Loading...
Item C25M 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: C25 Agenda Item Summary #2927 BULK ITEM: Yes DEPARTMENT: Engineering / Roads TIME APPROXIMATE: STAFF CONTACT: Judith Clarke (305) 295 -4329 n/a AGENDA ITEM WORDING: Approval of a Task Order in the amount of $263,690.28 with Keith & Schnars, P.A., for construction engineering and inspection (CEI) services and owner's representative services for the Design /Build Of Card Sound Toll Authority Tolling System Upgrade Project. The task order is being awarded under the On Call contract for Professional Engineering Services. ITEM BACKGROUND: Monroe County has decided to convert the Card Sound Toll Plaza from manual collection of tolls to an All Electronic Toll (AET) facility system. A construction engineering and design (CEI) consultant is needed to oversee construction. A low bid Design/Build technical and bid proposal for construction has been placed on the May 2017 BOCC meeting agenda for approval. PREVIOUS RELEVANT BOCC ACTION: The BOCC approved an On Call Professional Engineering Services contract with Keith & Schnars, P.A. at the January 16, 2014 meeting. The BOCC approved a task order with HDR Engineering, Inc. to develop the Design/Build RFP and provide procurement process support for the for the Card Sound Toll Authority Tolling System Upgrade Project at the November 22, 2016 meeting (Item F -26). The BOCC approved a contract with TransCore, LP, to install, test and activate an all- electronic toll collection system at the Card Sound Toll (Item C -15). CONTRACT /AGREEMENT CHANGES: New STAFF RECOMMENDATION: Approval as requested above DOCUMENTATION: KS CEI task order Keith & Schnars - EXEC & amend 1 - 3 -18 -15 FINANCIAL IMPACT: Effective Date: May 17, 2017 Expiration Date: 30 days after Substantial Completion of construction Total Dollar Value of Contract: $263,690.28 Total Cost to County: $263,690.28 Current Year Portion: $263,690.28 Budgeted: Yes Source of Funds: 401 Card Sound Toll CPI: Indirect Costs: Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: Yes Grant: County Match: Insurance Required: Yes Additional Details: If yes, amount: Toll collection 05/17/17 401 -22502 - CARD SOUND ROAD $263,690.28 REVIEWED BY: Judith Clarke Completed 04/28/2017 4:47 PM Christine Limbert Completed 05/01/2017 9:41 AM Budget and Finance Completed 05/01/2017 9:58 AM Maria Slavik Completed 05/01/2017 12:32 PM Kathy Peters Completed 05/01/2017 3:26 PM Board of County Commissioners Pending 05/17/2017 9:00 AM TASK ORDER FOR CONSTRUCTION ENGINEERING AND INSPECTION (CEI) SERVICES BETWEEN MONROE COUNTY AND KEITH & SCHNARS FOR DESIGN /BUILD OF CARD SOUND TOLL AUTHORITY TOLLING SYSTEM UPGRADE PROJECT In accordance with the Continuing Contract for Construction Engineering and Inspection (CEI) Services made and entered on the 16th day of January 2014 between Monroe County hereinafter referred to as the "County" and Keith & Schnars hereinafter referred to as "Consultant" where professional services are allowed if construction costs do not exceed $2,000,000. All terms and conditions of the referenced Continuing Contract for Construction Engineering and Inspection (CEI) Services apply to the Task Order, unless the Task Order modifies an Article of the Agreement of which will be specifically referenced in this Task Order and the modification shall be precisely described. This Task Order is effective on the 17 Day of May, 2017. Article II Scope of Basic Services, Paragraph 2.1.1 is amended as follows: The scope of services will include construction engineering and inspection (CEI) services and owner's representative services as described in Attachments A and B of this Task Order for the Design /Build Of Card Sound Toll Authority Tolling System Upgrade Project. Article VII, Paragraph 7.1 is amended to include the following: The Consultant shall be paid monthly based on hourly rates per the continuing services contract and estimated staff hours as follows: Personnel Estimated Hours Hourly Rate Total Design Review Services Senior Engineer 56 $125.00 $7,000 Senior Architect 56 $126.00 $7,056 Senior Project Engineer 152 $150.00 $22,800 Senior Project Manager 140 $150.00 $21,000 Chief Engineer 36 $180.00 $6,480 CEI Services Senior Project Engineer 132 $180.00 $23,760 Contract Support Specialist 264 $103.77 $27,395.28 Senior Inspector 660 $91.65 $60,489 Inspector 495 $90.00 $44,550 Tolling and Building Inspector 330 $126.00 $41,580 Materials Sampling & Testing $1,580.00 Total Not To Exceed Amount $263,690.28 CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 1 of 20 Article IX, Paragraph 9.21 is amended to include the following: Public Records Compliance. Contractor must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other "public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to F.S. 119.0701 and the terms and conditions of this contract, the Contractor is required to: (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon receipt from the County's custodian of records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records that would be required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of records, in a format that is compatible with the information technology systems of the County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, but if the County does not possess the requested records, the County shall immediately notify the Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 2 of 20 ( ;MWOO 130 11ol punoS pied : LZ6Z) JGPJO lse4130 Ski :4uGwt4:)e44V The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law, IN WITNESS WHEREOF, each party caused the Task Order to be executed by its duly mm (SEAL) Attest: Kevin Maxine. Clerk 0 �t =je Date J Witnes or 411 *� I SJgnur to BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA by: Mayor/Chairman ATTACHMENT A CEI and Owner's Representative Scope of Services c� 0 U Fu L) 0 0 0) E c� c4 �a 0 �a L) as E 0 CU CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 4 of 20 1.0 The Consultant shall provide Construction Engineering and Inspection Services for the Card Sound Tolling System Upgrade Project. Pursuant to Section 4.1.4 of the FDOT's Construction Project Administration Manual (CPAM), the authority of the Consultant's lead person, such as the Senior Project Engineer, and the Consultant's Project Administrator shall be identical to the Department's Resident Engineer and Project Administrator respectively and shall be interpreted as such. Services provided by the Consultant shall comply with FDOT manuals, procedures, and memorandums in effect as of the date of execution of the Task Order unless otherwise directed in writing by the County. On a single Construction Contract, it is a conflict of interest for a professional firm to receive compensation from both the County and the Contractor either directly or indirectly. The Consultant shall utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the Consultant during the term of the Contract and shall expressly require any subconsultants performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the subconsultant during the Contract term. 2.0 LENGTH OF SERVICE The Consultant services for the Construction Contract shall begin upon written notification to proceed by County. The Consultant Senior Project Engineer will track the execution of the Construction Contract such that the Consultant is given timely authorization to begin work. While no personnel shall be assigned until written notification by the County has been issued, the Consultant shall be ready to assign personnel within two weeks of notification. For the duration of the project, the Consultant shall coordinate closely with the County and Contractor to minimize rescheduling of Consultant activities due to construction delays or changes in scheduling of Contractor activities. For estimating purposes, the Consultant will be allowed an accumulation of thirty (30) working days to perform preliminary administrative services prior to the issuance of the Contractor's notice to proceed and thirty (30) calendar days to demobilize after final acceptance of the Construction Contract. 