42
FOURTH AMENDMENT PROFESSIONAL SERVICES AGREEMENT (CCNA) Clerk Tracking No. ^o^}~0n/6> ' THIS FOURTH AMENDMENT the "Fourth Amendment") to the Contract for Professional Services s made and entered into this 4th da of November 2020 by and between the CITY OF NAPLES, a Florida Municipal Corporation (the "CITY")^ and ERICKSON CONSULTING ENGINEERS, INCORPORATED, a Florida Corporation, authorized to do business in the State of Florida, (the "CONSULTANT"). WHEREAS, the CITY and the CONSULTANT entered into that certain Agreement on August 19. 2015; RFQ No. j 5-048 and Clerk Tracking No. 15-00132 (the'-Original Agreement") to furnish Naples Beach Stormwater Outfalls Services (the 'Project');~and WHEREAS, the parties desire to amend the Original Agreement by this Fourth Amendment so that the CONSULTANT will provide additional services pursuant to the terms and conditions contained herein. WHEREAS, the parties are required by 119. 0701 F. S. to amend the Original Agreement so that the CITY and CONSULTANT will abide by the terms and conditions contained herein. NOW, THEREFORE, for good and valuable consideration, the receipt of which is hereby acknowledged, and in consideration of the mutual covenants, promises and conditions herein set forth, it is hereby acknowledged and agreed as follows: 1. The above recitals are true and correct and are incorporated herein by this Reference. 2. "Article Three Section 3. 1, Time" shall be amended for the provision of additional time by the Consultant with an estimated completion date of June 30 2022 with a 60-da Pro'ect Close-out time frame. 3. "Article Four, Compensation" shall be amended for the provision of additional fees^ for ^Japles Beach Stormwater Outfalls Services Project by the CONSULTANT in the amount of 1 658 400. 00 as indicated in Attachment A-1 which is attached and made a i art of this Fourth Amendment. Said A reement total includin its four Amendments is 3. 159700. Q(L_ 4. "Article Five, Maintenance of Records" shall be amended to add Articles 5. 2 and 5. 3 as indicated below and made a part of this Fourth Amendment. 5. 2 119. 0701 F. S. CONTACT INFORMATION FOR CITT OF NAPLES CUSTODIAN OF PUBLIC RECORDS. CITY CLERK'S OFFICE. If the CONSULTANT^ias questions regarding the-applicatron-of^ Chapter 119, Florida Statutes, to the consultant's duty to provide Rev. 01/17/2019 CA SA Amendment JDFox / gls 1

If the CONSULTANT^ias questions regarding the-applicatron

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

FOURTH AMENDMENTPROFESSIONAL SERVICES AGREEMENT (CCNA)

Clerk Tracking No. ^o^}~0n/6> '

THIS FOURTH AMENDMENT the "Fourth Amendment") to the Contract forProfessional Services s made and entered into this 4th da of November 2020 by andbetween the CITY OF NAPLES, a Florida Municipal Corporation (the "CITY")^ andERICKSON CONSULTING ENGINEERS, INCORPORATED, a Florida Corporation,authorized to do business in the State of Florida, (the "CONSULTANT").

WHEREAS, the CITY and the CONSULTANT entered into that certain Agreementon August 19. 2015; RFQ No. j 5-048 and Clerk Tracking No. 15-00132 (the'-OriginalAgreement") to furnish Naples Beach Stormwater Outfalls Services (the 'Project');~and

WHEREAS, the parties desire to amend the Original Agreement by this FourthAmendment so that the CONSULTANT will provide additional services pursuant to theterms and conditions contained herein.

WHEREAS, the parties are required by 119.0701 F.S. to amend the OriginalAgreement so that the CITY and CONSULTANT will abide by the terms and conditionscontained herein.

NOW, THEREFORE, for good and valuable consideration, the receipt of which ishereby acknowledged, and in consideration of the mutual covenants, promises andconditions herein set forth, it is hereby acknowledged and agreed as follows:

1. The above recitals are true and correct and are incorporated herein by thisReference.

2. "Article Three Section 3. 1, Time" shall be amended for the provision ofadditional time by the Consultant with an estimated completion date of June30 2022 with a 60-da Pro'ect Close-out time frame.

3. "Article Four, Compensation" shall be amended for the provision ofadditional fees^ for ̂Japles Beach Stormwater Outfalls Services Project bythe CONSULTANT in the amount of 1 658 400. 00 as indicated inAttachment A-1 which is attached and made a i art of this FourthAmendment. Said A reement total includin its four Amendments is

3. 159700.Q(L_

4. "Article Five, Maintenance of Records" shall be amended to add Articles5.2 and 5.3 as indicated below and made a part of this Fourth Amendment.

5. 2 119. 0701 F. S. CONTACT INFORMATION FOR CITTOF NAPLES CUSTODIAN OF PUBLIC RECORDS. CITYCLERK'S OFFICE.If the CONSULTANT^ias questions regarding the-applicatron-of^Chapter 119, Florida Statutes, to the consultant's duty to provide

Rev. 01/17/2019 CA SA Amendment JDFox / gls 1

3.

public records relating to this contract, contact the City Clerk,City of Naples Custodian of Public Records, at Telephone: 239-213-1015, Email: PublicRecordsRe uest na les ov.com;Address: 735 8th Street South; aples, Florida 34102. ailingaddress: same as street address.

5.3 The CONSULTANT shall:

1. Keep and maintain public records required by the CITY toperform the service.

2. Upon request from the CYTY'S custodian of public records,provide the CITK with a copy ofUie requested records or allowthe records to be inspected or copied within a reasonable timeat a cost that does not exceed the cost provided in this chapter119. 0701 F.S. or as otherwise provided by law.

Ensure that public records that are exempt or confidential andexempt from public records disclosure requirements are notdisdosed except as authorized by law for the duration of thecontract term and following completion of the contract if theCONSULTANT does not transfer the records to the CITY.

Upon completion of the contract, transfer, at no cost, to theCfTY all public records in possession of the CONSULTANT orkeep and maintain public records required by the CITY toperform the service. If the CONSULTANT transfers all publicrecords to the CITY upon completion of the contract, theCONSULTANT shall destroy any duplicate public records thatare exempt or confidential and exempt from public recordsdisclosure requirements. If the CONSULTANT keeps andmaintains public records upon completion of the contract, theCONSULTANT shall meet all applicable requirements forretaining public records. All records stored electronically mustbe provided to the CITY, upon request from the CITTScustodian of public records, in a format that is compatible withthe information technology systems of the CIT/.

The terms of this Fourth Amendment shall control and take precedence overany and all terms, provisions and conditions of Original Agreement whichmight vary, contradict or otherwise be inconsistent with the terms andconditions hereof.

All of the other terms, provisions and conditions of Original Agreement,except as expressly amended and modified by this Fourth Amendment,shall remain unchanged and are hereby ratified and confirmed and shall

TemaimrrfalHorce and effect.

4.

6.

Rev. 01/17/2019 CA SA Amendment JDFox / gls

7. This Fourth Amendment may be executed in any number of counterparts,each of which shall be deemed to be an anginal as against any part whosesignature appears thereon and all of which shall together constitute one andthe same instrument.

IN WITNESS WHEREOF, the CIP»' and the CONSULTANT have caused thisFourth Amendment to be duly executed by their duly authorized officers, all as of the dayand year ̂F9t above written.

.

A?S ^~_y^^c

An^TSOMTHE-^r"^F;, ^..^ ^-

By:^, '^*^. -'Patric^L. ' , osk., rty Clerk

-'^^., ^.^

CITY:

CITY OF NAPLES, FLORIDA

By:<Charles T. C pma City Manager

Approved as to form and legal sufficiency:

By:James , ox, City ttome

Wltn (Signature)

PrintedName: '3©3£ L. FTftffA-ae-

CONSULTANT:

ERICKSON CONSULTING ENGINEERS, INC.7201 Delainey CourtSarasota, Florida 34240Attention: Kary . Erickson, President

By:(Signs re)

PrintedName: ^^- ^ fc^i^So^

: T^trt^i P/M-E^6'^E. £R Rz£S«D£A3rTTitle

FEI/EIN Number: On FileA Florida Corporation (FL)

Rev. 01/17/2019 CA SA Ammdment JDFox / gls

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 1 of 39

NAPLES BEACH STORMWATER OUTFALLS - SCOPE OF SERVICES (AMENDMENT 4)PURSUANT TO THE AGREEMENT BETWEEN THE CITY OF NAPLES AND ERICKSON CONSULTING

ENGINEERS, INC

PROJECT DESCRIPTION

This Scope Amendment (Amendment 4) is to outline the amended scope of services to complete

the tasks as directed by City Council at a September 17, 2020 Special Meeting, following the

September 14, 2020 City Council Workshop at which Project Structure, Water Quality Goals, and

Key Components were presented and reviewed by City Council.

Adjustments to the Scope of Services included herein are specific design, permitting, and final

engineering tasks necessary to achieve the goals set forth by City Council, including:

. Modify the design and permits for the South System (Outfall Basins 5-10, further

described below) and design and permitting of the North System (Outfall Basins 2-4,

further described below) in accordance with Project Structure Alternative A (described

below).

. Include a public outreach component that assists staff with necessary graphics and

technical support.

. Continue to engage volunteer members of the Environmental Review Committee.

PROJECT BACKGROUND

There have been long-standing concerns from the State's regulatory agencies, City officials andstaff, environmental groups, property owners, residents and visitors that the beach outfalls

adversely impact beach erosion, lateral beach access, sea turtle nesting habitat, water quality

and beach aesthetics. In addition, the City has experienced significant flooding of Gulf ShoreDrive during high frequency rainfall events.

In 2012, the City adopted Resolution No 12-13028 and amended their stormwater master plan

to require^the removal of the City's stormwater beach outfalls. In September 2015 to June 2016,

Erickson Consulting Engineers, Inc. (ECE) conducted a technical analysis and presented the Design

Development Phase 1 to the City Council assessing the feasibility of and providing a design (30%)

for consolidation of the nine publically owned outfalls to a stormwater pump station(s) in alocation that would receive all or a portion of the stormwater currently discharging along Naples

Beach (Drainage Basin II); and discharge the collected and treated stormwater through anoffshore gulf discharge pipeline(s). This work was detailed in a report by ECE entitled "Naples

Page | 1

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 2 of 39

Beach Restoration and Water Quality Improvement Project: 30% Design Technical Report" datedMay 2016.

The City Council directed City Staff to proceed with Project Structure Alternative A, as more fully

described in the Agenda Memorandum for Item 6-A presented at the September 14, 2020 City

Council Workshop and at the September 17, 2020 City Council Meeting.

The Project Structure Report included the identification and ranking of three (3) alternatives thatmet the prescribed project goals and objectives which include:

1. Reduce flooding and provide measurable water quality improvements;

2. Eliminate erosion rates from outfall induced scour and improve lateral beach access byremoving pipelines;

3. Reduce adverse impacts to the beach and nearshore natural resources (sea turtles and

hardbottom);

4. Meets or exceeds the existing level of Service (LOS) to convey flows and improve the

stormwater system's resilience for:

a. 5-yr/l-hr rain event (City of Naples Comprehensive Plan);

b. 5Yr/24-hr rain event, and the

c. 25-yr/3-day rain event (SFWMD);

5. Convey treated stormwater to a pump station(s) and offshore; and

6. Community education and outreach (project goals & objectives).

City Council directed staff to proceed with Project Structure Alternative A, which is comprised of

a north system and a south system as follows:

North Drainage and Treatment System (North System) - consolidates the existingstormwater flows associated with Outfalls 2, 3 and 4 (25-Yr 3 day), redirects flows from

7th Street North and South Golf Drive (currently draining into the Alligator/South/NorthLake system), and conveys the flows to a pump station located in the vicinity of the Naples

Beach Hotel and Golf Club with treatment and discharge lines deep drilled and a diffuser

system placed offshore in the Gulf. All pipeline consolidation is along Gulf Shore Blvd.

and the portion of South Golf Drive between Gulf Shore Blvd. and approximately 7th

Street. The north system treats 100% of the 25-yr peak flow through the pump station.

