Loading...
Item C09M C ounty of f Monroe ELj » °o � BOARD OF COUNTY COMMISSIONERS /� r i � �� Mayor George Neugent, District 2 The Florida. Ke Se y I Mayor Pro Tern David Rice, District 4 Danny L. Kolhage, District I Heather Carruthers, District 3 Sylvia J. Murphy, District 5 County Commission Meeting May 17, 2017 Agenda Item Number: C.9 Agenda Item Summary #2911 BULK ITEM: Yes DEPARTMENT: Airports TIME APPROXIMATE: STAFF CONTACT: Donald DeGraw (305) 809 -5200 none AGENDA ITEM WORDING: Approval of Jacobs Project Management Co.'s Task Order No. 12/15 -07 for the Marathon Airport Exfiltration Trench and Pond Modification PSO# 7 in the amount of $130,284.00 to be funded by FDOT Grant #AQE35 (80 %), and Marathon Operating Fund 403 (20 %). The proposed modification is to reduce the west pond size to free up land for aviation related development. ITEM BACKGROUND: FDOT maintains two (2) dry retention ponds at Marathon Airport that treat runoff from Overseas Highway (US I) located at the west and east end of the Airport. Jacobs recommended reducing the west pond size, along with the installation of a new exfiltration trench that will serve as outfall location for storm water runoff. PREVIOUS RELEVANT BOCC ACTION: Approval of FDOT Grant #AQE35 Supplemental #4 at the November 17, 2015 BOCC meeting, agenda item #F -4. BOCC approval of Master Agreement with Jacobs Project Management at the February 15, 2017 meeting, agenda item #C -9. CONTRACT /AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: Approval. DOCUMENTATION: PSO 1215 -07 Jacobs FINANCIAL IMPACT: Effective Date: upon execution Expiration Date: Services will cease by 547 days. Total Dollar Value of Contract: $130,284.00 Total Cost to County: N/A Current Year Portion: Budgeted: Yes Source of Funds: FDOT Grant AQE35(80 %) MTH Airport Operating Fund 403 (20 %). CPI: Indirect Costs: Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: N/A If yes, amount: Grant: 403 - 63585 - 530490 -GAMD 71- 530310 County Match: Insurance Required: Additional Details: REVIEWED BY: Beth Leto Completed 04/20/2017 3:58 PM Donald DeGraw Completed 04/24/2017 10:22 AM Pedro Mercado Completed 04/24/2017 11:03 AM Budget and Finance Completed 04/24/2017 4:32 PM Maria Slavik Completed 04/24/2017 4:34 PM Kathy Peters Completed 04/25/2017 10:15 AM Board of County Commissioners Pending 05/17/2017 9:00 AM UO 'ON JGPJO Isel C MA3 : 1. 66 sqo:)er LO OSd :;U This Task Order is entered into on the effective date noted above pursuant to the "Master Agreement for Professional Services" between Monroe County, Florida ("Client") and JACOBS PROJECT MANAGEMENT CO. ("Consultant"), dated February 15, 2017 ("Agreement"). The Agreement is incorporated herein and forms an integral part of this Task Order. Services Authorized — MTH Exfiftration Trench and Pond Modification Client authorizes Consultant to perform the Services described in Exhibit A attached hereto and incorporated herein, which Exhibit A is marked with the above noted Task Order No. and consists of -.,- 6 page(s). Pricing N/A Time and Expense per Agreement and Appendix B to the Agreement. X Firm Fixed Price of $ 130,284.00 N/A Other (Describe); Services may commence on Execution Services will cease by 547 dsv Other (SEAL) ATTEST: KEVIN MADOK, CLERK CONSULTANT: �itness_��� File" MSTR APS - Monroe County BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA 1Z Mayor/Chairman UO - GUZI, 'ON JGPJO Isel C MA3 : 1,1,66 sqoeer LO OSd :;UGwt4 Exhibit A — Scope of Work (12115-07) Monroe County The Florida Keys Marathon International Airport SCOPE OF WORK ARTICLE A — DATA COLLECTION Services for Article A will be provided under a lump sum basis. (LO 'ON JGPJO Isel C MA3 : 1,1,66 sqo:)er LO OSd :;UGwt4 ARTICLE B — 5 0% Design (LO 'ON JGPJO Isel C MA3 : 1,1,66 sqooer LO OSd :;UGwt4 County: 2 copies of the 50% plans (1 full size; 1 half size), an outline of the technical specifications, and the Preliminary Engineer's Report with cost estimate. Services for Article B will be provided under a lump sum basis. ARTICLE A — 90% Design The 901® design package will be based on the 50% design submittal package. Additional tasks necessary to develop 90% construction drawings will be completed as follows: 8. Jacobs will finalize the stormwater modeling calculations, the size of the reduced west pond, and the length of exfiltration trench required. 