3.0 DEFINITIONS: A. Resident Engineer The Engineer assigned to a particular Project or area to administer Construction Contracts for the County. B. Construction Project Manager The County employee assigned to manage the Construction Engineering and Inspection Contract and represent the County during the performance of the services covered under this Agreement. CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 5 of 20 C. Engineer of Record The Engineer noted on the Construction plans as the responsible person for the design and preparation of the plans. D. Consultant The Consulting firm under contract to the County for administration of Construction Engineering and Inspection services. E. Agreement The Professional Services Agreement between the County and the Consultant setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of services, and the basis of payment. F. Consultant Senior Project Engineer The Engineer assigned by the Consultant to be in charge of providing Construction Contract administration for one or more Construction Projects. This person may supervise other Consultant employees and act as the lead Engineer for the Consultant. G. Consultant Project Administrator The employee assigned by the Consultant to be in charge of providing Construction Contract administration services one or more Construction Projects. H. Contractor The individual, firm, or company contracting with the County for performance of work or furnishing of materials. L Construction Contract The written agreement between the County and the Contractor setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of labor and materials, and the basis of payment. CPAM Florida Department of Transportation, Construction Project Administration manual; latest. K. Department Florida Department of Transportation L. F.D.O.T. Florida Department of Transportation. M. County Monroe County Board of County Commissioners. 4.0 REQUIREMENTS 4.1 General It shall be the responsibility of the Consultant to administer, monitor, and inspect the Construction Contract such that the project is constructed in reasonable conformity with the plans, specifications, and special provisions for the Construction Contract. The Consultant shall observe the Contractor's work to determine the progress and quality of work, identify discrepancies, report significant discrepancies to the County, and direct the Contractor to correct such observed discrepancies. The Consultant is hereby designated by the County to negotiate Supplemental CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 6 of 20 Agreements. However, the Consultant must seek input from the Construction Project Manager. The Consultant shall prepare the Supplemental Agreement as a recommendation to the County, which the County may accept, modify or reject upon review. The Consultant shall consult with the Construction Project Manager, as it deems necessary and shall direct all issues, which exceed its delegated authority to the Construction Project Manager for County action or direction. The Consultant shall advise the Construction Project Manager of any significant omissions, substitutions, defects, and deficiencies noted in the work of the Contractor and the corrective action that has been directed to be performed by the Contractor. Work provided by the Consultant shall not relieve the Contractor of responsibility for the satisfactory performance of the Construction Contract. 4.2 Survey Control The Consultant shall check or establish the survey control baseline(s) along with sufficient baseline control points and bench marks at appropriate intervals along the project in order to: (1) make and record such measurements as are necessary to calculate and document quantities for pay items; (2) make and record pre - construction and final cross section surveys of the project site in those areas where earthwork (i.e., embankment, excavation, subsoil excavation, etc.) is part of the construction project; and (3) perform incidental engineering surveys. The Senior Project Engineer will establish the specific survey requirements for each project prior to construction. Any questions or requests for "Waiver of Survey" should be directed to the Senior Project Engineer. 4.3 On -site Inspection The Consultant shall monitor the Contractor's on -site construction activities and inspect materials entering into the work in accordance with the plans, specifications, and special provisions for the Construction Contract to determine that the projects are constructed in reasonable conformity with such documents. The County will monitor all off -site activities and fabrication. The Consultant shall keep detailed accurate records of the Contractor's daily operations and of significant events that affect the work. Consultant shall be responsible for monitoring and inspection of Contractor's Work Zone traffic control plan and review of modifications to the Work Zone Traffic Control Plan, including alternate Work Zone Traffic Control Plan, in accordance with F.D.O.T. procedures. Consultant employees performing such services shall be qualified in accordance with F.D.O.T. department procedure. 4.4 Sampling and Testing The Consultant shall perform sampling and testing of component materials and completed work in accordance with the Construction Contract documents.The minimum sampling frequencies set out in the Department's Materials Sampling, CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 7 of 20 Testing and Reporting Guide shall be met. In complying with the aforementioned guide, the Consultant shall provide daily surveillance of the Contractor's Quality Control activities at the project site and perform the sampling and testing of materials and completed work items that are normally done in the vicinity of the project for verification and acceptance. The Consultant shall be specifically responsible for job control samples determining the acceptability of all materials and completed work items on the basis of either test results or verification of a certification, certified mill analysis, DOT label, DOT stamp, etc. Sampling, testing and laboratory methods shall be as required by the Department's Standard Specifications, Supplemental Specifications or as modified by the special provisions of the Construction Contract. Documentation reports on sampling and testing shall be submitted to responsible parties during the same week that the construction work is done. If required, the Consultant will transport samples to be tested in a Department laboratory to the appropriate laboratory or appropriate local FDOT facility. 4.5 Engineering Services The Consultant shall coordinate the Construction Contract administration activities of all parties other than the Contractor involved in completing the construction project. Notwithstanding the above, the Consultant is not liable to the County for failure of such parties to follow written direction issued by the Consultant. Services include maintaining the required level of surveillance of Contractor activities, interpreting plans, specifications, and special provisions for the Construction Contract, maintaining complete, accurate records of all activities and events relating to the project, and properly documenting all significant project changes. (1) Schedule and attend, within ten (10) days after the Notice to Proceed, a pre - construction conference for the project. The Consultant shall provide appropriate staff to attend and participate in the pre - construction meeting. (2) The Consultant shall record a complete and concise record of the proceedings of the pre - construction meeting and distribute copies of this summary to the participants and other interested parties within seven days. (3) Analyze the Contractor's schedule(s) (i.e. baseline(s), revised baseline(s), updates, as- built, etc.) for compliance with the contract documents. Elements including, but not limited to, completeness, logic, durations, activity, flow, milestone dates, concurrency, resource allotment, and delays will be reviewed. Verify the schedule conforms with the construction phasing and MOT sequences, including all contract CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 8 of 20 modifications. Provide a written review of the schedule identifying significant omissions, improbable or unreasonable activity durations, errors in logic, and any other concerns as detailed in CPAM. (4) Verify that the Contractor is conducting inspections, preparing reports and monitoring all storm water pollution prevention measures associated with the project. (5) Analyze problems that arise on a project and proposals submitted by the Contractor, endeavor to resolve such issues, and process the necessary paperwork. (6) Produce reports, verify quantity calculations, field measure for payment purposes as needed to prevent delays in Contractor operations and ensure prompt processing of such information in