South Drainage and Treatment System (South System) - consolidates the existingstormwater flows associated with existing Outfalls 5, 7, 8, 9 and 10 and the portion of

Outfall 6 south of 7th Avenue North (25-Yr 3 day) and conveys these flows to a pumptation located at 3rd Avenue North with treatmentand discharge using directional drilled

Page | 2

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 3 of 39

deep pipelines through an offshore diffuser system. The south system treats 57% of the

25-yr 24 hour peak flow through the pump station. An overflow line will be located at

Outfall 6 to convey stormwater during extreme storm events when peak dischargevolumes exceed the maximum rates for the pump stations, by diverting the flows from

Alligator Lake. The overflow line will be located below the visible beach and open only

during extreme storm events, estimated to occur once in 10-15 years and when AlligatorLake Water Levels exceed the designated storage limits at 3. 25 feet. The potential exists

for pipeline consolidation along the back-beach or Gulf Shore Blvd.

The scope of work described herein continues the development of the Project StructureAlternative A North and South Systems, hereinafter referred to as the "Project, " through the

detailed design, permitting and bidding phase based on the following tasks.

Task 1. Project Administration and Contract Management

Task 2. City Council Meetings, Environmental Advisory Coordination and Grant

Application, Public Outreach

Task 3. Data Collection and Mapping

Task 4. Stormwater System Modeling (infoSWMM)Task 5. South System Design Development (75%)

Task 6. North System Design Development (60%)

Task 7. Regulatory Permit Revisions - South System

Task 8. Regulatory Permit Acquisition - North SystemTask 9. Final Engineering and Bid Documents

Task 10. Lowdermilk Bio-Reactor Garden Feasibility Study

ECE ("Engineer") will complete the following task assignments for the City of Naples ("City").

SCOPE OF SERVICES - South System Re-design and Permit Modification, North

System Design and Permitting, and Construction Bidding Services.

Task 1^ Project Administration and Contract ManagementThe Engineer will provide a Project Manager and staff to administer the technical, environmental

and administrative tasks necessary to execute the Project. To ensure timely and cost-effective

completion of this contract, the Engineer will maintain rigid cost and scheduling controls on allwork performed in association with the contract and will adhere to the Project timeline. The

Engineer will coordinate sub-Engineer contracts as required to establish deliverables, schedule

and invoicing procedures to meet the City's requirements for payment.

Page | 3

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 4 of 39

Engineer will update the Project schedule (Attachment A) and budget (Attachment B) as needed

to document progress and work accomplished. The Engineer's Project Manager will monitor and

control costs, deliverables, and schedules and provide quality control of all work products.

The Engineer will prepare for and participate in meetings with City staff at key milestones (outline

in the design process. These meetings will be held in person at the City Engineer's office. The

Engineer's Project Manager and senior staff member will attend each meeting, as appropriate.

The timing of these meetings is as described below and in the schedule provided as Attachment

A and correspond to the design phases of work. In addition to the design meetings, monthly

progress meetings will be held between the Engineer and City's Project Manager and other team

members as appropriate. These meetings will alternate between virtual and physical meetings

held at the City Engineer's office. The monthly meetings will include the design meetingsreferenced herein.

Pro'ect Initiation Meetin s. Upon entering into a contractual agreement with the City, the

Engineer shall prepare for and attend the Project Initiation meeting with City staff. The purposeof the meeting is to review the Project scope and schedule and establish an overall understanding

of the Project's goals and objectives. The meeting will set the stage for the maintenance of a

high level of coordination and communication amongst the parties from the outset. The Engineer

will prepare and distribute minutes to the Project participants following the meeting. Three

additional meetings with staff are planned prior to 60% design, including a site reconnaissance

meeting, a meeting to establish siting and layout parameters for the North Pump Station (NPS),

and a meeting to review the collected Field Data and Hydraulic Model Findings. A meeting will

also be held with the Developers of the Naples Beach Hotel and Golf Club (NBC).

60%Desi n Review Meetin s. Upon completion of the South System Design Development (Task5) and the Design Development of the North System (Task 6), the Engineer will meet with the

City to review the design prior to submission of the regulatory permit applications. The 60%

Design Review Meetings will be focused on Key Components of the design and will include

meetings to review: 1) Roadway and Drainage Design (including Curb Radii), 2) Pipeline

Consolidation and Offshore HDD/Diffuser System Design (NPS and SPS), 3) Pump Station Design

(NPS), and 4) Water Quality Components.

Final Desi n Review Meetin . Upon commencement of the Final Engineering (Tasks 9A. 1-4 and

9B. 1-4), the Engineer will meet with the City to review the final design and bid document

requirements prior to preparing the Bid Set. One Final Design Review Meeting will be held forthe South System and one for the North System.

Page | 4

Erickson Consulting Engineers, Inc.

^ -^g

Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 5 of 39

Monthl Pro ress Meetin s. The Engineer will facilitate monthly progress meetings with the City

for the purpose of providing a summary on the Project status, schedule, major issues to beaddressed and next steps relating to the execution of the Project. It is assumed that there will

be periodic suspensions of monthly meetings for various reasons including holidays, with sixteen

(16) meetings anticipated.

Each meeting will have an agenda and sign in-sheet prepared by Engineer. Meeting summary

notes will be prepared by Engineer and submitted to all attendees within three (3) business days

of the meeting for review and comment. Monthly meetings will be arranged and setup in

consultation with the City Project Manager. This task includes an allowance for meeting

participation by sub-Engineers as directed by the City.

These services will be provided for an estimated project duration of 16 months.

Task 2: City Council Meetings, Environmental Advisory Coordination and Grant

Funding, and Public OutreachThe Engineer will assist the City in presenting the progress of the design and permitting of the

project to the City Council, including the preparation of Powerpoint presentations, graphics andmemorandums as appropriate. The scope of work assumes the Engineer's and Sub-Contractor(s)

attendance at four (4) meetings (upon the request of City Staff or City Council), including: 1) 75%Design of the South System (including Water Quality Components), 2) 60% Design of the North

System (including Water Quality Components), 3) 90% Design of the South System, and 4) 90%

Design of the North System.

The Engineer will assist the City in coordination with the Environmental Advisory and preparingGrant Applications, and with Public Outreach. This task includes an allowance for graphics and

meeting attendance by sub-Engineers as directed by the City.

Task 3: Data Collection and MappingThe Engineer will conduct supplemental data collection and mapping as necessary for detailed

design and permitting of the Project. The Engineer-will utilize existing City and available data

(public non-proprietary) to the maximum extent possible.

Task 3A: Surve

The Engineer will conduct surveys as specifically required to design and permit the project. These

surveys include:1) A right-of-way and topographic survey of the 3rd Street (from 100 feet south of 2nd

Avenue South to South Golt Drive)-including all intersections. Cross sections of

Page | 5

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 6 of 39

intersecting streets (including road centerline, edge of pavement, roadside swale

invert and elevation at ROW), from 100 feet west of 3rd Street to the eastern edge ofthe Basin II boundary will be surveyed at 100-foot intervals using GPS methods (for

the express purpose of verifying general surface water flow patterns. Cross sections(including road centerline, edge of pavement, roadside swale invert and elevation at

ROW), of Gulf Shore Blvd. north of the Naples Beach Hotel and Golf Club, Oleander

Drive (between Gulf Shore Blvd. and the Basin 2 Boundary, and Clayton Road

(between Oleander Drive and the Basin 2 Boundary) will be surveyed at 100-footintervals using GPS methods (for the express purpose of verifying general surface

water flow patterns. The north beach access (future pump station location) and

existing beach outfall #2 site will be surveyed in accordance with Rule 62B-33.0081,

FAC as required to complete the design as well as procure a Coastal ConstructionControl Line (CCCL) permit from the State.

2) The needed right-of-way and topographic survey of South Golf Drive between Gulf

Shore Blvd. and U.S. 41 is included in this scope as a budget allowance in the event

the information is needed prior to the survey schedule associated with the South GolfDrive FDOT improvement project. This task items provides funding for coordination

with the project surveyor for South Golf Drive once identified.

3) Depth soundings needed to estimate the lake bottom contours of South Lake, as well

as the sumps immediately adjacent to the influent pipes will be conducted by theEngineer and provided to the City in the form of a map.

4) A stormwater infrastructure survey shall be conducted to obtain surface elevation and

location data on all visible utilities and stormwater conveyance system componentswithin each road intersection along 3rd Street between 2nd Avenue South and SouthGolf Drive and along Gulf Shore Blvd. and Oleander Street north of the Naples Beach

Hotel and Golf Club. A survey of the stormwater structures, as well as one structure

upstream and one structure downstream, at each intersection along streets described

above will be conducted. Additionally, the surveyor shall collect survey points for the

centerline and both edges of payment at a 100 ft spacing along streets describedabove. Note: Visible utility locations will include all above ground sanitary, potable

water, cable, phone and electric facilities. Subsurface location of utilities is not

included in this scope of work. Inverts and sanitary manholes is not included in this

scope of work. This scope does not include survey of South Golf Drive as survey of

this ROW will be included in a proposed FDOT roadway improvement project of South

Golf Drive. This scope includes an allowance to coverthe portion of the survey neededto complete the trunkline and drainage design in the South Golf Drive ROW in the

event the project schedule requires this information before it is available according to

the FDOT Road project__

Page | 6

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 7 of 39

5) The Engineer will rely on Collier County's Spring 2020, or more recent as it becomes

available, beach profile and bathymetric data and sub-bottom sediment depths for

the design of the directionally drilled line. This Scope does not include bathymetric

mapping of the offshore discharge site.6) Mapping of the hardbottom in the Gulf of Mexico near the outfall shall be conducted

to verify the locations of the HDD diffusers. A preliminary Historical Data Analysis will

be performed to determine historic hardbottom coverage and persistence in the area.

A side-scan sonar imagery survey will be conducted to delineate areas of different

surface type to map potential hardbottom within the survey area. A field survey will

be performed along a 1,200 to 1,700 foot radii from the City's existing drainage

easement near Oleander Drive and GSB, focusing on the seaward edge of the

hardbottom, to assess of major benthic functional groups (e.g. seagrass, stony coral,

gorgonians, macroalgae, sponges, and tunicates), which is intended to satisfy

requirement for environmental permits. If present, coral colonies will be identified tospecies level and assessed for maximum size (to nearest cm) and overall health.

Representative photographs/video will be taken using an underwater camera.

Electronic survey files signed and sealed by registered land surveyor will be provided to the City.

The scope does not provide for a subsurface utility locate to determine utility conflicts. These

services, if needed, will be provided as an additional service.

Task 3B: Geotechnica I Invest! ation Dee Core Bonn

One (1) standard penetration test (SPT) boring will be performed to determine the nature and

condition of the subsurface soils. The boring will reach 80-100 ft below the natural ground

surface or at least 20 feet into limestone rock exhibiting a minimum blow count of 50, whichever

is less. Any limestone encountered will be characterized by recording Time-Pressure Cutting

Profiles that record the time it requires to drill through 12" of limestone with a specific down

pressure on the drill bit. This will give a profile of relative rock consistency/hardness. For design

of the pump station, samples will be taken to a depth of 50 ft below the surface at 5 foot intervals

and tested to determine (a) soil stratification, (b) a generalization of subsurface soil conditions

encountered in the borings, (c) analysis of existing soil conditions with respect to the proposed

construction of the pump station and (d) standards soil gradation, as necessary, should materials

other than sand be encountered. Sediment samples analyzed and described from the log shall

be of sufficient spacing and frequency to adequately describe the sediment layers within thecores. Individual sample analysis and total sample composite analysis shall be provided including

percent silt, organics, rock and debris, as well as, any other significant compositions. The cores

will be cataloged using standard drilling log forms, granularmetric reports, and rain size

distribution plots with the testing and analysis performed to characterize the sediments usingPage | 7

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 8 of 39

-^-.L'WB. -^

standard statistical methods (mean, standard deviation, etc. ).

