24

81 870

$231 $207

$7700 $6900

30 30

$18711 $180064

Hours

Senior Principal Associate Principal Engineer

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

63 0 0

0 0 0

160 0 80

60 0 30

0 0 0

105 0 0

0 0 637

0 0 0

2 9 0

0 0 0

0 0 0

0 0 0

0 117 0

100 0 0

88 0 0

0 0 0

4 0 0

582 126 747

$177 $159 $132

$5900 $5300 $4400

30 30 30

$103014 $20034 $98604

----

-

SUB-CONSULTANTS

Principal Office SE Florida Total Sub- PROJECT Engineer Designer Support Total Hours Hazen Fee HEE Fee CSP Fee EHS consultants TOTALS

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 116 $22386 $4788 $4788 $27174

0 0 0 0 $0 $0 $0

80 0 0 400 $64320 $14652 $14652 $78972

$0

0 0 0 120 $20790 $5128 $5128 $25918

0 0 0 0 $0 $0 $0

0 0 0 147 $27279 $2198 $2198 $29477

0 0 0 1183 $197106 $0 $197106

0 0 0 0 $0 $0 $0

5 0 0 30 $5238 $7148 $7148 $12386

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 18 296 $55051 $0 $55051

0 0 0 100 $17700 $110066 $110066 $127766

0 0 0 88 $15576 $63600 $63600 $79176

1040 0 0 1040 $115440 $0 $115440

0 40 0 68 $10476 $0 $10476

1125 40 18 3588 $551362 $122002 $21978 $63600 $207580 $758942

$111 $120 $72 7

$3700 $4000 $2400 1- --

30 30 30 _- 1- --

-$124875 $4800 $1260 $551362 -- --

-- -_-

$207580 _ $758942 -- --

HILLERS ELECTRICAL ENGINEERING INC

September 21 2021

Mr John Koroshec PE Associate Vice President Hazen and Sawyer PC 2101 Corporate Blvd Boca aton FL 33431

Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Additional Construction Phase Services

Dear John

Hillers Electrical Engineering Inc (HEE) is pleased to provide Hazen and Sawyer PC (Hazen) this revised proposal for additional construction phase electrical instrumentation control systems and programming engineering services for the above referenced project

Palm Beach County Water Utilities (County) has identified additional engineering and programming services n~eded to support the ongoing construction phase of the subject project The identified services are in addition to those contained in the current contract specifically the additional services are

Task 5 - Construction Contract Administration

Task 51 Pre-Construction and Monthly Progress Meetings

bull HEE will attend up to an additional 21 construction progress meetings

Task 6-Resident Project Representative

Task 63 Start-Up Services

bull HEE will assist HampS with HampS with overseeing equipment start-ups from an electrical instrumentation and control perspective for an additional five (5) events

Task 7 - Operations and Maintenance Manual Update

bull HEE will assist Hazen with input and review of control strategies related to the programming performed under Task 8 Budget is included in Task 8 for review and comment on the control strategies Hazen will perform the control strategy modifications for the operations and maintenance manual and HEE will review and provide comments Operations and Maintenance Manual updates are limited to instrumentation and control electrical systems are not included

Task 8 - SRWRF Plant Control System PLC Programming

23257 State Road 7 Suite 100 Boca Raton Florida 33428 561-451-9165 Fax 561-451-4886

Page2 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

bull Perform PLC Pro gramming for to support integration of the following project features into the existing plant control system to support construction

o Clarifier 1-1 o Clarifier 1-2 o Clarifier 1-3 o Clarifier 1-4 o Clarifier 2-1 o Clarifier 2-2 o Clarifier 2-3 o Clarifier 2-4 o Rehabilitated Effluent Filters 1 amp 2 o Rehabilitated Effluent Filters 3 amp 4 o Rehabilitated Effluent Filters 5 amp 6 o New Effluent Filters 7amp8 o Filtered Effluent Transfer Pumps 1 amp2 o Filtered Effluent Transfer Pumps 3amp4 o Filtered Effluent Transfer Pumps 7 amp8 o Hypochlorite Tanks 1 amp2 o Hypochlorite Tanks 3amp4 o Anaerobic Digester Group 1 Boiler 1 o Anaerobic Digester Group 1 Boiler 2 o Anaerobic Digester Group 2 Boiler 1 o Anaerobic Digester Group 2 Boiler 2 o Eye Wash Stations (Total 25)

Assumptions bull Up to 65 shop drawing submittal reviews are anticipated with an average review time of

bull 5 hours including re-submittals

bull Anticipated task durations o Task 1 Four (4) months o Task 2 Ten (10) months o Task 3 Six (6) months o Task 4 Six (6) months o Tasks 5 amp 6 Forty-three ( 43) months

bull Programming is for plant PLC controllers only All SCADA screen modifications creation development or deployment will be performed by the County

Our proposed T ampM Task 5 1 additional fee is $478800 Our proposed TampM Task 63 additional fee is $714800 Our proposed TampM Task 8 additional fee is $11006600 Total amendment fee $12200200

HEE wishes to thank Hazen and Sawyer for the opportunity to assist with this project Please do not hesitate to call me if you have any questions regarding this proposal or any other related matter

Sincerely

1Jad~

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 4: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

AMENDMENT NO 1 TO

CONTRACT FOR CONSUL TINGPROFESSIONAL SERVICES SECONDARY CLARIFIER AND EFFLUENT FILTRATION IMPROVEMENTS

ENGINEERING SERVICES PBCWUD PROJECT NO 17-022

IN WITNESS WHEREOF this Amendment No 1 is accepted subject to the terms conditions and obligations of the aforementioned CONTRACT

PALM BEACH COUNTY A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA

Joseph Abruzzo Clerk amp Comptroller Palm Beach County Palm Beach County Board of County

Commissioners ATTEST

Signed ____________ _ Ct Signed __________ _

Typed Name _________ _ )4(~

Dave Kerner Mayor

Deputy Clerk Date

Approved as to Form and Legal Sufficiency CONSUL TANT HAZEN AND SAWYER PC

Signed ___________ _ Alilu-ampb Qr (Signature) J

Typed Name Michael W Jones Albert Muniz Vice President County Attorney (Name and Title)

9 aoJt Date

STATE OF FLORIDA

COUNTY OF ~C- W ~ C--CLc 1)

The foregoing instrument was acknowledged before me by means of~ physical presence or D online notarization

~~ L f ~ this 21 day of~ Q - eVilOer-2o2( by t-- b e_Jplusmn M1 U l 2 who is D personally

known to me or D has produced --------~ ____ as identification

2

EXHIBIT-A1 SCOPE OF WORK

Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Engineering Services

(PBCWUD Project No 17-022)

INTRODUCTION

On December 19 2017 Palm Beach County Board of County Commissioners (COUNTY) entered into an agreement entitled Contract for Engineering Services for Southern Region Water Reclamation Facility for the Secondary Clarifier and Effluent Filtration Improvements Headworks -Palm Beach County Water Utilities Department Project No 17-022 (CONTRACT) with Hazen and Sawyer PC (CONSULTANT) to provide engineering services for design permitting assistance bidding support and construction services

BACKGROUND

The above referenced professional services are related to Palm Beach County Water Utilities Departments (PBCWUD) Southern Region Water Reclamation Facility (SRWRF) The project aims to enhance operational efficiency by replacing aging infrastructure The scope for this project includes but is not limited to upgrades and the improvements to the reclaimed water production facilities upgrades and improvements to the secondary clarifiers and sludge pump stations additional secondary clarifier scum manholes modificationsexpansion to bulk hypochlorite storage and other miscellaneous aspects as presented herein that are associated with the anaerobic digesters and biogas system

The design permitting and bidding phases of the project are completed and the construction phase of the project commenced on January 6 2020 The current term of the CONTRACT included a construction schedule of 670 successive calendar days to Substantial Completion plus 60 calendar days to Final Completion The schedule assumed two (2) secondary clarifiers would be rehabilitated simultaneously During the design phase it was determined only one (1) secondary clarifier could be rehabilitated at a time essentially doubling the construction schedule This adjustment added 620 calendar days to the construction schedule from 670 calendar days to 1290 calendar days to Substantial Completion plus 60 calendar days to Final Completion Due to the resultant increase in the construction schedule PBCWUD has requested the CONSUL TANT provide additional construction phase engineering services to assist in the timely and successful execution of the project The additional construction services within the CONTRACT that are being increased and included in Amendment No 1 are associated with supplemental meetings submittal reviews Contractor Requests fot Information (RFls) resident project representation startup services and project management In addition to extending the duration and quantities of construction phase services currently included in the CONTRACT additional construction phase services have been requested to be incorporated into the CONTRACT in Amendment No 1 These services include furnishing an independent environmental health and safety inspection of the contractors safety program Programable Logic Control (PLC) programming for the new and modified systems site inspection and updating of the existing SR WRF process flow diagram A more detailed summary of all services included in Amendment No 1 is presented below

A1-1 Revised 9-25-19

ADDITIONAL CONSTRUCTION PHASE SCOPE OF SERVICES

Task 5 - Construction Contract Administration

The CONSULTANT will provide additional services as identified below for the management of engineering tasks for the additional 620 day duration of the projects construction phase Such management activities will include project coordination with COUNTY general coordination with the Contractor scheduling pay requests and general correspondence with COUNTY and the Contractor

51 - Pre-Construction and Monthly Progress Meetings

CONSULTANT will attend meetings with COUNTY and the Contractor As a minimum one (1) representative of CONSUL TANT will attend the project progress meetings (ie the Project Manager) together with the Resident Project Representative (RPR) to discuss the project progress CONSULTANT will chair the progress meeting and prepare and issue meeting minutes Additional CONSULT ANT or sub-consultant team members will attend periodically to address specific subject matter as issues arise during the course of the construction work

The original CONTRACT had assumed a combined total of 24 progress meetings based upon a 24 month construction duration The construction duration has been extended by 21 months due to COUNTY imposed restrictions on the number of facilities that can be taken out of service at a single time during construction As a result of this constraint 21 additional progress meetings are anticipated to account for the additional 620 calendar day duration of the construction phase of the project

52-Submittals

CONSULTANT will consult with the COUNTY concerning the acceptability of substitute materials and equipment proposed by the apparent low bidder CONSUL TANT will review shop drawings diagrams illustrations catalog data schedules and samples equipment Operation and Maintenance (OampM) manuals results of laboratory tests and inspections equipment factory test certifications equipment manufacturer certificates of proper installation and other data that Contractors are required to submit for conformance with the design concept of the Project and compliance with the provisions of the Contract Documents In addition CONSULTANT will receive and review items to be delivered by the Contractor(s) pursuant to the Contract Documents including but not limited to maintenance and operating instructions schedules guarantees warranties bonds and certificates of inspection tests and approvals CONSUL TANT will provide written comments and recommendations concerning their completeness under the Contract Document

The original CONTRACT had assumed a total of 145 shop drawings and OampM manuals were to be processed by CONSUL TANT with an effort of five ( 5) hours per submittal anticipated throughout the course of the construction phase of the project The actual quantities of shop drawings and OampM manuals has exceeded the assumed amount and it is anticipated a total of 225

A1-2 Revised 9-25-19

shop drawings and OampM manuals are to be submitted This equates to 80 submittals beyond the 145 previously assumed for this task The level of effort for the additional submittals remains at fivemiddot( 5) hours per submittal

5 3 - Interpretations Clarifications and Change Orders

CONSUL TANT will issue interpretations and clarifications of Contract Documents during construction and evaluate requests for substitutions or deviations from the Contract Documents CONSULT ANT will notify COUNTY of any such requested deviations or substitutions and when reasonably necessary provide COUNTY with a recommendation concerning same

CONSULTANT will negotiate with the Contractor the scope and cost of contract change orders using as a basis for such negotiations data or other information emanating from the Contract Documents including but not limited to the construction contract general and special conditions bid sheet technical specifications plans shop drawings material specifications and proposed material and labor costs CONSULTANT will prepare recommend and submit for COUNTYs approval such change orders or work change directives

The original CONTRACT had assumed a total of 50 requests for information (RFis) were to be addressed by CONSUL TANT with an effort of four ( 4) hours per RFI The actual number of RFis submitted by the Contractor is nearing the total amount initially assumed and it is now anticipated a total of 80 RFI s are expected which is 30 beyond the 50 RFis initially assumed The level of effort for the additional RFI s remains at approximately four ( 4) hours per submittal

Task 6 - Resident Project Representative

The CONSULT ANT will provide a Resident Project Representative (RPR) as described herein for the duration of the construction project to observe construction and monitor work The RPR will be approved by the COUNTY

61 - Resident Project Representative

CONSUL TANT will provide a RPR for field observation of the construction to help determine whether the general provisions of the Contract Documents are being fulfilled and to reasonably protect COUNTY against defects and deficiencies in the work of the Contractor Compensation in Exhibit-B 1 is based on providing additional RPR services for fifteen (15) hours per week over the additional 91 week (21 month) duration with a total resident project representation level of effort based on 1183 hours In addition

bull CONSULTANT working principally through the Contractors Superintendent will assist the Contractor in the understanding the intent of the Contract Documents and will assist COUNTY staff in serving as COUNTYs liaison with the Contractor

bull Based on available information the CONSULTANT will verify that tests equipment and system startup are conducted in the presence of appropriate personnel and that the Contractor maintains adequate records thereof and observe record and report appropriate

A1-3 Revised 9-25-19

details relative to the test procedures and startup to COUNTY and appropriate regulatory agencies Based upon available information CONSULT ANT will verify and certify to COUNTY that the constructed facilities properly operate and are in general conformance with the Contract Documents and specifications

bull CONSUL TANT will keep a diary or log book recording date relative to questions of Work Directive Changes Change Orders or changed conditions and observations in general

bull CONSUL TANT will prepare a daily report for each day the RPR is on site and submit said reports in electronic Portable Document Format (PDF) to the COUNTY on a weekly basis

CONSUL TANT will notify COUNTY and Contractor in writing when unsafe working conditions or safety violations are observed

Task 9 - SRWRF Control System PLC Programming

CONSULTANT will perform programable logic control (PLC) programming to support integration of the following project features into the existing plant control system

1 Clarifier 1-1 12 New Effluent Filters 7amp8

2 Clarifier 1-2 13 Filtered Effluent Transfer Pumps 1 amp2

3 Clarifier 1-3 14 Filtered Effluent Transfer Pumps 3amp4

4 Clarifier 1-4 15 Filtered Effluent Transfer Pumps 7 amp8

5 Clarifier 2-1 16 Hypochlorite Tanks 1amp2

6 Clarifier 2-2 17 Hypochlorite Tanks 3amp4

7 Clarifier 2-3 18 Anaerobic Digester Group 1 Boiler 1

8 Clarifier 2-4 19 Anaerobic Digester Group 1 Boiler 2

9 Rehabilitated Effluent Filters 1 amp 2 20 Anaerobic Digester Group 2 Boiler 1

10 Rehabilitated Effluent Filters 3 amp 4 21 Anaerobic Digester Group 2 Boiler 2

11 Rehabilitated Effluent Filters 5 amp 6 22 Eye Wash Stations (Total of25)

Programming is for plant PLC controllers only All supervisory control and data acquisition (SCADA) screen modifications creation development or deployment will be performed by the COUNTY

Task 10 - Independent Environmental Health and Safety Inspector Services

CONSULTANT will provide an independent Environmental Health and Safety (EHS) Inspector for review of Contractor generated site safety documentation and site inspections as summarized below

A1-4 Revised 9-25-19

The CONSUL TANT will review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs) for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training records

The CONSUL TANT will perform bi-weekly inspections throughout the duration of the Project The CONSUL TANT has assumed a total of 86 inspections will be performed consisting of the following activities

1 Inspection duration will be an average of four ( 4) hours this includes travel time site visit meeting attendance and report generation

2 Walk the site and audit the implementation of the Contractors safety program (ie SSHASP)

3 Prepare and submit a report summarizing the findings of the site visit and any observed deficiencies

4 Review the Contractors response to deficiencies identified during the site visit and provide a written follow-up

Based on the results of the inspection and the nature of the violationdeficiency the CONSUL TANT will perform a re-inspection of the site The CONSUL TANT will notify the Owner and Contractor of such deficiencies and need for re-visit The CONSULTANT has assumed a total often (10) re-visits of a duration of four (4) hours each

When required the CONSULTANT will provide support during accident investigations and OSHA inspections The CONSUL TANT will submit a report summarizing their findings when participating in an accident investigation and OSHA inspection The CONSULTANT has assumed a total of four ( 4) inspections at a duration of four ( 4) hours each

Task 11 - Construction Phase Inspection Services

CONSULTANT shall provide inspection services during the construction of the work to observe the quality of the work being performed and to assist in determining if the work is proceeding in accordance with the Contract Documents The inspector will assist the Contractor in understanding the intent of the Contract Documents and to ensure the completed work substantially conforms to the Contract Documents

The inspector will attend construction progress meetings review Contractor As-Built information

A1-5 Revised 9-25-19

monthly to confirm proper updates are being made observe materials and equipment testing in accordance with the Contract Documents and review applications for payment submitted by the Contractor and material vendors to confirm completion level for each pay item

The inspector will report in writing whenever CONSULT ANT believes that work is unsatisfactory faulty or defective does not conform to the Contract Documents does not meet the requirements of inspections tests or approval required to be made or has been damaged prior to final payment

The inspector will prepare daily reports and submit the report in electronic PDF to the COUNTY on a weekly basis

Inspection services to be provided are based upon a full-time inspector for eight (8) hours per day over a six ( 6) (continuous) month duration

Task 12 - Update of Existing SRWRF Process Flow Diagram

CONSUL TANT will provide engineering services associated with updating the existing SR WRF process flow diagram The existing SR WRF process flow diagram has not been updated since 2012 and does not include upgraded or additional facilities incorporated into the SR WRF since then CONSULT ANT will generate an updated process flow diagram incorporating the new or upgraded facilities and submit to the COUNTY a draft of the updated process flow diagram in electronic PDF format for review and comments CONSULTANT will review the comments received from the COUNTY and submit a final version of the updated process flow diagram to the COUNTY in both PDF and AutoCad electronic format

A1-6 Revised 9-25-19

EXHIBIT B1 BUDGET SUMMARY

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWUD Project No 17-022)

The Scope of Work to be completed by CONSULTANT as defined in Exhibit Al consists of specific completion phases which shall be clearly identified on a phase-by-phase basis upon submission to the COUNTY of certain deliverables as expressly indicated below COUNTY is responsible for payment in each phasemiddot COUNTY reserves the sole option to require a continuation to each phase as needed There is no obligation by the COUNTY to pay for a phase unless COUNTY opts to require said work Compensation for the work tasks stated herein shall be in accordance with the following Schedule of Payments

PHASE 1 - Design through Bidding Task(s) to be completed

Task 1 - Preliminary Design

Task 2 - Final Design

Task 3 - Permitting

Task 4 - Construction Bid Services

Task 8 - Project Management

Task 12 - SRWRF Process Flow Diagram Update

Completion Time 16 months from receipt ofNotice-to-Proceed for Task 1 through 4

Task 8 underthe CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for Task 8 and Task 12 for a total CONTRACT completion time of 72 months from receipt ofNotice-to-Proceed

Compensation for Phase l The CONTRACT had an initial compensation of $114815700 based on lump sum method of payment Amendment No 1 added Task 12 to the CONTRACT and will increase the compensation an additional $6552700 for Task 8 and Task 12 resulting in a CONTRACT total compensation amount of $121368400

Deliverable(s) Required Listed in Exhibit Al

PHASE 2 - Construction Task(s) to be completed

Task 5 - Construction Contract Administration

B1-1

Task 6 - Resident Project Representative

Task 7 - Operations and Maintenance Manual Update

Task 9-PLC Programming

Task IO-Environmental Health and Safety Inspection Services

Task 11 - Construction Phase Inspection Services

Completion Time The CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for a total CONTRACT completion time of72 months from receipt ofNotice-to-Proceed

Compensation for Phase 2 The CONTRACT had an initial compensation of $85133300 based on a time and materials method of payment for Task 5 through 7 Amendment No 1 added Tasks 9 through 11 to the CONTRACT and will increase the compensation an additional $69341500 for Tasks 5 through 11 resulting in a CONTRACT total compensation amount of $154474800

Deliverable(s) Required Listed in Exhibit Al

Deliverables shall be defined asprogress reports prepared maps bid documents completed drawings specific reports work plans documentation of meetings attended assessment study reports analysis reports summary reports recommendation reports and related draft reports and verifiable deliverables

B1-2

Secondary Clarifier and Effluent Filtration Improvements

Project No WUD 17-022

EXHIBIT 81 bull Fee Summary bull Amendment 1

Task Description

10 Preliminary Design

20 Final Design

21 bull Prepare 60 Submittal

22 - Prepare 90 Submittal

23 - Prepare 100 Submittal

30 Permitting

40 Construction Bid Services

50 Construction Contract Administration

51 - Preconstruction Meeting amp Progress Meetings

511 bull Preconstructlon Meeting (1)

512 bull Monthly Progress Meetings (21 additional)