order for the County to make timely payment to the Contractor. (7) Provide Public Information services as required to manage inquiries from the public, public officials, and the news media. Prepare newsletters for distribution to adjacent property owners. The County Construction Project Manager shall approve all notices, brochures, responses to news media, etc., prior to release. (8) Prepare and submit to the Construction Project Manager monthly, a Construction Status Reporting System (CSRS) report. (9) Schedule and conduct a meeting with the County Engineering Office at least forty -five (45) calendar days prior to project final acceptance. The purpose of this meeting is to discuss the required documentation, including as- builts, necessary to close out the permit(s). (10) Video tape the pre - construction conditions throughout the project limits. Provide a digital photo log or video of project activities, with heavy emphasis on potential claim items /issues and on areas of real /potential public controversy. (11) The Consultant shall have a digital camera for photographic documentation of noteworthy incidents or events to cover the following areas: (a). Pre - construction photographs (b). Normal and exceptional progress of work (c). Critical path activities (d). Accidents showing damage (e). Unsafe working conditions (f). Unusual construction techniques CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 9 of 20 (g). Damaged equipment or materials (h). Any activity, which may result in claims These photographs will be filed and maintained on the Consultant's computer. Copies of photographs will be electronically transferred to the County at an interval determined by the Senior Project Engineer and the Construction Project Manager. The taking of the photographs shall begin the day prior to the start of construction and continue regularly throughout this project. Photographs shall be taken the days of Conditional, Partial and /or Final Acceptance. (13) Provide a Resident Compliance Specialist for surveillance of the Contractor's compliance with Construction Contract requirements. (14) As needed, prepare and make presentation before the Dispute Review Boards in connection with the project covered by this Agreement 5.0 ITEMS TO BE FURNISHED BY THE COUNTY TO CONSULTANT A. The County, on as needed basis, will furnish the following Construction Contract documents for this project. These documents may be provided in either paper or electronic format. Construction Documents (drawings, specifications) Special Provisions Copy of the executed Construction Contract. 6.0 ITEMS FURNISHED BY THE CONSULTANT 6.1 County Documents All applicable documents referenced herein shall be a condition of this Agreement. 62 Vehicles Vehicles will be equipped with appropriate safety equipment and must be able to effectively carry out requirements of this Agreement. Vehicles shall have the name and phone number of the consulting firm visibly displayed on both sides of the vehicle. 6.3 Field Equipment The Consultant shall supply survey, inspection and testing equipment, essential in order to carry out the work under this Agreement. Such equipment includes CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 10 of 20 those non - consumable and non - expendable items, which are normally needed for a CEI project and are essential in order to carry out the work under this Agreement. Hard hats shall have the name of the consulting firm visibly displayed. Equipment described herein and expendable materials under this Agreement will remain the property of the Consultant and shall be removed at completion of the work. The Consultant's handling of nuclear density gauges shall be in compliance with their license. The Consultant shall retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment shall be maintained and in operational condition at all times. 6.4 Licensing for Equipment Operations The Consultant will be responsible for obtaining proper licenses for equipment and personnel operating equipment when licenses are required. The Consultant shall make the license and supporting documents available to the County, for verification, upon request. Radioactive Materials License for use of Surface Moisture Density Gauges shall be obtained through the State of Florida Department of Health. 7.0 LIAISON The Consultant shall keep the Construction Project Manager informed of all significant activities, decisions, correspondence, reports, and other communications related to its responsibilities under this Agreement, and seek input from the Construction Project Manager in order for the Construction Project Manager to oversee the Consultant's performance. Agreement administrative duties relating to Invoice Approval Requests, Personnel Approval Requests, User ID Requests, Time Extension Requests, and Amendment and Supplemental Amendment Requests shall be reviewed and approved by the Construction Project Manager. 8.0 PERSONNEL 8.1 General Requirements The Consultant shall staff the project with the qualified personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement. Not all positions listed below may be required; however, personnel performing a specific task must have the qualifications required for the task. Unless otherwise agreed by the County, the County will not compensate straight overtime or premium overtime for the positions of Senior Project Engineer, CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 11 of 20 Project Administrator, Contract Support Specialist, and Associate Contract Support Specialist. 8.2 Personnel Oualifications The Consultant shall utilize only competent personnel, qualified by experience, and education. The Consultant shall submit in writing to the Construction Project Manager the names of personnel proposed for assignment to the project, including a detailed resume for each containing at a minimum salary, education, and experience. The Consultant Action Request form for personnel approval shall be submitted to the Construction Project Manager at least two weeks prior to the date an individual is to report to work. Personnel identified in the Consultant technical proposal are to be assigned as proposed and are committed to performing services under this Agreement. Personnel changes will require written approval from County. Previously approved staff, whose performance is unsatisfactory, shall be replaced by the Consultant within one week of County notification. Before the project begins, all project staff shall have a working knowledge of the current CPAM and must possess all the necessary qualifications /certifications for obtaining the duties of the position they hold. Cross training of the Consultant's project staff is highly recommended to ensure a knowledgeable and versatile project inspection team but shall not be at any additional cost to the County and should occur as workload permits. Visit the training page on the State Construction Office website for training dates. Minimum qualifications for the Consultant personnel are set forth as follows. Exceptions to these minimum qualifications will be considered on an individual basis. The County Engineer or designee will have the final approval authority. CEI SENIOR PROJECT ENGINEER - A Civil Engineer degree and be registered in the State of Florida as a Professional Engineer (or if registered in another state, the ability to obtain registration in the State of Florida within six months) and six years of engineering experience (two years of which are in major road and bridge construction), or for non - degreed personnel the aforementioned registration and ten (10) years of engineering experience (two years of which are in major road or bridge construction). Qualifications include the ability to communicate effectively in English (verbally and in writing); direct highly complex and specialized construction engineering administration and inspection program; plans and organizes the work of subordinate and staff members; develops and/or reviews policies, methods, practices, and procedures; and reviews programs for conformance with County standards. Also must have the following: Qualification: FDOT Advanced MOT Pass the CTQP examination covering the training video "Grouting of Bridge Post - tensioning Tendons" (If applicable) Attend the CTQP Quality Control Manager course and pass the examination. CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 12 of 20 Certifications: None A Master's Degree in Engineering may be substituted for one (1) year