A geotechnical report summarizing the findings of the boring, signed and sealed by a professional

geotechnical engineer, will be provided to the City.

Task 3C: Basema s

The data acquired and compiled will be used to update the Project's base drawings and maps

and utilized throughout the design, permitting and construction phases to create design andworking drawings. The compiled base maps in AutoCAD format (2015/16) will be distributed to

the City and the Project sub-Engineer(s), as appropriate.

In addition to the basemaps, the work products and findings forthe Supplemental Data Collection

and Mapping work will be presented in monthly progress meeting(s) and through a brief andconcise technical memorandum.

Task 4: Storm Water Modeling

Storm water modeling required for the project includes four main modeling tasks: (1) Revise the

approved and permitted InfoSWMM model for Basins 5-10 to remove the impervious areasassociated with the sidewalk and re-compute flows, (2) Model the reduced South Pump Station

with flows along 3rd Street re-routed to Alligator Lake (or South Lake), (3) Model the North PumpStation and revised Sub-Basins 2-4 and 6, and (4) Prepare the Plume/Sediment Mixing Zone

Modeling for the North Diff user System.

The SYr-lHr, 5Yr-24Hr and 25Yr-3Day rainfall hydrographs will provide the hydrology forcing. The

1 %" rain event will also be modeled to assess pump station cycling for higher frequency events.Compilation and analysis of measured data with comparison to prior stormwater studies will

drive the model development. The model will then be developed and adjusted to represent the

observed stormwater staging and flows in Sub-Basins 5-10 (South System) and Sub-Basins 2-4

(North System) of the City of Naples' Basin 11. Following the model verification, tl-Te SYr-lHFand

25Yr-lHr (City Requirement) and 25Yr-3Day (District Requirement) events will be simulated for

the Project design development to revise the trunklines and pump stations for the system's"design" operating conditions. The extent of the South System model domain will cover Basin II

from 2nd Avenue South (at the south end of the Project Area), up to 7th Avenue North (at thenorth end of the Project Area); the extent of the North System model domain will cover Basin II

from 7th Avenue North (at the south end) to the northern limits of Sub-basin 2 within the City ofNaples' Basin II.

Page | 8

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 9 of 39

The stormwater model studies will be summarized in an updated and revised report including adescription of the revisions to the model setup, sub-basins, pipeline system, collected data,

comparison with prior studies, and results. The report will be provided to the City and the State

(SFWMD /FDEP) as part of the regulatory permitting revisions.

Task 4A: South Pum Station - Revise Permitted Model to Remove Bike Lanes

The model for the South System (as permitted) will be revised to remove the impervious area

associated with the bike lanes. The impervious area calculations for Basins 5-10 will be updated,and run-off simulations will be performed to calibrate the updated model to the permittedconditions.

Task 48; South Pum Station - Reroute 3rd Street Draina e

The model developed and calibrated in Task 4A will be further modified to re-route flows from

3rd Street to either Alligator Lake or South Lake.

Task4B. l: Model Setu - Revise Basin Boundaries Im ervious Areas 3rd St. Surve and

or sub-catchments

The Model will include adjustments to total and impervious areas in Basins 6, 7 and 8 toshift drainage (from Basins 7 and 8 within the 3rd Street Corridor) to Basin 6. Sub-

catchments will be updated according to the survey data collected underTask 3A. 1 above.

The Engineer will design a new trunkline within the 3rd Street corridor to collect and routeflows to Alligator Lake, and review of the trunk line sizing on Gulf Shore Blvd. between 2ndAvenue South to 3rd Avenue North to allow increased distance between the trunk line and

adjacent properties.

Task4B.2: Model Veri ication - Corn are Simulated elevations lows with Previous Model

In ormation

Model verification will include adjustment of friction coefficients, impervious areas, andpre-storm upstream storage until agreement is obtained between observed and re-simulated data to meet the District (or FDEP) acceptance.

Task 4B. 3: Run-o Simulations 5 rlhr 5 r 24hr 25 r 3 da - 3rd St. to All! ator Lake

and 3rd St. to South Lake

The SYr-lHr and 25Yr-lHr (City Requirement) and 25Yr-3Day (the District Requirement)

events will be simulated for the Project design development to evaluate the trunkline,pump station and overflow line for the system's "design" operatin conditions.

Page | 9

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 10 of 39

Tasks 4B.4: Pi eline Consolidation 0 tions 2nd Ave. South vs. Central Avenue

The resulting model will be applied to assess the design of the Project and varying systemcomponents (conduit geometry, capacities, and alternatives) to evaluate the Gulf Shore

Blvd. trunk line, the 3rd Street trunk line, and re-evaluate the pump station and overflowline for the system's "design" operating conditions.

The Engineer shall design the trunkline (main conveyance line which runs along Gulf Shore

Blvd and conveys flows from Outfalls 5, 6, 7, 8, 9, and 10 to the South pump station) and

feeder lines (connection of stormwater system inlet drainage to the main trunk line for

(Outfalls 5-10). In addition, the Engineer shall design a trunk line (main conveyance line

which runs along 3rd Street) to route flows from the 3rd Street Corridor to Alligator Lakeor South Lake.

The trunk line and feeder lines will be sited to minimize conflicts with existing utilities(power, re-use, sewer, potable water, etc. ) to the greatest extent practical;

Trunkline locations, alignments, and elevations will meet the 25 year, 3 day LOS. The LOS

will meet or exceed the City's minimum level of service (5-yr/l-hr and 25-yr/l-hr) and by

the requirements of the South Florida Water Management District (25-yr/3-day) for state-

level permitting.

The size of the required stormwater trunk line infrastructure will be determined based on

output and results of the stormwater system model simulations (Task 3C). Collection

points will be utilized where feasible at all existing inlet structures to minimize road and

new construction. The consolidation of feeder lines will be limited to those collection

points already identified within the North Gulf Shore Boulevard ROW and the ROWs of

the beach access streets to the west of North Gulf Shore Boulevard between North Lake

Drive (Outfall #5) and 3rd Avenue South (Outfall #10).

Existing inlet collection points within the 3rd Street ROW will be utilized where feasible at

all existing inlet structures to minimize road and new construction. The consolidation of

feeder lines will be limited to those collection points identified within the 3rd Street ROW

and the ROWs of intersecting streets between 1st Avenue North and 3rd Avenue North to

Alligator Lake or South Lake.

The consolidation, re-design and/or re-sizing of feeder lines and stormwater collection

points east of the 3rd Street ROW are not anticipated; however, existin connection ofthese lines to the 3rd Street stormwater system will be maintained. The re-direction of

Page | 10

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 11 of 39

existing trunk and/or feeder line stormwater conveyances to locations other than the

proposed Gulf discharge is outside the SOW presented herein.

Task 4C: North Pum Station

Task 4C. 1: Model Setu and Preliminar Simulations - Ex. Conditions & Re-route SGD to

GSB to Validate Ex. Conditions.

Available topographic and infrastructure (stormwater conduit and structures) survey

data, as well as data obtained from prior field data collection efforts, will provide therequired data/information to build out and confirm the model. These data will be

analyzed to provide a characterization of the hydrologic and hydraulic processes that the

model will simulate. These data will also be analyzed to provide the necessary model

inputs and comparison data sets for sub-basin set-up, and the baseline conditions Level

of Service (LOS) to evaluate required improvements to meet the City's required LOS (5-yr/l-hrand25-yr/l-hr).

The model setup will require several data sets. Baseline topographic and infrastructure

(stormwater conduit and structures) survey information will be utilized as the digital, geo-

referenced basemap of the model domain. This information will be used to verify and/or

modify the sub-basin boundaries delineated by AECOM (November 2011). Topography,

inlet and conduit geometry, and rainfall hydrographs will provide the inputs to the model.

The model verification will require data observed and measured water levels, flows and

rainfall for comparison to simulated staging during the model verification process.

Task 4C. 2: Model Basin Modi ications STL Storm Sewer Pum HDD and Roadwa

Revisions.

The model will be refined for Sub-Basins 2-4. The model space defines the model nodes,

links and storage areas, stormwater conduits and overland flow.

Model will include adjustment of friction coefficients, impervious areas, and pre-stormupstream storage until agreement is obtained between observed and simulated data.Comparisons will include qualitative (i.e., water surface elevations and flows) and

quantitative analysis and observational agreement.

Task4C.3: Runno Simulations 5 rlhr 5 r 24hr 25 r 3 da GSB Flows to NPS

The SYr-lHr (City Requirement), 5Yr-24Hr and 25Yr-3Day (the District Requirement)

events will be simulated for the Project design development to evaluate the trunkline and

ump station. Engineer will evaluate the discharge rates for desi n Alternate "A".

Page | 11

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 12 of 39

-^-<L^

Tasks 4C.4: Pi eline Consolidation 0 tions and Pum Station 0 tions

The resulting model will be applied to assess the design of the Project and varying systemcomponents (pipe geometry, capacities, and alternatives). These initial simulations will

provide data to refine the design of the system hydraulics and for the trunkline, pump

station and offshore outflow designs for varying directionally drilled line geometries andoffshore operating conditions.

The model will be applied to simulate the Project performance and resulting level of

service; including simulating the Project effects on upstream staging.

The Engineer shall prepare the detailed design for the pipeline consolidation including the

consolidated trunk line and feeder lines and associated utility, easement and structural

conflicts. The Engineer will design standard concrete replacement sections for drivewaysimpacted as a result of the consolidated trunkline and feeder line placement.

At the project initiation meeting, the City shall provide direction as to the routing of the

consolidated trunkline along the North or South ROW of South Golf Drive. Design of the

trunk line and feeder lines along GSB will require coordination with the developers of the

NBC and their design professionals.

The Engineer shall design the trunkline (main conveyance line which runs along N Gulf

Shore Blvd and conveys flows from Outfalls 2, 3, and 4 to the North pump station) andfeeder lines (connection of stormwater system collection points to the main trunk line for

(Outfalls 2-4). In addition, a new trunkline carrying flows collected along S. Golf Drive and

presently discharging into North Lake will be designed to redirect stormwater away from

the three lake system and GSB Sub-basin 3 to the North Pump Station.

The trunk line and feeder lines will be sited to minimize conflicts with existing utilities(power, re-use, sewer, potable water, etc. ) to the greatest extent practical.

The line locations, alignments, elevations and level of service (LOS) will be specifically

identified in the design. The LOS will meet or exceed the minimum level of service as

specified by the City of Naples Comprehensive Plan (5-yr/l-hr) and by the South Florida

Water Management District (25-yr/3-day) for state-level permitting.

The size of the required stormwater trunk line infrastructure will be determined based on

output and results of the stormwater system model simulations (Task 4C. 3). Collections

points will be utilized where feasible at all existin inlet structures to minimize road andnew construction. The consolidation of feeder tines will be limited to those collection

Page | 12

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 13 of 39

's'-^a

points within the North Gulf Shore Boulevard ROW and the ROWs of the beach access

streets to the west of North Gulf Shore Boulevard between North Lake Drive (Outfall #4)

and 3rd Avenue South (Outfall #10). The consolidation, re-design and/or re-sizing offeeder lines and stormwater collection points east of the North Gulf Shore Boulevard

ROW are not anticipated; however, existing connection of these lines to the North Gulf

Shore Boulevard stormwater system will be maintained. The re-direct of existing trunkand/or feeder line stormwater conveyances to locations other than the proposed Gulf

discharge is outside the SOW presented herein.