513 bull Specialty Meetings (10)

52 - Submltlals (80 additional)

53 bull Interpretation Clarifications and Change Order

531 bull Request for Information (30 additional)

532 bull Change Orders (10)

54 bull Pay Requests (21 additional)

60 Resident Project Representative

61 bull Resident Project Representative

62 bull Discipline Specific Inspections

63 bull Startup Services and Operator Training (5 additional)

64 bull Substantial Final Completion

65 bull Preparation of Record Drawings

70 Operation and Maintenance Manual Update

80 Project Manager

90 PLC Programming

100 EHS Inspection Services

110 Construction Phase Inspection Services

120 SRWRF Process Flow Diagram Update

SUB-TOTAL Hours

Labor rate

Labor Raw Costs

Labor Multiplier

Labor Sub-Total

Sub-consultant Total

middot-bull Project Total

Vice Senior President Associate

0 0

0 0

0 0

0 0

0 0

0 0

0 0

11 42

0 0

0 80

0 30

0 0

0 42

0 546

0 0

0 14

0 0

0 0

0 0

70 92

0 0

0 0

0 0

0 24

81 870

$231 $207

$7700 $6900

30 30

$18711 $180064

Hours

Senior Principal Associate Principal Engineer

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

63 0 0

0 0 0

160 0 80

60 0 30

0 0 0

105 0 0

0 0 637

0 0 0

2 9 0

0 0 0

0 0 0

0 0 0

0 117 0

100 0 0

88 0 0

0 0 0

4 0 0

582 126 747

$177 $159 $132

$5900 $5300 $4400

30 30 30

$103014 $20034 $98604

----

-

SUB-CONSULTANTS

Principal Office SE Florida Total Sub- PROJECT Engineer Designer Support Total Hours Hazen Fee HEE Fee CSP Fee EHS consultants TOTALS

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 116 $22386 $4788 $4788 $27174

0 0 0 0 $0 $0 $0

80 0 0 400 $64320 $14652 $14652 $78972

$0

0 0 0 120 $20790 $5128 $5128 $25918

0 0 0 0 $0 $0 $0

0 0 0 147 $27279 $2198 $2198 $29477

0 0 0 1183 $197106 $0 $197106

0 0 0 0 $0 $0 $0

5 0 0 30 $5238 $7148 $7148 $12386

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 18 296 $55051 $0 $55051

0 0 0 100 $17700 $110066 $110066 $127766

0 0 0 88 $15576 $63600 $63600 $79176

1040 0 0 1040 $115440 $0 $115440

0 40 0 68 $10476 $0 $10476

1125 40 18 3588 $551362 $122002 $21978 $63600 $207580 $758942

$111 $120 $72 7

$3700 $4000 $2400 1- --

30 30 30 _- 1- --

-$124875 $4800 $1260 $551362 -- --

-- -_-

$207580 _ $758942 -- --

HILLERS ELECTRICAL ENGINEERING INC

September 21 2021

Mr John Koroshec PE Associate Vice President Hazen and Sawyer PC 2101 Corporate Blvd Boca aton FL 33431

Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Additional Construction Phase Services

Dear John

Hillers Electrical Engineering Inc (HEE) is pleased to provide Hazen and Sawyer PC (Hazen) this revised proposal for additional construction phase electrical instrumentation control systems and programming engineering services for the above referenced project

Palm Beach County Water Utilities (County) has identified additional engineering and programming services n~eded to support the ongoing construction phase of the subject project The identified services are in addition to those contained in the current contract specifically the additional services are

Task 5 - Construction Contract Administration

Task 51 Pre-Construction and Monthly Progress Meetings

bull HEE will attend up to an additional 21 construction progress meetings

Task 6-Resident Project Representative

Task 63 Start-Up Services

bull HEE will assist HampS with HampS with overseeing equipment start-ups from an electrical instrumentation and control perspective for an additional five (5) events

Task 7 - Operations and Maintenance Manual Update

bull HEE will assist Hazen with input and review of control strategies related to the programming performed under Task 8 Budget is included in Task 8 for review and comment on the control strategies Hazen will perform the control strategy modifications for the operations and maintenance manual and HEE will review and provide comments Operations and Maintenance Manual updates are limited to instrumentation and control electrical systems are not included

Task 8 - SRWRF Plant Control System PLC Programming

23257 State Road 7 Suite 100 Boca Raton Florida 33428 561-451-9165 Fax 561-451-4886

Page2 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

bull Perform PLC Pro gramming for to support integration of the following project features into the existing plant control system to support construction

o Clarifier 1-1 o Clarifier 1-2 o Clarifier 1-3 o Clarifier 1-4 o Clarifier 2-1 o Clarifier 2-2 o Clarifier 2-3 o Clarifier 2-4 o Rehabilitated Effluent Filters 1 amp 2 o Rehabilitated Effluent Filters 3 amp 4 o Rehabilitated Effluent Filters 5 amp 6 o New Effluent Filters 7amp8 o Filtered Effluent Transfer Pumps 1 amp2 o Filtered Effluent Transfer Pumps 3amp4 o Filtered Effluent Transfer Pumps 7 amp8 o Hypochlorite Tanks 1 amp2 o Hypochlorite Tanks 3amp4 o Anaerobic Digester Group 1 Boiler 1 o Anaerobic Digester Group 1 Boiler 2 o Anaerobic Digester Group 2 Boiler 1 o Anaerobic Digester Group 2 Boiler 2 o Eye Wash Stations (Total 25)

Assumptions bull Up to 65 shop drawing submittal reviews are anticipated with an average review time of

bull 5 hours including re-submittals

bull Anticipated task durations o Task 1 Four (4) months o Task 2 Ten (10) months o Task 3 Six (6) months o Task 4 Six (6) months o Tasks 5 amp 6 Forty-three ( 43) months

bull Programming is for plant PLC controllers only All SCADA screen modifications creation development or deployment will be performed by the County

Our proposed T ampM Task 5 1 additional fee is $478800 Our proposed TampM Task 63 additional fee is $714800 Our proposed TampM Task 8 additional fee is $11006600 Total amendment fee $12200200

HEE wishes to thank Hazen and Sawyer for the opportunity to assist with this project Please do not hesitate to call me if you have any questions regarding this proposal or any other related matter

Sincerely

1Jad~

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 5: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

EXHIBIT-A1 SCOPE OF WORK

Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Engineering Services

(PBCWUD Project No 17-022)

INTRODUCTION

On December 19 2017 Palm Beach County Board of County Commissioners (COUNTY) entered into an agreement entitled Contract for Engineering Services for Southern Region Water Reclamation Facility for the Secondary Clarifier and Effluent Filtration Improvements Headworks -Palm Beach County Water Utilities Department Project No 17-022 (CONTRACT) with Hazen and Sawyer PC (CONSULTANT) to provide engineering services for design permitting assistance bidding support and construction services

BACKGROUND

The above referenced professional services are related to Palm Beach County Water Utilities Departments (PBCWUD) Southern Region Water Reclamation Facility (SRWRF) The project aims to enhance operational efficiency by replacing aging infrastructure The scope for this project includes but is not limited to upgrades and the improvements to the reclaimed water production facilities upgrades and improvements to the secondary clarifiers and sludge pump stations additional secondary clarifier scum manholes modificationsexpansion to bulk hypochlorite storage and other miscellaneous aspects as presented herein that are associated with the anaerobic digesters and biogas system

The design permitting and bidding phases of the project are completed and the construction phase of the project commenced on January 6 2020 The current term of the CONTRACT included a construction schedule of 670 successive calendar days to Substantial Completion plus 60 calendar days to Final Completion The schedule assumed two (2) secondary clarifiers would be rehabilitated simultaneously During the design phase it was determined only one (1) secondary clarifier could be rehabilitated at a time essentially doubling the construction schedule This adjustment added 620 calendar days to the construction schedule from 670 calendar days to 1290 calendar days to Substantial Completion plus 60 calendar days to Final Completion Due to the resultant increase in the construction schedule PBCWUD has requested the CONSUL TANT provide additional construction phase engineering services to assist in the timely and successful execution of the project The additional construction services within the CONTRACT that are being increased and included in Amendment No 1 are associated with supplemental meetings submittal reviews Contractor Requests fot Information (RFls) resident project representation startup services and project management In addition to extending the duration and quantities of construction phase services currently included in the CONTRACT additional construction phase services have been requested to be incorporated into the CONTRACT in Amendment No 1 These services include furnishing an independent environmental health and safety inspection of the contractors safety program Programable Logic Control (PLC) programming for the new and modified systems site inspection and updating of the existing SR WRF process flow diagram A more detailed summary of all services included in Amendment No 1 is presented below

A1-1 Revised 9-25-19

ADDITIONAL CONSTRUCTION PHASE SCOPE OF SERVICES

Task 5 - Construction Contract Administration

The CONSULTANT will provide additional services as identified below for the management of engineering tasks for the additional 620 day duration of the projects construction phase Such management activities will include project coordination with COUNTY general coordination with the Contractor scheduling pay requests and general correspondence with COUNTY and the Contractor

51 - Pre-Construction and Monthly Progress Meetings

CONSULTANT will attend meetings with COUNTY and the Contractor As a minimum one (1) representative of CONSUL TANT will attend the project progress meetings (ie the Project Manager) together with the Resident Project Representative (RPR) to discuss the project progress CONSULTANT will chair the progress meeting and prepare and issue meeting minutes Additional CONSULT ANT or sub-consultant team members will attend periodically to address specific subject matter as issues arise during the course of the construction work

The original CONTRACT had assumed a combined total of 24 progress meetings based upon a 24 month construction duration The construction duration has been extended by 21 months due to COUNTY imposed restrictions on the number of facilities that can be taken out of service at a single time during construction As a result of this constraint 21 additional progress meetings are anticipated to account for the additional 620 calendar day duration of the construction phase of the project

52-Submittals

CONSULTANT will consult with the COUNTY concerning the acceptability of substitute materials and equipment proposed by the apparent low bidder CONSUL TANT will review shop drawings diagrams illustrations catalog data schedules and samples equipment Operation and Maintenance (OampM) manuals results of laboratory tests and inspections equipment factory test certifications equipment manufacturer certificates of proper installation and other data that Contractors are required to submit for conformance with the design concept of the Project and compliance with the provisions of the Contract Documents In addition CONSULTANT will receive and review items to be delivered by the Contractor(s) pursuant to the Contract Documents including but not limited to maintenance and operating instructions schedules guarantees warranties bonds and certificates of inspection tests and approvals CONSUL TANT will provide written comments and recommendations concerning their completeness under the Contract Document

The original CONTRACT had assumed a total of 145 shop drawings and OampM manuals were to be processed by CONSUL TANT with an effort of five ( 5) hours per submittal anticipated throughout the course of the construction phase of the project The actual quantities of shop drawings and OampM manuals has exceeded the assumed amount and it is anticipated a total of 225

A1-2 Revised 9-25-19

shop drawings and OampM manuals are to be submitted This equates to 80 submittals beyond the 145 previously assumed for this task The level of effort for the additional submittals remains at fivemiddot( 5) hours per submittal

5 3 - Interpretations Clarifications and Change Orders

CONSUL TANT will issue interpretations and clarifications of Contract Documents during construction and evaluate requests for substitutions or deviations from the Contract Documents CONSULT ANT will notify COUNTY of any such requested deviations or substitutions and when reasonably necessary provide COUNTY with a recommendation concerning same

CONSULTANT will negotiate with the Contractor the scope and cost of contract change orders using as a basis for such negotiations data or other information emanating from the Contract Documents including but not limited to the construction contract general and special conditions bid sheet technical specifications plans shop drawings material specifications and proposed material and labor costs CONSULTANT will prepare recommend and submit for COUNTYs approval such change orders or work change directives

The original CONTRACT had assumed a total of 50 requests for information (RFis) were to be addressed by CONSUL TANT with an effort of four ( 4) hours per RFI The actual number of RFis submitted by the Contractor is nearing the total amount initially assumed and it is now anticipated a total of 80 RFI s are expected which is 30 beyond the 50 RFis initially assumed The level of effort for the additional RFI s remains at approximately four ( 4) hours per submittal

Task 6 - Resident Project Representative

The CONSULT ANT will provide a Resident Project Representative (RPR) as described herein for the duration of the construction project to observe construction and monitor work The RPR will be approved by the COUNTY

61 - Resident Project Representative

CONSUL TANT will provide a RPR for field observation of the construction to help determine whether the general provisions of the Contract Documents are being fulfilled and to reasonably protect COUNTY against defects and deficiencies in the work of the Contractor Compensation in Exhibit-B 1 is based on providing additional RPR services for fifteen (15) hours per week over the additional 91 week (21 month) duration with a total resident project representation level of effort based on 1183 hours In addition

bull CONSULTANT working principally through the Contractors Superintendent will assist the Contractor in the understanding the intent of the Contract Documents and will assist COUNTY staff in serving as COUNTYs liaison with the Contractor

bull Based on available information the CONSULTANT will verify that tests equipment and system startup are conducted in the presence of appropriate personnel and that the Contractor maintains adequate records thereof and observe record and report appropriate

A1-3 Revised 9-25-19

details relative to the test procedures and startup to COUNTY and appropriate regulatory agencies Based upon available information CONSULT ANT will verify and certify to COUNTY that the constructed facilities properly operate and are in general conformance with the Contract Documents and specifications

bull CONSUL TANT will keep a diary or log book recording date relative to questions of Work Directive Changes Change Orders or changed conditions and observations in general

bull CONSUL TANT will prepare a daily report for each day the RPR is on site and submit said reports in electronic Portable Document Format (PDF) to the COUNTY on a weekly basis

CONSUL TANT will notify COUNTY and Contractor in writing when unsafe working conditions or safety violations are observed

Task 9 - SRWRF Control System PLC Programming

CONSULTANT will perform programable logic control (PLC) programming to support integration of the following project features into the existing plant control system

1 Clarifier 1-1 12 New Effluent Filters 7amp8

2 Clarifier 1-2 13 Filtered Effluent Transfer Pumps 1 amp2

3 Clarifier 1-3 14 Filtered Effluent Transfer Pumps 3amp4

4 Clarifier 1-4 15 Filtered Effluent Transfer Pumps 7 amp8

5 Clarifier 2-1 16 Hypochlorite Tanks 1amp2

6 Clarifier 2-2 17 Hypochlorite Tanks 3amp4

7 Clarifier 2-3 18 Anaerobic Digester Group 1 Boiler 1

8 Clarifier 2-4 19 Anaerobic Digester Group 1 Boiler 2

9 Rehabilitated Effluent Filters 1 amp 2 20 Anaerobic Digester Group 2 Boiler 1

10 Rehabilitated Effluent Filters 3 amp 4 21 Anaerobic Digester Group 2 Boiler 2

11 Rehabilitated Effluent Filters 5 amp 6 22 Eye Wash Stations (Total of25)

Programming is for plant PLC controllers only All supervisory control and data acquisition (SCADA) screen modifications creation development or deployment will be performed by the COUNTY

Task 10 - Independent Environmental Health and Safety Inspector Services

CONSULTANT will provide an independent Environmental Health and Safety (EHS) Inspector for review of Contractor generated site safety documentation and site inspections as summarized below

A1-4 Revised 9-25-19

The CONSUL TANT will review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs) for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training records

The CONSUL TANT will perform bi-weekly inspections throughout the duration of the Project The CONSUL TANT has assumed a total of 86 inspections will be performed consisting of the following activities

1 Inspection duration will be an average of four ( 4) hours this includes travel time site visit meeting attendance and report generation

2 Walk the site and audit the implementation of the Contractors safety program (ie SSHASP)

3 Prepare and submit a report summarizing the findings of the site visit and any observed deficiencies

4 Review the Contractors response to deficiencies identified during the site visit and provide a written follow-up

Based on the results of the inspection and the nature of the violationdeficiency the CONSUL TANT will perform a re-inspection of the site The CONSUL TANT will notify the Owner and Contractor of such deficiencies and need for re-visit The CONSULTANT has assumed a total often (10) re-visits of a duration of four (4) hours each

When required the CONSULTANT will provide support during accident investigations and OSHA inspections The CONSUL TANT will submit a report summarizing their findings when participating in an accident investigation and OSHA inspection The CONSULTANT has assumed a total of four ( 4) inspections at a duration of four ( 4) hours each

Task 11 - Construction Phase Inspection Services

CONSULTANT shall provide inspection services during the construction of the work to observe the quality of the work being performed and to assist in determining if the work is proceeding in accordance with the Contract Documents The inspector will assist the Contractor in understanding the intent of the Contract Documents and to ensure the completed work substantially conforms to the Contract Documents

The inspector will attend construction progress meetings review Contractor As-Built information

A1-5 Revised 9-25-19

monthly to confirm proper updates are being made observe materials and equipment testing in accordance with the Contract Documents and review applications for payment submitted by the Contractor and material vendors to confirm completion level for each pay item

The inspector will report in writing whenever CONSULT ANT believes that work is unsatisfactory faulty or defective does not conform to the Contract Documents does not meet the requirements of inspections tests or approval required to be made or has been damaged prior to final payment

The inspector will prepare daily reports and submit the report in electronic PDF to the COUNTY on a weekly basis

Inspection services to be provided are based upon a full-time inspector for eight (8) hours per day over a six ( 6) (continuous) month duration

Task 12 - Update of Existing SRWRF Process Flow Diagram

CONSUL TANT will provide engineering services associated with updating the existing SR WRF process flow diagram The existing SR WRF process flow diagram has not been updated since 2012 and does not include upgraded or additional facilities incorporated into the SR WRF since then CONSULT ANT will generate an updated process flow diagram incorporating the new or upgraded facilities and submit to the COUNTY a draft of the updated process flow diagram in electronic PDF format for review and comments CONSULTANT will review the comments received from the COUNTY and submit a final version of the updated process flow diagram to the COUNTY in both PDF and AutoCad electronic format

A1-6 Revised 9-25-19

EXHIBIT B1 BUDGET SUMMARY

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWUD Project No 17-022)

The Scope of Work to be completed by CONSULTANT as defined in Exhibit Al consists of specific completion phases which shall be clearly identified on a phase-by-phase basis upon submission to the COUNTY of certain deliverables as expressly indicated below COUNTY is responsible for payment in each phasemiddot COUNTY reserves the sole option to require a continuation to each phase as needed There is no obligation by the COUNTY to pay for a phase unless COUNTY opts to require said work Compensation for the work tasks stated herein shall be in accordance with the following Schedule of Payments

PHASE 1 - Design through Bidding Task(s) to be completed

Task 1 - Preliminary Design

Task 2 - Final Design

Task 3 - Permitting

Task 4 - Construction Bid Services

Task 8 - Project Management

Task 12 - SRWRF Process Flow Diagram Update

Completion Time 16 months from receipt ofNotice-to-Proceed for Task 1 through 4

Task 8 underthe CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for Task 8 and Task 12 for a total CONTRACT completion time of 72 months from receipt ofNotice-to-Proceed

Compensation for Phase l The CONTRACT had an initial compensation of $114815700 based on lump sum method of payment Amendment No 1 added Task 12 to the CONTRACT and will increase the compensation an additional $6552700 for Task 8 and Task 12 resulting in a CONTRACT total compensation amount of $121368400

Deliverable(s) Required Listed in Exhibit Al

PHASE 2 - Construction Task(s) to be completed

Task 5 - Construction Contract Administration

B1-1

Task 6 - Resident Project Representative

Task 7 - Operations and Maintenance Manual Update

Task 9-PLC Programming

Task IO-Environmental Health and Safety Inspection Services

Task 11 - Construction Phase Inspection Services

Completion Time The CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for a total CONTRACT completion time of72 months from receipt ofNotice-to-Proceed

Compensation for Phase 2 The CONTRACT had an initial compensation of $85133300 based on a time and materials method of payment for Task 5 through 7 Amendment No 1 added Tasks 9 through 11 to the CONTRACT and will increase the compensation an additional $69341500 for Tasks 5 through 11 resulting in a CONTRACT total compensation amount of $154474800

Deliverable(s) Required Listed in Exhibit Al

Deliverables shall be defined asprogress reports prepared maps bid documents completed drawings specific reports work plans documentation of meetings attended assessment study reports analysis reports summary reports recommendation reports and related draft reports and verifiable deliverables

B1-2

Secondary Clarifier and Effluent Filtration Improvements

Project No WUD 17-022

EXHIBIT 81 bull Fee Summary bull Amendment 1

Task Description

10 Preliminary Design

20 Final Design

21 bull Prepare 60 Submittal

22 - Prepare 90 Submittal

23 - Prepare 100 Submittal

30 Permitting

40 Construction Bid Services

50 Construction Contract Administration

51 - Preconstruction Meeting amp Progress Meetings

511 bull Preconstructlon Meeting (1)

512 bull Monthly Progress Meetings (21 additional)

513 bull Specialty Meetings (10)

52 - Submltlals (80 additional)

53 bull Interpretation Clarifications and Change Order

531 bull Request for Information (30 additional)

532 bull Change Orders (10)

54 bull Pay Requests (21 additional)