engineering experience. CEI PROJECT ADMINISTRATOR -A Civil Engineering degree plus two (2) years of engineering experience in construction of major road or bridge structures, or eight (8) years of responsible and related engineering experience, two (2) years of which involved construction of major road and bridge structures. Receives general instructions regarding assignments and is expected to exercise initiative and independent judgment in the solution of work problems. Directs and assigns specific tasks to inspectors and assists in all phases of the construction project. Will be responsible for the progress and final estimates throughout the construction project duration. Must have the following: Qualifications FDOT Intermediate MOT Pass the CTQP examination covering the training video "Grouting of Bridge Post - tensioning Tendons" (If applicable) CTQP Final Estimates Level II Certifications None Other Attend CTQP Quality Control Manager Course and pass the examination A Master's Degree in Engineering may be substituted for one (1) year of engineering experience CEI CONTRACT SUPPORT SPECIALIST - A Civil Engineering Degree or High School diploma or equivalent and four years of road & bridge construction engineering inspection (CEI) experience having performed /assisted in project related duties (i.e., progress and final estimates, EEO compliance, processing Construction Contract changes, etc.) or a Civil Engineering degree. Should exercise independent judgment in planning work details and making technical decisions related to the office aspects of the project. Should be familiar with the County's Procedures covering the project related duties as stated above and be proficient in the computer programs necessary to perform these duties. Shall become trained in CTQP Final Estimates Level II course and maintain a current qualification. CEI SENIOR INSPECTOR/ CEI SENIOR ENGINEER INTERN — High school graduate or equivalent plus four years of experience in construction inspection, two years of which shall have been in bridge and /or roadway construction inspection. Must have the following: Qualifications CTQP Concrete Field Inspector Level I CTQP Concrete Transportation Construction Inspector (CTCI) Level 11 (all bridges) CTQP Asphalt Roadway Level I (If applicable) CTQP Asphalt Roadway Level 11 (If applicable) CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 13 of 20 CTQP Earthwork Construction Inspection Level I CTQP Earthwork Construction Inspection Level II CTQP Pile Driving Inspection (If applicable) CTQP Drilled Shaft Inspection (If applicable) CTQP Grouting Technician Level I (If applicable) CTQP Post - Tensioning Technician Level I (If applicable) FDOT Intermediate MOT CTQP Final Estimates Level I Certifications Nuclear Radiation Safety Or a Civil Engineering degree and one year of road & bridge CEI experience with the ability to earn additional required qualifications within one year. (Note: Senior Engineer Intern classification requires one year experience as an Engineer Intern.) Responsible for performing highly complex technical assignments in field surveying and construction layout, making, and checking engineering computations, inspecting construction work, and conducting field tests and is responsible for coordinating and managing the lower level inspectors. Work is performed under the general supervision of the Project Administrator. 8.3 Staffing Once authorized, the Consultant shall establish and maintain an appropriate staff through the duration of construction and completion of the final estimate. Responsible personnel, thoroughly familiar with all aspects of construction and final measurements of the various pay items, shall be available to resolve disputed final pay quantities until the appropriate Construction Contract has been paid off. Construction engineering and inspection forces will be required of the Consultant at all times while the Contractor is working. If Contractor operations are substantially reduced or suspended, the Consultant will reduce its staff appropriately. In the event that the suspension of Contractor operations requires the removal of Consultant forces from the project, the Consultant will be allowed ten (10) days maximum to demobilize, relocate, or terminate such forces. 9.0 QUALITY ASSURANCE (QA) PROGRAM 9.1 Quality Reviews The Consultant shall conduct semi - annual reviews to make certain his own organization is in compliance with the requirements cited in the Scope of Services. Quality Reviews shall be conducted to evaluate the adequacy of materials, processes, documentation, procedures, training, guidance, and staffing included in the execution of this Agreement. Quality Reviews shall also be CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 14 of 20 developed and performed to achieve compliance with specific QA provisions contained in this Agreement. The semi - annual reviews shall be submitted to the Construction Project Manager in written form no later than one month after the review. On short duration CCEI projects (nine months or less), the CCEI shall perform an initial QA review within the first two months of the start of construction. 9.2 OA Plan: Within thirty days after receiving award of an Agreement, the Consultant shall furnish a QA Plan to the Construction Project Manager. The QA Plan shall detail the procedures, evaluation criteria, and instructions of the Consultant's organization to assure conformance with the Agreement. Unless specifically waived, no payment shall be made until the County approves the Consultant QA Plan. Significant changes to the work requirements may require the Consultant to revise the QA Plan. It shall be the responsibility of the Consultant to keep the plan current with the work requirements. The Plan shall include, but not be limited to, the following areas: A. Organization A description is required of the Consultant QA Organization and its functional relationship to the part of the organization performing the work under the Agreement. The authority, responsibilities and autonomy of the QA organization shall be detailed as well as the names and qualifications of personnel in the quality control organization. B. Ouality Reviews The Consultant QA shall detail the methods used to monitor and achieve organization compliance with Agreement requirements for services and products. C. Ouality Records The Consultant will outline the types of records, which will be generated and maintained during the execution of his QA program. D. Control of Sub - consultants and Vendors The Consultant will detail the methods used to control sub - consultants and vendor quality. E. Quality Assurance Certification An officer of the Consultant firm shall certify that the inspection and documentation was done in accordance with FDOT specifications, plans, standard indexes, and County procedures. CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 15 of 20 9.3 Quality Records The Consultant shall maintain adequate records of the quality assurance actions performed by his organization (including subcontractors and vendors) in providing services and products under this Agreement. All records shall indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective actions taken. These records shall be available to the County, upon request, during the Agreement term. All records shall be kept at the primary job site and shall be subject to audit review. 10.0 CERTIFICATION OF FINAL ESTIMATES 10.1 Final Estimate and As -Built Plans Submittal: Prepare documentation and records in compliance with the Agreement, Consultant's approved QC Plan and the County's Procedures. Submit the Final Estimate(s) and three sets of final as built plans documenting Contractor's work (one record set with two copies) as follows: (a) Within thirty calendar days of final acceptance; or (b) Where all items of work are complete and conditional /partial acceptance is utilized (Lighting, Plant establishment, etc.) for a period exceeding thirty calendar days, the final estimate(s) will be due on the thirtieth (30th) day after conditional /partial acceptance. A memorandum with documentation will be transmitted to the Director of Engineering Services at final acceptance detailing any necessary revisions to the pay items covered under the conditional /partial acceptance. The Consultant shall be responsible for making any revisions to the Certified Final Estimate. 