9. Submit the 90% review package to FD OT and the permit application package to SFWMD and incorporate any comments or feedback in the next design submittal. 10. Conduct and in-house QA/QC review. The in-house QA/QC check will involve an experienced independent individual, depending on each discipline, to conduct a comprehensive check on all documents to be submitted (i.e. plans, specifications, estimates, etc.). Time will be required for engineers and CARD technicians to correct items listed under the in-house QA/QC review. (LO 'ON JGPJO Isel C MA3 : 1,1,66 sqooer LO OSd :;UGwt4 % Deslan Deliverables Services for Article C will be provided under a lump sum basis. ARTICLE D — Final Design The final design package will be based on the 90% design submittal package. Additional tasks necessary to develop final construction drawings will be completed as follows: 1. Finalize the technical specifications. 2. Finalize County 'front-end' specifications in the Project Manual 3. Finalize the Engineer's Report 4. Finalize the Cost Estimate 5. Finalize the construction drawings: 6. used on the information obtained in Article C, Jacobs will finalize the stormwater modeling calculations and finalize the size of the reduced west pond and the length of exfiltration trench required. 7. Conduct and in-house QA1QC review. The in-house QA/ QC check will involve an experienced independent individual, depending on each discipline, to conduct a comprehensive check on all documents to be submitted (i.e. plans, specifi cations, estimates, etc.). Time will be required for engineers and CARD technicians to correct items listed under the in-house QA/ QC review. (LO 'ON JGPJO Isel C MA3 : MZ) sqo:)er LO OSd :;UGwt4 Final Desian Deliverables Services for Article D will be provided under a lump sum basis. Article E — Bid Phase Services Upon completion of the construction documents and at the request of the Airport, Jacobs will prepare the project documents for bidding. Jacobs will perform bidding support services, the following terms will apply A. The County appoints Jacobs as its Agent, and Jacobs accepts such appointment to perform bid/procurement services on the County's behalf in connection with the project. B. Such services shall be performed under the County's direction and in accordance to such forms, terms and conditions, or modifications or revisions to same as the County may in its sole discretion at any time instruct Jacobs to use. All services shall be carded out in accordance with the procedures mutually agreed upon by the County and Jacobs. E. The County shall hold Jacobs and its employees harmless from any claims, suits or liabilities arising out of any breach or other failure of (LO 'ON JGPJO Isel C MA3 : MZ) sqooer LO OSd :;UGwt4 performance by any contractor, vendor or supplier under any contract or purchase order issued by Jacobs hereunder. The following tasks will be performed as part of the bid phase services 1. Coordinate with the County Purchasing Department and the Airport to advertise for bids and provide electronic copies of the bid documents to the County. 2. Prepare for and attend a project pre-bid conference 3. Prepare responses to address requests for information from prospective bidders 4. Prepare and coordinate the issuing of two (2) addenda with the County purchasing department and revise bid documents as necessary for the addenda. 5. Review bids for responsiveness and prepare a bid tabulation 6. Prepare an award recommendation letter based on review of the bid information submitted and available funding. 7. Prepare conformed contract documents. 