60 Resident Project Representative

61 bull Resident Project Representative

62 bull Discipline Specific Inspections

63 bull Startup Services and Operator Training (5 additional)

64 bull Substantial Final Completion

65 bull Preparation of Record Drawings

70 Operation and Maintenance Manual Update

80 Project Manager

90 PLC Programming

100 EHS Inspection Services

110 Construction Phase Inspection Services

120 SRWRF Process Flow Diagram Update

SUB-TOTAL Hours

Labor rate

Labor Raw Costs

Labor Multiplier

Labor Sub-Total

Sub-consultant Total

middot-bull Project Total

Vice Senior President Associate

0 0

0 0

0 0

0 0

0 0

0 0

0 0

11 42

0 0

0 80

0 30

0 0

0 42

0 546

0 0

0 14

0 0

0 0

0 0

70 92

0 0

0 0

0 0

0 24

81 870

$231 $207

$7700 $6900

30 30

$18711 $180064

Hours

Senior Principal Associate Principal Engineer

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

63 0 0

0 0 0

160 0 80

60 0 30

0 0 0

105 0 0

0 0 637

0 0 0

2 9 0

0 0 0

0 0 0

0 0 0

0 117 0

100 0 0

88 0 0

0 0 0

4 0 0

582 126 747

$177 $159 $132

$5900 $5300 $4400

30 30 30

$103014 $20034 $98604

----

-

SUB-CONSULTANTS

Principal Office SE Florida Total Sub- PROJECT Engineer Designer Support Total Hours Hazen Fee HEE Fee CSP Fee EHS consultants TOTALS

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 116 $22386 $4788 $4788 $27174

0 0 0 0 $0 $0 $0

80 0 0 400 $64320 $14652 $14652 $78972

$0

0 0 0 120 $20790 $5128 $5128 $25918

0 0 0 0 $0 $0 $0

0 0 0 147 $27279 $2198 $2198 $29477

0 0 0 1183 $197106 $0 $197106

0 0 0 0 $0 $0 $0

5 0 0 30 $5238 $7148 $7148 $12386

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 18 296 $55051 $0 $55051

0 0 0 100 $17700 $110066 $110066 $127766

0 0 0 88 $15576 $63600 $63600 $79176

1040 0 0 1040 $115440 $0 $115440

0 40 0 68 $10476 $0 $10476

1125 40 18 3588 $551362 $122002 $21978 $63600 $207580 $758942

$111 $120 $72 7

$3700 $4000 $2400 1- --

30 30 30 _- 1- --

-$124875 $4800 $1260 $551362 -- --

-- -_-

$207580 _ $758942 -- --

HILLERS ELECTRICAL ENGINEERING INC

September 21 2021

Mr John Koroshec PE Associate Vice President Hazen and Sawyer PC 2101 Corporate Blvd Boca aton FL 33431

Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Additional Construction Phase Services

Dear John

Hillers Electrical Engineering Inc (HEE) is pleased to provide Hazen and Sawyer PC (Hazen) this revised proposal for additional construction phase electrical instrumentation control systems and programming engineering services for the above referenced project

Palm Beach County Water Utilities (County) has identified additional engineering and programming services n~eded to support the ongoing construction phase of the subject project The identified services are in addition to those contained in the current contract specifically the additional services are

Task 5 - Construction Contract Administration

Task 51 Pre-Construction and Monthly Progress Meetings

bull HEE will attend up to an additional 21 construction progress meetings

Task 6-Resident Project Representative

Task 63 Start-Up Services

bull HEE will assist HampS with HampS with overseeing equipment start-ups from an electrical instrumentation and control perspective for an additional five (5) events

Task 7 - Operations and Maintenance Manual Update

bull HEE will assist Hazen with input and review of control strategies related to the programming performed under Task 8 Budget is included in Task 8 for review and comment on the control strategies Hazen will perform the control strategy modifications for the operations and maintenance manual and HEE will review and provide comments Operations and Maintenance Manual updates are limited to instrumentation and control electrical systems are not included

Task 8 - SRWRF Plant Control System PLC Programming

23257 State Road 7 Suite 100 Boca Raton Florida 33428 561-451-9165 Fax 561-451-4886

Page2 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

bull Perform PLC Pro gramming for to support integration of the following project features into the existing plant control system to support construction

o Clarifier 1-1 o Clarifier 1-2 o Clarifier 1-3 o Clarifier 1-4 o Clarifier 2-1 o Clarifier 2-2 o Clarifier 2-3 o Clarifier 2-4 o Rehabilitated Effluent Filters 1 amp 2 o Rehabilitated Effluent Filters 3 amp 4 o Rehabilitated Effluent Filters 5 amp 6 o New Effluent Filters 7amp8 o Filtered Effluent Transfer Pumps 1 amp2 o Filtered Effluent Transfer Pumps 3amp4 o Filtered Effluent Transfer Pumps 7 amp8 o Hypochlorite Tanks 1 amp2 o Hypochlorite Tanks 3amp4 o Anaerobic Digester Group 1 Boiler 1 o Anaerobic Digester Group 1 Boiler 2 o Anaerobic Digester Group 2 Boiler 1 o Anaerobic Digester Group 2 Boiler 2 o Eye Wash Stations (Total 25)

Assumptions bull Up to 65 shop drawing submittal reviews are anticipated with an average review time of

bull 5 hours including re-submittals

bull Anticipated task durations o Task 1 Four (4) months o Task 2 Ten (10) months o Task 3 Six (6) months o Task 4 Six (6) months o Tasks 5 amp 6 Forty-three ( 43) months

bull Programming is for plant PLC controllers only All SCADA screen modifications creation development or deployment will be performed by the County

Our proposed T ampM Task 5 1 additional fee is $478800 Our proposed TampM Task 63 additional fee is $714800 Our proposed TampM Task 8 additional fee is $11006600 Total amendment fee $12200200

HEE wishes to thank Hazen and Sawyer for the opportunity to assist with this project Please do not hesitate to call me if you have any questions regarding this proposal or any other related matter

Sincerely

1Jad~

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 6: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

ADDITIONAL CONSTRUCTION PHASE SCOPE OF SERVICES

Task 5 - Construction Contract Administration

The CONSULTANT will provide additional services as identified below for the management of engineering tasks for the additional 620 day duration of the projects construction phase Such management activities will include project coordination with COUNTY general coordination with the Contractor scheduling pay requests and general correspondence with COUNTY and the Contractor

51 - Pre-Construction and Monthly Progress Meetings

CONSULTANT will attend meetings with COUNTY and the Contractor As a minimum one (1) representative of CONSUL TANT will attend the project progress meetings (ie the Project Manager) together with the Resident Project Representative (RPR) to discuss the project progress CONSULTANT will chair the progress meeting and prepare and issue meeting minutes Additional CONSULT ANT or sub-consultant team members will attend periodically to address specific subject matter as issues arise during the course of the construction work

The original CONTRACT had assumed a combined total of 24 progress meetings based upon a 24 month construction duration The construction duration has been extended by 21 months due to COUNTY imposed restrictions on the number of facilities that can be taken out of service at a single time during construction As a result of this constraint 21 additional progress meetings are anticipated to account for the additional 620 calendar day duration of the construction phase of the project

52-Submittals

CONSULTANT will consult with the COUNTY concerning the acceptability of substitute materials and equipment proposed by the apparent low bidder CONSUL TANT will review shop drawings diagrams illustrations catalog data schedules and samples equipment Operation and Maintenance (OampM) manuals results of laboratory tests and inspections equipment factory test certifications equipment manufacturer certificates of proper installation and other data that Contractors are required to submit for conformance with the design concept of the Project and compliance with the provisions of the Contract Documents In addition CONSULTANT will receive and review items to be delivered by the Contractor(s) pursuant to the Contract Documents including but not limited to maintenance and operating instructions schedules guarantees warranties bonds and certificates of inspection tests and approvals CONSUL TANT will provide written comments and recommendations concerning their completeness under the Contract Document

The original CONTRACT had assumed a total of 145 shop drawings and OampM manuals were to be processed by CONSUL TANT with an effort of five ( 5) hours per submittal anticipated throughout the course of the construction phase of the project The actual quantities of shop drawings and OampM manuals has exceeded the assumed amount and it is anticipated a total of 225

A1-2 Revised 9-25-19

shop drawings and OampM manuals are to be submitted This equates to 80 submittals beyond the 145 previously assumed for this task The level of effort for the additional submittals remains at fivemiddot( 5) hours per submittal

5 3 - Interpretations Clarifications and Change Orders

CONSUL TANT will issue interpretations and clarifications of Contract Documents during construction and evaluate requests for substitutions or deviations from the Contract Documents CONSULT ANT will notify COUNTY of any such requested deviations or substitutions and when reasonably necessary provide COUNTY with a recommendation concerning same

CONSULTANT will negotiate with the Contractor the scope and cost of contract change orders using as a basis for such negotiations data or other information emanating from the Contract Documents including but not limited to the construction contract general and special conditions bid sheet technical specifications plans shop drawings material specifications and proposed material and labor costs CONSULTANT will prepare recommend and submit for COUNTYs approval such change orders or work change directives

The original CONTRACT had assumed a total of 50 requests for information (RFis) were to be addressed by CONSUL TANT with an effort of four ( 4) hours per RFI The actual number of RFis submitted by the Contractor is nearing the total amount initially assumed and it is now anticipated a total of 80 RFI s are expected which is 30 beyond the 50 RFis initially assumed The level of effort for the additional RFI s remains at approximately four ( 4) hours per submittal

Task 6 - Resident Project Representative

The CONSULT ANT will provide a Resident Project Representative (RPR) as described herein for the duration of the construction project to observe construction and monitor work The RPR will be approved by the COUNTY

61 - Resident Project Representative

CONSUL TANT will provide a RPR for field observation of the construction to help determine whether the general provisions of the Contract Documents are being fulfilled and to reasonably protect COUNTY against defects and deficiencies in the work of the Contractor Compensation in Exhibit-B 1 is based on providing additional RPR services for fifteen (15) hours per week over the additional 91 week (21 month) duration with a total resident project representation level of effort based on 1183 hours In addition

bull CONSULTANT working principally through the Contractors Superintendent will assist the Contractor in the understanding the intent of the Contract Documents and will assist COUNTY staff in serving as COUNTYs liaison with the Contractor

bull Based on available information the CONSULTANT will verify that tests equipment and system startup are conducted in the presence of appropriate personnel and that the Contractor maintains adequate records thereof and observe record and report appropriate

A1-3 Revised 9-25-19

details relative to the test procedures and startup to COUNTY and appropriate regulatory agencies Based upon available information CONSULT ANT will verify and certify to COUNTY that the constructed facilities properly operate and are in general conformance with the Contract Documents and specifications

bull CONSUL TANT will keep a diary or log book recording date relative to questions of Work Directive Changes Change Orders or changed conditions and observations in general

bull CONSUL TANT will prepare a daily report for each day the RPR is on site and submit said reports in electronic Portable Document Format (PDF) to the COUNTY on a weekly basis

CONSUL TANT will notify COUNTY and Contractor in writing when unsafe working conditions or safety violations are observed

Task 9 - SRWRF Control System PLC Programming

CONSULTANT will perform programable logic control (PLC) programming to support integration of the following project features into the existing plant control system

1 Clarifier 1-1 12 New Effluent Filters 7amp8

2 Clarifier 1-2 13 Filtered Effluent Transfer Pumps 1 amp2

3 Clarifier 1-3 14 Filtered Effluent Transfer Pumps 3amp4

4 Clarifier 1-4 15 Filtered Effluent Transfer Pumps 7 amp8

5 Clarifier 2-1 16 Hypochlorite Tanks 1amp2

6 Clarifier 2-2 17 Hypochlorite Tanks 3amp4

7 Clarifier 2-3 18 Anaerobic Digester Group 1 Boiler 1

8 Clarifier 2-4 19 Anaerobic Digester Group 1 Boiler 2

9 Rehabilitated Effluent Filters 1 amp 2 20 Anaerobic Digester Group 2 Boiler 1

10 Rehabilitated Effluent Filters 3 amp 4 21 Anaerobic Digester Group 2 Boiler 2

11 Rehabilitated Effluent Filters 5 amp 6 22 Eye Wash Stations (Total of25)

Programming is for plant PLC controllers only All supervisory control and data acquisition (SCADA) screen modifications creation development or deployment will be performed by the COUNTY

Task 10 - Independent Environmental Health and Safety Inspector Services

CONSULTANT will provide an independent Environmental Health and Safety (EHS) Inspector for review of Contractor generated site safety documentation and site inspections as summarized below

A1-4 Revised 9-25-19

The CONSUL TANT will review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs) for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training records

The CONSUL TANT will perform bi-weekly inspections throughout the duration of the Project The CONSUL TANT has assumed a total of 86 inspections will be performed consisting of the following activities

1 Inspection duration will be an average of four ( 4) hours this includes travel time site visit meeting attendance and report generation

2 Walk the site and audit the implementation of the Contractors safety program (ie SSHASP)

3 Prepare and submit a report summarizing the findings of the site visit and any observed deficiencies

4 Review the Contractors response to deficiencies identified during the site visit and provide a written follow-up

Based on the results of the inspection and the nature of the violationdeficiency the CONSUL TANT will perform a re-inspection of the site The CONSUL TANT will notify the Owner and Contractor of such deficiencies and need for re-visit The CONSULTANT has assumed a total often (10) re-visits of a duration of four (4) hours each

When required the CONSULTANT will provide support during accident investigations and OSHA inspections The CONSUL TANT will submit a report summarizing their findings when participating in an accident investigation and OSHA inspection The CONSULTANT has assumed a total of four ( 4) inspections at a duration of four ( 4) hours each

Task 11 - Construction Phase Inspection Services

CONSULTANT shall provide inspection services during the construction of the work to observe the quality of the work being performed and to assist in determining if the work is proceeding in accordance with the Contract Documents The inspector will assist the Contractor in understanding the intent of the Contract Documents and to ensure the completed work substantially conforms to the Contract Documents

The inspector will attend construction progress meetings review Contractor As-Built information

A1-5 Revised 9-25-19

monthly to confirm proper updates are being made observe materials and equipment testing in accordance with the Contract Documents and review applications for payment submitted by the Contractor and material vendors to confirm completion level for each pay item

The inspector will report in writing whenever CONSULT ANT believes that work is unsatisfactory faulty or defective does not conform to the Contract Documents does not meet the requirements of inspections tests or approval required to be made or has been damaged prior to final payment

The inspector will prepare daily reports and submit the report in electronic PDF to the COUNTY on a weekly basis

Inspection services to be provided are based upon a full-time inspector for eight (8) hours per day over a six ( 6) (continuous) month duration

Task 12 - Update of Existing SRWRF Process Flow Diagram

CONSUL TANT will provide engineering services associated with updating the existing SR WRF process flow diagram The existing SR WRF process flow diagram has not been updated since 2012 and does not include upgraded or additional facilities incorporated into the SR WRF since then CONSULT ANT will generate an updated process flow diagram incorporating the new or upgraded facilities and submit to the COUNTY a draft of the updated process flow diagram in electronic PDF format for review and comments CONSULTANT will review the comments received from the COUNTY and submit a final version of the updated process flow diagram to the COUNTY in both PDF and AutoCad electronic format

A1-6 Revised 9-25-19

EXHIBIT B1 BUDGET SUMMARY

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWUD Project No 17-022)

The Scope of Work to be completed by CONSULTANT as defined in Exhibit Al consists of specific completion phases which shall be clearly identified on a phase-by-phase basis upon submission to the COUNTY of certain deliverables as expressly indicated below COUNTY is responsible for payment in each phasemiddot COUNTY reserves the sole option to require a continuation to each phase as needed There is no obligation by the COUNTY to pay for a phase unless COUNTY opts to require said work Compensation for the work tasks stated herein shall be in accordance with the following Schedule of Payments

PHASE 1 - Design through Bidding Task(s) to be completed

Task 1 - Preliminary Design

Task 2 - Final Design

Task 3 - Permitting

Task 4 - Construction Bid Services

Task 8 - Project Management

Task 12 - SRWRF Process Flow Diagram Update

Completion Time 16 months from receipt ofNotice-to-Proceed for Task 1 through 4

Task 8 underthe CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for Task 8 and Task 12 for a total CONTRACT completion time of 72 months from receipt ofNotice-to-Proceed

Compensation for Phase l The CONTRACT had an initial compensation of $114815700 based on lump sum method of payment Amendment No 1 added Task 12 to the CONTRACT and will increase the compensation an additional $6552700 for Task 8 and Task 12 resulting in a CONTRACT total compensation amount of $121368400

Deliverable(s) Required Listed in Exhibit Al

PHASE 2 - Construction Task(s) to be completed

Task 5 - Construction Contract Administration

B1-1

Task 6 - Resident Project Representative

Task 7 - Operations and Maintenance Manual Update

Task 9-PLC Programming

Task IO-Environmental Health and Safety Inspection Services

Task 11 - Construction Phase Inspection Services

Completion Time The CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for a total CONTRACT completion time of72 months from receipt ofNotice-to-Proceed

Compensation for Phase 2 The CONTRACT had an initial compensation of $85133300 based on a time and materials method of payment for Task 5 through 7 Amendment No 1 added Tasks 9 through 11 to the CONTRACT and will increase the compensation an additional $69341500 for Tasks 5 through 11 resulting in a CONTRACT total compensation amount of $154474800

Deliverable(s) Required Listed in Exhibit Al

Deliverables shall be defined asprogress reports prepared maps bid documents completed drawings specific reports work plans documentation of meetings attended assessment study reports analysis reports summary reports recommendation reports and related draft reports and verifiable deliverables

B1-2

Secondary Clarifier and Effluent Filtration Improvements

Project No WUD 17-022

EXHIBIT 81 bull Fee Summary bull Amendment 1

Task Description

10 Preliminary Design

20 Final Design

21 bull Prepare 60 Submittal

22 - Prepare 90 Submittal

23 - Prepare 100 Submittal

30 Permitting

40 Construction Bid Services

50 Construction Contract Administration

51 - Preconstruction Meeting amp Progress Meetings

511 bull Preconstructlon Meeting (1)

512 bull Monthly Progress Meetings (21 additional)

513 bull Specialty Meetings (10)

52 - Submltlals (80 additional)

53 bull Interpretation Clarifications and Change Order

531 bull Request for Information (30 additional)

532 bull Change Orders (10)

54 bull Pay Requests (21 additional)

60 Resident Project Representative

61 bull Resident Project Representative

62 bull Discipline Specific Inspections

63 bull Startup Services and Operator Training (5 additional)

64 bull Substantial Final Completion

65 bull Preparation of Record Drawings

70 Operation and Maintenance Manual Update

80 Project Manager

90 PLC Programming

100 EHS Inspection Services

110 Construction Phase Inspection Services

120 SRWRF Process Flow Diagram Update

SUB-TOTAL Hours

Labor rate

Labor Raw Costs

Labor Multiplier

Labor Sub-Total

Sub-consultant Total

middot-bull Project Total

Vice Senior President Associate

0 0

0 0

0 0

0 0

0 0

0 0

0 0

11 42

0 0

0 80

0 30

0 0

0 42

0 546

0 0

0 14

0 0

0 0

0 0

70 92

0 0

0 0

0 0

0 24

81 870

$231 $207

$7700 $6900

30 30

$18711 $180064

Hours

Senior Principal Associate Principal Engineer

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

63 0 0

0 0 0

160 0 80

60 0 30

0 0 0

105 0 0

0 0 637

0 0 0

2 9 0

0 0 0

0 0 0

0 0 0

0 117 0

100 0 0

88 0 0

0 0 0

4 0 0

582 126 747

$177 $159 $132

$5900 $5300 $4400

30 30 30

$103014 $20034 $98604

----

-

SUB-CONSULTANTS

Principal Office SE Florida Total Sub- PROJECT Engineer Designer Support Total Hours Hazen Fee HEE Fee CSP Fee EHS consultants TOTALS

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 116 $22386 $4788 $4788 $27174

0 0 0 0 $0 $0 $0

80 0 0 400 $64320 $14652 $14652 $78972

$0

0 0 0 120 $20790 $5128 $5128 $25918

0 0 0 0 $0 $0 $0

0 0 0 147 $27279 $2198 $2198 $29477

0 0 0 1183 $197106 $0 $197106

0 0 0 0 $0 $0 $0

5 0 0 30 $5238 $7148 $7148 $12386

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 18 296 $55051 $0 $55051

0 0 0 100 $17700 $110066 $110066 $127766

0 0 0 88 $15576 $63600 $63600 $79176

1040 0 0 1040 $115440 $0 $115440

0 40 0 68 $10476 $0 $10476

1125 40 18 3588 $551362 $122002 $21978 $63600 $207580 $758942

$111 $120 $72 7

$3700 $4000 $2400 1- --

30 30 30 _- 1- --

-$124875 $4800 $1260 $551362 -- --

-- -_-

$207580 _ $758942 -- --

HILLERS ELECTRICAL ENGINEERING INC

September 21 2021

Mr John Koroshec PE Associate Vice President Hazen and Sawyer PC 2101 Corporate Blvd Boca aton FL 33431

Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Additional Construction Phase Services

Dear John

Hillers Electrical Engineering Inc (HEE) is pleased to provide Hazen and Sawyer PC (Hazen) this revised proposal for additional construction phase electrical instrumentation control systems and programming engineering services for the above referenced project

Palm Beach County Water Utilities (County) has identified additional engineering and programming services n~eded to support the ongoing construction phase of the subject project The identified services are in addition to those contained in the current contract specifically the additional services are

Task 5 - Construction Contract Administration

Task 51 Pre-Construction and Monthly Progress Meetings

bull HEE will attend up to an additional 21 construction progress meetings

Task 6-Resident Project Representative

Task 63 Start-Up Services

bull HEE will assist HampS with HampS with overseeing equipment start-ups from an electrical instrumentation and control perspective for an additional five (5) events

Task 7 - Operations and Maintenance Manual Update

bull HEE will assist Hazen with input and review of control strategies related to the programming performed under Task 8 Budget is included in Task 8 for review and comment on the control strategies Hazen will perform the control strategy modifications for the operations and maintenance manual and HEE will review and provide comments Operations and Maintenance Manual updates are limited to instrumentation and control electrical systems are not included

Task 8 - SRWRF Plant Control System PLC Programming

23257 State Road 7 Suite 100 Boca Raton Florida 33428 561-451-9165 Fax 561-451-4886

Page2 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

bull Perform PLC Pro gramming for to support integration of the following project features into the existing plant control system to support construction

o Clarifier 1-1 o Clarifier 1-2 o Clarifier 1-3 o Clarifier 1-4 o Clarifier 2-1 o Clarifier 2-2 o Clarifier 2-3 o Clarifier 2-4 o Rehabilitated Effluent Filters 1 amp 2 o Rehabilitated Effluent Filters 3 amp 4 o Rehabilitated Effluent Filters 5 amp 6 o New Effluent Filters 7amp8 o Filtered Effluent Transfer Pumps 1 amp2 o Filtered Effluent Transfer Pumps 3amp4 o Filtered Effluent Transfer Pumps 7 amp8 o Hypochlorite Tanks 1 amp2 o Hypochlorite Tanks 3amp4 o Anaerobic Digester Group 1 Boiler 1 o Anaerobic Digester Group 1 Boiler 2 o Anaerobic Digester Group 2 Boiler 1 o Anaerobic Digester Group 2 Boiler 2 o Eye Wash Stations (Total 25)

Assumptions bull Up to 65 shop drawing submittal reviews are anticipated with an average review time of

bull 5 hours including re-submittals

bull Anticipated task durations o Task 1 Four (4) months o Task 2 Ten (10) months o Task 3 Six (6) months o Task 4 Six (6) months o Tasks 5 amp 6 Forty-three ( 43) months

bull Programming is for plant PLC controllers only All SCADA screen modifications creation development or deployment will be performed by the County

Our proposed T ampM Task 5 1 additional fee is $478800 Our proposed TampM Task 63 additional fee is $714800 Our proposed TampM Task 8 additional fee is $11006600 Total amendment fee $12200200

HEE wishes to thank Hazen and Sawyer for the opportunity to assist with this project Please do not hesitate to call me if you have any questions regarding this proposal or any other related matter

Sincerely

1Jad~

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 7: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

shop drawings and OampM manuals are to be submitted This equates to 80 submittals beyond the 145 previously assumed for this task The level of effort for the additional submittals remains at fivemiddot( 5) hours per submittal

5 3 - Interpretations Clarifications and Change Orders

CONSUL TANT will issue interpretations and clarifications of Contract Documents during construction and evaluate requests for substitutions or deviations from the Contract Documents CONSULT ANT will notify COUNTY of any such requested deviations or substitutions and when reasonably necessary provide COUNTY with a recommendation concerning same

CONSULTANT will negotiate with the Contractor the scope and cost of contract change orders using as a basis for such negotiations data or other information emanating from the Contract Documents including but not limited to the construction contract general and special conditions bid sheet technical specifications plans shop drawings material specifications and proposed material and labor costs CONSULTANT will prepare recommend and submit for COUNTYs approval such change orders or work change directives

The original CONTRACT had assumed a total of 50 requests for information (RFis) were to be addressed by CONSUL TANT with an effort of four ( 4) hours per RFI The actual number of RFis submitted by the Contractor is nearing the total amount initially assumed and it is now anticipated a total of 80 RFI s are expected which is 30 beyond the 50 RFis initially assumed The level of effort for the additional RFI s remains at approximately four ( 4) hours per submittal

Task 6 - Resident Project Representative

The CONSULT ANT will provide a Resident Project Representative (RPR) as described herein for the duration of the construction project to observe construction and monitor work The RPR will be approved by the COUNTY

61 - Resident Project Representative

CONSUL TANT will provide a RPR for field observation of the construction to help determine whether the general provisions of the Contract Documents are being fulfilled and to reasonably protect COUNTY against defects and deficiencies in the work of the Contractor Compensation in Exhibit-B 1 is based on providing additional RPR services for fifteen (15) hours per week over the additional 91 week (21 month) duration with a total resident project representation level of effort based on 1183 hours In addition

bull CONSULTANT working principally through the Contractors Superintendent will assist the Contractor in the understanding the intent of the Contract Documents and will assist COUNTY staff in serving as COUNTYs liaison with the Contractor

bull Based on available information the CONSULTANT will verify that tests equipment and system startup are conducted in the presence of appropriate personnel and that the Contractor maintains adequate records thereof and observe record and report appropriate

A1-3 Revised 9-25-19

details relative to the test procedures and startup to COUNTY and appropriate regulatory agencies Based upon available information CONSULT ANT will verify and certify to COUNTY that the constructed facilities properly operate and are in general conformance with the Contract Documents and specifications

bull CONSUL TANT will keep a diary or log book recording date relative to questions of Work Directive Changes Change Orders or changed conditions and observations in general

bull CONSUL TANT will prepare a daily report for each day the RPR is on site and submit said reports in electronic Portable Document Format (PDF) to the COUNTY on a weekly basis

CONSUL TANT will notify COUNTY and Contractor in writing when unsafe working conditions or safety violations are observed

Task 9 - SRWRF Control System PLC Programming

CONSULTANT will perform programable logic control (PLC) programming to support integration of the following project features into the existing plant control system

1 Clarifier 1-1 12 New Effluent Filters 7amp8

2 Clarifier 1-2 13 Filtered Effluent Transfer Pumps 1 amp2

3 Clarifier 1-3 14 Filtered Effluent Transfer Pumps 3amp4

4 Clarifier 1-4 15 Filtered Effluent Transfer Pumps 7 amp8

5 Clarifier 2-1 16 Hypochlorite Tanks 1amp2

6 Clarifier 2-2 17 Hypochlorite Tanks 3amp4

7 Clarifier 2-3 18 Anaerobic Digester Group 1 Boiler 1

8 Clarifier 2-4 19 Anaerobic Digester Group 1 Boiler 2

9 Rehabilitated Effluent Filters 1 amp 2 20 Anaerobic Digester Group 2 Boiler 1

10 Rehabilitated Effluent Filters 3 amp 4 21 Anaerobic Digester Group 2 Boiler 2

11 Rehabilitated Effluent Filters 5 amp 6 22 Eye Wash Stations (Total of25)

Programming is for plant PLC controllers only All supervisory control and data acquisition (SCADA) screen modifications creation development or deployment will be performed by the COUNTY

Task 10 - Independent Environmental Health and Safety Inspector Services

CONSULTANT will provide an independent Environmental Health and Safety (EHS) Inspector for review of Contractor generated site safety documentation and site inspections as summarized below

A1-4 Revised 9-25-19

The CONSUL TANT will review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs) for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training records

The CONSUL TANT will perform bi-weekly inspections throughout the duration of the Project The CONSUL TANT has assumed a total of 86 inspections will be performed consisting of the following activities

1 Inspection duration will be an average of four ( 4) hours this includes travel time site visit meeting attendance and report generation

2 Walk the site and audit the implementation of the Contractors safety program (ie SSHASP)

3 Prepare and submit a report summarizing the findings of the site visit and any observed deficiencies

4 Review the Contractors response to deficiencies identified during the site visit and provide a written follow-up

Based on the results of the inspection and the nature of the violationdeficiency the CONSUL TANT will perform a re-inspection of the site The CONSUL TANT will notify the Owner and Contractor of such deficiencies and need for re-visit The CONSULTANT has assumed a total often (10) re-visits of a duration of four (4) hours each

When required the CONSULTANT will provide support during accident investigations and OSHA inspections The CONSUL TANT will submit a report summarizing their findings when participating in an accident investigation and OSHA inspection The CONSULTANT has assumed a total of four ( 4) inspections at a duration of four ( 4) hours each

Task 11 - Construction Phase Inspection Services

CONSULTANT shall provide inspection services during the construction of the work to observe the quality of the work being performed and to assist in determining if the work is proceeding in accordance with the Contract Documents The inspector will assist the Contractor in understanding the intent of the Contract Documents and to ensure the completed work substantially conforms to the Contract Documents

The inspector will attend construction progress meetings review Contractor As-Built information

A1-5 Revised 9-25-19

monthly to confirm proper updates are being made observe materials and equipment testing in accordance with the Contract Documents and review applications for payment submitted by the Contractor and material vendors to confirm completion level for each pay item

The inspector will report in writing whenever CONSULT ANT believes that work is unsatisfactory faulty or defective does not conform to the Contract Documents does not meet the requirements of inspections tests or approval required to be made or has been damaged prior to final payment

The inspector will prepare daily reports and submit the report in electronic PDF to the COUNTY on a weekly basis

Inspection services to be provided are based upon a full-time inspector for eight (8) hours per day over a six ( 6) (continuous) month duration

Task 12 - Update of Existing SRWRF Process Flow Diagram

CONSUL TANT will provide engineering services associated with updating the existing SR WRF process flow diagram The existing SR WRF process flow diagram has not been updated since 2012 and does not include upgraded or additional facilities incorporated into the SR WRF since then CONSULT ANT will generate an updated process flow diagram incorporating the new or upgraded facilities and submit to the COUNTY a draft of the updated process flow diagram in electronic PDF format for review and comments CONSULTANT will review the comments received from the COUNTY and submit a final version of the updated process flow diagram to the COUNTY in both PDF and AutoCad electronic format

A1-6 Revised 9-25-19

EXHIBIT B1 BUDGET SUMMARY

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWUD Project No 17-022)

The Scope of Work to be completed by CONSULTANT as defined in Exhibit Al consists of specific completion phases which shall be clearly identified on a phase-by-phase basis upon submission to the COUNTY of certain deliverables as expressly indicated below COUNTY is responsible for payment in each phasemiddot COUNTY reserves the sole option to require a continuation to each phase as needed There is no obligation by the COUNTY to pay for a phase unless COUNTY opts to require said work Compensation for the work tasks stated herein shall be in accordance with the following Schedule of Payments

PHASE 1 - Design through Bidding Task(s) to be completed

Task 1 - Preliminary Design

Task 2 - Final Design

Task 3 - Permitting

Task 4 - Construction Bid Services

Task 8 - Project Management

Task 12 - SRWRF Process Flow Diagram Update

Completion Time 16 months from receipt ofNotice-to-Proceed for Task 1 through 4

Task 8 underthe CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for Task 8 and Task 12 for a total CONTRACT completion time of 72 months from receipt ofNotice-to-Proceed

Compensation for Phase l The CONTRACT had an initial compensation of $114815700 based on lump sum method of payment Amendment No 1 added Task 12 to the CONTRACT and will increase the compensation an additional $6552700 for Task 8 and Task 12 resulting in a CONTRACT total compensation amount of $121368400

Deliverable(s) Required Listed in Exhibit Al

PHASE 2 - Construction Task(s) to be completed

Task 5 - Construction Contract Administration

B1-1

Task 6 - Resident Project Representative

Task 7 - Operations and Maintenance Manual Update

Task 9-PLC Programming

Task IO-Environmental Health and Safety Inspection Services

Task 11 - Construction Phase Inspection Services

Completion Time The CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for a total CONTRACT completion time of72 months from receipt ofNotice-to-Proceed

Compensation for Phase 2 The CONTRACT had an initial compensation of $85133300 based on a time and materials method of payment for Task 5 through 7 Amendment No 1 added Tasks 9 through 11 to the CONTRACT and will increase the compensation an additional $69341500 for Tasks 5 through 11 resulting in a CONTRACT total compensation amount of $154474800

Deliverable(s) Required Listed in Exhibit Al

Deliverables shall be defined asprogress reports prepared maps bid documents completed drawings specific reports work plans documentation of meetings attended assessment study reports analysis reports summary reports recommendation reports and related draft reports and verifiable deliverables

B1-2

Secondary Clarifier and Effluent Filtration Improvements

Project No WUD 17-022

EXHIBIT 81 bull Fee Summary bull Amendment 1

Task Description

10 Preliminary Design

20 Final Design

21 bull Prepare 60 Submittal

22 - Prepare 90 Submittal

23 - Prepare 100 Submittal

30 Permitting

40 Construction Bid Services

50 Construction Contract Administration

51 - Preconstruction Meeting amp Progress Meetings

511 bull Preconstructlon Meeting (1)

512 bull Monthly Progress Meetings (21 additional)

513 bull Specialty Meetings (10)

52 - Submltlals (80 additional)

53 bull Interpretation Clarifications and Change Order

531 bull Request for Information (30 additional)

532 bull Change Orders (10)

54 bull Pay Requests (21 additional)

60 Resident Project Representative

61 bull Resident Project Representative

62 bull Discipline Specific Inspections

63 bull Startup Services and Operator Training (5 additional)

64 bull Substantial Final Completion

65 bull Preparation of Record Drawings

70 Operation and Maintenance Manual Update

80 Project Manager

90 PLC Programming

100 EHS Inspection Services

110 Construction Phase Inspection Services

120 SRWRF Process Flow Diagram Update

SUB-TOTAL Hours

Labor rate

Labor Raw Costs

Labor Multiplier

Labor Sub-Total

Sub-consultant Total

middot-bull Project Total

Vice Senior President Associate

0 0

0 0

0 0

0 0

0 0

0 0

0 0

11 42

0 0

0 80

0 30

0 0

0 42

0 546

0 0

0 14

0 0

0 0

0 0

70 92

0 0

0 0

0 0

0 24

81 870

$231 $207

$7700 $6900

30 30

$18711 $180064

Hours

Senior Principal Associate Principal Engineer

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

63 0 0

0 0 0

160 0 80

60 0 30

0 0 0

105 0 0

0 0 637

0 0 0

2 9 0

0 0 0

0 0 0

0 0 0

0 117 0

100 0 0

88 0 0

0 0 0

4 0 0

582 126 747

$177 $159 $132

$5900 $5300 $4400

30 30 30

$103014 $20034 $98604

----

-

SUB-CONSULTANTS

Principal Office SE Florida Total Sub- PROJECT Engineer Designer Support Total Hours Hazen Fee HEE Fee CSP Fee EHS consultants TOTALS

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 116 $22386 $4788 $4788 $27174

0 0 0 0 $0 $0 $0

80 0 0 400 $64320 $14652 $14652 $78972

$0

0 0 0 120 $20790 $5128 $5128 $25918

0 0 0 0 $0 $0 $0

0 0 0 147 $27279 $2198 $2198 $29477

0 0 0 1183 $197106 $0 $197106

0 0 0 0 $0 $0 $0

5 0 0 30 $5238 $7148 $7148 $12386

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 18 296 $55051 $0 $55051

0 0 0 100 $17700 $110066 $110066 $127766

0 0 0 88 $15576 $63600 $63600 $79176

1040 0 0 1040 $115440 $0 $115440

0 40 0 68 $10476 $0 $10476

1125 40 18 3588 $551362 $122002 $21978 $63600 $207580 $758942

$111 $120 $72 7

$3700 $4000 $2400 1- --

30 30 30 _- 1- --

-$124875 $4800 $1260 $551362 -- --

-- -_-

$207580 _ $758942 -- --

HILLERS ELECTRICAL ENGINEERING INC

September 21 2021

Mr John Koroshec PE Associate Vice President Hazen and Sawyer PC 2101 Corporate Blvd Boca aton FL 33431

Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Additional Construction Phase Services

Dear John

Hillers Electrical Engineering Inc (HEE) is pleased to provide Hazen and Sawyer PC (Hazen) this revised proposal for additional construction phase electrical instrumentation control systems and programming engineering services for the above referenced project

Palm Beach County Water Utilities (County) has identified additional engineering and programming services n~eded to support the ongoing construction phase of the subject project The identified services are in addition to those contained in the current contract specifically the additional services are

Task 5 - Construction Contract Administration

Task 51 Pre-Construction and Monthly Progress Meetings

bull HEE will attend up to an additional 21 construction progress meetings

Task 6-Resident Project Representative

Task 63 Start-Up Services

bull HEE will assist HampS with HampS with overseeing equipment start-ups from an electrical instrumentation and control perspective for an additional five (5) events

Task 7 - Operations and Maintenance Manual Update

bull HEE will assist Hazen with input and review of control strategies related to the programming performed under Task 8 Budget is included in Task 8 for review and comment on the control strategies Hazen will perform the control strategy modifications for the operations and maintenance manual and HEE will review and provide comments Operations and Maintenance Manual updates are limited to instrumentation and control electrical systems are not included

Task 8 - SRWRF Plant Control System PLC Programming

23257 State Road 7 Suite 100 Boca Raton Florida 33428 561-451-9165 Fax 561-451-4886

Page2 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

bull Perform PLC Pro gramming for to support integration of the following project features into the existing plant control system to support construction

o Clarifier 1-1 o Clarifier 1-2 o Clarifier 1-3 o Clarifier 1-4 o Clarifier 2-1 o Clarifier 2-2 o Clarifier 2-3 o Clarifier 2-4 o Rehabilitated Effluent Filters 1 amp 2 o Rehabilitated Effluent Filters 3 amp 4 o Rehabilitated Effluent Filters 5 amp 6 o New Effluent Filters 7amp8 o Filtered Effluent Transfer Pumps 1 amp2 o Filtered Effluent Transfer Pumps 3amp4 o Filtered Effluent Transfer Pumps 7 amp8 o Hypochlorite Tanks 1 amp2 o Hypochlorite Tanks 3amp4 o Anaerobic Digester Group 1 Boiler 1 o Anaerobic Digester Group 1 Boiler 2 o Anaerobic Digester Group 2 Boiler 1 o Anaerobic Digester Group 2 Boiler 2 o Eye Wash Stations (Total 25)

Assumptions bull Up to 65 shop drawing submittal reviews are anticipated with an average review time of

bull 5 hours including re-submittals

bull Anticipated task durations o Task 1 Four (4) months o Task 2 Ten (10) months o Task 3 Six (6) months o Task 4 Six (6) months o Tasks 5 amp 6 Forty-three ( 43) months

bull Programming is for plant PLC controllers only All SCADA screen modifications creation development or deployment will be performed by the County

Our proposed T ampM Task 5 1 additional fee is $478800 Our proposed TampM Task 63 additional fee is $714800 Our proposed TampM Task 8 additional fee is $11006600 Total amendment fee $12200200

HEE wishes to thank Hazen and Sawyer for the opportunity to assist with this project Please do not hesitate to call me if you have any questions regarding this proposal or any other related matter

Sincerely

1Jad~

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 8: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

details relative to the test procedures and startup to COUNTY and appropriate regulatory agencies Based upon available information CONSULT ANT will verify and certify to COUNTY that the constructed facilities properly operate and are in general conformance with the Contract Documents and specifications

bull CONSUL TANT will keep a diary or log book recording date relative to questions of Work Directive Changes Change Orders or changed conditions and observations in general

bull CONSUL TANT will prepare a daily report for each day the RPR is on site and submit said reports in electronic Portable Document Format (PDF) to the COUNTY on a weekly basis

CONSUL TANT will notify COUNTY and Contractor in writing when unsafe working conditions or safety violations are observed

Task 9 - SRWRF Control System PLC Programming

CONSULTANT will perform programable logic control (PLC) programming to support integration of the following project features into the existing plant control system

1 Clarifier 1-1 12 New Effluent Filters 7amp8

2 Clarifier 1-2 13 Filtered Effluent Transfer Pumps 1 amp2

3 Clarifier 1-3 14 Filtered Effluent Transfer Pumps 3amp4

4 Clarifier 1-4 15 Filtered Effluent Transfer Pumps 7 amp8

5 Clarifier 2-1 16 Hypochlorite Tanks 1amp2

6 Clarifier 2-2 17 Hypochlorite Tanks 3amp4

7 Clarifier 2-3 18 Anaerobic Digester Group 1 Boiler 1

8 Clarifier 2-4 19 Anaerobic Digester Group 1 Boiler 2

9 Rehabilitated Effluent Filters 1 amp 2 20 Anaerobic Digester Group 2 Boiler 1

10 Rehabilitated Effluent Filters 3 amp 4 21 Anaerobic Digester Group 2 Boiler 2

11 Rehabilitated Effluent Filters 5 amp 6 22 Eye Wash Stations (Total of25)

Programming is for plant PLC controllers only All supervisory control and data acquisition (SCADA) screen modifications creation development or deployment will be performed by the COUNTY