10.2 Certification Consultant personnel preparing the Certified Final Estimate Package shall be CTQP Final Estimates Level II qualified. Duly authorized representative of the Consultant firm will provide a notarized certification on a form pursuant to Department procedures. 11.0 SUBCONSULTANT SERVICES: Upon written approval by the Construction Project Manager and the County, and prior to performance of work, the Consultant may subcontract for engineering surveys, materials testing, or specialized professional services. 12.0 OTHER SERVICES: CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 16 of 20 Upon written authorization by the Director of Engineering Services or designee, the Consultant will perform additional services in connection with the project not otherwise identified in this Agreement. The following items are not included as part of this Agreement, but may be required by the County to supplement the Consultant services under this Agreement. A. Assist in preparing for arbitration hearings or litigation that occurs during the Agreement time in connection with the construction project covered by this Agreement. B. Provide qualified engineering witnesses and exhibits for any litigation or hearings in connection with the Agreement. C. Provide on- and off -site inspection services in addition to those provided for in this Agreement. 13.0 POST CONSTRUCTION CLAIMS REVIEW In the event the Contractor submits a claim for additional compensation and/or time after the Consultant has completed this Agreement, the Consultant shall, at the written request from the County, analyze the claim, engage in negotiations leading to settlement of the claim, and prepare and process the required documentation to close out the claim. Compensation for such services will be negotiated and effected through a Supplement to this Agreement. 14.0 CONTRADICTIONS In the event of a contradiction between the provisions of this Scope of Services and the Consultant's proposal as made a part of their Agreement, the provisions of the Scope of Services shall apply. 15.0 THIRD PARTY BENEFICIARY It is specifically agreed between the parties executing this Agreement that it is not intended by any of the provisions of any part of the Agreement to create in the public or any member thereof, a third party beneficiary hereunder, or to authorize anyone not a party to this Agreement to maintain a claim, cause of action, lien or any other damages or any relief of any kind pursuant to the terms or provisions of this Agreement. 16.0 COUNTY AUTHORITY The County shall be the final authority in considering contract modification of the Contractor for time, money or any other consideration except matters agreed to by the Contractor through contract changes negotiated by the Consultant, as authorized in Section 9.1 herein. CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 17 of 20 Owners Renresentative Scone of Services GENERAL OBJECTIVE The general objective is for the CONSULTANT to provide all post design services, including construction engineering and inspection services (CEI) necessary for the duration of the design -build contract. This includes perform plans reviews, prepare plans revisions, respond to RF1's, review shop drawings, conduct site visits, and attend all applicable meetings (progress, hand -off, pre - construction, CEI biweekly progress and f i n a l acceptance). OWNER'S REPRESNTATIVE SERVICES Construction Assistance consists of those Post Design Services on this project, which may be required to satisfactorily complete construction of the project. This is in addition to the CEI services that will be provided during the duration of construction. These services are intended to deal with changed conditions or services not covered and are not intended for CONSULTANT errors and /or omissions. Errors and Omissions will be responsibility of the Design /Builder (D /B). Plans Reviews: The Consultant shall review plans submitted by the Design Build Firm for compliance with all applicable COUNTY criteria as well as the Request for Proposal requirements. Plans Update: The CONSULTANT shall update or revise the plans in accordance with the Plans Preparation Manual. The CONSULTANT shall make such updates or revisions for the following: a. At the conclusion of the construction, the CONSULTANT, if requested by the COUNTY,shall revise the drawings to reflect as -built conditions based on marked up prints, drawings, and other data furnished to the CONSULTANT. b. At the written request of the COUNTY to update or revise the plans as the result of Engineering Assistance. At the conclusion of said updates or revisions, the CONSULTANT shall return all drawings and signed and sealed copies per the Plans Preparation Manual to the COUNTY for its use and file. Engineering Assistance: The CONSULTANT shall provide to the COUNTY qualified representation during the construction phase to deal with issues concerning the intent and interpretation of the Request for Proposal documents, conceptual construction plans and documents prepared inthe work. Should differing site conditions be encountered inthe field and when requested by the COUNTY, the CONSULTANT shall respond in a timely manner with suitable engineering solutions, which take into account the changed conditions. On -site appearance of the CONSULTANT shall be made during construction at the request of the COUNTY or its designated representative. From time to time during construction, the CONSULTANT may be requested by the COUNTY or its designated representative to review contractor CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 18 of 20 proposed field changes or to respond with a recommendation solution to remedy particular field situations not covered by the plans and specifications. Shop Drawings: The CONSULTANT shall process all shop drawings for the project. Special Requirements: The CONSULTANT is aware that Transcore will serve as representative for all tolling equipment and requirements for this project. The CONSULTANT will assist Transcore to ensure all design, construction and implementation requirements are achieved based on the CONTRACTOR'S schedule and provide resources as necessary. CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 19 of 20 ATTACMENT B Construction Engineering and Inspection (CEI) Services and Owner's Representative Fees CEI Services — Design/Build Of Card Sound Toll Authority Tolling System Upgrade Project May 17, 2017 Page 20 of 20 Card Sound Road Toll Plaza Improvements Design Review Staff Hour Fee Estimate TASK Senior Engineer (Terracon) Senior Architect (ALAI) Senior Project Engineer(K&S) Senior Poject Manager(K &S) Chief Engineer QA/QC(K &S) Total Hours per Task Total Hours Rate Hours Rate Hours Rate Hours Rate Hours Rate Project Management Y a 1 Attend Progress Meetings (Bi- weekly) 4/hrs. meeting 0 $125.00 0 $126.00 0 $150.00 72 $150.00 8 $180.00 80 $ 12,240.00' 2 Field Reviews with EoR (2 Reviews 4hrs/ visit) 0 $125.00 0 $126.00 0 $150.00 8 $150.00 8 $180.00 16 $ 2,640.00 96 $ 14,880.00'3 Shop Drawings 1 Roadway 0 $125.00 0 $126.00 24 $150.00 4 $150.00 2 $180.00 30 $ 4,560.00? - 2 Structures 0 $125.00 0 $126.00 16 $150.00 4 $150.00 2 $180.00 22 $ 3,360.00 a 3 Tolling GantrylEquipment Building 0 $125 .00 24 $126.00 0 $150.00 4 $150.00 2 $180.00 30 $ 3,984.00') 4 Roadway Lighting 0 $125.00 0 $126.00 16 $150.00 4 $150.00 2 $180.00 22 $ 3,360.00 5 Geotechnical ( Foundations)!', 24 $125.00 0 $126.00 0 $150.00 4 $150.00 2 $180.00 30 $ 3,960.00!' 