Task 40: Plume Sediment Mixin Zone Modelin

The mixing zone for the freshwater discharge to the gulf waters is a function of the flow rates,

water depths and diffuser system design. A mixing zone analysis will be developed based on the

discharge rate from the North Pump Station, in conjunction with FDEP and USAGE requirements,

to address salinities resulting from the discharge of stormwater to refine and maximize the

dilution rate(s) at the discharge point. The EPA's Visual Plumes model system (or other method

approved by FDEP) will be used to simulate the expected mixing and dispersion. Suspended

sediment modeling is not expected to be required. If this should exceed the state allowablemixing zone of approximately 150m, a separate application for a mixing zone variance will be

required in the permitting phase (mixing zone variance request).

Task 5: South System Design Development (75%)

Task 5A: Re-desi n Gui Shore Blvd. 75%

The Engineer shall revise the detailed design for the pipeline consolidation (including the

consolidated trunk line and feeder lines and associated utility, easement and structural conflicts)

and adjust the alignment to maximize separation from adjoining properties. The plans shall alsobe revised to depict the proposed new water main (to be designed and permitting by others) to

be installed under the sidewalk in the west ROW of Gulf Shore Blvd. The Engineer will adjust thetrunk line pipe sizing, as may be warranted by the updated storm water model prepared under

Task 3C, and revise plan and profile sheets accordingly.

The Engineer shall revised the Gulf Shore Blvd. roadway centerline design plans to provide for anaverage elevation increase of six inches at the edge of pavement. Roadway design plans shall

include the following revisions per the Key Components approved by the City Council:

TaskSA. l: Pi eline Consolidation - Trunkline Redesi n

The Pipeline Consolidation Plans will be revised to reduce pipe diameters (based on lowerlew from the modeling results from T^sk-46^)-and-r-elo ate^the trunkline farther west

Page | 13

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 14 of 39

away from private property. Removal of the bike lanes from the design will allowadditional westward shift in the alignment.

Task 5A. 2: Desi n Con lict Structures - Reuse and Sanitar Sewer

The Pipeline Consolidation Plans and Drainage Plans will be revised to address design

conflicts between the revised storm trunkline and public utilities. The gravity sanitarysewer main conflict structure to avoid the primary storm sewer box culvert to the pump

station at 3rd Ave North will require design and coordination by the Utility Department.

Task 5A.3: Water Main Re lacement - Location Ali nment and Con licts

Engineer will coordinate with the Design Engineer currently preparing the water mainreplacement plans. It is understood that the location of the new water main has not beenfinalized.

Task 5A.4: Roadwa Re-Desi n-Pavin and Gradin .

The Roadway plans will be revised to remove the bike lanes, revise road grading to

increase the centerline elevation to approximately 4.3' to 5.7', replace the ex. 18" valley

curb with FDOT standard 24" valley curb (except at intersections), and re-design the curbradii at intersections on the east side of Gulf Shore Blvd. as follows:

a) Increase curb radii at intersecting alleys from 15 feet to approximately 25 feet.b) Increase curb radii at South Golf Drive, 4th Avenue North, and Central Avenue to 35

feet.

c) Adjust curb radii at all other intersecting streets on the east side of Gulf Shore Blvd.from 25 feet to between 28-30 feet.

Task 5A. 5: Re-desi n o Roadwa Drama e Structures

Re-design of the pavement cross section to eliminate the bike lanes, and adjustment of

the EOP elevations will require re-design of the roadway drainage system, including

pipeline alignment and curb inlet layout.

Task 5A.6: Re-desi no Roadwa Si na e and Markin Plans

The Roadway Plans will be revised to remove bike lanes, add high visibility intersection

cross walks, lane sharrows, and pedestrian and bicycle signage and road signage.

Task 5A. 7: Street Tree Landsca e Desi n

Recommendations for street tree installation will be provided by a licensed LandscapeArchitect based on evaluation of existing_conditions and Construction Plans for the newutility infrastructure. Specifications will be provided for tree installation alternatives

Page | 14

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 15 of 39

(including species, height, spread, clear trunk, spacing and grade / quality per Florida

Grades and Standards for Nursery Plants. Appropriate root barrier specifications shall beprovided for protection of new utilities, curb and sidewalk.

Task5A.8-. Pum Station and HDD Re-Desi n

The Engineer shall revise the detailed design for the South pump station and system whichinclude the following equipment and structures:

. HDD - Provide revised operating conditions (water level, CFS) for pump station and

determine HDD design changes for new Pump Station. Optimize HDD pipe type and

size and finalize all revised HDD system components.

. Pump Station - Revise design flow rate based on finding of required 25-yr/3day peakflows for modified basin boundaries along 3rd Street (Task 3).

. Filtration System - Revise filtration system design for lower flow rate.

. Equipment Pads- Revise pads for smaller pump station (assuming three pumps ratherthan the previously designed four).

. Control Panels - Revise Control Panels for smaller pump station.

. Site Landscaping - Adjust landscape buffer planting plan for smaller footprint, andprovide for Landscape Architecture review of the screening plan.

. Electrical Systems - Adjust electrical system design for three pumps.

Civil/Site Design at Pump Station and Generator Sites - Revise Civil/Site Design for smaller

footprint.

Task 5A. 9: Alii ator Lake Park Landsca e and Gradin Restoration

The Engineer provide a regrading plan for Alligator Park Restoration and planting plans

prepared by a Licensed Landscape Architect that will provide visual screening of above

ground infrastructure installed with this project. An allowance for LandscapeArchitecture services is included in this task to provide:

a) Evaluation of existing conditions, and of construction plans for proposed utilityinfrastructure (related to separation requirements between plantings and

infrastructure)

b) Landscape demolition / removal plans for project area, inclusive of the removal,

temporary stockpiling and replanting of existing sabal palms.

c) Provide landscape planting plan bid and construction documents for complete

vegetative screening for the project area including landscape design plan, landscapematerial specifications, and installation details.

d) Provide design of irrigation for new plantings within AL Park.

Page | 15

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 16 of 39

Task 5A. 10: Water ualit - Desi n Treatment Corn onents and BMP Trains s

Engineer will design a Water Quality BMP train(s) that will provide the Water Quality

improvements established by the City to remove Total Suspended Solids (TSS), Nutrients(N and P), and bacteria. Plans will include design and details of both structural and natural

BMP's. The BMP train(s) will be designed according to the following water quality goals:a) Reduce existing enterococcus to less than or equal to 130 Counts /100 mL (FDEP goal)

at the offshore discharge mixing zone monitoring station.

b) Reduce existing total nitrogen levels to 0.25 mg/L (FDEP goal) at the offshore

discharge mixing zone monitoring station.

c) Reduce existing total phosphorous loading to 0.032 mg/L (FDEP goal) at the offshore

discharge mixing zone monitoring station.

d) Reduce existing total suspended solids (TSS) loading by 50% as measured in the pumpstation wet well.

Task SB: Desi n Develo ment - 3rd Street 60%

The Engineer shall prepare the detailed design for the pipeline consolidation (including theconsolidated trunk line and feeder lines and associated utility, easement and structural conflicts)

for 3rd Street between 2nd Avenue South to 7th Avenue North for inclusion into the 75% plans(Task 5A, above).

The deliverable of the 3rd Street design development tasks is a set of 60% design documents forthe 3rd Street corridor. Upon approval from the City, the Engineer will finalize the designdocuments and proceed with applying for revisions to regulatory permits. Drawings shall provide

sufficient detail to identify the Project site location, the existing site geometry, typical plan and

sections view of the Project, staging areas, existing utilities, submerged land easements and so

forth as necessary to permit the project.

60-75% P/ans:

The revised 60-75% design level plans will generally include:

. Cover, general notes and key sheet

. Outfall and Roadway Demolition Plans

. Access and staging plans

. Erosion and turbidity control plans

. Existing site conditions and demolition plan

. Consolidated feeder line and trunk line site plans

. HDD Pipeline locations and profile

. Diffuser and fastening plan and anchoring plan (plan, section and details)

. Overflow outfall (plan, profile-and sections)

Page | 16

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 17 of 39

. Pump Station plans, filtration and disinfection systems and sections, site yard piping plans

and profiles, valve and appurtenance plans and elevations, site improvements including

structural slabs, fencing, proposed grading and landscape treatments.

. Electrical, I&C drawings and generator will include plans, details, one-line diagrams andother details to identify the major portions of the design.

Task SB. 1: Pi eline Consolidation-Trunkline Desi n

Engineer will design the pipeline consolidation including the trunkline and feeder linesand associated utility, easement and structural conflicts for the 3rd Street corridor

between 2nd Ave. South and 7th Ave. North. Design will address conflicts and includeconcrete replacement sections for driveways on 3rd street impacted as a result of thetrunk line and feeder line placement.

At the project initiation meeting, the City shall provide direction on the routing of theconsolidated trunk line along the East or West ROW of 3rd Street.

Task5B. 2: Utilit Con lict Check

The Pipeline Consolidation Plans and Drainage Plans will be reviewed to identify and

address design conflicts between the trunkline and public utilities.

Task 56.3; Desi n o Roadwa Draina e Structures

Engineer will design new Drainage Structures at all intersections along the 3rd Street

Corridor, including addition of appropriate curb at intersection radii, and transitions to

curb inlets. Design will include new drainage pipes sized according to the hydraulic

analysis to convey the design flow to the trunk line.

Task 5B.4: Desi n re lacementPi es between South Lake and AM atorLake

Engineer will design a new conveyance pipe between South Lake and Alligator Lake. The

new pipe will be sized according to the Storm Water Model completed in Task 4B above,and depicted on the Pipeline Consolidation Plans.

Task 5B. 5: Water ualit - Desi n Treatment Corn onents and BMP Trains s

Engineer will design a Water Quality BMP train(s) that will provide the Water Qualityimprovements established by the City to remove Total Suspended Solids (TSS), Nutrients(N and P), and bacteria. Plans will include design and details of both structural and natural

BMP's. The BMP trails) will be desjgned according to the following wafer quality goals:

Page | 17

Erickson Consulting Engineers, Inc. Attachment A-1: Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 18 of 39

'-<1^-

e) Reduce existing enterococcus to less than or equal to 130 Counts /100 mL (FDEP goal)at the offshore discharge mixing zone monitoring station.

f) Reduce existing total nitrogen levels to 0.25 mg/L (FDEP goal) at the offshore

discharge mixing zone monitoring station.

g) Reduce existing total phosphorous loading to 0.032 mg/L (FDEP goal) at the offshore

discharge mixing zone monitoring station.

h) Reduce existing total suspended solids (TSS) loading by 50% as measured in the pumpstation wet well.

Task 5B. 6: Maintenance o Tra ic MOT

Engineer shall develop a transportation management plan in order to address key issues of each

project as it relates to the key stakeholders on the project, reduction of impacts to the traveling

public, as well as safety of both the public and contractor. Engineer shall develop a temporarytraffic control plan (TTCP) that denotes the phasing/sequencing of the project work in the public

right of way and denote the necessary temporary traffic control devices that are required.

Temporary Traffic Control Plan Sheets (TTCP/MOT) will be included in the construction bid

drawings. The Engineer will develop a temporary traffic control plan that clearly sequences theTTCP with construction sequences. This plan will include but not be limited to pedestrian traffic,

vehicle patterns, utility relocation, work areas, etc., and address the following:

1. Project sign locations

2. Temporary message board locations and suggested messages

3. Construction Sequence

4. Conceptual TTCP with County Transportation Operations for recommendations and

approval

5. Preparation and submittal of Land Closure Analysis for County approval

Task 5B.7: Constructabilit Anal sis and Construction Im lementation Plan

A constructability analysis will be performed that identifies the factors that affect timing,

sequence of work, means and methods, contractor work space efficiencies, BMPs andenvironmental impacts and traffic. A construction sequencing and implementation plan will be

developed that provides a strategic overview of the delineated project components, construction

methods, resource requirements, activity durations, and identification of interactions and

precedence among the various project components. Input from County staff will be incorporatedto take into account seasonal and local influences and considerations, as well as preferences for

cost or schedule driven decisions. The result will be a construction implementation roadmap thatwill drive the final design, bidding and construction phasing, and will also be used to support the

regulatory permit applications

Page | 18

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 19 of 39

Task 5B.8: Schedule o uantities and Unit Price Estimates

In conjunction with the development of the 75% plans for Gulf Shore Blvd, and the 60% designplans and documents for 3rd Street, the Engineer will develop a Schedule of Quantities for itemsnecessary to construct the project and unit prices estimates for each item based on recent pricingdata.