Task 10 - Independent Environmental Health and Safety Inspector Services

CONSULTANT will provide an independent Environmental Health and Safety (EHS) Inspector for review of Contractor generated site safety documentation and site inspections as summarized below

A1-4 Revised 9-25-19

The CONSUL TANT will review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs) for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training records

The CONSUL TANT will perform bi-weekly inspections throughout the duration of the Project The CONSUL TANT has assumed a total of 86 inspections will be performed consisting of the following activities

1 Inspection duration will be an average of four ( 4) hours this includes travel time site visit meeting attendance and report generation

2 Walk the site and audit the implementation of the Contractors safety program (ie SSHASP)

3 Prepare and submit a report summarizing the findings of the site visit and any observed deficiencies

4 Review the Contractors response to deficiencies identified during the site visit and provide a written follow-up

Based on the results of the inspection and the nature of the violationdeficiency the CONSUL TANT will perform a re-inspection of the site The CONSUL TANT will notify the Owner and Contractor of such deficiencies and need for re-visit The CONSULTANT has assumed a total often (10) re-visits of a duration of four (4) hours each

When required the CONSULTANT will provide support during accident investigations and OSHA inspections The CONSUL TANT will submit a report summarizing their findings when participating in an accident investigation and OSHA inspection The CONSULTANT has assumed a total of four ( 4) inspections at a duration of four ( 4) hours each

Task 11 - Construction Phase Inspection Services

CONSULTANT shall provide inspection services during the construction of the work to observe the quality of the work being performed and to assist in determining if the work is proceeding in accordance with the Contract Documents The inspector will assist the Contractor in understanding the intent of the Contract Documents and to ensure the completed work substantially conforms to the Contract Documents

The inspector will attend construction progress meetings review Contractor As-Built information

A1-5 Revised 9-25-19

monthly to confirm proper updates are being made observe materials and equipment testing in accordance with the Contract Documents and review applications for payment submitted by the Contractor and material vendors to confirm completion level for each pay item

The inspector will report in writing whenever CONSULT ANT believes that work is unsatisfactory faulty or defective does not conform to the Contract Documents does not meet the requirements of inspections tests or approval required to be made or has been damaged prior to final payment

The inspector will prepare daily reports and submit the report in electronic PDF to the COUNTY on a weekly basis

Inspection services to be provided are based upon a full-time inspector for eight (8) hours per day over a six ( 6) (continuous) month duration

Task 12 - Update of Existing SRWRF Process Flow Diagram

CONSUL TANT will provide engineering services associated with updating the existing SR WRF process flow diagram The existing SR WRF process flow diagram has not been updated since 2012 and does not include upgraded or additional facilities incorporated into the SR WRF since then CONSULT ANT will generate an updated process flow diagram incorporating the new or upgraded facilities and submit to the COUNTY a draft of the updated process flow diagram in electronic PDF format for review and comments CONSULTANT will review the comments received from the COUNTY and submit a final version of the updated process flow diagram to the COUNTY in both PDF and AutoCad electronic format

A1-6 Revised 9-25-19

EXHIBIT B1 BUDGET SUMMARY

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWUD Project No 17-022)

The Scope of Work to be completed by CONSULTANT as defined in Exhibit Al consists of specific completion phases which shall be clearly identified on a phase-by-phase basis upon submission to the COUNTY of certain deliverables as expressly indicated below COUNTY is responsible for payment in each phasemiddot COUNTY reserves the sole option to require a continuation to each phase as needed There is no obligation by the COUNTY to pay for a phase unless COUNTY opts to require said work Compensation for the work tasks stated herein shall be in accordance with the following Schedule of Payments

PHASE 1 - Design through Bidding Task(s) to be completed

Task 1 - Preliminary Design

Task 2 - Final Design

Task 3 - Permitting

Task 4 - Construction Bid Services

Task 8 - Project Management

Task 12 - SRWRF Process Flow Diagram Update

Completion Time 16 months from receipt ofNotice-to-Proceed for Task 1 through 4

Task 8 underthe CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for Task 8 and Task 12 for a total CONTRACT completion time of 72 months from receipt ofNotice-to-Proceed

Compensation for Phase l The CONTRACT had an initial compensation of $114815700 based on lump sum method of payment Amendment No 1 added Task 12 to the CONTRACT and will increase the compensation an additional $6552700 for Task 8 and Task 12 resulting in a CONTRACT total compensation amount of $121368400

Deliverable(s) Required Listed in Exhibit Al

PHASE 2 - Construction Task(s) to be completed

Task 5 - Construction Contract Administration

B1-1

Task 6 - Resident Project Representative

Task 7 - Operations and Maintenance Manual Update

Task 9-PLC Programming

Task IO-Environmental Health and Safety Inspection Services

Task 11 - Construction Phase Inspection Services

Completion Time The CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for a total CONTRACT completion time of72 months from receipt ofNotice-to-Proceed

Compensation for Phase 2 The CONTRACT had an initial compensation of $85133300 based on a time and materials method of payment for Task 5 through 7 Amendment No 1 added Tasks 9 through 11 to the CONTRACT and will increase the compensation an additional $69341500 for Tasks 5 through 11 resulting in a CONTRACT total compensation amount of $154474800

Deliverable(s) Required Listed in Exhibit Al

Deliverables shall be defined asprogress reports prepared maps bid documents completed drawings specific reports work plans documentation of meetings attended assessment study reports analysis reports summary reports recommendation reports and related draft reports and verifiable deliverables

B1-2

Secondary Clarifier and Effluent Filtration Improvements

Project No WUD 17-022

EXHIBIT 81 bull Fee Summary bull Amendment 1

Task Description

10 Preliminary Design

20 Final Design

21 bull Prepare 60 Submittal

22 - Prepare 90 Submittal

23 - Prepare 100 Submittal

30 Permitting

40 Construction Bid Services

50 Construction Contract Administration

51 - Preconstruction Meeting amp Progress Meetings

511 bull Preconstructlon Meeting (1)

512 bull Monthly Progress Meetings (21 additional)

513 bull Specialty Meetings (10)

52 - Submltlals (80 additional)

53 bull Interpretation Clarifications and Change Order

531 bull Request for Information (30 additional)

532 bull Change Orders (10)

54 bull Pay Requests (21 additional)

60 Resident Project Representative

61 bull Resident Project Representative

62 bull Discipline Specific Inspections

63 bull Startup Services and Operator Training (5 additional)

64 bull Substantial Final Completion

65 bull Preparation of Record Drawings

70 Operation and Maintenance Manual Update

80 Project Manager

90 PLC Programming

100 EHS Inspection Services

110 Construction Phase Inspection Services

120 SRWRF Process Flow Diagram Update

SUB-TOTAL Hours

Labor rate

Labor Raw Costs

Labor Multiplier

Labor Sub-Total

Sub-consultant Total

middot-bull Project Total

Vice Senior President Associate

0 0

0 0

0 0

0 0

0 0

0 0

0 0

11 42

0 0

0 80

0 30

0 0

0 42

0 546

0 0

0 14

0 0

0 0

0 0

70 92

0 0

0 0

0 0

0 24

81 870

$231 $207

$7700 $6900

30 30

$18711 $180064

Hours

Senior Principal Associate Principal Engineer

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

63 0 0

0 0 0

160 0 80

60 0 30

0 0 0

105 0 0

0 0 637

0 0 0

2 9 0

0 0 0

0 0 0

0 0 0

0 117 0

100 0 0

88 0 0

0 0 0

4 0 0

582 126 747

$177 $159 $132

$5900 $5300 $4400

30 30 30

$103014 $20034 $98604

----

-

SUB-CONSULTANTS

Principal Office SE Florida Total Sub- PROJECT Engineer Designer Support Total Hours Hazen Fee HEE Fee CSP Fee EHS consultants TOTALS

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 116 $22386 $4788 $4788 $27174

0 0 0 0 $0 $0 $0

80 0 0 400 $64320 $14652 $14652 $78972

$0

0 0 0 120 $20790 $5128 $5128 $25918

0 0 0 0 $0 $0 $0

0 0 0 147 $27279 $2198 $2198 $29477

0 0 0 1183 $197106 $0 $197106

0 0 0 0 $0 $0 $0

5 0 0 30 $5238 $7148 $7148 $12386

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 18 296 $55051 $0 $55051

0 0 0 100 $17700 $110066 $110066 $127766

0 0 0 88 $15576 $63600 $63600 $79176

1040 0 0 1040 $115440 $0 $115440

0 40 0 68 $10476 $0 $10476

1125 40 18 3588 $551362 $122002 $21978 $63600 $207580 $758942

$111 $120 $72 7

$3700 $4000 $2400 1- --

30 30 30 _- 1- --

-$124875 $4800 $1260 $551362 -- --

-- -_-

$207580 _ $758942 -- --

HILLERS ELECTRICAL ENGINEERING INC

September 21 2021

Mr John Koroshec PE Associate Vice President Hazen and Sawyer PC 2101 Corporate Blvd Boca aton FL 33431

Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Additional Construction Phase Services

Dear John

Hillers Electrical Engineering Inc (HEE) is pleased to provide Hazen and Sawyer PC (Hazen) this revised proposal for additional construction phase electrical instrumentation control systems and programming engineering services for the above referenced project

Palm Beach County Water Utilities (County) has identified additional engineering and programming services n~eded to support the ongoing construction phase of the subject project The identified services are in addition to those contained in the current contract specifically the additional services are

Task 5 - Construction Contract Administration

Task 51 Pre-Construction and Monthly Progress Meetings

bull HEE will attend up to an additional 21 construction progress meetings

Task 6-Resident Project Representative

Task 63 Start-Up Services

bull HEE will assist HampS with HampS with overseeing equipment start-ups from an electrical instrumentation and control perspective for an additional five (5) events

Task 7 - Operations and Maintenance Manual Update

bull HEE will assist Hazen with input and review of control strategies related to the programming performed under Task 8 Budget is included in Task 8 for review and comment on the control strategies Hazen will perform the control strategy modifications for the operations and maintenance manual and HEE will review and provide comments Operations and Maintenance Manual updates are limited to instrumentation and control electrical systems are not included

Task 8 - SRWRF Plant Control System PLC Programming

23257 State Road 7 Suite 100 Boca Raton Florida 33428 561-451-9165 Fax 561-451-4886

Page2 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

bull Perform PLC Pro gramming for to support integration of the following project features into the existing plant control system to support construction

o Clarifier 1-1 o Clarifier 1-2 o Clarifier 1-3 o Clarifier 1-4 o Clarifier 2-1 o Clarifier 2-2 o Clarifier 2-3 o Clarifier 2-4 o Rehabilitated Effluent Filters 1 amp 2 o Rehabilitated Effluent Filters 3 amp 4 o Rehabilitated Effluent Filters 5 amp 6 o New Effluent Filters 7amp8 o Filtered Effluent Transfer Pumps 1 amp2 o Filtered Effluent Transfer Pumps 3amp4 o Filtered Effluent Transfer Pumps 7 amp8 o Hypochlorite Tanks 1 amp2 o Hypochlorite Tanks 3amp4 o Anaerobic Digester Group 1 Boiler 1 o Anaerobic Digester Group 1 Boiler 2 o Anaerobic Digester Group 2 Boiler 1 o Anaerobic Digester Group 2 Boiler 2 o Eye Wash Stations (Total 25)

Assumptions bull Up to 65 shop drawing submittal reviews are anticipated with an average review time of

bull 5 hours including re-submittals

bull Anticipated task durations o Task 1 Four (4) months o Task 2 Ten (10) months o Task 3 Six (6) months o Task 4 Six (6) months o Tasks 5 amp 6 Forty-three ( 43) months

bull Programming is for plant PLC controllers only All SCADA screen modifications creation development or deployment will be performed by the County

Our proposed T ampM Task 5 1 additional fee is $478800 Our proposed TampM Task 63 additional fee is $714800 Our proposed TampM Task 8 additional fee is $11006600 Total amendment fee $12200200

HEE wishes to thank Hazen and Sawyer for the opportunity to assist with this project Please do not hesitate to call me if you have any questions regarding this proposal or any other related matter

Sincerely

1Jad~

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 9: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

The CONSUL TANT will review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs) for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training records

The CONSUL TANT will perform bi-weekly inspections throughout the duration of the Project The CONSUL TANT has assumed a total of 86 inspections will be performed consisting of the following activities

1 Inspection duration will be an average of four ( 4) hours this includes travel time site visit meeting attendance and report generation

2 Walk the site and audit the implementation of the Contractors safety program (ie SSHASP)

3 Prepare and submit a report summarizing the findings of the site visit and any observed deficiencies

4 Review the Contractors response to deficiencies identified during the site visit and provide a written follow-up

Based on the results of the inspection and the nature of the violationdeficiency the CONSUL TANT will perform a re-inspection of the site The CONSUL TANT will notify the Owner and Contractor of such deficiencies and need for re-visit The CONSULTANT has assumed a total often (10) re-visits of a duration of four (4) hours each

When required the CONSULTANT will provide support during accident investigations and OSHA inspections The CONSUL TANT will submit a report summarizing their findings when participating in an accident investigation and OSHA inspection The CONSULTANT has assumed a total of four ( 4) inspections at a duration of four ( 4) hours each

Task 11 - Construction Phase Inspection Services

CONSULTANT shall provide inspection services during the construction of the work to observe the quality of the work being performed and to assist in determining if the work is proceeding in accordance with the Contract Documents The inspector will assist the Contractor in understanding the intent of the Contract Documents and to ensure the completed work substantially conforms to the Contract Documents

The inspector will attend construction progress meetings review Contractor As-Built information

A1-5 Revised 9-25-19

monthly to confirm proper updates are being made observe materials and equipment testing in accordance with the Contract Documents and review applications for payment submitted by the Contractor and material vendors to confirm completion level for each pay item

The inspector will report in writing whenever CONSULT ANT believes that work is unsatisfactory faulty or defective does not conform to the Contract Documents does not meet the requirements of inspections tests or approval required to be made or has been damaged prior to final payment

The inspector will prepare daily reports and submit the report in electronic PDF to the COUNTY on a weekly basis

Inspection services to be provided are based upon a full-time inspector for eight (8) hours per day over a six ( 6) (continuous) month duration

Task 12 - Update of Existing SRWRF Process Flow Diagram

CONSUL TANT will provide engineering services associated with updating the existing SR WRF process flow diagram The existing SR WRF process flow diagram has not been updated since 2012 and does not include upgraded or additional facilities incorporated into the SR WRF since then CONSULT ANT will generate an updated process flow diagram incorporating the new or upgraded facilities and submit to the COUNTY a draft of the updated process flow diagram in electronic PDF format for review and comments CONSULTANT will review the comments received from the COUNTY and submit a final version of the updated process flow diagram to the COUNTY in both PDF and AutoCad electronic format

A1-6 Revised 9-25-19

EXHIBIT B1 BUDGET SUMMARY

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWUD Project No 17-022)

The Scope of Work to be completed by CONSULTANT as defined in Exhibit Al consists of specific completion phases which shall be clearly identified on a phase-by-phase basis upon submission to the COUNTY of certain deliverables as expressly indicated below COUNTY is responsible for payment in each phasemiddot COUNTY reserves the sole option to require a continuation to each phase as needed There is no obligation by the COUNTY to pay for a phase unless COUNTY opts to require said work Compensation for the work tasks stated herein shall be in accordance with the following Schedule of Payments

PHASE 1 - Design through Bidding Task(s) to be completed

Task 1 - Preliminary Design

Task 2 - Final Design

Task 3 - Permitting

Task 4 - Construction Bid Services

Task 8 - Project Management

Task 12 - SRWRF Process Flow Diagram Update

Completion Time 16 months from receipt ofNotice-to-Proceed for Task 1 through 4

Task 8 underthe CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for Task 8 and Task 12 for a total CONTRACT completion time of 72 months from receipt ofNotice-to-Proceed

Compensation for Phase l The CONTRACT had an initial compensation of $114815700 based on lump sum method of payment Amendment No 1 added Task 12 to the CONTRACT and will increase the compensation an additional $6552700 for Task 8 and Task 12 resulting in a CONTRACT total compensation amount of $121368400

Deliverable(s) Required Listed in Exhibit Al

PHASE 2 - Construction Task(s) to be completed

Task 5 - Construction Contract Administration

B1-1

Task 6 - Resident Project Representative

Task 7 - Operations and Maintenance Manual Update

Task 9-PLC Programming

Task IO-Environmental Health and Safety Inspection Services

Task 11 - Construction Phase Inspection Services

Completion Time The CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for a total CONTRACT completion time of72 months from receipt ofNotice-to-Proceed

Compensation for Phase 2 The CONTRACT had an initial compensation of $85133300 based on a time and materials method of payment for Task 5 through 7 Amendment No 1 added Tasks 9 through 11 to the CONTRACT and will increase the compensation an additional $69341500 for Tasks 5 through 11 resulting in a CONTRACT total compensation amount of $154474800

Deliverable(s) Required Listed in Exhibit Al

Deliverables shall be defined asprogress reports prepared maps bid documents completed drawings specific reports work plans documentation of meetings attended assessment study reports analysis reports summary reports recommendation reports and related draft reports and verifiable deliverables

B1-2

Secondary Clarifier and Effluent Filtration Improvements

Project No WUD 17-022

EXHIBIT 81 bull Fee Summary bull Amendment 1

Task Description

10 Preliminary Design

20 Final Design

21 bull Prepare 60 Submittal

22 - Prepare 90 Submittal

23 - Prepare 100 Submittal

30 Permitting

40 Construction Bid Services

50 Construction Contract Administration

51 - Preconstruction Meeting amp Progress Meetings

511 bull Preconstructlon Meeting (1)

512 bull Monthly Progress Meetings (21 additional)

513 bull Specialty Meetings (10)

52 - Submltlals (80 additional)

53 bull Interpretation Clarifications and Change Order

531 bull Request for Information (30 additional)

532 bull Change Orders (10)

54 bull Pay Requests (21 additional)

60 Resident Project Representative

61 bull Resident Project Representative

62 bull Discipline Specific Inspections

63 bull Startup Services and Operator Training (5 additional)

64 bull Substantial Final Completion

65 bull Preparation of Record Drawings

70 Operation and Maintenance Manual Update

80 Project Manager

90 PLC Programming

100 EHS Inspection Services

110 Construction Phase Inspection Services

120 SRWRF Process Flow Diagram Update

SUB-TOTAL Hours

Labor rate

Labor Raw Costs

Labor Multiplier

Labor Sub-Total

Sub-consultant Total

middot-bull Project Total

Vice Senior President Associate

0 0

0 0

0 0

0 0

0 0

0 0

0 0

11 42

0 0

0 80

0 30

0 0

0 42

0 546

0 0

0 14

0 0

0 0

0 0

70 92

0 0

0 0

0 0

0 24

81 870

$231 $207

$7700 $6900

30 30

$18711 $180064

Hours

Senior Principal Associate Principal Engineer

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

63 0 0

0 0 0

160 0 80

60 0 30

0 0 0

105 0 0

0 0 637

0 0 0

2 9 0

0 0 0

0 0 0

0 0 0

0 117 0

100 0 0

88 0 0

0 0 0

4 0 0

582 126 747

$177 $159 $132

$5900 $5300 $4400

30 30 30

$103014 $20034 $98604

----

-

SUB-CONSULTANTS

Principal Office SE Florida Total Sub- PROJECT Engineer Designer Support Total Hours Hazen Fee HEE Fee CSP Fee EHS consultants TOTALS

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 116 $22386 $4788 $4788 $27174

0 0 0 0 $0 $0 $0

80 0 0 400 $64320 $14652 $14652 $78972

$0

0 0 0 120 $20790 $5128 $5128 $25918

0 0 0 0 $0 $0 $0

0 0 0 147 $27279 $2198 $2198 $29477

0 0 0 1183 $197106 $0 $197106

0 0 0 0 $0 $0 $0

5 0 0 30 $5238 $7148 $7148 $12386

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 18 296 $55051 $0 $55051

0 0 0 100 $17700 $110066 $110066 $127766

0 0 0 88 $15576 $63600 $63600 $79176

1040 0 0 1040 $115440 $0 $115440

0 40 0 68 $10476 $0 $10476

1125 40 18 3588 $551362 $122002 $21978 $63600 $207580 $758942

$111 $120 $72 7

$3700 $4000 $2400 1- --

30 30 30 _- 1- --

-$124875 $4800 $1260 $551362 -- --

-- -_-

$207580 _ $758942 -- --

HILLERS ELECTRICAL ENGINEERING INC

September 21 2021

Mr John Koroshec PE Associate Vice President Hazen and Sawyer PC 2101 Corporate Blvd Boca aton FL 33431

Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Additional Construction Phase Services