134 $ 19,224.00 Plan Reviews (2 Reviews @ 16 hrs /review) 1 Roadway 0 $125.00 0 $126.00 32 $150.00 8 $150.00 2 $180.00 42 $ 6,360.00 = 2 Structures 0 $125.00 0 $126.00 32 $150.00 8 $150.00 2 $180.00 42 $ 6,360.00' v Y i : 3 Tolling Gantry /Equipment Buidling 0 $125.00 32 $126.00 0 $150.00 8 $150.00 2 $180.00 42 $ 5,592.00 r a - 4 Roadway Lighting 0 $125.00 0 $126.00 32 $150.00 8 $150.00 2 $180.00 42 $ 6,360.00'' 5 Geotechnical (Foundations) 1 32 $125.0101 0 126.001 0 150.001 8 150.001 2 $180.00 42 $ 5,560.00 56 56 152 140 36 210 $ 30,232.00!' TOTAL 440 $ 64,336.00' 4/20/2017 K KEITH SCHNARS Card Sound Road Toll Plaza Improvements CEI Fee Estimate TASK DESCRIPTION IACTIVITY CLASSIFICATION AND RATES Payroll Classification Contract - Hourly Rates 1 2 '.3 4 5 Total Total Senior ProlectEngmeer (K &S) Assiatnt Project Admisntrator/Contract Support Specialistl(K &S) '.Senior Inspector (K &5) Inspector(K &S) Tolling & Building ', Inspector Work Labor Costs $180.00 $103.77 $91.65 $90.00 $126.00 Hours PHASE 1 - START UP 16.50 33.00 82.50 132.00 $13,955.54 PHASE 2 - CEI INSPECTION SERVICES 99.00 198.00 495.00 495.00 330.00 1617.00 $169,863.21 PHASE 3 - PROJECT CLOSE OUT 16.50 33.00 82.50 132.00 $13,955.54 Total Workhours 132.00 264.00 660.00 495.00 330.00 1881.00 $197,774.28 Sub -Total Dollars $23,760 $27,395 $60,489 $44,550 $41,580 $197,774.28 Consultant - K &S $197,774.28 Subconsultant - Terracon (Materials Sampling and Testing) $1,580.00 Total Dollars* $199;354.28 4/20/2017 K KEITH SCHNARS AMENDMENT I TO THE b� THUS AMENDMENT I to the Agreement dated January 16, 2014, between Monroe County, whose address isllOO Simonton Street, Room 2-216 Key West, Florida 33O4O, hereafter the "COU0TY" and Keith /&Schnans, P.A., a Corporation of the State of Florida, whose address is6SOD North Andrews Avenue, Fort Lauderdale, Florida 33308, hereafter the "CONSULTANT" is entered into onthis 10 dmVmf S. WHEREAS, on the 16 1h day of January 2014, the parties entered into an Agreement for On Call Prnfpssio projects in w uction costs do not exceed 52,000,000.00 in the torm ot Task Orders issued tor specit services; and I !111 11111 1 11 1111 11 111ir I iipl��Iqlii�ii 111] 11 1� |n WITNESS WHEREOF each party hereto has caused this contract tobe executed by its duly authorized representative. IN By: Title: KEITH & SCHNARS, P.A. Title: AIPPF</'\/E����7�3����&� �S S|87 ny�n i�]\n|��] N This Agreement �Aonamnnmrk'') m�de ond mnhared |nto thia ^~~- mf 3201q bv and bmbwean ~ onnoe County, o political subdivision of ' of Iawaa address is 1100 Simonton 8tnyet, Key VVeet, Florida, 33040, its ouooemmony and assigns, hereinafter referred to as "COUNTY," through the Monroe County Board of County Commissioners WN Keith & Schnars, P.A., a Corporation of the State of Florida, whose address is 1500 North Andrews Avenue, Fort Lauderdale, Florida 33309 its successors and assigns, hereinafter referred to as "CONSULTANT", WHEREAS, COUNTY desires to employ the professional engineering services of CONSULTANT for various County Projects located in Monroe County, Florida and co WHEREAS, CONSULTANT has agreed to provide professional services for miscellaneous projects in which construction costs do not exceed $2,000,000.00 agreed to by the CONSULTANT. Task Orders will contain specific scope of work, time schedule, charges and payment conditions, and additional terms and conditions that are applicable to such Task Orders. The terms and conditions of this Agreement shall apply to each Task Order, except to the extent expressly modified. When a Task Order is to modify a provision of this Agreement, the Article of this Agreement to be modified will be specifically referenced in the Task Order and the modification shall be precisely described. ROW, THEREFORE, in consideration of the mutual promises, covenants and agreement& stated herein, and for other good and valuable consideration, the sufficiency of which is here acknowledged, COUNTY and CONSULTANT agree as follows: I 0 ;'A IrGINts By executing this Agreement, CONSULTANT makes the following express representations and warranties to the COUNTY: 1.1.1 The CONSULTANT shall maintain all necessary licenses, permits or other authorizatiors necessary to act as CONSULTANT for the Project until the CONSULTANT'S duti hereunder have been fully satisfied; i 1.1.2 The CONSULTANT has become familiar with the Project site and the local conditions under which the Work is to be completed. Mrs a 1.1.6 At all times and for all purposes under this agreement the CONSULTANT is an independent contractor and not an employee of the Board of County Commissioners for Monroe County. No statement contained in this agreement shall be construed so as to find the CONSULTANT or any of his/her employees, contractors, servants, or agents to be employees of the Board of County Commissioners for Monroe County. 1.1.7 The CONSULTANT shall not discriminate against any person on the basis of race, creed, color, national origin, sex, age, or any other characteristic or aspect which is not job related, in its recruiting, hiring, promoting, terminating, or any other area affecting employment under this agreement or with the provision of services or goods under this agreement. All written correspondence to the COUNTY shall be dated and signed by an authorized representative of the CONSULTANT. Any notice required or permitted under this agreement shall be in writing and hand delivered or mailed, postage pre-paid, to the COUNTY by certified mail, return receipt requested, to the following: Ms. Judith Clarke, P.E. IF Oirector of Engineering Services Monroe County 1100 Simonton Street, Room 2-216 '<ey West, Florida 33040 And: Mr. Roman Gastesi, Jr. Monroe County Administrator 1100 Simonton Street, Room 2-205 Key West, Florida 33040 For the Consultant: Michael L. Davis Vice President 6500 North Andrews Avenue Fort Lauderdale, Florida 33309 -117 Q III I [61 - H-11 N I 3.1 Additional services are services not included in the Scope of Basic Services. Should the COUNTY require additional services they shall be paid for by the COUNTY at rates or fees negotiated at the time when services are required, but only if approved by the COUNTY before commencement. 3.2 If Additional Services are required the COUNTY shall issue a letter requesting and describing the requested services to the CONSULTANT. The CONSULTANT shall respond with a fee proposal to perform the requested services. Only after receiving amendment to the Agreement and a notice to proceed from the COUNTY, shall the CONSULTANT proceed with the Additional Services. I ARTICLE IV COUNTY'S RESPONSIBILITIES 4.1 The COUNTY shall provide full information regarding requirements for the Project includirlie physical location of work, county maintained roads, maps. 4.2 The COUNTY shall designate a representative to act on the COUNTY's behalf with respect to the Project, The COUNTY or its representative shall render decisions in a timely manner pertaining to documents submitted by the CONSULTANT in order to avoid unreasonable delay in the orderly and sequential progress of the CONSULTANT'S services. 4.3 Prompt written notice shall be given by the COUNTY and its representative to the CONSULTANT if they become aware • any fault or defect in the Project or non- conformance with the Agreement Documents. Written notice shall be deemed to have been duly served if sent pursuant to paragraph 2.3. 4.4 The COUNTY shall furnish the required information and services and shall render in T approvals and decisions as expeditiously as necessary for the orderly progress of the CID CONSULTANT'S services and work of the contractors. 4.5 The COUNTY's review of any documents prepared by the CONSULTANT or its subconsultants shall be solely for the purpose of determining whether such documents are generally consistent with the COUNTY's criteria, as, and if, modified. No review of such documents shall relieve the CONSULTANT of responsibility for the accuracy, adequacy, fitness, suitability • coordination • its work product. I I I I I I Ras I f; I • I IN •lr;w�z • to 1QR 1ra RE 01S I IF 1-1-1 ARTICLE V INDEMNIFICATION AND HOLD HARMLESS 5.2 The first ten dollars ($10.00) of remuneration paid to the CONSULTANT is for the indemnification provided for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. Should any claims be asserted against the COUNTY by virtue of any deficiency 2mbiguity in the plans and specifications provided • the CONSULTANT, t CONSULTANT agrees and warrants that he shall hold the COUNTY harmless and sh indemnify him from all losses occurring thereby and shall further defend any claim action • the COUNTY'S behalf. I 5.4 The extent of liability is in no way limited to, reduced or lessened by the insurance requirements contained elsewhere within the Agreement. ITITSTIERVIRM 11 1 1 1 1 1 11 1 1 1 FIRE11 1 11ne • PI I I■A The CONSULTANT shall assign only qualified personnel to perform any service concerning the project. At the time of execution of this Agreement, the parties anticipate that the following nameii individuals will perform those functions as indicated: 7.1 PAY MENT SUM 7.1.1 The COUNTY shall pay the CONSULTANT in current funds for the CONSULTANT'S performance of this Agreement based on rates negotiated and agreed upon and shown in Attachment A. 7.2.1 For its assumption and performances of the duties, obligations and responsibilities set forth herein, the CONSULTANT shall be paid monthly. Payment will be made pursuant to the Local Government Prompt Payment Act 218.70, Florida Statutes. FA) If the CONSULTANT'S duties, obligations and responsibilities are materially changed by amendment to this Agreement after execution of this Agreement, compensation due to the CONSULTANT shall be equitably adjusted, either upward or downward; 7.3 REIMBURSABLE EXPENSES 7.3.1 Reimbursable expenses include expenses incurred by the CONSULTANT in the interest of in the project: co a. Expenses of transportation submitted by CONSULTANT, in writing, and living expenses b. Cost of reproducing maps or drawings or other materials used in performing the scope of services; 03 M =0 7.4.1 The CORS11TART may not be entitled to receive, and the COUNTY is not obligated to pay, any fees or expenses in excess • the amount budgeted for this contract in each fisca' year (Oct•• er I - September 30) by COUNTY's Board • County Commissioners. The budgeted amount may only be modified by an affirmative act of the COUNTY's Board of County Commissioners. 