Two (2) sets of the 60% design plans and two (2) copies of the Schedule of Quantities and Unit

Price Estimates will be provided in hard copy will be provided to the City as well as an electronic

PDF copy

Task 6: North System Design Development (60%)

Task 6A: Pi eline Consolidation

The Engineer shall prepare the detailed design for the pipeline consolidation including the

consolidated trunk line and feeder lines and associated utility, easement and structural conflicts.

The Engineer will design standard concrete replacement sections for driveways impacted as aresult of the consolidated trunkline and feeder line placement.

At the project initiation meeting, the City shall provide direction as to the routing of the

consolidated trunkline along the North or South ROW of Gulf Shore Blvd. Design of the trunk line

and feeder lines will require coordination with the developers of the Naples Beach Hotel and Golf

Club and their design professionals.

The Engineer shall design the trunk line (main conveyance line which runs along N Gulf Shore

Blvd and conveys flows from Outfalls 2, 3, and 4 to the North pump station) and feeder lines

(connection of stormwater system collection points to the main trunk line for (Outfalls 2-4). In

addition, a new feeder line carrying flows presently discharging into North Lake will be designed

to redirect stormwater away from the three lake system and toward the North Pump Station.

The trunk line and feeder tines will be sited to minimize conflicts with existing utilities (power, re-

use, sewer, potable w^ter, etc. ) 4:0 the greatest extent practical.

The line locations, alignments, elevations and level of service (LOS) will be specifically identified

in the design. The LOS will meet or exceed the minimum level of service as specified by the Cityof Naples Comprehensive Plan (5-yr/l-hr and 25-yr/l-hr) and by the South Florida Water

Management District (25-yr/3-day) for state-level permitting.

Page | 19

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 20 of 39

The size of the required stormwater trunk line infrastructure will be determined based on output

and results of the stormwater system model simulations (Task 4). Collections points will be

utilized where feasible near existing inlet structures to minimize road and new construction. The

consolidation of feeder lines will be limited to those collection points within the North Gulf ShoreBoulevard ROW and the ROWs of the beach access streets to the west of North Gulf Shore

Boulevard between North Lake Drive (Outfall #5) and 3rd Avenue South (Outfall #10). Theconsolidation, re-design and/or re-sizing of feeder lines and stormwater collection points east of

the North Gulf Shore Boulevard ROW are not anticipated; however, existing connection of these

lines to the North Gulf Shore Boulevard stormwater system will be maintained. The re-direct of

existing trunk and/or feeder line stormwater conveyances to locations other than the proposed

Gulf discharge is outside the SOW presented herein.

Task 6B: Pum Station Sitin and Pi elineLa out

The Engineer shall prepare the detailed site plan for the North pump station (including accesspoints), conveyance pipe routing for the trunk lines and storm water force main. Ultraviolet

Disinfection Systems, room for a "jockey pump" that could pump low flows to a potential bio-

garden treatment feature at Lowdermilk Park), and tie-in to nearby emergency backup generator.

Task 6C: South Gol Drive - Drama e S stem

The Engineer will provide the detailed design for the storm water inlet structure and pipe

connections needed to re-route the South Golf Drive run-off to the South Pump Station. This

task includes pipe replacements between 7th Ave. North and South Golf Drive, as well as pipereplacements on 3rd Street needed to reverse pipe slopes to route storm water from south tonorth, and into the new trunk line in South Golf Drive.

Task 6D: Gui Shore Blvd Oleander Street - Draina eS stemdesi n

The Engineer will provide the detailed design for the storm water inlet structure and pipeconnections needed to route storm water from Gulf Shore Blvd. and Oleander Street (north of

the NBC) to the North Pump Station.

Task 6E: Gui Shore Blvd- Draina e S stem Desi n Coordination

The Engineer will rely on the storm water management system designed by the Engineers for the

NBC for the design of the storm water inlets and road elevations directly adjacent to the NBC.

An allowance budget is included in this task to provide for design of the curb inlets in the event

the Project proceeds at a quicker pace than the re-development of the NBC.

Task 6F: Pum Station Sitin and Pi eline La out

The En ineer shall prepare the detailed design for the North pump station and system which

include the following equipment and structures:

Page | 20

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 21 of 39

. Pump Station

. Filtration System

. Yard piping

. Equipment Pads

. Control Panels

. Site Lighting

. Sound Attenuation

. Site Landscaping (on the ROW and Street side of the proposed Pump Station)

. Electrical Systems

. Natural Gas Generator

. Civil/Site Design at Pump Station and Generator Sites

. Erosion Control and BMP

This project considers the treatment of stormwater prior to discharge into the gulf. Treatment

objectives and requirements will be identified by the Engineer as a result of recent water quality

data collection, discussions with jurisdictional entities, and direction provided by the City. TheEngineer will design a filtration system to include filtration units, piping and valves, equipmentpads, controls, screening, power supply and access (filtration), piping and valves, equipment

pads, controls, screening and power supply.

The pump station design shall include the components (e. g site/civil, electrical, etc) necessary tobuild the project.

Task 6G: 0 shore HDD

The Engineer will provide the detailed design for the Offshore HDD including:

. Pipeline size, length and material

. Bore hole size and depth

. Pipeline profile considering allowable bending radius

. Outfall diffuser structure (diffuser size/type/number, strapping, cap, etc)

. Anchoring system

60% Deliverables:

The deliverable of the design develop tasks is a complete set of 60% design documents. Upon

approval from the City, the Engineer will finalize the design documents and proceed with applyingfor regulatory permits. Drawings shall provide sufficient detail to identify the Project site

location, the existing site geometry, typical plan and sections view of the Project, staging areas,existing utilities, submerged land easements and so forthas necessary to permit the project.

Page | 21

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 22 of 39

The 60% design level plans will generally include:

. Cover, general notes and key sheet

. Access and staging plans

. Outfall and Roadway (curb inlets, storm sewer) Demolition Plans

. Erosion and turbidity control plans

. Existing site conditions and demolition plan

. Consolidated feeder line and trunk line site plans

. HDD Pipeline locations and profile

. Diffuser and fastening plan and anchoring plan (plan, section and details)

. Overflow outfall (plan, profile and sections)

. Pump Station plans, filtration and disinfection systems and sections, site yard piping plansand profiles, valve and appurtenance plans and elevations, site improvements including

structural slabs, fencing, proposed grading and landscape treatments.

. Electrical, I&C drawings and generator will include plans, details, one-line diagrams and

other details to identify the major portions of the design.

Task 6H: Water ualit - Desi n o Treatment Train

The Engineer will design a Water Quality BMP train(s) that will provide the Water Quality

improvements established by the City to remove Total Suspended Solids (TSS), Nutrients (N andP), and bacteria. Plans will include design and details of both structural and natural BMP's. The

BMP train(s) will be designed according to the following water quality goals:

i) Reduce existing enterococcus to less than or equal to 130 Counts / 100 mL (FDEP

goal) at the offshore discharge mixing zone monitoring station.ii) Reduce existing total nitrogen levels to 0. 25 mg/L (FDEP goal) at the offshore

discharge mixing zone monitoring station.

iii) Reduce existing total phosphorous loading to 0.032 mg/L (FDEP goal) at the

offshore discharge mixing zone monitoring station.

iv) Reduce existing total suspended solids (TSS) loading by 50% as measured in the

pump station wet well.

Tasff-61: Maintenance o Tra ic MOT -

Engineer shall develop a transportation management plan in order to address key issues of each

project as it relates to the key stakeholders on the project, reduction of impacts to the traveling

public, as well as safety of both the public and contractor. Engineer shall develop a temporarytraffic control plan (TTCP) that denotes the phasing/sequencing of the project work in the public

right of way and denote the necessary temporary traffic control devices that are required.

Page | 22

Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 23 of 39Erickson Consulting Engineers, Inc.

(C~^J^^tea---

Temporary Traffic Control Plan Sheets (TTCP/MOT) will be included in the construction bid

drawings. The Engineer will develop a temporary traffic control plan that clearly sequences the

TTCP with construction sequences. This plan will include but not be limited to pedestrian traffic,

vehicle patterns, utility relocation, work areas, etc., and address the following:

i. Project sign locations

ii. Temporary message board locations and suggested messages

iii. Construction Sequence

iv. Conceptual TTCP with County Transportation Operations for recommendations and

approval

v. Preparation and submittal of Land Closure Analysis for County approval

Task 6J: Constructabilit Anal sis and Construction Im lementation Plan

A constructability analysis will be performed that identifies the factors that affect timing,sequence of work, means and methods, contractor work space efficiencies, BMPs and

environmental and traffic. A construction sequencing and implementation plan will be

developed that provides a strategic overview of the delineated project components, construction

methods, resource requirements, activity durations, and identification of interactions and

precedence among the various project components. Input from County staff will be incorporated

to take into account seasonal and local influences and considerations, as well as preferences for

cost or schedule driven decisions. The result will be a construction implementation roadmap that

will drive the final design, bidding and construction phasing, and will also be used to support the

regulatory permit applications

Task 6K: Schedule o uantities and Unit Price Estimates

In conjunction with the development of the 60% design plans and documents, the Engineer will

develop the schedule/bill of quantities for items necessary to construct the project and the unit

price estimates for each item based on recent pricing data.

Two (2) sets of the 60% design plans and two (2) copies of the Schedule of Quantities and Unit

Price Estimates will be provided in hard copy will be provided to the City as well as an electronic

PDF copy.

Task 7: Regulatory Permit Revisions - South SystemAll documentation required for the permit revision applications will be prepared and submitted

to the regulatory agencies. The following permits revisions will be required:

. Standard (Individual Permit): USAGE

Environmental Resource Permit an4Bewatering-PeFfnit-SFWM D

Page | 23

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 24 of 39

For each permit application, or other submittal, a draft package will be submitted to the City forreview prior to submission of final documents to the respective permitting agency. Application

requirements will be specific to each permit source and will include signed and sealed design

documents, project narratives and informational material. For each package, the Engineer willprovide the City with two (2) hard copies as well as an electronic PDF copy.

The City is responsible for the direct payment of all applicable permit fees as required by the

regulatory agencies.

Task 7A: Federal USACE Permit

The project will require an individual (standard) permit from the US Army Corps of Engineers

(USAGE) pursuant to Section 404 of the Clean Water Act and Section 10 of the Rivers and HarborsAct.

1) 7A. 1 USAGE A lication. Engineer will prepare a permit modification request to

the USAGE and associated drawings and supporting documents based on the

approved 60% design documents, as completed in Task 5. The scope of the permit

modification will be to modify the existing weir elevation to provide for wet

detention at Alligator Lake. No work to map existing wetland species or UMAM

analysis is assumed in these services (Task 7B. 1). The project may require public

noticing drawings as required by the USAGE for the 21-day public noticing in thefederal register.

2) 7A. 2 USAGE RAI Res onse s . Following submittal of the permit modification

application, the Engineer will respond to their first RAI, the agency's first request

for request additional information. Comments from USAGE will be incorporatedinto the design, and modifications issued if deemed appropriate. Appropriate

changes to the design documents will be made following review and approval by

City staff. A second RAI response is not expected, and not included as part of this

scope of services. Upon acquisition of the permit, the Engineer will review the

final conditions. Based on the conditions presented, the Engineer will negotiateon behalf of the City, as necessary.

3) 7A. 2 Consultation with Resource A encies USFWS NMFS . The project will be

subject to additional review by the U.S. Fish and Wildlife Service (USFWS) . As

such. Engineer will coordinate with resource agencies including to facilitate the

USAGE permit issuance through tele-conference meetings).