Dear John

Hillers Electrical Engineering Inc (HEE) is pleased to provide Hazen and Sawyer PC (Hazen) this revised proposal for additional construction phase electrical instrumentation control systems and programming engineering services for the above referenced project

Palm Beach County Water Utilities (County) has identified additional engineering and programming services n~eded to support the ongoing construction phase of the subject project The identified services are in addition to those contained in the current contract specifically the additional services are

Task 5 - Construction Contract Administration

Task 51 Pre-Construction and Monthly Progress Meetings

bull HEE will attend up to an additional 21 construction progress meetings

Task 6-Resident Project Representative

Task 63 Start-Up Services

bull HEE will assist HampS with HampS with overseeing equipment start-ups from an electrical instrumentation and control perspective for an additional five (5) events

Task 7 - Operations and Maintenance Manual Update

bull HEE will assist Hazen with input and review of control strategies related to the programming performed under Task 8 Budget is included in Task 8 for review and comment on the control strategies Hazen will perform the control strategy modifications for the operations and maintenance manual and HEE will review and provide comments Operations and Maintenance Manual updates are limited to instrumentation and control electrical systems are not included

Task 8 - SRWRF Plant Control System PLC Programming

23257 State Road 7 Suite 100 Boca Raton Florida 33428 561-451-9165 Fax 561-451-4886

Page2 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

bull Perform PLC Pro gramming for to support integration of the following project features into the existing plant control system to support construction

o Clarifier 1-1 o Clarifier 1-2 o Clarifier 1-3 o Clarifier 1-4 o Clarifier 2-1 o Clarifier 2-2 o Clarifier 2-3 o Clarifier 2-4 o Rehabilitated Effluent Filters 1 amp 2 o Rehabilitated Effluent Filters 3 amp 4 o Rehabilitated Effluent Filters 5 amp 6 o New Effluent Filters 7amp8 o Filtered Effluent Transfer Pumps 1 amp2 o Filtered Effluent Transfer Pumps 3amp4 o Filtered Effluent Transfer Pumps 7 amp8 o Hypochlorite Tanks 1 amp2 o Hypochlorite Tanks 3amp4 o Anaerobic Digester Group 1 Boiler 1 o Anaerobic Digester Group 1 Boiler 2 o Anaerobic Digester Group 2 Boiler 1 o Anaerobic Digester Group 2 Boiler 2 o Eye Wash Stations (Total 25)

Assumptions bull Up to 65 shop drawing submittal reviews are anticipated with an average review time of

bull 5 hours including re-submittals

bull Anticipated task durations o Task 1 Four (4) months o Task 2 Ten (10) months o Task 3 Six (6) months o Task 4 Six (6) months o Tasks 5 amp 6 Forty-three ( 43) months

bull Programming is for plant PLC controllers only All SCADA screen modifications creation development or deployment will be performed by the County

Our proposed T ampM Task 5 1 additional fee is $478800 Our proposed TampM Task 63 additional fee is $714800 Our proposed TampM Task 8 additional fee is $11006600 Total amendment fee $12200200

HEE wishes to thank Hazen and Sawyer for the opportunity to assist with this project Please do not hesitate to call me if you have any questions regarding this proposal or any other related matter

Sincerely

1Jad~

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 10: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

monthly to confirm proper updates are being made observe materials and equipment testing in accordance with the Contract Documents and review applications for payment submitted by the Contractor and material vendors to confirm completion level for each pay item

The inspector will report in writing whenever CONSULT ANT believes that work is unsatisfactory faulty or defective does not conform to the Contract Documents does not meet the requirements of inspections tests or approval required to be made or has been damaged prior to final payment

The inspector will prepare daily reports and submit the report in electronic PDF to the COUNTY on a weekly basis

Inspection services to be provided are based upon a full-time inspector for eight (8) hours per day over a six ( 6) (continuous) month duration

Task 12 - Update of Existing SRWRF Process Flow Diagram

CONSUL TANT will provide engineering services associated with updating the existing SR WRF process flow diagram The existing SR WRF process flow diagram has not been updated since 2012 and does not include upgraded or additional facilities incorporated into the SR WRF since then CONSULT ANT will generate an updated process flow diagram incorporating the new or upgraded facilities and submit to the COUNTY a draft of the updated process flow diagram in electronic PDF format for review and comments CONSULTANT will review the comments received from the COUNTY and submit a final version of the updated process flow diagram to the COUNTY in both PDF and AutoCad electronic format

A1-6 Revised 9-25-19

EXHIBIT B1 BUDGET SUMMARY

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWUD Project No 17-022)

The Scope of Work to be completed by CONSULTANT as defined in Exhibit Al consists of specific completion phases which shall be clearly identified on a phase-by-phase basis upon submission to the COUNTY of certain deliverables as expressly indicated below COUNTY is responsible for payment in each phasemiddot COUNTY reserves the sole option to require a continuation to each phase as needed There is no obligation by the COUNTY to pay for a phase unless COUNTY opts to require said work Compensation for the work tasks stated herein shall be in accordance with the following Schedule of Payments

PHASE 1 - Design through Bidding Task(s) to be completed

Task 1 - Preliminary Design

Task 2 - Final Design

Task 3 - Permitting

Task 4 - Construction Bid Services

Task 8 - Project Management

Task 12 - SRWRF Process Flow Diagram Update

Completion Time 16 months from receipt ofNotice-to-Proceed for Task 1 through 4

Task 8 underthe CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for Task 8 and Task 12 for a total CONTRACT completion time of 72 months from receipt ofNotice-to-Proceed

Compensation for Phase l The CONTRACT had an initial compensation of $114815700 based on lump sum method of payment Amendment No 1 added Task 12 to the CONTRACT and will increase the compensation an additional $6552700 for Task 8 and Task 12 resulting in a CONTRACT total compensation amount of $121368400

Deliverable(s) Required Listed in Exhibit Al

PHASE 2 - Construction Task(s) to be completed

Task 5 - Construction Contract Administration

B1-1

Task 6 - Resident Project Representative

Task 7 - Operations and Maintenance Manual Update

Task 9-PLC Programming

Task IO-Environmental Health and Safety Inspection Services

Task 11 - Construction Phase Inspection Services

Completion Time The CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for a total CONTRACT completion time of72 months from receipt ofNotice-to-Proceed

Compensation for Phase 2 The CONTRACT had an initial compensation of $85133300 based on a time and materials method of payment for Task 5 through 7 Amendment No 1 added Tasks 9 through 11 to the CONTRACT and will increase the compensation an additional $69341500 for Tasks 5 through 11 resulting in a CONTRACT total compensation amount of $154474800

Deliverable(s) Required Listed in Exhibit Al

Deliverables shall be defined asprogress reports prepared maps bid documents completed drawings specific reports work plans documentation of meetings attended assessment study reports analysis reports summary reports recommendation reports and related draft reports and verifiable deliverables

B1-2

Secondary Clarifier and Effluent Filtration Improvements

Project No WUD 17-022

EXHIBIT 81 bull Fee Summary bull Amendment 1

Task Description

10 Preliminary Design

20 Final Design

21 bull Prepare 60 Submittal

22 - Prepare 90 Submittal

23 - Prepare 100 Submittal

30 Permitting

40 Construction Bid Services

50 Construction Contract Administration

51 - Preconstruction Meeting amp Progress Meetings

511 bull Preconstructlon Meeting (1)

512 bull Monthly Progress Meetings (21 additional)

513 bull Specialty Meetings (10)

52 - Submltlals (80 additional)

53 bull Interpretation Clarifications and Change Order

531 bull Request for Information (30 additional)

532 bull Change Orders (10)

54 bull Pay Requests (21 additional)

60 Resident Project Representative

61 bull Resident Project Representative

62 bull Discipline Specific Inspections

63 bull Startup Services and Operator Training (5 additional)

64 bull Substantial Final Completion

65 bull Preparation of Record Drawings

70 Operation and Maintenance Manual Update

80 Project Manager

90 PLC Programming

100 EHS Inspection Services

110 Construction Phase Inspection Services

120 SRWRF Process Flow Diagram Update

SUB-TOTAL Hours

Labor rate

Labor Raw Costs

Labor Multiplier

Labor Sub-Total

Sub-consultant Total

middot-bull Project Total

Vice Senior President Associate

0 0

0 0

0 0

0 0

0 0

0 0

0 0

11 42

0 0

0 80

0 30

0 0

0 42

0 546

0 0

0 14

0 0

0 0

0 0

70 92

0 0

0 0

0 0

0 24

81 870

$231 $207

$7700 $6900

30 30

$18711 $180064

Hours

Senior Principal Associate Principal Engineer

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

63 0 0

0 0 0

160 0 80

60 0 30

0 0 0

105 0 0

0 0 637

0 0 0

2 9 0

0 0 0

0 0 0

0 0 0

0 117 0

100 0 0

88 0 0

0 0 0

4 0 0

582 126 747

$177 $159 $132

$5900 $5300 $4400

30 30 30

$103014 $20034 $98604

----

-

SUB-CONSULTANTS

Principal Office SE Florida Total Sub- PROJECT Engineer Designer Support Total Hours Hazen Fee HEE Fee CSP Fee EHS consultants TOTALS

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 116 $22386 $4788 $4788 $27174

0 0 0 0 $0 $0 $0

80 0 0 400 $64320 $14652 $14652 $78972

$0

0 0 0 120 $20790 $5128 $5128 $25918

0 0 0 0 $0 $0 $0

0 0 0 147 $27279 $2198 $2198 $29477

0 0 0 1183 $197106 $0 $197106

0 0 0 0 $0 $0 $0

5 0 0 30 $5238 $7148 $7148 $12386

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 18 296 $55051 $0 $55051

0 0 0 100 $17700 $110066 $110066 $127766

0 0 0 88 $15576 $63600 $63600 $79176

1040 0 0 1040 $115440 $0 $115440

0 40 0 68 $10476 $0 $10476

1125 40 18 3588 $551362 $122002 $21978 $63600 $207580 $758942

$111 $120 $72 7

$3700 $4000 $2400 1- --

30 30 30 _- 1- --

-$124875 $4800 $1260 $551362 -- --

-- -_-

$207580 _ $758942 -- --

HILLERS ELECTRICAL ENGINEERING INC

September 21 2021

Mr John Koroshec PE Associate Vice President Hazen and Sawyer PC 2101 Corporate Blvd Boca aton FL 33431

Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Additional Construction Phase Services

Dear John

Hillers Electrical Engineering Inc (HEE) is pleased to provide Hazen and Sawyer PC (Hazen) this revised proposal for additional construction phase electrical instrumentation control systems and programming engineering services for the above referenced project

Palm Beach County Water Utilities (County) has identified additional engineering and programming services n~eded to support the ongoing construction phase of the subject project The identified services are in addition to those contained in the current contract specifically the additional services are

Task 5 - Construction Contract Administration

Task 51 Pre-Construction and Monthly Progress Meetings

bull HEE will attend up to an additional 21 construction progress meetings

Task 6-Resident Project Representative

Task 63 Start-Up Services

bull HEE will assist HampS with HampS with overseeing equipment start-ups from an electrical instrumentation and control perspective for an additional five (5) events

Task 7 - Operations and Maintenance Manual Update

bull HEE will assist Hazen with input and review of control strategies related to the programming performed under Task 8 Budget is included in Task 8 for review and comment on the control strategies Hazen will perform the control strategy modifications for the operations and maintenance manual and HEE will review and provide comments Operations and Maintenance Manual updates are limited to instrumentation and control electrical systems are not included

Task 8 - SRWRF Plant Control System PLC Programming

23257 State Road 7 Suite 100 Boca Raton Florida 33428 561-451-9165 Fax 561-451-4886

Page2 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

bull Perform PLC Pro gramming for to support integration of the following project features into the existing plant control system to support construction

o Clarifier 1-1 o Clarifier 1-2 o Clarifier 1-3 o Clarifier 1-4 o Clarifier 2-1 o Clarifier 2-2 o Clarifier 2-3 o Clarifier 2-4 o Rehabilitated Effluent Filters 1 amp 2 o Rehabilitated Effluent Filters 3 amp 4 o Rehabilitated Effluent Filters 5 amp 6 o New Effluent Filters 7amp8 o Filtered Effluent Transfer Pumps 1 amp2 o Filtered Effluent Transfer Pumps 3amp4 o Filtered Effluent Transfer Pumps 7 amp8 o Hypochlorite Tanks 1 amp2 o Hypochlorite Tanks 3amp4 o Anaerobic Digester Group 1 Boiler 1 o Anaerobic Digester Group 1 Boiler 2 o Anaerobic Digester Group 2 Boiler 1 o Anaerobic Digester Group 2 Boiler 2 o Eye Wash Stations (Total 25)

Assumptions bull Up to 65 shop drawing submittal reviews are anticipated with an average review time of

bull 5 hours including re-submittals

bull Anticipated task durations o Task 1 Four (4) months o Task 2 Ten (10) months o Task 3 Six (6) months o Task 4 Six (6) months o Tasks 5 amp 6 Forty-three ( 43) months

bull Programming is for plant PLC controllers only All SCADA screen modifications creation development or deployment will be performed by the County

Our proposed T ampM Task 5 1 additional fee is $478800 Our proposed TampM Task 63 additional fee is $714800 Our proposed TampM Task 8 additional fee is $11006600 Total amendment fee $12200200

HEE wishes to thank Hazen and Sawyer for the opportunity to assist with this project Please do not hesitate to call me if you have any questions regarding this proposal or any other related matter

Sincerely

1Jad~

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 11: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

EXHIBIT B1 BUDGET SUMMARY

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWUD Project No 17-022)

The Scope of Work to be completed by CONSULTANT as defined in Exhibit Al consists of specific completion phases which shall be clearly identified on a phase-by-phase basis upon submission to the COUNTY of certain deliverables as expressly indicated below COUNTY is responsible for payment in each phasemiddot COUNTY reserves the sole option to require a continuation to each phase as needed There is no obligation by the COUNTY to pay for a phase unless COUNTY opts to require said work Compensation for the work tasks stated herein shall be in accordance with the following Schedule of Payments

PHASE 1 - Design through Bidding Task(s) to be completed

Task 1 - Preliminary Design

Task 2 - Final Design

Task 3 - Permitting

Task 4 - Construction Bid Services

Task 8 - Project Management

Task 12 - SRWRF Process Flow Diagram Update

Completion Time 16 months from receipt ofNotice-to-Proceed for Task 1 through 4

Task 8 underthe CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for Task 8 and Task 12 for a total CONTRACT completion time of 72 months from receipt ofNotice-to-Proceed

Compensation for Phase l The CONTRACT had an initial compensation of $114815700 based on lump sum method of payment Amendment No 1 added Task 12 to the CONTRACT and will increase the compensation an additional $6552700 for Task 8 and Task 12 resulting in a CONTRACT total compensation amount of $121368400

Deliverable(s) Required Listed in Exhibit Al

PHASE 2 - Construction Task(s) to be completed

Task 5 - Construction Contract Administration

B1-1

Task 6 - Resident Project Representative

Task 7 - Operations and Maintenance Manual Update

Task 9-PLC Programming

Task IO-Environmental Health and Safety Inspection Services

Task 11 - Construction Phase Inspection Services

Completion Time The CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for a total CONTRACT completion time of72 months from receipt ofNotice-to-Proceed

Compensation for Phase 2 The CONTRACT had an initial compensation of $85133300 based on a time and materials method of payment for Task 5 through 7 Amendment No 1 added Tasks 9 through 11 to the CONTRACT and will increase the compensation an additional $69341500 for Tasks 5 through 11 resulting in a CONTRACT total compensation amount of $154474800

Deliverable(s) Required Listed in Exhibit Al

Deliverables shall be defined asprogress reports prepared maps bid documents completed drawings specific reports work plans documentation of meetings attended assessment study reports analysis reports summary reports recommendation reports and related draft reports and verifiable deliverables

B1-2

Secondary Clarifier and Effluent Filtration Improvements

Project No WUD 17-022

EXHIBIT 81 bull Fee Summary bull Amendment 1

Task Description

10 Preliminary Design

20 Final Design

21 bull Prepare 60 Submittal

22 - Prepare 90 Submittal

23 - Prepare 100 Submittal

30 Permitting

40 Construction Bid Services

50 Construction Contract Administration

51 - Preconstruction Meeting amp Progress Meetings

511 bull Preconstructlon Meeting (1)

512 bull Monthly Progress Meetings (21 additional)

513 bull Specialty Meetings (10)

52 - Submltlals (80 additional)

53 bull Interpretation Clarifications and Change Order

531 bull Request for Information (30 additional)

532 bull Change Orders (10)

54 bull Pay Requests (21 additional)

60 Resident Project Representative

61 bull Resident Project Representative

62 bull Discipline Specific Inspections

63 bull Startup Services and Operator Training (5 additional)

64 bull Substantial Final Completion

65 bull Preparation of Record Drawings

70 Operation and Maintenance Manual Update

80 Project Manager

90 PLC Programming

100 EHS Inspection Services

110 Construction Phase Inspection Services

120 SRWRF Process Flow Diagram Update

SUB-TOTAL Hours

Labor rate

Labor Raw Costs

Labor Multiplier

Labor Sub-Total

Sub-consultant Total

middot-bull Project Total

Vice Senior President Associate

0 0

0 0

0 0

0 0

0 0

0 0

0 0

11 42

0 0

0 80

0 30

0 0

0 42

0 546

0 0

0 14

0 0

0 0

0 0

70 92

0 0

0 0

0 0

0 24

81 870

$231 $207

$7700 $6900

30 30

$18711 $180064

Hours

Senior Principal Associate Principal Engineer

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

63 0 0

0 0 0

160 0 80

60 0 30

0 0 0

105 0 0

0 0 637

0 0 0

2 9 0

0 0 0

0 0 0

0 0 0

0 117 0

100 0 0

88 0 0

0 0 0

4 0 0

582 126 747

$177 $159 $132

$5900 $5300 $4400

30 30 30

$103014 $20034 $98604

----

-

SUB-CONSULTANTS

Principal Office SE Florida Total Sub- PROJECT Engineer Designer Support Total Hours Hazen Fee HEE Fee CSP Fee EHS consultants TOTALS

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 116 $22386 $4788 $4788 $27174

0 0 0 0 $0 $0 $0

80 0 0 400 $64320 $14652 $14652 $78972

$0

0 0 0 120 $20790 $5128 $5128 $25918

0 0 0 0 $0 $0 $0

0 0 0 147 $27279 $2198 $2198 $29477

0 0 0 1183 $197106 $0 $197106

0 0 0 0 $0 $0 $0

5 0 0 30 $5238 $7148 $7148 $12386

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 18 296 $55051 $0 $55051

0 0 0 100 $17700 $110066 $110066 $127766

0 0 0 88 $15576 $63600 $63600 $79176

1040 0 0 1040 $115440 $0 $115440

0 40 0 68 $10476 $0 $10476

1125 40 18 3588 $551362 $122002 $21978 $63600 $207580 $758942

$111 $120 $72 7

$3700 $4000 $2400 1- --

30 30 30 _- 1- --

-$124875 $4800 $1260 $551362 -- --

-- -_-

$207580 _ $758942 -- --

HILLERS ELECTRICAL ENGINEERING INC

September 21 2021

Mr John Koroshec PE Associate Vice President Hazen and Sawyer PC 2101 Corporate Blvd Boca aton FL 33431

Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Additional Construction Phase Services

Dear John

Hillers Electrical Engineering Inc (HEE) is pleased to provide Hazen and Sawyer PC (Hazen) this revised proposal for additional construction phase electrical instrumentation control systems and programming engineering services for the above referenced project

Palm Beach County Water Utilities (County) has identified additional engineering and programming services n~eded to support the ongoing construction phase of the subject project The identified services are in addition to those contained in the current contract specifically the additional services are

Task 5 - Construction Contract Administration

Task 51 Pre-Construction and Monthly Progress Meetings

bull HEE will attend up to an additional 21 construction progress meetings

Task 6-Resident Project Representative

Task 63 Start-Up Services

bull HEE will assist HampS with HampS with overseeing equipment start-ups from an electrical instrumentation and control perspective for an additional five (5) events

Task 7 - Operations and Maintenance Manual Update

bull HEE will assist Hazen with input and review of control strategies related to the programming performed under Task 8 Budget is included in Task 8 for review and comment on the control strategies Hazen will perform the control strategy modifications for the operations and maintenance manual and HEE will review and provide comments Operations and Maintenance Manual updates are limited to instrumentation and control electrical systems are not included

Task 8 - SRWRF Plant Control System PLC Programming

23257 State Road 7 Suite 100 Boca Raton Florida 33428 561-451-9165 Fax 561-451-4886

Page2 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

bull Perform PLC Pro gramming for to support integration of the following project features into the existing plant control system to support construction

o Clarifier 1-1 o Clarifier 1-2 o Clarifier 1-3 o Clarifier 1-4 o Clarifier 2-1 o Clarifier 2-2 o Clarifier 2-3 o Clarifier 2-4 o Rehabilitated Effluent Filters 1 amp 2 o Rehabilitated Effluent Filters 3 amp 4 o Rehabilitated Effluent Filters 5 amp 6 o New Effluent Filters 7amp8 o Filtered Effluent Transfer Pumps 1 amp2 o Filtered Effluent Transfer Pumps 3amp4 o Filtered Effluent Transfer Pumps 7 amp8 o Hypochlorite Tanks 1 amp2 o Hypochlorite Tanks 3amp4 o Anaerobic Digester Group 1 Boiler 1 o Anaerobic Digester Group 1 Boiler 2 o Anaerobic Digester Group 2 Boiler 1 o Anaerobic Digester Group 2 Boiler 2 o Eye Wash Stations (Total 25)