7.4.2 The COUNTY's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County Commissioners and the approval of the Board members at the time of contract initiation and its duration. insurance at all Unnea that this Agreement is in effect. In the event the completion of the project (to include the work of others) is delayed or suspended as g result of the CONSULTANT'S failure to purchase or maintain the required insurance, the CONSULTANT shall indemnify the COUNTY from any and all increased expenses resulting from such delay. A. Workers' Compensation insurance as required by the State of Florida, sufficient to respond to Florida Statute 440. B. Employers Liability Insurance with limits of $1,000,000 per Accident, $1,000,000 Disease, policy limits, $1,000,000 Disease each employee. An Occurrence Form policy is preferred. If coverage is changed to or provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported must extend for a minimum of 48 months following the termination or expiration of this contract. Professional liability insurance of One Million Dollars ($1,000,000.00) per occurrence and Two Million Dollars ($2,000,000.00) annual aggregate. If the policy is a "claims made" policy, CONSULTANT shall maintain coverage or purchase a "tail" to cover claims made after completion of the project to cover the statutory time limits in Chapter 95 of the Florida Statutes. COUNTY during the term of this Agreement. COUNTY will not pay for increased limits of insurance for subconsultants. H. CONSULTANT shall provide to the COUNTY certificates of insurance or a copy of all insurance policies including those naming the COUNTY as an additional insured. The COUNTY reserves the right to require a certified copy of such policies upon request. 1. If the CONSULTANT participates in a self-insurance fund, a Certificate of Insurance wil:: be required. In addition, the CONSULTANT may be required to submit updated financia:' statements from the fund upon request from the COUNTY. I IT, I b*" 4 4 W-'l 0 1:1 ON Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. The documents prepared bv the CONSULTANT for this Project be|onghotheCOUNTYand mm T - may be reproduced and copied without acknowledgement or permission of the wm CONSULTANT. M Nothing contained herein shall create any relationship, contractual or otherwise, with or any rights in favor of, any third party. A. In the event that the CONSULTANT shall be found to be negligent in any aspect of service, the COUNTY shall have the right to terminate this agreement after five days written notification to the CONSULTANT. B. Either of the parties hereto may cancel this Agreement without cause by giving the other party sixty (60) days written notice of its intention to do so. (Articles This contract consists of the Request for Proposals, any addenda, the Form of Agreement the • • response to the RFQ, the documents . • to in the Form of Agreement as a part of this Agreement, and attachments A, B and C, and modifications made after execution by written amendment. In the event of any conflict between any of • documents, one •• • the greater burden on the CONSULTANT will •i, 9.7 PUBLIC ENTITIES CRIMES vendor In addition to the foregoing, CONSULTANT further represents that there has been n* determination, based on an audit, that it or any subconsultant has committed an act defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the. amount of money involved or whether CONUSULTANT has been placed on the convicted COi%SULTANT will promptly :.. • COUNTY or i i ! •...... subconsultant is formally with • • " public f has been placed i f. • vendor W-47011 • 1' • • 1, • • I M75TO"T monies were •. • by 9.10 SEVERABILITY successors, 9.12 BINDING EFFECT The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the COUNTY and CONSULTANT and their respective legal representatives, • assigns. Each party represents and warrants to the other that the execution, delivery arrii performance of this Agreement have been duly authorized by all necessary County anit corporate action, as required by law. W . that all applications, requests, grant proposals, and funding solicitations shall be approved by each party prior to submission. 1 � � 1 � i 1 3 � � q 6j;LIjLf*;,X*j :a I] 6-IM :4 4 "I ff .10 K96TOT � F �-' W CONSULTANT and COUNTY covenant that neither presently has any interest, and shal' not acquire any interest, which would conflict in any manner or degree with its performanca. under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. M COUNTY agrees that officers and employees of the COUNTY recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain infonitatiow. M The CONSULTANT and COUNTY shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the CONSULTANT and COUNTY in connection with this Agreement; and the COUNTY shall have the right to unilaterally cancel this Agreement upon violation of this provision by CONSULTANT. Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the CONSULTANT and the COUNTY in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered into by the COUNTY be required to contain any provision for waiver. k i Is] k i a N =1 1 1 F- 2 [444 tyaL UOU 0 No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. This Agreement may be executed in any number of counterparts, each • which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. a). Appendix I of the FDOT Standard Professional Services Agreement is included as Attachment E.2 c). CONSULTANT will comply, and ensure its sub -consultants will comply, with the Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions in 49 C.F.R. Part 29, when applicable. a). The CONSULTANT and all sub-consultants agree to utilize the U.S Department of Homeland Security's E-verify System • verify the employment eligibility of all new employees hired by the CONSULTANT or sub -consultants during the term • the contract. 6*1 M-M M-A aw rd to) C-1 to] INI 0-14 kyj [W-Rmm a FLOA 0 i I. &INZE v [W-A A r4o 14 y ISO) 11#1 *1011 aw Il a w 1 a mffl=�� and Voluntary Exclusion for Federal Aid Contracts are included as Attachment C. IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly authorized representative on the day and year first above written. Maj,14NING RE +', Amps lov o i l I P WO A i t - �Mme N I is By. Michael Davis Title:Vice President Date: - 7A J. - I I • MOMNAMM 0 u M U 0 F- 0 U) L) N cu ggq A) w x 8 qg� 06 'Keith and Schnans,P.A. '/CADD/ComputerTeohnioiam $ 87.20 � Keith and Schnars,P,A. CB Asphalt Plant Inspector $ 77.05 �Keith and Sohnans,P.A. CB Contract Support Specialist $ 103.77 Keith d� h P on c nac� � 4 . CB Inspector/Engineer Intern $ 67.50 /Kebh and Gchnans,P.k oCB|TS Inspector $ 90.00 Keith and Gchnans,P�A, CE| Project Administstor/CB Project Engineer $ 119.60 �Keith and Schnans,P.A. `'CB Res Compliance Specialist 50.61 Keith and Schnam,P.A. CB Senior Inspector/Senior Engineer Intern 91.65 'Keith and Gchnans,P.&. iCB Senior Project Engineer $ 180.00 / Keith and Schnars, P.A, Chief Engineer 180.00 Xehhand Schoars,P.A. Chief Scientist 140.08 Keith and Schnars, P.A. Chief Utility Coordinator $ 130.26 �Keith and Schna:s,P.A. Claims Analyst $ 180.00 Keith and Schnam PA ' � � ea8ner Designer $ 100.00 /Keith and Schnacs, P.A. /Engineer $ I05.00 � Keith and 5chnao`P.A. Engineering Intern 80.00 �Keith and Schmacs, P.A. Environmental Specialist 90.00 � Keith and 6uhnar4 P.A. Field Crew Supervisor 95.33 'Keith and Gchnans, P.A. 'G|SGpeda|ist $ 75.00 Keith and 8chnans, P.X. Instrument Man $ 45.00 Keith and Schnars,P.A. land Planner $ 80.03 Keith and Schnars,P.A. Landscape Architect $ 125.00 Keith and Schnan�P.A. 'Landscape Architect |nhern $ 65.16' Keith and Schnao,P.A. Landscape Designer - ! 9500 � and 5chnars,P.A. 