Page | 24

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 25 of 39

Task 7B: State ERP Permit

Under the State's environmental permitting regulations, the project will require modification to

the individual Environmental Resource Permit (ERP). ERP's are typically issued by FDEP for

coastal works, and SFWMD for inland/wetland works. At a pre-application meeting held with

FDEP and SFWMD during the Phase 1 work, the tentative decision was made that SFWMD would

permit the project with consultation on coastal issues from FDEP, as needed.

1) 7B. 1 State ERP Modification SFWMD . Engineer will prepare the ERP major

modification application package based on the revised 60% design documents, as

completed in Task 4. The project may require noticing in the local newspaper, the

cost of which shall be paid directly by the City. Detailed environmental

documentation such as a Uniform Mitigation Assessment Method (UMAM)

assessment are not anticipated for this permit modification, and are not included

as part of this scope of services and neither is mitigation for direct or indirect

impacts to wetlands or surface waters. The application will detail avoidance and

minimization measures incorporated into the project's revised design.

2) 7B.2 SFWMD or FDEP RAI Res onse s . Following submittal of the modification

application(s), the Engineer will respond to first agency requests for additional

information. Comments from the SFWMD (or FDEP) will be incorporated into the

design and modifications issued, if deemed appropriate. Appropriate changes to

the design documents will be made following review and approval by City staff. A

second RAI response, may be required and is not included as part of this scope ofservices. Upon acquisition of the modified permit, the Engineer will review the

final intent and conditions. Based on the conditions presented, the Engineer will

negotiate on behalf of the City, coordinating with the City as necessary. If theproject is subject to additional review by the Florida Fish and Wildlife Conservation

Commission (FWC), Engineer will coordinate FWC as needed.

3) 5B. 3 Submer ed Lands Lease. No revision requirements to the Submerged Lands

Lease is anticipated.

Task 7C: FDEP CCCL Permit

No CCCL Permit revisions are anticipated.

Task 8: Regulatory Permit Acquisition - North SystemAll documentation required for the permit applications will be prepared and submitted to the

regulatory agencies. The following permits will be required:

Page | 25

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 1 5-048 Amendment-04 26 of 39

"^-.'. r-^-i

. Standard (Individual Permit): USAGE

. Environmental Resource Permit and Dewatering Permit: SFWMD

. Coastal Construction Control Line (CCCL) Permit: FDEP

. Sovereign Submerged Lands Lease Acquisition: FDEP

For each permit application, or other submittal, a draft package will be submitted to the City for

review prior to submission of final documents to the respective permitting agency. Application

requirements will be specific to each permit source and will include signed and sealed design

documents, project narratives and informational material. For each package, the Engineer will

provide the City with two (2) hard copies as well as an electronic PDF copy.

The City is responsible for the direct payment of all applicable permit fees as required by theregulatory agencies.

Task 8A: Federal USACE Permit

The project will require an individual (standard) permit from the US Army Corps of Engineers(USAGE) pursuant to Section 404 of the Clean Water Act and Section 10 of the Rivers and HarborsAct.

1) 8A. 1 USAGE A lication. Engineer will prepare the USAGE application packagebased on the approved 60% design documents, as completed in Task 6E. The

application will detail avoidance and minimization measures incorporated into the

project's design. Detailed environmental documentation such as an

Environmental Impact Assessment (EIA) or Environmental Impact Statement (EIS)

are not anticipated for this Project, and are not included as part of this scope of

services and neither is a mitigation plan for direct or indirect impacts to wetlands

or surface waters. The project will include public noticing drawings as required by

the USAGE for the 21-day public noticing in the federal register.

2) 8A. 2 USAGE RAI Res onse s . Following submittal of the application, the Engineer

will respon_d to their_first RALthe agency's first request for request additional

information. Comments from USAGE will be incorporated into the design, and

modifications issued if deemed appropriate. Appropriate changes to the design

documents will be made following review and approval by City staff. A second RAI

response, may be required and is not included as part of this scope of services.

Upon acquisition of the permit, the Engineer will review the final intent and

conditions. Based on the conditions presented, the Engineer will negotiate onbe h a If of-the CityT-as necessafy.

Page | 26

Erickson Consulting Engineers, Inc.

'^?TF7

Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 27 of 39

3) 8A. 2 Consultation with Resource A encies USFWS NMFS . The project will be

subject to additional review by the U.S. Fish and Wildlife Service (USFWS) and theNational Marine Fisheries Service (NMFS). As such. Engineer will coordinate with

resource agencies including to facilitate the USAGE permit issuance through tele-

conference meetings).

Task 8B: State ERP Permit

Under the State's environmental permitting regulations, the project will require an individualEnvironmental Resource Permit (ERP). ERP's are typically issued by FDEP for coastal works, and

SFWMD for inland/wetland works. At a pre-application meeting held with FDEP and SFWMD

during the Phase 1 work, the tentative decision was made that SFWMD would permit the projectwith consultation on coastal issues from FDEP, as needed.

11 8B. 1 State ERP A lication SFWMD . Engineer will prepare the ERP application

package based on the approved 60% design documents, as completed in Task 6E.

The project will require noticing in the local newspaper, the cost of which shall bepaid directly by the City. Detailed environmental documentation such as an

Environmental Impact Assessment (EIA) or Uniform Mitigation Assessment

Method (UMAM) assessment are not anticipated for this Project, and are not

included as part of this scope of services and neither is mitigation for direct orindirect impacts to wetlands or surface waters. The application will detail

avoidance and minimization measures incorporated into the project's design.

2} 8B. 2SFWMD orFDEP RAI Res onse s . Following submittal of the application(s),

the Engineer will respond to first agency requests for additional information.

Comments from the SFWMD (or FDEP) will be incorporated into the design and

modifications issued, if deemed appropriate. Appropriate changes to the design

documents will be made following review and approval by City staff. A second RAI

response, may be required and is not included as part of this scope of services.Upon acquisition of the permit, the Engineer will review the final intent and

conditions. Based on the conditions presented, the Engineer will negotiate on

behalf of the City, coordinating with the City as necessary. The project will be

subject to additional review by the Florida Fish and Wildlife ConservationCommission (FWC). As such. Engineer will coordinate FWC as needed.

3} 8B.3 Submer ed Lands Lease. The directional drilled line and outfall diffuser willrequire a submerged lands lease from the State of Florida. Legal descriptions and

Page | 27

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 28 of 39

~<.

drawings for the proposed lease area coincident with the final HDD route and

diffuser outfall structure across sovereign submerged state lands will be prepared,

as required to satisfy the requirements of the FDEP state lands lease application

process to the FDEP to acquire the submerged lands lease.

Task 8C: FDEP CCCL Permit

All project components occurring seaward of the State's Coastal Construction Control Line (CCCL)

require a CCCL permit from the State. It is assumed that the directionally drilled pipeline will be

considered an exempt activity (for work occurring seaward of the CCCL) and therefore a Joint

Coastal Permit (JCP) will not be required.

11 8C. 1 CCCL Permit A lication. Engineer shall prepare and submit to the FDEP an

application and required documents for a CCCL permit for siting of structures

(HDD drill lines, road and infrastructure, pump station and ancillary structures)and all work occurring seaward of the CCCL in accordance with 62B-33, FAC. CCCL

specific permit drawings will be prepared and submitted with application.

21 8C.2 FDEP CCCL RAI Res onse s . Following submittal of the application(s), the

Engineer will respond to first agency requests for additional information withadditional comments. Comments from the FDEP will be incorporated into the

design, and modifications issued if deemed appropriate. Appropriate changes to

the design documents will be made following review and approval by City staff. A

second RAI response, may be required and is not included as part of this scope ofservices. Upon acquisition of the permits, the Engineer will review the final intent

and conditions. Based on the conditions presented, the Engineer will negotiate

on behalf of the City, as necessary.

Task 9: Final Engineering and Bid Documents

Task 9A - South S stem

Tasks 9A. 1 - 9A. 3: Pipeline Consolidation, Roadway, Pump Station and Filtration System,

System Overflow, and Water Quality Treatment Train Final Engineering and Drawings

The construction plans, specifications and bid documents will incorporate changes from the 60%design drawings and City review comments and regulatory agency permit authorizations and

comments. Engineer will provide final signed and sealed plans and specifications to the City forfinal review prior to bidding.

Page | 28

Erickson Consulting Engineers, Inc. AttachmentA-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 29of39

-^-

Task 9A. 4: Constructability Analysis and Construction Implementation Plan Review

A constructability analysis will be updated to identify the factors that affect timing, sequence ofwork, means and methods, contractor work space efficiencies, BMPs and environmental and

traffic and reviewed with two to three selected contractors. A construction sequencing andimplementation plan will be developed that provides a strategic overview of the delineated

project components, construction methods, resource requirements, activity durations, and

identification of interactions and precedence among the various project components. Input fromCounty staff will be incorporated to take into account seasonal and local influences and

considerations, as well as preferences for cost or schedule driven decisions. The result will be a

construction implementation roadmap that will drive the final design, bidding and construction

phasing, and will also be used to support the regulatory permit applications.

Task 9A. 5: Final Schedule of Quantities and Unit Price Estimates

In conjunction with the development of the construction documents, the Engineer will developthe final bill/schedule of Quantities and Unit Price Estimates, which will be included on the

proposed bid form detailing the estimated quantities of work to be performed.

Two (2) sets of the signed and sealed construction drawings and two (2) copies of the Final

Schedule of Quantities and Unit Price Estimates will be provided in hard copy to the City as wellas an electronic PDF copy.

Task 9A. 6-7: Construction Plan Bid Set, Pipeline Consolidation, Roadway, Pump Station and

Filtration System, System Overflow, Water Quality Treatment Train, and Offshore DDL, Diffuserand Anchoring System.

The construction plans, specifications and bid documents will incorporate changes from the final

design drawings and City review comments and regulatory agency permit authorizations and

comments. Engineer will provide final signed and sealed plans and specifications to the City forfinal review prior to bidding.

Task 9A. 8: General, Technical and Environmental Specifications and Supplemental Conditions

The Engineer prepare the bid package inclusive of general, technical and environmental

specifications as well as supplemental conditions to the City's contract documents. Additional

components of the bid package will include appendices (permits, geotechnical reports, and other

relevant site conditions and design related information).

Task 9A. 9: Bidding Assistance

The Engineer will coordinate the bid advertisement with the City to determine an appropriate

date for a Pre-Bid conference. The Engineer will prepare for and attend the Conference, and

Page | 29

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 30 of 39

-11:-

answer prospective Contractor inquiries or transcribe Contractor inquiries for subsequentresearch and response as appropriate.

During the bidding period, the Engineer shall communicate frequently with City staff regardingreceipt of prospective Contractor written inquires seeking interpretation of the Construction

Documents. The Engineer will assist the City with the preparation of bid addenda as appropriate

by providing technical responses, and assist the City staff in the bid evaluation phase.

Task 9B - North S stem

Tasks 9B. 1 - 9B. 3: Pipeline Consolidation^ Pump Station and Filtration System, SystemOverflow, and Water Quality Treatment Train Final Engineering and DrawingsThe construction plans, specifications and bid documents will incorporate changes from the 60%

design drawings and City review comments and regulatory agency permit authorizations and

comments. Engineer will provide final signed and sealed plans and specifications to the City forfinal review prior to bidding.

Task 9B.4: Constructability Analysis and Construction Implementation Plan Review

A constructability analysis will be updated to identify the factors that affect timing, sequence ofwork, means and methods, contractor work space efficiencies, BMPs and environmental and

traffic and reviewed with two to three selected contractors. A construction sequencing and

implementation plan will be developed that provides a strategic overview of the delineated

project components, construction methods, resource requirements, activity durations, andidentification of interactions and precedence among the various project components. Input fromCounty staff will be incorporated to take into account seasonal and local influences andconsiderations, as well as preferences for cost or schedule driven decisions. The result will be a

construction implementation roadmap that will drive the final design, bidding and construction

phasing, and will also be used to support the regulatory permit applications.