Assumptions bull Up to 65 shop drawing submittal reviews are anticipated with an average review time of

bull 5 hours including re-submittals

bull Anticipated task durations o Task 1 Four (4) months o Task 2 Ten (10) months o Task 3 Six (6) months o Task 4 Six (6) months o Tasks 5 amp 6 Forty-three ( 43) months

bull Programming is for plant PLC controllers only All SCADA screen modifications creation development or deployment will be performed by the County

Our proposed T ampM Task 5 1 additional fee is $478800 Our proposed TampM Task 63 additional fee is $714800 Our proposed TampM Task 8 additional fee is $11006600 Total amendment fee $12200200

HEE wishes to thank Hazen and Sawyer for the opportunity to assist with this project Please do not hesitate to call me if you have any questions regarding this proposal or any other related matter

Sincerely

1Jad~

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 12: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

Task 6 - Resident Project Representative

Task 7 - Operations and Maintenance Manual Update

Task 9-PLC Programming

Task IO-Environmental Health and Safety Inspection Services

Task 11 - Construction Phase Inspection Services

Completion Time The CONTRACT had an initial completion time of 48 months from receipt of Notice-to-Proceed Completion time will be extended for an additional 24 months under Amendment No 1 to the CONTRACT for a total CONTRACT completion time of72 months from receipt ofNotice-to-Proceed

Compensation for Phase 2 The CONTRACT had an initial compensation of $85133300 based on a time and materials method of payment for Task 5 through 7 Amendment No 1 added Tasks 9 through 11 to the CONTRACT and will increase the compensation an additional $69341500 for Tasks 5 through 11 resulting in a CONTRACT total compensation amount of $154474800

Deliverable(s) Required Listed in Exhibit Al

Deliverables shall be defined asprogress reports prepared maps bid documents completed drawings specific reports work plans documentation of meetings attended assessment study reports analysis reports summary reports recommendation reports and related draft reports and verifiable deliverables

B1-2

Secondary Clarifier and Effluent Filtration Improvements

Project No WUD 17-022

EXHIBIT 81 bull Fee Summary bull Amendment 1

Task Description

10 Preliminary Design

20 Final Design

21 bull Prepare 60 Submittal

22 - Prepare 90 Submittal

23 - Prepare 100 Submittal

30 Permitting

40 Construction Bid Services

50 Construction Contract Administration

51 - Preconstruction Meeting amp Progress Meetings

511 bull Preconstructlon Meeting (1)

512 bull Monthly Progress Meetings (21 additional)

513 bull Specialty Meetings (10)

52 - Submltlals (80 additional)

53 bull Interpretation Clarifications and Change Order

531 bull Request for Information (30 additional)

532 bull Change Orders (10)

54 bull Pay Requests (21 additional)

60 Resident Project Representative

61 bull Resident Project Representative

62 bull Discipline Specific Inspections

63 bull Startup Services and Operator Training (5 additional)

64 bull Substantial Final Completion

65 bull Preparation of Record Drawings

70 Operation and Maintenance Manual Update

80 Project Manager

90 PLC Programming

100 EHS Inspection Services

110 Construction Phase Inspection Services

120 SRWRF Process Flow Diagram Update

SUB-TOTAL Hours

Labor rate

Labor Raw Costs

Labor Multiplier

Labor Sub-Total

Sub-consultant Total

middot-bull Project Total

Vice Senior President Associate

0 0

0 0

0 0

0 0

0 0

0 0

0 0

11 42

0 0

0 80

0 30

0 0

0 42

0 546

0 0

0 14

0 0

0 0

0 0

70 92

0 0

0 0

0 0

0 24

81 870

$231 $207

$7700 $6900

30 30

$18711 $180064

Hours

Senior Principal Associate Principal Engineer

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

63 0 0

0 0 0

160 0 80

60 0 30

0 0 0

105 0 0

0 0 637

0 0 0

2 9 0

0 0 0

0 0 0

0 0 0

0 117 0

100 0 0

88 0 0

0 0 0

4 0 0

582 126 747

$177 $159 $132

$5900 $5300 $4400

30 30 30

$103014 $20034 $98604

----

-

SUB-CONSULTANTS

Principal Office SE Florida Total Sub- PROJECT Engineer Designer Support Total Hours Hazen Fee HEE Fee CSP Fee EHS consultants TOTALS

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 116 $22386 $4788 $4788 $27174

0 0 0 0 $0 $0 $0

80 0 0 400 $64320 $14652 $14652 $78972

$0

0 0 0 120 $20790 $5128 $5128 $25918

0 0 0 0 $0 $0 $0

0 0 0 147 $27279 $2198 $2198 $29477

0 0 0 1183 $197106 $0 $197106

0 0 0 0 $0 $0 $0

5 0 0 30 $5238 $7148 $7148 $12386

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 18 296 $55051 $0 $55051

0 0 0 100 $17700 $110066 $110066 $127766

0 0 0 88 $15576 $63600 $63600 $79176

1040 0 0 1040 $115440 $0 $115440

0 40 0 68 $10476 $0 $10476

1125 40 18 3588 $551362 $122002 $21978 $63600 $207580 $758942

$111 $120 $72 7

$3700 $4000 $2400 1- --

30 30 30 _- 1- --

-$124875 $4800 $1260 $551362 -- --

-- -_-

$207580 _ $758942 -- --

HILLERS ELECTRICAL ENGINEERING INC

September 21 2021

Mr John Koroshec PE Associate Vice President Hazen and Sawyer PC 2101 Corporate Blvd Boca aton FL 33431

Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Additional Construction Phase Services

Dear John

Hillers Electrical Engineering Inc (HEE) is pleased to provide Hazen and Sawyer PC (Hazen) this revised proposal for additional construction phase electrical instrumentation control systems and programming engineering services for the above referenced project

Palm Beach County Water Utilities (County) has identified additional engineering and programming services n~eded to support the ongoing construction phase of the subject project The identified services are in addition to those contained in the current contract specifically the additional services are

Task 5 - Construction Contract Administration

Task 51 Pre-Construction and Monthly Progress Meetings

bull HEE will attend up to an additional 21 construction progress meetings

Task 6-Resident Project Representative

Task 63 Start-Up Services

bull HEE will assist HampS with HampS with overseeing equipment start-ups from an electrical instrumentation and control perspective for an additional five (5) events

Task 7 - Operations and Maintenance Manual Update

bull HEE will assist Hazen with input and review of control strategies related to the programming performed under Task 8 Budget is included in Task 8 for review and comment on the control strategies Hazen will perform the control strategy modifications for the operations and maintenance manual and HEE will review and provide comments Operations and Maintenance Manual updates are limited to instrumentation and control electrical systems are not included

Task 8 - SRWRF Plant Control System PLC Programming

23257 State Road 7 Suite 100 Boca Raton Florida 33428 561-451-9165 Fax 561-451-4886

Page2 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

bull Perform PLC Pro gramming for to support integration of the following project features into the existing plant control system to support construction

o Clarifier 1-1 o Clarifier 1-2 o Clarifier 1-3 o Clarifier 1-4 o Clarifier 2-1 o Clarifier 2-2 o Clarifier 2-3 o Clarifier 2-4 o Rehabilitated Effluent Filters 1 amp 2 o Rehabilitated Effluent Filters 3 amp 4 o Rehabilitated Effluent Filters 5 amp 6 o New Effluent Filters 7amp8 o Filtered Effluent Transfer Pumps 1 amp2 o Filtered Effluent Transfer Pumps 3amp4 o Filtered Effluent Transfer Pumps 7 amp8 o Hypochlorite Tanks 1 amp2 o Hypochlorite Tanks 3amp4 o Anaerobic Digester Group 1 Boiler 1 o Anaerobic Digester Group 1 Boiler 2 o Anaerobic Digester Group 2 Boiler 1 o Anaerobic Digester Group 2 Boiler 2 o Eye Wash Stations (Total 25)

Assumptions bull Up to 65 shop drawing submittal reviews are anticipated with an average review time of

bull 5 hours including re-submittals

bull Anticipated task durations o Task 1 Four (4) months o Task 2 Ten (10) months o Task 3 Six (6) months o Task 4 Six (6) months o Tasks 5 amp 6 Forty-three ( 43) months

bull Programming is for plant PLC controllers only All SCADA screen modifications creation development or deployment will be performed by the County

Our proposed T ampM Task 5 1 additional fee is $478800 Our proposed TampM Task 63 additional fee is $714800 Our proposed TampM Task 8 additional fee is $11006600 Total amendment fee $12200200

HEE wishes to thank Hazen and Sawyer for the opportunity to assist with this project Please do not hesitate to call me if you have any questions regarding this proposal or any other related matter

Sincerely

1Jad~

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 13: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

Secondary Clarifier and Effluent Filtration Improvements

Project No WUD 17-022

EXHIBIT 81 bull Fee Summary bull Amendment 1

Task Description

10 Preliminary Design

20 Final Design

21 bull Prepare 60 Submittal

22 - Prepare 90 Submittal

23 - Prepare 100 Submittal

30 Permitting

40 Construction Bid Services

50 Construction Contract Administration

51 - Preconstruction Meeting amp Progress Meetings

511 bull Preconstructlon Meeting (1)

512 bull Monthly Progress Meetings (21 additional)

513 bull Specialty Meetings (10)

52 - Submltlals (80 additional)

53 bull Interpretation Clarifications and Change Order

531 bull Request for Information (30 additional)

532 bull Change Orders (10)

54 bull Pay Requests (21 additional)

60 Resident Project Representative

61 bull Resident Project Representative

62 bull Discipline Specific Inspections

63 bull Startup Services and Operator Training (5 additional)

64 bull Substantial Final Completion

65 bull Preparation of Record Drawings

70 Operation and Maintenance Manual Update

80 Project Manager

90 PLC Programming

100 EHS Inspection Services

110 Construction Phase Inspection Services

120 SRWRF Process Flow Diagram Update

SUB-TOTAL Hours

Labor rate

Labor Raw Costs

Labor Multiplier

Labor Sub-Total

Sub-consultant Total

middot-bull Project Total

Vice Senior President Associate

0 0

0 0

0 0

0 0

0 0

0 0

0 0

11 42

0 0

0 80

0 30

0 0

0 42

0 546

0 0

0 14

0 0

0 0

0 0

70 92

0 0

0 0

0 0

0 24

81 870

$231 $207

$7700 $6900

30 30

$18711 $180064

Hours

Senior Principal Associate Principal Engineer

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

0 0 0

63 0 0

0 0 0

160 0 80

60 0 30

0 0 0

105 0 0

0 0 637

0 0 0

2 9 0

0 0 0

0 0 0

0 0 0

0 117 0

100 0 0

88 0 0

0 0 0

4 0 0

582 126 747

$177 $159 $132

$5900 $5300 $4400

30 30 30

$103014 $20034 $98604

----

-

SUB-CONSULTANTS

Principal Office SE Florida Total Sub- PROJECT Engineer Designer Support Total Hours Hazen Fee HEE Fee CSP Fee EHS consultants TOTALS

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 116 $22386 $4788 $4788 $27174

0 0 0 0 $0 $0 $0

80 0 0 400 $64320 $14652 $14652 $78972

$0

0 0 0 120 $20790 $5128 $5128 $25918

0 0 0 0 $0 $0 $0

0 0 0 147 $27279 $2198 $2198 $29477

0 0 0 1183 $197106 $0 $197106

0 0 0 0 $0 $0 $0

5 0 0 30 $5238 $7148 $7148 $12386

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 0 0 $0 $0 $0

0 0 18 296 $55051 $0 $55051

0 0 0 100 $17700 $110066 $110066 $127766

0 0 0 88 $15576 $63600 $63600 $79176

1040 0 0 1040 $115440 $0 $115440

0 40 0 68 $10476 $0 $10476

1125 40 18 3588 $551362 $122002 $21978 $63600 $207580 $758942

$111 $120 $72 7

$3700 $4000 $2400 1- --

30 30 30 _- 1- --

-$124875 $4800 $1260 $551362 -- --

-- -_-

$207580 _ $758942 -- --

HILLERS ELECTRICAL ENGINEERING INC

September 21 2021

Mr John Koroshec PE Associate Vice President Hazen and Sawyer PC 2101 Corporate Blvd Boca aton FL 33431

Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Additional Construction Phase Services

Dear John

Hillers Electrical Engineering Inc (HEE) is pleased to provide Hazen and Sawyer PC (Hazen) this revised proposal for additional construction phase electrical instrumentation control systems and programming engineering services for the above referenced project

Palm Beach County Water Utilities (County) has identified additional engineering and programming services n~eded to support the ongoing construction phase of the subject project The identified services are in addition to those contained in the current contract specifically the additional services are

Task 5 - Construction Contract Administration

Task 51 Pre-Construction and Monthly Progress Meetings

bull HEE will attend up to an additional 21 construction progress meetings

Task 6-Resident Project Representative

Task 63 Start-Up Services

bull HEE will assist HampS with HampS with overseeing equipment start-ups from an electrical instrumentation and control perspective for an additional five (5) events

Task 7 - Operations and Maintenance Manual Update

bull HEE will assist Hazen with input and review of control strategies related to the programming performed under Task 8 Budget is included in Task 8 for review and comment on the control strategies Hazen will perform the control strategy modifications for the operations and maintenance manual and HEE will review and provide comments Operations and Maintenance Manual updates are limited to instrumentation and control electrical systems are not included

Task 8 - SRWRF Plant Control System PLC Programming

23257 State Road 7 Suite 100 Boca Raton Florida 33428 561-451-9165 Fax 561-451-4886

Page2 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

bull Perform PLC Pro gramming for to support integration of the following project features into the existing plant control system to support construction

o Clarifier 1-1 o Clarifier 1-2 o Clarifier 1-3 o Clarifier 1-4 o Clarifier 2-1 o Clarifier 2-2 o Clarifier 2-3 o Clarifier 2-4 o Rehabilitated Effluent Filters 1 amp 2 o Rehabilitated Effluent Filters 3 amp 4 o Rehabilitated Effluent Filters 5 amp 6 o New Effluent Filters 7amp8 o Filtered Effluent Transfer Pumps 1 amp2 o Filtered Effluent Transfer Pumps 3amp4 o Filtered Effluent Transfer Pumps 7 amp8 o Hypochlorite Tanks 1 amp2 o Hypochlorite Tanks 3amp4 o Anaerobic Digester Group 1 Boiler 1 o Anaerobic Digester Group 1 Boiler 2 o Anaerobic Digester Group 2 Boiler 1 o Anaerobic Digester Group 2 Boiler 2 o Eye Wash Stations (Total 25)

Assumptions bull Up to 65 shop drawing submittal reviews are anticipated with an average review time of

bull 5 hours including re-submittals

bull Anticipated task durations o Task 1 Four (4) months o Task 2 Ten (10) months o Task 3 Six (6) months o Task 4 Six (6) months o Tasks 5 amp 6 Forty-three ( 43) months

bull Programming is for plant PLC controllers only All SCADA screen modifications creation development or deployment will be performed by the County

Our proposed T ampM Task 5 1 additional fee is $478800 Our proposed TampM Task 63 additional fee is $714800 Our proposed TampM Task 8 additional fee is $11006600 Total amendment fee $12200200

HEE wishes to thank Hazen and Sawyer for the opportunity to assist with this project Please do not hesitate to call me if you have any questions regarding this proposal or any other related matter

Sincerely

1Jad~

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 14: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

HILLERS ELECTRICAL ENGINEERING INC

September 21 2021

Mr John Koroshec PE Associate Vice President Hazen and Sawyer PC 2101 Corporate Blvd Boca aton FL 33431

Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvements Additional Construction Phase Services

Dear John

Hillers Electrical Engineering Inc (HEE) is pleased to provide Hazen and Sawyer PC (Hazen) this revised proposal for additional construction phase electrical instrumentation control systems and programming engineering services for the above referenced project

Palm Beach County Water Utilities (County) has identified additional engineering and programming services n~eded to support the ongoing construction phase of the subject project The identified services are in addition to those contained in the current contract specifically the additional services are

Task 5 - Construction Contract Administration

Task 51 Pre-Construction and Monthly Progress Meetings

bull HEE will attend up to an additional 21 construction progress meetings

Task 6-Resident Project Representative

Task 63 Start-Up Services

bull HEE will assist HampS with HampS with overseeing equipment start-ups from an electrical instrumentation and control perspective for an additional five (5) events

Task 7 - Operations and Maintenance Manual Update

bull HEE will assist Hazen with input and review of control strategies related to the programming performed under Task 8 Budget is included in Task 8 for review and comment on the control strategies Hazen will perform the control strategy modifications for the operations and maintenance manual and HEE will review and provide comments Operations and Maintenance Manual updates are limited to instrumentation and control electrical systems are not included

Task 8 - SRWRF Plant Control System PLC Programming

23257 State Road 7 Suite 100 Boca Raton Florida 33428 561-451-9165 Fax 561-451-4886

Page2 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

bull Perform PLC Pro gramming for to support integration of the following project features into the existing plant control system to support construction

o Clarifier 1-1 o Clarifier 1-2 o Clarifier 1-3 o Clarifier 1-4 o Clarifier 2-1 o Clarifier 2-2 o Clarifier 2-3 o Clarifier 2-4 o Rehabilitated Effluent Filters 1 amp 2 o Rehabilitated Effluent Filters 3 amp 4 o Rehabilitated Effluent Filters 5 amp 6 o New Effluent Filters 7amp8 o Filtered Effluent Transfer Pumps 1 amp2 o Filtered Effluent Transfer Pumps 3amp4 o Filtered Effluent Transfer Pumps 7 amp8 o Hypochlorite Tanks 1 amp2 o Hypochlorite Tanks 3amp4 o Anaerobic Digester Group 1 Boiler 1 o Anaerobic Digester Group 1 Boiler 2 o Anaerobic Digester Group 2 Boiler 1 o Anaerobic Digester Group 2 Boiler 2 o Eye Wash Stations (Total 25)

Assumptions bull Up to 65 shop drawing submittal reviews are anticipated with an average review time of

bull 5 hours including re-submittals

bull Anticipated task durations o Task 1 Four (4) months o Task 2 Ten (10) months o Task 3 Six (6) months o Task 4 Six (6) months o Tasks 5 amp 6 Forty-three ( 43) months

bull Programming is for plant PLC controllers only All SCADA screen modifications creation development or deployment will be performed by the County

Our proposed T ampM Task 5 1 additional fee is $478800 Our proposed TampM Task 63 additional fee is $714800 Our proposed TampM Task 8 additional fee is $11006600 Total amendment fee $12200200

HEE wishes to thank Hazen and Sawyer for the opportunity to assist with this project Please do not hesitate to call me if you have any questions regarding this proposal or any other related matter

Sincerely

1Jad~

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 15: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

Page2 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

bull Perform PLC Pro gramming for to support integration of the following project features into the existing plant control system to support construction

o Clarifier 1-1 o Clarifier 1-2 o Clarifier 1-3 o Clarifier 1-4 o Clarifier 2-1 o Clarifier 2-2 o Clarifier 2-3 o Clarifier 2-4 o Rehabilitated Effluent Filters 1 amp 2 o Rehabilitated Effluent Filters 3 amp 4 o Rehabilitated Effluent Filters 5 amp 6 o New Effluent Filters 7amp8 o Filtered Effluent Transfer Pumps 1 amp2 o Filtered Effluent Transfer Pumps 3amp4 o Filtered Effluent Transfer Pumps 7 amp8 o Hypochlorite Tanks 1 amp2 o Hypochlorite Tanks 3amp4 o Anaerobic Digester Group 1 Boiler 1 o Anaerobic Digester Group 1 Boiler 2 o Anaerobic Digester Group 2 Boiler 1 o Anaerobic Digester Group 2 Boiler 2 o Eye Wash Stations (Total 25)

Assumptions bull Up to 65 shop drawing submittal reviews are anticipated with an average review time of

bull 5 hours including re-submittals

bull Anticipated task durations o Task 1 Four (4) months o Task 2 Ten (10) months o Task 3 Six (6) months o Task 4 Six (6) months o Tasks 5 amp 6 Forty-three ( 43) months

bull Programming is for plant PLC controllers only All SCADA screen modifications creation development or deployment will be performed by the County

Our proposed T ampM Task 5 1 additional fee is $478800 Our proposed TampM Task 63 additional fee is $714800 Our proposed TampM Task 8 additional fee is $11006600 Total amendment fee $12200200

HEE wishes to thank Hazen and Sawyer for the opportunity to assist with this project Please do not hesitate to call me if you have any questions regarding this proposal or any other related matter