8. Prepare construction contract. • The design will be in accordance with the most current FAA-AIP Advisory Circular listing dated February 11, 2015. • REP and ALOE permits are not required based on the current scope of the project. • Services not included in our scope of work include, but are not limited to, the following: - Construction phase services (Construction phase services will be included as part of a separate purchase order.) - Escort services for the surveyor and geotechnical consultant - Special services not listed above. - Other services not described in our scope of work. PROJECT SCHEDULE: The tentative complete project schedule is as follows: Item 2uration lendar Do a L ....... ggI Article A - Data Collection 30 Article B - 50% Design 60 Article C - 90% Design 60 Article D - Final Design 30 Article E - Bidding To be coordinated with County Purchasing Department (LO 'ON JGPJO )Isel C MA3 : 1,1,66 sqo:)er LO OSd :;UGwt4 Monroe County Airport: The Florida Keys Marathon International Airport Project: Wiltration Trench and Pond Modifications (12115-07) mallawimm" BASIC SERVICES Hours Fee Article A: Data Collection 32 $ 32,515 Article B: 50% Design 296 $ 40,493 Article C: 90% Design 310 $ 35,938 Article D: Final Design 76 $ 8,048 Article E: Bidding Phase Services 88 $ 13,290 120 $ �0,284 (LO 'ON J Isel C MA3 : MZ) sqo:)er LO OSd :;UGwt4 Monroe County The Florida Keys Marathon International Airport Ritfiltration Trench and Pond Modifications (12115-07) JOB HOUR AND FEE ESTIMATE lask juirtgaididdithyd, Subconsultants S 27,321 Expenses Tierra (Gesitechnical Subconsaftanth S 10,480 S 32,515 Avirom (Survey Subsonsultann: S 16,841 Total Subconsultants: S 27,321 11firr _q_ _Kyp ens I Rental Car (2 visit @ S65/voin S 130 1 Gas for Car Rental On-Site — $ 80 I Airfare (5650 round trip per person) S I,400.00 1 LodgingfMcals Per Since (5304 S 304.00 Rep roductiorefMisc. S - Total Expenses S 1,914,00 TOTAL PAVROLL S 3,280 Subconsultants S 27,321 Expenses _L 1,114 Lump SumFecTotal S 32,515 (LO 'ON J Isel C MA3 : MZ) sqo:)er LO OSd :;U JACOBS ENGINEERING GROUP Airport: Project; Monroe County The Florida Keys Marathon International Airport Ilrefiftrallon Trench and Pond Modifications (12115-07) —traw carw onew sr. PrOL, Sr. r-ird Sr CADD VVORK IGZH z Tab Pleaded TOTAL I Develop Outline ofTextuacal Specifications 4 4 2 Dswclop the Engineers Report to 50% completion. 4 4 3 Dclop the following press: ct, Cover and Sheet led= (1) 2 2 4 b, Orders Nous, (1) 2 2 4 c. Fuson Lateral (1) 2 2 4 d. Part 77 Canna urs and Safety Details (2) 4 4 e, Phasing and Erosion Control (1) 8 4 12 E gaining Condition and groom, Control (1) 2 2 4 & Soil Russian (1) 2 2 4 h, Geometry Plan - Won Pond (1) 8 8 16 1, Geometry Plan - KOfiferman Tessich (1) 8 8 16 f. Drainage Plans (2) 8 8 16 4 Perform stonsoustar modeling calculations for pond and 24 all 72 fit kin amock, 5 Prep= color of magnitude construction rest calimms, 8 16 24 6 Conduct In-Houre, QAjQC trod us. 4 8 12 24 7 Coordinate and dishimix, place and specifications 4 4 Outline (50%) 9 Meet with FOOT to —a— 50% submittal package 8 8 16 9 Attend one (1) peseapploadmis meeting with the 8 g 16 SFWMD, 10 Man with Am port to review 50% mucked package. 8 8 16 I I Address 50% design comments 8, 16 24 3 TOTAL PAYROLL a 34,454 Eat es —L.—SX, Lump Sam Pan, Tonal a 40,493 !Nds J E12 —M3 - a— L9,10 Action Car (3 visit @ $651vint) $ 195 8,9,10 Gas for Car Rental On-Site - $ 120 8,9,10 Lo4ngladems Per Dim (3 visits @ S304/vish Par arms for 2 peopic) S 1,824 8,9,10 Addete, (3 visits Ala $6501visit Par person for 2 Frank) 5 3,900 Total Espouses: S 6,039 "fl"C1TAI. FEE 40 d43 (LO 'ON JapJO ISel £ MA3 : MZ) sgOOef LO OSd . ; UGwt43e ; ; V JACOBS ENGINEERING GROUP Mannoo County AhEWC The Fladda, Rays Marathon International Ai Project: Esfiftraflon Trench and Pond IB iii o (9214 7) POTALPAYROLL S 33,938 E.Pma S 2, LuuA Swn Fee Taal S 35,938 IN S tl SFWMD F Fm Sk Two Expawos S TOTAL E 35 938 wo sorvoL Sr. Pr ect UCADDI I Develop the 90% Technical Specifications 8 16 4 28 2 Incorporate the Cmm1y'fiont- eod'spoctF.7ons in o the Pmjent Manual 16 16 3 Develop the Enpneces Report to 9W. complaioo. B 12 B 28 4 Develop mmtncuon cost aumne to 90% compledon. 