Task 98.5; Final Schedule of Quantities and Unit Price Estimates

In conjunction with the development of the construction documents, the Engineer will developthe final schedule/bill of quantities and Unit Price Estimates, which will be included on the

proposed bid form detailing the estimated quantities of work to be performed.

Two (2) sets of the signed and sealed construction drawings and two (2) copies of the Final

Schedule of Quantities and Unit Price Estimates will be provided in hard copy to the City as wellas an electronic PDF copy

Page | 30

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 31 of 39

-*-.^^~J.

Task 98. 6-7; Construction Plan Bid Set, Pipeline Consolidation, Roadway, Pump Station and

Filtration System, System Overflow, Water Quality Treatment Train, and Offshore DDL, Diffuserand Anchoring System.

The construction plans, specifications and bid documents will incorporate changes from the final

design drawings and City review comments and regulatory agency permit authorizations and

comments. Engineer will provide final signed and sealed plans and specifications to the City forfinal review prior to bidding.

Task 9B. 8: General, Technical and Environmental Specifications and Supplemental Conditions

The Engineer prepare the bid package inclusive of general, technical and environmental

specifications as well as supplemental conditions to the City's contract documents. Additional

components of the bid package will include appendices (permits, geotechnical reports, and otherrelevant site conditions and design related information).

Task 9B. 9: Bidding Assistance

The Engineer will coordinate the bid advertisement with the City to determine an appropriatedate for a Pre-Bid conference. The Engineer will prepare for and attend the Conference, and

answer prospective Contractor inquiries or transcribe Contractor inquiries for subsequentresearch and response as appropriate.

During the bidding period, the Engineer shall communicate frequently with City staff regarding

receipt of prospective Contractor written inquires seeking interpretation of the Construction

Documents. The Engineer will assist the City with the preparation of bid addenda as appropriate

by providing technical responses.

Task 9C - Direction Drill - North and South S stems

Task 9C. 1: Construction Plan Bid Set for Offshore DDL, Diffuser and Anchoring System.

The construction plans, specifications and bid documents will incorporate changes from the finaldesign drawings and City review comments and regulatory agency permit authorizations and

comments. Engineer will provide final signed and sealed plans and specifications to the City forfinal review prior to bidding.

Task 9C.2: Final Schedule of Quantities and Unit Price Estimates

In conjunction with the development of the construction documents, the Engineer will develop

the final Schedule of Quantities and Unit Price Estimates, which will be included on the proposed

bid form detailing the estimated quantities of work to be performed.

Page | 31

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 32 of 39

Two (2) sets of the signed and sealed construction drawings and two (2) copies of the FinalSchedule of Quantities and Unit Price Estimates will be provided in hard copy to the City as wellas an electronic PDF copy.

Task 9C.3: General, Technical and Environmental Specifications and Supplemental ConditionsThe Engineer prepare the bid package inclusive of general, technical and environmental

specifications as well as supplemental conditions to the City's contract documents. Additional

components of the bid package will include appendices (permits, geotechnical reports, and otherrelevant site conditions and design related information).

Task 9C.4: Bidding Assistance

The Engineer will coordinate the bid advertisement with the City to determine an appropriatedate for a Pre-Bid conference. The Engineer will prepare for and attend the Conference, and

answer prospective Contractor inquiries or transcribe Contractor inquiries for subsequentresearch and response as appropriate.

During the bidding period, the Engineer shall communicate frequently with City staff regardingreceipt of prospective Contractor written inquires seeking interpretation of the Construction

Documents. The Engineer will assist the City with the preparation of bid addenda as appropriate

by providing technical responses. Engineer will assist the City in the Bid evaluation process.

Task 10: Lowdermilk Park Bio-Reactor Garden Feasibility StudyThe Engineer will prepare a Feasibility Study for a Bio-Reactor Garden at Lowdermilk Park as

directed by the City. The Study will be prepared and distributed as a 15% design document with

supporting conceptual plans. The study will include analysis of potential storm water force main

routing corridors in Gulf Shore Blvd., potential siting at Lowdermilk Park, preliminary analysis ofsizing and capacity for treating storm water, preliminary estimates of infiltration capacity of thesoil at Lowdermilk Park, analysis of operational conditions associated with flows exceeding

treatment capacity, and analysis of potential costs. The Scope includes an allowance item for

--third party Engineers to assist in evaluation of soil conditions, pump sizing (of the "jockey pump"at the North Pump Station) and forcemain hydraulics, arid landscape architecture to address the

aesthetic component of the design related to placement within a public park setting.

Page | 32

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 1 5-048 Amendment-04 33 of 39

^-G

TIME FOR COMPLETION

Engineer shall make every effort to complete the professional services specified in this scopeassignment, as outlined in Attachment A.

COMPENSTATION

Project compensation is detailed by task in Attachment B.

Page | 33

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 34 of 39

NAPLES BEACH RESTORATION & WATER QUALITY IMPROVEMENT PROJECT - SCOPE OF SERVICES (Re-Design, Re-Permitting, and Final Design for South; 60% Design,Permitting, and Final Design for North)

SOUTH STORMWATER IMPROVEMENT (OUTFALLS #5, 6,7, 8, 9 and 10) - NORTH STORMWATER IMPROVEMENT (OUTFALIS #2, 3 and 4)OCTOBER 2020

Task Description

1 Project Administration and Contract Management

A Project Administration and Contract Management (18 months)

B Project Initiation Meeting (Establish Project Deliverables, Schedules, Reporting, and Meetings)

Site Reconnassiance Meeting - 3rd Street, Utilities, BMP's, and Design Charette (Review concept designsketches, utilities, etc.)

D pump Station and Generator Siting and Planning Meeting - NPS

E Field Data Collection and Hydraulic Model Findings - NFS and SPS

F 60% Desi n Meetin s

F. l Roadway and Drainage Design - Including Curb Radii

F.2 pipeline Consolidation and Offshore HDD/Difuser System Design Meeting (NPS and SPS)

F.3 pump Station Design Meeting

F.4 Water Quality Components

G Final Desi n Review

s. l South Pump Station, Pipeline Consolidation and Roadway/Drainge (SPS)

G. 2 North Pump Station, Pipeline Consolidation and Roadway/Drainge (NFS)

G. 3 Monthly Progress Meetings

Subtotal - Project Administration and Contract Management

2 City Council Meetings, Environmental Advisory Coordination and Grant Applications, Public Outreach

A City Council Meetings - 75% SPS, 60% NFS, 90% SPS, 90% NFS

B Community Involvement and Outreach (Support City Stafff)

C Environmental Advisory Coordination

Grant Application Assistance

Subtotal - City Council Meetings, Environmental Advisory Committee Coordination, Public Outreach

ECE

$15, 700

Sub-Contractor Time&Mat11

Total FeeAllowance

$0

$1,400

$2,400

$2,800

$2, 800

$0

$0

$0

$0

$2,800

$3,400

$5, 600

$5,600

$0

$0

$0

$0

$1,400

$1,400

$13,900

$59. 200

$0

$0

$0

$0

$11,000

$6, 500

$4,200

$10,900

$32, 600

$0

$0

$0

$0

SO

$12, 000

^7, 000

$15, 700

$1,400

$2,400

$2, 800

$2,800

$2,800

$3, 400

$5,600

$5,600

$1,400

$1,400

$13,900

$71, 200

$11, 000

$6^500"

$4,200

$10,900

$39,600

Page 1 H:V>rojecta_USA\Napba - OutfaJI&^Phafie MOWWnend 4\Workin6(Ui020. 10.19_Naplw Outfan9 j^nend_4 Budget WorkBheen/5

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 35 of 39

NAPLES BEACH RESTORATION & WATER QUALHY IMPROVEMENT PROJECT - SCOPE OF SERVICES (Re-Design, Re-Permltting, and Final Design for South;Permitting, and Final Design for North)

SOUTH STORMWATER IMPROVEMENT (OUTFALLS tf5, 6,7, 8, 9 and 10) - NORTH STORMWATER IMPROVEMENT (OUTFALLS <f2, 3 and 4)OCTOBER 2020

Task Description

3 Data Collection and Mapping (North and Soi

60% Design,

ECE Sub-Contrartor Time&Mat11

Total Fee

>uth Systems)

A Topographic and Bathymetrfc Surveys; Infrastructure Survey

A. l Topographic Survey of 3rd Street (2nd Ave. South to SSD) and SSB - Oleander North

A. 2 TopO Braphlc Survey of SSD (GSB to US 41) - BY OTHERS

A.3 Depth Soundings of South Lake and Sump Areas at AL and SL

A.4 Stormwater Infrastructure and Utilities Survey (including conveyance pipes between AL and SL)

A.5 Bathymetric Survey (Offshore Discharge Site)

A.6 Hardbottom/Geophyslcal Mapping

B Geotechnical Investigation (Deep Core Boring)

C Basemaps and Drawings (existing and new data)

Subtotal . Data Collection and Mapping '

4 Stormwater System Modeling (InfoSWMM)

A South Pump Station - Basins 5, 6, 7, 8, 9 & 10

A. l Remove Bike Lanes from GSB In Basins 5, 6, 7, S, 9 & 10 (Reduce CFS to District Permit)

A.2 Runoff Simulations - Model Revised Hydraulics (CFS) Removal of Bike Lanes

Subtotal-4J\ Tasks

B South Pump Sto&'on - Revise Basins 7 & 8 {Re-route 3rd Street Drainage to AL or SL/

B. l Model Setup - Revise Basin Boundaries, Imp. Areas, 3rd St. Survey, and for sub-catchments

B. 2 Model Verification - Compare Simulated elevations/flows with Previous Model Information.

B.3 Run-off Simulations (Syr-lhr, 5yr-24hr, and 25yr-3day; 11/2" - Ihr) - 3rd St. to AL, and 3rd St. to SL

B.4 Pipeline Consolidation Options (2nd Ave. South vs. Central Ave.)

Subtotal-4. B Tasks

C North Pump Station-Basins 2, 3 &4

^ ^ Model Sub-Basin Setup and Preliminary Simulations - Ex. Conditions & Re-route SGD/3rd St/7th St to GSB andSimulate Ex. Conditions

C. 2 Model Basin Modifications/ STL, Storm Sewer, Pump, HDD, and Roadway Revisions

c.3 Run-off Simulations (Syr-lhr, 5yr-24hr, and ZSyr-Sday; 11/2" - Ihrf- GSB flows to NFS

$5,400

$6,500

$6,300

$0

$4,400

$1,800

$18, 000

$47,800

$18, 900

$0

$0

$13, 700

$0

$25, 100

$10,300

$0

$es, ooo

$0

$15,000

$0

$0

$0

$10,000

$0

$0

$25,000

$24,300

$20,400

$6,500

$20,000

$0

$39,500

$12,100

$18,000

$140,800

$4, 900

$6,900

$11, 800

$0

$0

$0

$0

$0

$0

$4,900

$6,900

$11,SOO

$10, 100

$3, 600

$12,300

$6,000

$32, 000

$0

$0

$0

$0

$0

?0

$0

$0

$0

fo

$10,100

$3, 600

?12,300

$6,000

$32, 000

$12, 600

$12,500

$15,900

$0

$0

$0

$0

$0

$12,600

$12,500

H:VIrojecta_USA\N^>lea -OutfaUa_Phaae A&OWVmand 4\Wori<insV2020. 1D.1B^N^Iea OuirdlB_Ammd_4 BiludBetW«kshwtV5

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 36 of 39

NAPLES BEACH RESTORATION & WATER QUALITV IMPROVEMENT PROJECT - SCOPE OF SERVICES (Re-Design, Re-Permltting, and Final Design for South; 60% Design,Permitting, and Final Design for North)

SOUTH STORMWATER IMPROVEMENT (OUTFALLS #5, 6,7, 8, 9 and 10) - NORTH STORMWATER IMPROVEMENT (OUTFALLS tt2, 3 and 4»OCTOBER 2020

Task Description

C.4 Pipeline Consolidation Options and Pump Station Options

D plume/Sediment Mmng Zone Modeling - North System

Subtotal - Modeling Tasks

5 South System Design Development (75% Plans)

A Re-design-.GSB(75%)

A. l Pipeline Consolidation - Trunkline Redesign

A.2 Utility Conflict - Design Conflicts (Reuse and Sanitary Sewer)

A. 3 Water Main Replacement - Location, Alignment and Conflicts

^^ Roadway Re-Design - Paving and Grading - remove bike lanes, raise EOF 6 in<radii

A. 5 Roaduuay Re-Design - Drainage Structures

A.6 Roadway Re-Deslgn - Slgnage and Marking - cross walks, signage, sharrows.