Sincerely

1Jad~

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 16: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

Page 3 Mr John Koroshec PE Subject Southern Regional Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Additional Construction Phase Services

Mark E Luther PE MELmel

Business DevelopmentProposalPBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements 09212021doc

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 17: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

PBCWUD SRWRF Secondary Clarifier and Effluent Filtration Improvements HILLERS ELECTRICAL ENGINEERING INC Scope Fee Breakdown -Construction Phase Services Date 9212021

Rate $21200 $15400 $11400 $11400 $9600 $8500 $14200 $6300 Task Proj Man Profess Eng Engineer Const Coard Gadd Drafting Programmer Secretarial Sub-Total Sub-Total Total

PHASE OF WORK Hours Hours Hours Hours Hours Hours Hours Hours Hours Expenses Cost Cost

Task 5 bull Construction Contract Administration $478800

Task 51 Pre-Construction and Progress Meetings Addiitional Progress Meetings (21) 42 42 $478800

Task 6 bull Resident Project Representative $714800

Task 63 Start-up Services Engineering (5 Additional Events) 4 15 35 54 $714800

Task 8 bull SRWRF Plant Control System PLC Programming $11006600

Secondary Clarifiers 16 135 5 144 $2194900 Reclaimed Water System 16 140 5 140 $2265900

Filtered Effluent Transfer Pump Station 14 100 5 130 $1667100 Hypochlorite System 8 42 5 65 $751100

Anaerobic Digester Boilers 13 77 4 100 $1318800 Emergency Eye Wash Showers 3 91 4 104 $1363600

Post Start-up Additional Programming Services 100 4 104 $1445200

Total Hours 4 85 77 685 32 883 Total Labor and Expenses $84800 $1309000 $877800 $9727000 $201600 $12200200

Scope Fee Summary Page 1

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 18: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

CORPORATE PROJECT SERVJCES INC

June 7 2021

John Koroshec PE Associate Vice President Hazen and Sawyer PC middot 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Corporate Project Services Inc (CPSI) is pleased to provide additional project controls services during the construction phase of the referenced project as identified below

Task 1 - Project Controls CPSI will provide additional construction administration services as presented below

Project Controls Assistance - CPSI will provide necessary project control assistance services during the construction phase of the Project Activities shall include assistance with logging arid tracking of requests for information (RFls) construction contractor change orders (COs) permits requests for proposals (RFPs ) contractor payment requests shop drawings contractor construction schedules contractor work plans other submittals and documents This Scope of Services Amendment is based upon providing part-time (6 hours per week) project control specialist assistance for up to 60 additional weeks

COMPENSATION

Total compensation for the services as presented under Task 1 herein will be on a not-to-exceed basis in amount(s) as presented below

TASK NAME AMOUNT

Task1 - Project Controls Services $ -2197800

TOTAL $ 2197800

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Page 1 of 2

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 19: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

CORPORATE PROJECT SERVJCES INC

Sincerely

Esther Lambert President Corporate Project Services Inc

Page 2 of 2

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 20: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

1

Corporate Project Services Inc

Fee Breakdown

BUDGET SUMMARY Description Task No

Hours Labor Cost

Project Controls Assistance

11- Submittals 240 $1465200

12 - Interpretations and Clarificiations 84 $512820

13 - Pay Requests 36 $219780

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 21: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

June 1 2021

John Koroshec PE Associate Vice Presjdent Hazen and Sawyer PC 211 NW Corporate Blvd Suite 301 Boca Raton FL 33431

Subject Southern Region Water Reclamation Facility Secondary Clarifier and Effluent Filtration Improvement

Dear John

Southeast Florida EHS Consulting (SEFEHS) is pleased to provide independent Environmental Health and Safety (EHS) inspection and support services during the construction phase of the referenced project as identified below

Task 1- Overall Safety Program Review

SEFEHS wiH review identify deficiencies and provide recommendations (when appropriate) for the following documents submitted by the Contractor

1 Site-specific health and safety plan (SSHASP)

2 Job hazard analyses (JHAs)for all activities

3 Daily health and safety reports

4 Accident reports and investigations

5 Site safety manager qualifications

6 Training recofdS

This task includes the review of the original documents and one ( 1) resubmittal for each document

Task 2 - Independent EHS Inspections

SEFEHS will perform biweekly inspections for the duration of the project SEFEHS has assumed the following in providing the services under thismiddottask

Disclaimer Southeast Florida EHampS Copsulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

1

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 22: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

1 Project duration of 36 mentras (156 weeks)

2 A ten percent (10)cofttlngency added for the total number of visits to be performed

3 Inspection duration wm be an average of four (4) hours this includes travel time site visit meeting attendance and report preparation

4 Walk the site and audit the imp1ementation of the Contractors safety program (ie SSHASP)

5 Review the Contractors response to deficiencies identified during the site visit and provide a written follow--up

Task 3 - Re-visits Inspections

Based on the results of the inspection and the nature of the violationdeficiency SEFEHS will perform a re-inspection SEFEHS will notify the Owner Engineer and Contractor of such deficiencies and need for re-visit SEFEHS has assumed a total of ten (10) re-visits of a duration of four (4) hours each

Task 4 - Accident Investigations and OSHA Inspections

When required SEFEHS will provide support during accident investigations and OSHA inspections SEFEHS has assumed a total of four (4) inspections of a duration of four (4) hours each

Deliverables

1 SEFEHS shall provide written review comments list of deficiencies and recommendations for the documents listed in Task 1

2 SEFEHS shall provide biweekly reports based on SEFEHSs observations of the construction site and shall highlight any observed deficiencies

3 SEFEHS shall provide written response to the Contractors remedial actions implemented to address deficiencies identified and resolution obtained

4 SEFEHS shall provide a report in the event of an accident investigation andor OSHA inspections that occur during the projects duration

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are int~nded for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the roles of construction

2

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 23: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

Compensation

Compensation for the services as presented under Tasks 1 through 4 above will be provided on a not-to-exceed basis as summarized-below

Iask No Hourly Rate Hours Number of

Visits Total

Task 1 -Overall Safety Program Review $15000 24 -- $ 360000

Task 2- Independent EHS Inspections $15000 4 86 $ 5160000

Task 3 - Re-visits Inspections $15000 4 10 $ 600000

Task 4 -Accident Investigations and OSHA Inspections

$15000 4 4 $ 240000

TOTAL $6360000

We appreciate the opportunity Hazen and Sawyer has provided us in providing the services presented Please contact us if you have any questions or require additional information

Sincerely

Dennis Mantjos CSP CHST CRIS ERIS TCS CES President Southeast Florida EHS Consulting LLC wwwseflehscom

Disclaimer Southeast Florida EHampS Consulting LLC assumes no liability for any recommendations or best management practices since they are intended for guidance purposes only It is the responsibility of contractors to comply with the criteria set forth within the 29 CFR Part 1926 OSHA standard under the rules of constructioa

3

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 24: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

EXHIBIT C1 CONTRACT SCHEDULE

Southern Region Water Reclamation Facility Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

(PBCWU D Project No 17 -022)

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 25: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

EXHIBIT Cl

CONTRACT SCHEDULE Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements (Project No WUD 17-022)

The durations of the major tasks are summarized below

Description Estimated Task Duration lt1gt Completion from

N otice-to-Proceedlt2gt

Task 1 - Preliminary Design 4months 4months

Task 2 - Final Design 12 months 16 months

Task 3 - Permitting 6 months 16 months

Task 4 - Construction Bid Services 6 months 22 months

Task 5 - Construction Contract Administration

45 months 69 months

Task 6-Resident Project Representative

42 months 69 months

Task 7 - OampM Manual Update 4months 72 months

Task 8-Project Management 69 months 72 months

Task 9 - PLC Programming 28 months 69 months

Task 10 - EHS Inspection Services 32 months 69 months

Task 11 - Full-time Inspection Services

6 months 44 months

Task 12 - SRWRF Process Flow Diagram Update

3 months 45 months

Project Completion NIA 72 months

(J) Tasks may overlap

(2) Estimated

Exhibit Cl Cl-I

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 26: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

------

Palm Beach County Water Utilities Department

SecondaryClarlfler and Elfluenl Filtration Improvements (PBCWUD Project No WUD 17-022)

ms Project Duration (Months) Activity

56 6 8 9 10 13 14 15 16 18 19 20 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 45 46 48 49 50 52 53 55 57 58 59 60 61 62 68 69 70 71 72 7 11 12 17 21 22 33 41 42 43 47 51 54 63 64 65 65 67 44

Project Notice-to-Proceed

Task 1 bull Prellmlnay Design

Task 2 bull Final Design

60 contract documents

90 contract documents A

100 contract documents

Task 3 bull Permitting

FDEP construction ~ FDEPERP ~ PBC Bw1ding Dept middot+ j

Task 4 - Construction BidAward Services

Bidding iz~

v -middotmiddot Bid evsluslon and award

Task 5 bull Constructlcn Contract Admin

Task 6 bull Resident Project Representative

Task 7 - OampM Manual Update bull Task 8 bull Project Manager

I middot - ~ Task 9 - PCL Programming =middot

Task 10 bull EHS Inspection Services - - Xbull

Task 11 bull FuD-time Inspection Services

Task 12 bull SRWRF Process Flow Diagram Update ~ ~ Project Closeout

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 27: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

EXHIBIT D1 OFFICE OF SMALL BUSINESS OPPORTUNITY (OEBO)

SCHEDULE NO 1 AND SCHEDULE NO 2 Southern Region Water Reclamation Facility

Engineering Services for Secondary Clarifier and Effluent Filtration Improvements

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 28: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

----------------

-----------------------

OEBO SCHEDULE 1

LIST OF PROPOSED CONTRACTORCONSULTANT AND SUBCONTRACTORSUBCONSULTANT PARTICIPATION Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements 0 17 022

SOLICITATIONPROJECTBID NAME l=nninocrinn ~oruilOC ~ SOLICITATIONPROJECT BID No _w_u__ _-_ ___________ _ 2101 NW Corporate Blvd Suite 301

NAME OF PRIME RESPONDENTBIDDER Hazen and Sawyer PC ADDRESS----------------------------shy(561) 997-8070 CONTACT PERSON Albert Muniz PE Vice President PHONE NO ____________ E-MAIL amunizhazenandsawyercom

December 19 2017 SOLICITATION OPENINGSUBMITTAL DATE ____ _________ _ DEPARTMENT Water Utilities

PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME CONTRACTORCONSULTANT ON THIS PROJECT PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTRACTORSSUBCONSULTANTS ON THE PROJECT

_=~=~~

Check all Applicable Categories)

Non-SBE MWBE SBE DOLLAR AMOUNT OR PERCENTAGE OF WORK

MinorityWomen Small Business Business Black Hispanic Women Caucasian Other

Name Address and Phone Number Please Specify)

1 Hazen and Sawyer PC $55135200 2101 NW Corporate Blvd Suite 301 0 Boca Raton FL 33431 (561) 997-8070

2 Hillers Electrical Engineering Inc $12200200 23257 SR 7 Suite 100

Boca Raton FL 33428 (561) 451-9165 0 0 3 Southeast Florida EHampS Consulting LLC $6360000

PO Box 267963 Weston FL 33326 Z] (239) 910-8162

4 Corporate Project Services Inc 2101 Vista Parkway Suite 221 $2197800 West Palm Beach FL 33411 (954) 701-2454 0 0

5 Please use additional sheets if necessary) $2197800 $12200200 $61495200

Total

Total Bid Price$ Sa942 QQ Total SBE - MWBE Participation _1_8__9_7_oc_o ___ _

Albert Muniz - Vice President I hereby certify that the above information is accurate to the best of my knowledge --ilte~i~=-aa--flYL-~u-bull~--~__l_1__0_ __ tia- __ _

Signat~ Title

Note 1 The amount listed on this form for a Subcontractorsubconsultant must be supported by price or percentage listed on the properly executed Schedule 2 or attached signed proposal

2 Firms may be certified by Palm Beach County as an SBE andor an MWBE If firms are certified as both an SBE andor MWBE please indicate the dollar amount under the appropriate

category

3 Modification of this form is not permitted and will be rejected upon submittal

REVISED 02282019

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 29: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

------------------------------------

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsuftant (for any tier) and should be treated as such The Schedule 2 shall contain bolded tanguage indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

SOLICITATIONPROJECT NUMBER WUD 17-022 SOLICIT AT 10 N PROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Hillers Electrical Engineering Inc Prime Contractor Hazen and Sawyer PC u con rac or ________________ _ S b t t (Check box(s) that apply)

10172018 -10162021 IZISBE WBE 0MBE MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable) Column 1 Column 2 Column 3

IZIMale D Female African-AmericanBlack 0Asian American D Caucasian American Supplier

Hispanic American Native American

SMW8E PARTIOPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

96848 Inspection Services Electrical Instrumentation and Control $1193600 $1193600

92040 Programming Services Computer (Including Mobile Device Appl $11006600 $11006600

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

122at the following total price or percentage __ $__ __o_oz__o_o _________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NIA Price or Percentage ______________ _

Name of 2nd3rd tier Subcontractorsubconsultant

Authorized Signature

Albert Muniz P E

Hazen and Sawyer PC middot eering Inc Print Name of Prime Print Name of s~xo

By f Auth rized Signature

Paul Hillers

Print Name Print Name

Vice President President Title Title

Date 6292021 Date 1a la Revised 09172019

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 30: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

OEBO LETTER OF INTENT- SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain balded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered

Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with

the bidproposal

SOLICITATIONPROJECT NUMBER _w_u_D_1_7_-0_2_2 ______________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Prime Contractor Hazen and Sawyer PC subcontractor Corporate Project Services Inc (Check boxs) that apply)

3162020 to 3152023 SBE WBE MBE 0 MWBE Non-SMWBE Date of Palm Beach County Certification (if applicable) _______

The undersigned affirms they are the following (select one from each column if applicable)

Column 1 Column 2 Column3

Male 0 Female 0 African-AmericanBlack Asian American D Caucasian American Supplier

D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a

properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in

which the SMWBE is certified A detailed proposal may be attached to a properly executed Schedule 2

Line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

95826 Construction Management Services $2197800 $2197800

The undersigned Subcontractorsubconsultant is prepared to self-perform the above-described work in conjunction with the aforementioned project

21 97 at the following total price or percentage __ $_____8_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractorsubconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd 3rd tier Subcontractor subconsultant

Hazen and Sawyer PC Corporate Project Services Inc Print Name of Prime

Bymiddot A-11 k-Qf ~ Authorized SigflaUe

Albert Muniz PE Esther Lambert

Print Name Print Name

Vice President President Title Title

Date ___ g ______ __ ) tlt---l__2_1------- Date -~e--+-~l f-f-l ~-2-f-------Revised 09172019

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 31: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

OEBO LETTER OF INTENT - SCHEDULE 2

A completed Schedule 2 is a binding document between the Prime Contractorconsultant and a Subcontractorsubconsultant (for any tier) and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 both parties recognize this Schedule as a binding document All Subcontractorssubconsultants including any tiered Subcontractorssubconsultants must properly execute this document Each properly executed Schedule 2 must be submitted with the bidproposal

17 022 SOLICITATIONPROJECT NUMBER_w_u_o__-________________________ _ SOLICITATIONPROJECT NAME Contract for ConsultingProfessional Services Secondary C1arffier and Effluent Filtration Improvements Engineering Services

Southeast Florida EHampS Consultingt LLC Prime Contractor Hazen and Sawyer PC S u b con t ra ct or ________________ _

(Check boxs) that apply SBE O WBE MBE MWBE EINon-SMWBE Date of Palm Beach County Certification (if applicable) ______ _

The undersigned affirms they are the following (select one from each column if applicable Column 1 Column 2 Column3

Male Female African-AmericanBlack Asian American 0 Caucasian American Supplier D Hispanic American Native American

SMWBE PARTICIPATION - SMWBE Primes must document all work to be performed by their own work force on this form Failure to submit a properly executed Schedule 2 for any SMWBE participation may result in that participation not being counted Specify in detail the scope of work

to be performed or items supplied with the dollar amount andor percentage for each work item SMWBE credit will only be given for the areas in which the SMWBE is certified A detaifed proposal may be attached to a properly executed Schedule 2

line

Item

Item Description Unit Price Quantity

Units

Contingencies

Allowances

Total PricePercentage

91893 SecuritySafety Consulting $6360000 $6360000

The undersigned Subcontractorsubconsultant 1s prepared to self-perform the above-described work in conjunction with the aforementioned project

at the following total price or percentage __ $_63__6_0_o_o_o __________ _

If the undersigned intends to subcontract any portion of this work to another Subcontractor subconsultant please list the business name and the

amount below accompanied by a separate properly executed Schedule 2

NA Price or Percentage ______________ _

Name of 2nd3nI tier Subcontractorsubconsultant

Hazen and Sawyer PC Southeast Florida EHampS Consulting LLC Print Name of Prime

By 4 u U 91-- 1J 1J AuthofuedSi ature

Albert Muniz P E

Print Name Print Name

Vice President Manager Title Trtle

Date __ Date----~ ___ t ------ f _r_~_2-_f ___ _ _l___degt_ ___ __

Revised 09172019

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 32: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

Location Map ATTACHMENT - 2

PBCWUD Project No 17-022

g ~-- -- --- middotq_ ____ bull~bullv auiJ 1111 111~ lt 111111111 r i I I ir~LUJJ uu _ 1 JampJillIbull~ sect 1111111111111rn1u1 11

I g ~

ii i

ii r middot1

ii q i jj i ti ii

n 11ir Ii

ii

=====~k===========iiF=====~

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD

Page 33: Agenda Item #3K-1 PALM BEACH COUNTY BOARD OF COUNTY

ATTACHMENT 3 HAZEampSA-01 ABAREFOOT

ACORD DATE (MMDDNYYY) CERTIFICATE OF LIABILITY INSURANCE ~ I 3252021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER Ames amp Gough 8300 Greensboro Drive Suite 980 McLean VA 22102

CONTACT NAME

I FAX ~~gNo Ext) (703) 827-2277 (AC No)(703) 827-2279 i~ifJ~ss adminamesgoughcom

INSURER(S) AFFORDING COVERAGE NAIC

INsuRER A Hartford Fire Insurance Companv A+ (XV) 19682 INSURED

Hazen and Sawyer 498 Seventh Avenue New York NY 10018

INSURER B Twin Citv Fire Insurance Comoanv A+ (XV) 29459 INSURER c Continental Casualtv Comoanv (CNA) A XV 20443 INSURERD

INSURERE

INSURERF

COVERAGES CERTIFICATE NUMBERmiddot REVISION NUMBERmiddot

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR TYPE OF INSURANCE ~Jgtfk ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS I TQ IMMDDNYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000000

I- CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED 1000000 X X 42UUNOL5499 3292021 3292022 pQi=tAISF~ Fa occummc $ I-

X Contractual Liab I-

MED EXP ltAnv one oerson $ 10000

PERSONAL amp ADV INJURY $ 1000000 -

GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2000000

~ POLICY 0 rrg D LOG PRODUCTS - COMPOP AGG $ 2000000

OTHER $

A ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT Fa ~~cirlnt $ 2000000

X ANY AUTO X 42UENOL5501 3292021 3292022 BODILY INJURY (Per oerson $ I- OWNED - SCHEDULED - AUTOS ONLY - AUTOS BODILY INJURY (Per accident $

HIRED NON-OWNED tP~~~c~d~t~AMAGE $ - AUTOS ONLY - AUTOS ONLY CompColl Ded $ 1000

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $

DED I I RETENTION $ $

B WORKERS COMPENSATION XI ~ffTUTE I I ~JH-AND EMPLOYERS LIABILITY YN X 42WBOL6H6E 3292021 3292022 1000000 ANY PROPRIETORPARTNEREXECUTIVE []] EL EACH ACCIDENT $ OFFICERMEMBER EXCLUDED NA

1000000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1000000

C Professional Liab AEH008231489 3292021 3292022 Per Claim Aggregate 3000000

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES f CORD 101 Additional Remarks Schedule may be attached if more space is required) RE Project WUD 17-022 Contract Resolution R2017-1912 - Contract for ConsultingProfessional Services for Secondary Clarifier and Effluent Filtration Improvements Engineering Services

Palm Beach County Board of County Commissioners a political subdivision of the State of Florida and Palm Beach County Water Utilities Department its officers directors agents and employees are included as additional insured with respect to General Liability and Automobile Liability when required by written contract per attached endorsements General Liability and Workers Compensation policies include a waiver of subrogation per attached endorsements in favor of the additional insureds where permissible by state law and when required by written contract

CERTIFICATE HOLDER CANCELLATION

Palm Beach County Water Utilities Department

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

co JDi Data Corporation 100 W Cypress Creek Rd Suite 1052 Fort Lauderdale FL 33309

I

AUTHORIZED REPRESENTATIVE

~ ACORD 25 (201603) copy 1988-2015 ACORD CORPORATION All rights reserved

The ACORD name and logo are registered marks of ACORD