4 16 20 S Develop and submit a Construction Safety and Phasing Plan (CSPP) to FAA 8 24 32 6 Develop and submit a 7460 Form and exhibit to FAA 4 4 8 7 Develop the following plans: & Cover and Shea Index (1) 2 2 0. Notes and Summary of Quantities (I) 4 4 c. Project Layout (1) 2 2 d. Part 77 Contours and Safety Details (2) 4 4 e, Phasing and Erosion Coonol (I) 8 4 12 4 E mung Combines and Survey Control (1) 0 & Sod Borings (1) 0 Is. Geometry Plan - West Pond (1) 2 4 8 14 L Geometry Plan - Exfdtrauon Trench (1) 2 4 8 14 J. Grading Plan - Wert Pond (1) 2 4 6 k Grading Plan - Exfihm wn Track (1) 2 4 L Drainage Plans (2) 4 4 m. Cross Sections - West Pond (3) 4 8 12 o. Drainage Details (2) 4 8 12 a Erosion Control Details (2) 2 4 4 to 8 Finalias: smmnvmer modeling cakulmiom far pond and ex6ltotion trench. 16 24 40 9 Conduct in -Home QAIQC review. 8 4 12 10 Coordinate and distribute plans and specificts ons undme (90%) 4 4 11 Formally "'bout 100%renm package to FDOT and SFWMD and address any c000azats (assume 1 RAI 6om SFWMD 4 8 4 16 _ TOTAL HOURS RATE — PAYROLL ESTIMATE — 0 S - 0 S 1'1.00 S 78 3 IY1.011 S I 1 466 20 S 112.00 124 3 93.00 0 S S 101.00 S 54.00 S b 38 5 240 S 11 32 _76.00 S - S 484 S 216 POTALPAYROLL S 33,938 E.Pma S 2, LuuA Swn Fee Taal S 35,938 IN S tl SFWMD F Fm Sk Two Expawos S TOTAL E 35 938 (LO 'ON J Isel C MA3 : MZ) sqo:)er LO OSd :;UGwt4 JACOBS ENGINEERING GROUP Monroe County Airport: The Florida Keys Marathon International Airport Project. Erdiftration Trench and Pond Modifications (12115-07) I Finalize the Technical Specifications 2 4 4 10 Finalize the County , frunt-and , specifications in to the 4 4 9 Project Manual 3 Finalize the Premiums Report 4 4 4 Finalize the construction cost arairmuc, 4 4 5 Develop the following plans: 0 a. Cover and Sheet Index (1) It. Notes and Summary al'Quantities (1) 2 4 4 10 c. Pieti [Layout(1) 0 it. Part 77 Contours and Safety Details (2) 0 a. Phasing and Erosion Control (1) 0 E Existing Conditions and Survey Control (1) 0 a. Soil Borings (1) 0 Is, Geometry Plan - West Pond (1) 4 2 6 Is. Geometry Plan - Explication Trench (1) 4 2 6 L Commit Plan -W t Pond (1) 2 2 4 J. Grading Plan - Pollination Torch (1) 2 2 4 it, Drainage Plans (2) 2 2 4 L Cross Sections - West Fund (3) 0 an. Drainage Details (2) 0 a. Portion Control Cosmic (2) 0 6 Finalize suremwaser modeling calculations for pond 4 4 and fit lion trench. 7 Conduct In-House QA/QC resims. 81 4 121 TOTAL PAY BOLL s 8,049 Expenses S Lump Sum Fee Total $7-8,048 (LO 'ON J8pJ0 ISel £ MA3 : MZ) sgOOef LO OSd . ; u8Wt43e ; ; JACOBS ENGINEERING GROUP A'Am. V. t$iAA;.. Ph... Cn.,.rn MMMEMM The Florida Keys Marathon International Airport Earfiftration Trench and Pond Modifications (12115-07) JOB HOUR AND FEE ESTIMATE om TOTAL PAYROLL sr. Goal 11,282 Ta k ExnaSGA 5r 1,5 Printing Bid Documents ISO _ 0 So Em&— T C erred TOTAL 1 Prepare documents forbidding Airfare (1 visit @ S650tviot for two 2 2 2 People) S 1,300.00 4 Attend Pre-Bid Conference 8 2 B 2 S104/visit for two people) S 608.00 Expenses 16 3 Prepare and Respond to Bidders - - 4 - - 4 Total Expenses: 4 2 14 Questions TC2TAL E S 13,290 4 4 4 Issue necessary addendum and 2 4 8 2 24 directives to bidders (Assume 2) Review bids for responsiveness and 2 5 prepare bid tabulation 2 4 Prepare Award Recommendation 6 Letter 2 2 7 Prepare conformed contract drawings 2 2 8 2 4 22 4 8 Prepare Construction Contract 2 4 2 8 TOTAL HO_ UR_ S_ 0 20 12 _ _ 14 22 6 12 14 88 _ _ _ _ RATE _ _ S _ 1 t i S _14 S _1_1 S 93. 0_0 $ 76.00 5 101.00 5 W.00 _ PAYROLL ESTIMATE S - S 3.480 1.764 S 1.568 5 2.046 5 456 S 1112 S 756 11,282 om TOTAL PAYROLL S 11,282 Ta k ExnaSGA 1,5 Printing Bid Documents 1,5 PI -1 sets tin S50/set S 50.00 I,5 Specifications - 1 act @n' 550/set) S 50.00 Airfare (1 visit @ S650tviot for two 2 People) S 1,300.00 Lodging/Mods Per Di (I visit rr 2 S104/visit for two people) S 608.00 Expenses S 2,008 Lump Sum Fee Total S 13190 Total Expenses: $ 2,008.00 TC2TAL E S 13,290 om