A.7 Roadway Re-Design - Street Tree Landscape Design

A. 8 Pump Station and HDD Re-Design

A.9 AL Park - Landscape and Grading Restoration

A. io Water Quality - Design Treatment Components and BMP Train(s)

B Design Development - 3rd Street (60%)

B. l Pipeline Consolidation - Trunkline Design

B.2 Utility Conflict - Design Conflicts

B.3 Roadway Design - Drainage Structures and Intersection Curbs

B.4 Design Replacement Pipe - SL to Al Conveyance

B. 5 Water Quality - Design Treatment Components and BMP Train(s)

South System

B. 6 MOT

B.7 Constructability Analysis and Construction Implementation Plan

B.8 Schedule of Quantities and Unit Cost Estimates

Subtotal - Desla

Subtotal - South System Design Development (7S%)

Subtotal-4.C Tasks

ECE

$16, 000

^57,000

$12,000

fll2, SOO

Sub-Contractor

$0

$0

$0

$0

Time & Mat'lAllowance

So

$0

$0

$0

Total Fee

$16,000

^7,000

$12, 000

$112,800

$13,300

$12,800

$8, 100

.s (avg. ), rev. intersection curb

$17,200

$5, 700

$900

$9,500

$2,400

$15,200

Subtotal . SSB Re-Design (75%) f 106,300

$21,000

$13,800

$21,200

$9,900

$14,500

$13, 100

$13,600

$11,800

Development - 3rd Street (60%) $118,900

$225,200

$0

$0

$0

$0

$0

$0

$3,500

$26, 500

$6,900

$0

$36,900

$0

$0

$0

$0

$0

?0

$0

$0

$0

$36,900

$0

$0

$0

$0

$0

$0

$0

$0

$0

$0

$0

SO

$0

$0

$0

$0

$0

$0

$0

So

$0

$13, 300

$12,800

$8, 100

$21,200

$17,200

$5,700

$4,400

$36,000

$9,300

$15, 200

$143,200

$21, 000

$13, 800

$21,200

$9,900

$14,500

$13,100

$13,600

$11,800

$118,900

f2e2, ioo

H;V>ro|BctB_USA\N^pla8 -Outfalla_PhaseaSOWlAm9nd *WorklnriU020.10.19_N^itea Outfallsj^mendjl Budget Wocf

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 37 of 39

NAPLES BEACH RESTORATION & WATER QUAUTY IMPROVEMENT PROJECT - SCOPE OF SERVICES (Re-Design, Re-Permitting, and Final Design for South; 60% Design,Permitting, and Final Design for North)

SOUTH STORMWATER IMPROVEMENT (OUTFALLS #5, 6,7, 8, 9 and 10) . NORTH STORMWATER IMPROVEMENT (OUTFALIS #2, 3 and 4)OCTOBER 2020

Task Description

6 North System Design Development (60%)

A pipeline Consolidation - Truck Line Design (South Golf Drive and Gulf Shore Blvd.)

B Pump Station Siting and Pipeline layout

C South Golf Drive - Drainage system design to route flows to NFS

D Gulf Shore Blvd. - Drainage system design North of NBC

E Gulf Shore Blvd. - Drainage design adjacent to NBC

F Pump Station and Generator (landscape screening by others, review by Waldrop)

S Offshore DDL and Diffuser System

H Water Quality - Design Treatment Train

I MOT

J Constructabllity Analysis and Construction Implementation Plan

K Schedule of Quantities and Unit Cost Estimates

Subtotal - North System Design (S0%)

7 Regulatory Permit Revisions - South System

A Federal (USAGE)

A. l USAGE Letter - Weir Height to increase wet detention (>s 1 ft)

A.2 USAGE RAI Response(s)

A.3 Consultation with Resource Agencies (USFWS, NMFS, FWC, etc) WET DETENTION

B State ERP Major Modification (SFWMD)

B. l ERP Application

B.2 SFWMD RAI Response(s)

B.3 Sovereign Submerged Lands Lease Acqulsitfon

C FDEP CCCL Permit

C.1 FDEPCCCL Permit Application

C.2 FDEP CCCL RAI Response(s)

Subtotal - Regulatory Permit Revisions - South System

8 Regulatory Permit Acquisition - North System

A Federal (USAGE)

A.l USAGE Application

A.2 USAGE RAI Response(s)

A.3 Consultation with Resource Agencies (USFWS, NMFS, FWC, etc)

ECE Sub-ContractorTime & Mat'l

AllowanceTotal Fee

$23, 300

$7,900

$13, 900

$12,400

$14,700

$6,200

$33,900

$14, 200

$11,300

$13,200

$12, 200

$163, 200

$0

$80,000

$0

$0

$0

$150, 200

$0

$0

$0

$0

$0

$230,200

$0

$0

$0

$0

$0

$0

$0

$0

$0

$0

$0

$0

$23,300

$87,900

$13,900

$12,400

$14, 700

$156,400

$33,900

$14,200

$11,300

$13,200

$12,200

$393,400

$3,000

$0

$0

$11,600

$8, 500

$0

$0

$0

$23, 100

$0

$0

$0

$0

$0

$0

$0

$0

$0

$3,000

$3, 100

$4,200

$0

$0

$0

$0

$0

$10,300

$6,000

$3,100

$4,200

$11,600

$8,500

$0

$0

$0

$33,400

$18,500

$15,700

$9,000

$0

$0

$0

$0

$0

$0

$18, 500

$15,700

$9,000

H:V>ro|ectB_USA\NaplOT - OutfallaJ^a» 2 OWVimend 4WortdndU020.10.18_N?ptea OutfallB.a_Amer>d_4 Budgot WaksheetVS

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 38 of 39

NAPLES BEACH RESTORATION & WATER QUALITY IMPROVEMENT PROJECT - SCOPE OF SERVICES (Re-Design, Re-Permitting, and Final Design for South; 60% Design,Permitting, and Final Design for North)

SOUTH STORMWATER IMPROVEMENT (OUTFALIS »5, 6,7, 8, 9 and 10) - NORTH STORMWATER IMPROVEMENT (OUTFALLS tt2, 3 and 4)OCTOBER 2020

Task Description ECE Sub-ContractorTime & Mat'l

Allowance

B State ERP (SFWMD)

B.l ERP Application

B. 2 SFWMD RAI Response(s)

B.3 Sovereign Submerged Lands Lease Acquisition

C FDEP CCCL Permit

C.1 FDEP CCCL Permit Application

C. 2 FDEP CCCL RAI Response(s)

Subtotal-Regulatory Permit Acquisition . North System

9 Final Engineering and Bid Documents

A South System - Bid Documents

A. l Final Pipeline Consolidation and Roadway Engineering and Drawings

A.2 Revised Final Pump Station and Filtration System Engineering and Drawings

A. 3 Water Quality - Final Treatment Train Engineering and Drawings

A. 4 Constructability Analysis and Construction Implementation Plan Review

A.5 Final Schedule of Quantities and Unit Cost Estimates

A. 6 Final Bid Documents - Pipeline Consolidation, Roadway & WQ Components

A. 7 Final Bid Documents - Pump Station, Generator and Control Panel Drawings

A.8 General, Technical & Environmental Specifications & Supplemental Conditions

A. 9 Bidding Assistance (Pre-bid evaluation, quals, selection/negotiations)

Sub-total - South System - Final Bid Documents $101, 300

B North System - Bid Documents

B. l Final Pipeline Consolidation Engineering and Drawings $23, 600

B.2 Final Pump Station and Filtration System Engineering and Drawings $6,600

B. 3 Water Quality - Final Treatment Train Engineering and Drawings $19, 500

B.4 Constructability Analysis and Construction Implementation Plan Review $7, 500

B. 5 Final Schedule of Quantities and Unit Cost Estimates $7, 600

B.6 Final Bid Documents - Pipeline Consolidation and Roadway Drawings $10,300

B.7 Final Bid Documents - Pump Station, Generator and Control Panel Drawings $900

B. 8 General, Technical & Environmental Specifications & Supplemental Conditions $7, 500

B. 9 Bidding Assistance (Pre-bid evaluation, quals, selectlbn/negotiations) $137400

Sub-total - North System - Final Bid Documents $96,900

$30,500

$5,600

$19, 500

$7,100

$7,900

$8,900

$900

$7, 500

$13,400

$0

$33,200

$0

$0

$0

$0

$10,600

$0

$0

$43,800

$0

$132,600

$0

$0

$0

$0

$31,700

$0

$0

^64,300

$0

$0

$0

$9,000

$0

$0

$0

$0

$0

^9, 000

$0

$0

$0

$9, 000

$0

$0

$0

$0

$0

$9,000

Total Fee

$18, 700

$17, 200

$3, 900

$14,700

$8,700

$106,400

$0

$0

$2, 100

$0

$0

$2, 100

$0

$0

$0

$0

$0

ji0

$18,700

$17, 200

$G, 000

$14,700

$8, 700

^08,500

$30,500

$38, 800

$19,500

$16,100

$7,900

$8,900

$11, 500

$7,500

$13,400

$154,100

$23,600

$139,200

$19, 500

$16,500

$7,600

$10,300

$32,600

$7,500

$13,400

$270,200

H:Vlrqjecto_USA\Naple> - Outfalto_Pha»e 2 OWWmend 4Workin^2020.l0. lflJNaples Oulfalla_Amend_4 Budget WorkBhwB/6

Erickson Consulting Engineers, Inc. Attachment A-1 : Scope & Compensation (v10-22-2020) RFP 15-048 Amendment-04 39 of 39

NAPLES BEACH RESTORATION & WATER QUAUTIf IMPROVEMENT PROJECT- SCOPE OF SERVICES (Re-Design, Re-Permitting, and Final Design for South; 60% Design,Permitting, and Final Design for North)

SOUTH STORMWATER IMPROVEMENT (OUTFALIS <t5, 6, 7, 8, 9 and 10) - NORTH STORMWATER IMPROVEMENT (OUTFALLS (t2, 3 and 4)OCTOBER 2020

Task Description

C Directional Drill - North and South Systems

C.l Offshore DDL and Anchoring System Final Engineering and Drawings

C.2 Final Schedule of Quantities and Unit Cost Estimates

C.3 General, Technical & Environmental Specifications & Supplemental Conditions

C.4 Bidding Assistance (Pre-bid evaluation, quals, selection/negotiations)

Sub-total - South System - Revised Bid Documents

Sub-Total - Final Engineering and Bid Documents

10 Lowdennilk Bio-Reartor Garden Feasiblliy Study

Feasibility Study (15%)

ECE

$18,400

$5,300

$7,900

$6, 500

$3S,100

$236,300

Sub-Contractor

$0

$0

$0

$0

$0

$208, 100

Time & Mat'lAllowance

$0

$0

$0

$0

So

$18,000

Total Fee

$18,400

$5,300

$7,900

$6, 500

;3S,. IOO

$462,400

$26,200 $0 $s,ooo $34,200

Total Cost Estimate $1,032,800 $545,300 $80,300 $1,658,400

H:IPl«ecl>_U5A\Nlph>. Outrair_Fha« 2BOWIAm«ld <lWi«klngK020. ia. 1B_Ni»li» OuUI, Jto>ind_4 BudBMWattlinlVS