'Party Chief � ��Z5 ' Keith and Schua o P.A. ' � . P| anne, $ 95.00 'Keith and Gchnan4P.A. '9�ncip�| ' � , �5�OO` ' | Keith and Sohna:s,P.A. Project Engineer 120.00 Keith and P ' n nar� . 4 . Project Manager � 150.00 ) Keith and Schnao,P.A. Public Information Officer $ 98.65 |Keith and Schnans, P.A. Rod &4an/ChainK4an 37.60 Keith and Schnars PA ' � . Scientist � 74.36 'Keith and Schnacs,P.A. 'Secretary/Clerical 60.03 Keith and Schnars,P.A. Senior Engineer 160.00 Xeith and Sohnao'P.A. Senior Engineering Technician 80.00 Keith and Schnans,PA . . Senior Environmental 6 i enor Scientist $ 150.00 'Keith and Smhnocs,P.A. Landscape Architect $ 150.00 Keith and Schnmn,P.A. Senior Planner 140.00 Xeithamd Schnars,KA. 'Senior Project Engineer $ 150.00 Keith and Schnacs,P.A. Senior Scientist 110.00 �Keith and 5ohnars,P.A. Senior Surveyor &Mapper 123.51 Keith and Suhnars,P.A. Senior Utility Coordinator 113.98 �Keith and Schnacs,P.A. Survey Technician 75.38 Keith and Schman,P.A. Surveying Intern $ 85.49 'Keith and Smhnars,P.A. !Surveyor &Mapper $ 96.56 Keith and Schnacs, P.A. Utility Coordinator $ 76.34 Tierra South Florida, Inc. 'Senior Technician $ 75.00 Senior Engineer $ 125.00 ,'Project Manager $ 150I0 Principal Engineer $ 111.36 "Project Director $ 106.86 � Senior Project Manager/Engineer $ 111.56 �T»rojeciManager/Engineer $ 11136 / Senior Scientist $ 104.24 ' Project Scientist $ 84.36 Architectural/Engineering Aide U $ 65.00 �Architect | $ 77.00 Environmental Scientist $ 77.00 ''Environmental Scientist | $ 89.00 Planner 11 $ 102.00 Project Designer $ � 126.00 ' Senior Architect $ 126.00 5enior Cost Estimator $ 126.00 Senior Engineer $ 126.00 ,Senior Planner $ 126.00 Senior Scientist $ 126.00 Project Architect $ I4100 � Project Engineer $ 142�00 Director $ 192.00 � Principal $ 250.00 Project Manager $ / 105.00 Senior Project Engineer $ 150.00 !Project Engineer _� 150.00 Senior Design Engineer $ 125.00 ,Senior Designer $ 125.00 Field Engineer $ I45.00 Field Inspector $ 110.00 | Computer Aided Design/ Draftsman $ 80.00 m B TERPO-EQU-F-DERAL-AID ONTRAQ.T.S.OPU-NOW-1).: The following terms apply to all contracts in which it is indicated in Section 63 of the Standard Professional Services Agreement that the services involve the expenditure of federal funds: A. It is understood and agreed that all rights of the Department relating to inspection, review, approval, patents, copyrights, and audit of the work, tracing, plans, specifications, maps, data, and cost records relating to this Agreement shall also be reserved and held by authorized representatives of the United States of America, B It is understood and agreed that, in order to permit federal participation, no supplemental agreement of any nature may he entered into by the parties hereto with regard to the work to be performed hereunder without the approval of the U.S. Department of Transportation, anything to the contrary in this Agreement not withstanding. C Compliance with Regulations: The Consultant shall comply with the Regulations of the U.S. Department of Transportation Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement, G Sanctions for Noncompliance: In the event of the Consultant's noncompliance with the nondiscrimination provisions of this contract, the Florida Department of Transportation shall impose such contract sanctions as it or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited to, 1 withholding of payments to the Consultant under the contract until the Consultant complies and/or 2, connotation, termination or suspension of the contract, in whole or in part, Interest of Members of Congress: No member of or delegate to the Congress of the United States will be admitted to any share or part of this contract or to nny benefit arising therefrom, 0 Ca W L) 0 F- 0 U) L) i E W 06 L) LU X LU T 06 J= E 0 Interest of Public. Officiakc No member, officer, or employee of the public body or of a local public body during his tenure or for one year thereafter shall have any Interest, direct or Indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of Status; and public corporations, boards, and commissions established under the laws of any State. K Participation by Disadvantaged Business Enterprises: The Consultant shall agree to abide by the following statement from 49 CFR 26,13(b), This statements shall be included in all subsequent agreements between the Consultant and any subsonsuitant or contractor, This Consultant, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Consultant to carry out these requirements is a material breach of this contract, which may result in termination of this contract or other such remedy as the recipient deems appropriate. It is mutually understood and agreed that the willful falsification, distortion or misrepresentation with respect to any facts related to the projects) described in this Agreement is a violation of the Federal Law, Accordingly, United States Code, Title 18, Section 1020, is hereby incorporated by reference and made -a part of this Agreement. M, It is understood and agreed that if the Consultant at any time learns that the certification it provided the Department in compliance with 49 CFR, Section 26,51, was erroneous when submitted or has become erroneous by reason of changed circumstances, tho Consultant shall provide immediate written notice to the Department. It is further agreed that the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" as set forth in 49 CFR, Section 29.510, shall be included by the Consultant in all lower tior covered transactions and in all aforementioned federal regulation, N_ The Department hereby certifies that neither the consultant nor the consultant's representative has been required by the Department, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract, to 1, employ or retain, or agree to employ or retain, any Firm or person, or 2, pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; LO The Department further acknowledges that this agrearnont will be furnished to a federal agency, in connection with this contract involving participation of Federal -Aid funds, and is subject to applicable State and Focarof Laws, both criminal and so civil. 7 so a The Consultant hereby certifies that it has not: employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for the above contractor) to solicit or secure this contract; 2, agreed, as an express or implied condition for obtaining this contract, to employ or retain the services or any firm or person In connection with carrying out this contract; or 3, paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for the above contractor) any fee contribution, donation, or consideration of any kind for, or in connoction with, procuring or carrying out the contract. The consultant further acknowledges that this agreement will be furnished to the Stato of Florida Department of Transportation and a federal agency in connection with this contract involving participation of Federal-Aid funds, and Is subject to applicable State and Federal Laws, both criminal and civil, ATTACHMENT C Certification for Disclosure of Lobbying Activities on Federal Aid Contracts Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion for Federal Aid Contracts N I STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375- 030 -33 CERTIFICATION IS I ACTIVITIES PROCUREMENT oio, FEDERAL-AID ON ACTS (Compliance with 49CFR, Section 20.100 ()) The prospective participant certifies, by signing this certification, that to the best of his or her knowledge r belief: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, U amendment, or modification of any federal contract, grant, loan, or cooperative agreement. M (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for 0 influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and 0 submit Standard Form-LILL, "Disclosure of Lobbying Activities", in accordance with its instructions. U) (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or • the language this certification be included in all i.. subcontracts, exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. i, P.A. By: Michael L. Davis Date: - fl Consultant: Authorized Signature: STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030 O PROCUREME1 CERTIFICATIN REG ARD A O ING DEBRMENT, SUSPENSIN, 10 INELIGIBILITY AND VOLUNTARY EXCLUSION FOR FEDERAL AID CONTRACTS (Compliance with 49CFR, Section 29.510) (Appendix B Certification] aeuarillent, aeualuu 111UHSI♦I" , UTUI*1ILdI[IIj exul*ea irom parlicipallon I[] lims LIdI1zjduuuII • dily luuuldl department • agency. N I