Loading...
Item C26 D/37 BOARD OF COUNTY COMMISSIONERS C ounty of M onroe Mayor David Rice, District 4 Mayor Pro Tem Craig Cates, District 1 The Florida Keys Michelle Coldiron, District 2 Vacant, District 3 Holly Merrill Raschein, District 5 County Commission Meeting April 20, 2022 Agenda Item Number: C.26 Agenda Item Summary #10468 BULK ITEM: Yes DEPARTMENT: Engineering / Roads TIME APPROXIMATE: STAFF CONTACT: Clark Briggs (305) 295-4306 N/A AGENDA ITEM WORDING: Approval of a task order with Kisinger Campo and Associates, Corporation for Engineering Design for the Card Sound Bridge Navigational Lighting Replacement project for a not to exceed amount of $48,254.00, plus estimated expenses of $2,700.00 for a total not to exceed amount of $50,954.00. This task order is being awarded under the Agreement for On Call Professional Engineer Services. ITEM BACKGROUND: Monroe County received notification from the Florida Department of Transportation (FDOT) for deficiencies of the Card Sound bridge (#904990) during their most recent inspection. The deficiencies included damaged or missing navigational lighting and vertical clearance gauges. The FDOT recommended prompt corrective action for these deficiencies. PREVIOUS RELEVANT BOCC ACTION: At the February 2022 meeting, the BOCC approved an On Call Professional Engineering Services Agreement with Kisinger Campo and Associates, Corp. CONTRACT/AGREEMENT CHANGES: New task order STAFF RECOMMENDATION: Approval of task order DOCUMENTATION: KCA Task Order Card Sound Nav Lights_Signed_033122-signed Executed Contract-KCA COI - Kisinger Campo 21 22 stamped FINANCIAL IMPACT: Effective Date: April 20,2022 Qbdlfu!Qh/!8:9 D/37 Expiration Date: 60 days after project completion Total Dollar Value of Contract: $50,954.00 Total Cost to County: $50,954.00 Current Year Portion: $50,954.00 Budgeted: Source of Funds: 401-22502 SC_00103 CPI: Indirect Costs: Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: If yes, amount: Grant: County Match: Insurance Required: Yes Additional Details: REVIEWED BY: Judith Clarke Completed 04/04/2022 4:42 PM Christine Limbert Completed 04/04/2022 4:48 PM Purchasing Completed 04/04/2022 4:57 PM Budget and Finance Completed 04/05/2022 10:20 AM Brian Bradley Completed 04/05/2022 10:40 AM Lindsey Ballard Completed 04/05/2022 11:39 AM Board of County Commissioners Pending 04/20/2022 9:00 AM Qbdlfu!Qh/!8:: D/37/b TASK ORDER FOR ENGINEERING DESIGN BETWEEN MONROE COUNTY AND KISINGER CAMPO & ASSOCIATES, CORP. FOR CARD SOUND BRIDGE NAVIGATIONAL LIGHTING REPLACEMENT PROJECT In accordance with the Continuing Contract for On Call Professional Engineering Services made and entered on the 16th day of February, 2022 between Monroe County hereinafter referred to as the ÐCountyÑ and Kisinger Campo & Associates, Corp., hereinafter referred to as ÐConsultantÑ where professional services are allowed if construction costs do not exceed $4,000,000. All terms and conditions of the referenced Contract for On Call Professional Engineering 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 20th Day of April, 2022 and shall expire 60 days after construction is complete. Article II Scope of Basic Services, Paragraph 2.1 is amended as follows: The scope of services for the Card Sound Bridge Navigational Lighting Replacement Project (Bridge #904990) will include delivering construction plans, specifications and providing post design services. Tasks will include plans and specifications development for navigational light replacement and clearance gauge replacement. Cursory coordination with the United States Coast Guard (USCG) is to be completed for navigational light and clearance gauge replacement. Details of the scope of services are outlined below and included in the ConsultantÓs proposal that is attached to this task order as Attachment A. 1.0 DESIGN DEVELOPMENT 1.1 The Engineer shall prepare a Design Development Letter Report for the CountyÓs approval. The Design Development Report shall consist of a written document that establishes and describes the size and character of the navigational lighting and clearance gauge replacement, materials and such other elements as may be appropriate. The report will contain a conceptual cost estimate. 2.0 CONSTRUCTION DOCUMENTS PHASE 2.1 Based on the approved Design Development Documents and any further adjustments authorized by the County in the scope or quality of the Project, the Consultant shall prepare, for approval by the County, Construction Documents consisting of Drawings and Specifications setting forth in detail the requirements for the construction of the project. Construction documents shall conform to the standards contained in the most current version of the FDOT Buubdinfou;!LDB!Ubtl!Psefs!Dbse!Tpvoe!Obw!Mjhiut`Tjhofe`144233.tjhofe!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Standard Specifications for Road and Bridge Construction. Card Sound Bridge Navigational Lighting Replacement Task Order Kisigner Campo & Associates, Corp. 3/30/2022 Page 1 of 7 Qbdlfu!Qh/!911 D/37/b Where FDOT design standards cannot be met the Consultant will request a design variance or exception. 2.2. The Consultant shall provide Drawings and applicable Technical Special Provisions to the County for the CountyÓs review (the Florida Department of Transportation Standard Specifications will be incorporated by reference) at the 100% stage of the project. The Consultant shall respond to questions resulting from County review and incorporate any required revisions to the construction drawings and specifications. 2.3 The Consultant will provide a construction cost estimate and a project schedule. 2.4 Upon completion of the Construction Documents Phase, the Consultant shall provide Construction Documents for the CountyÓs approval. Upon approval by the County the Consultant shall provide the County 1 set of Construction Documents that have been signed and sealed by the Consultant. The Consultant shall also provide an electronic version of the construction documents. 2.5 The Consultant shall assist the County in the preparation of the necessary bidding information for the production of bidding forms, the Conditions of the Contracts, and the forms of Agreements between the County and the Contractors by providing supporting information as to the projects scope, bid items, estimated quantities and construction duration. The County shall prepare all Bidding Forms, Conditions of the Contract, and Forms of Agreement. 2.6 The ConsultantÓs construction documents (plans, specifications, etc.) will conform to all codes and regulations of the federal government, county, state, municipalities, agencies and state departments, in effect at the date of this Agreement, and shall be of such completion as to be acceptable for review and ruling by said agencies when permits are applied for. The Consultant shall use due care in determining permit requirements and shall meet with regulatory agencies as necessary to coordinate specific permit requirements. The Consultant shall document all meetings and conversations with said regulatory agencies. If permits are denied for incompleteness or for lack of following said codes or regulations, or permit requirements, then the Engineer will conform the construction documents in such manner to receive permits upon such plans. Work required by the Consultant to conform documents to federal, state, city, county, or agency specifications to allow them to be approved shall be completed at no charge or cost to the County, unless said requirements are changed during the course of the project. 2.7 The Consultant shall file (through the County) all documents required for the approval of governmental authorities having jurisdiction over the project. The Consultant shall file (through the County) the necessary documents to obtain Environmental Resource Permits and all other permits required for construction. The County shall be responsible for the timely submittal of all permit application fees. 2.8 As needed by the County, the Consultant will provide clarification and answers to questions from prospective bidders during the construction bid process. Answers will be provided in a timely manner in order to facilitate bidding. Buubdinfou;!LDB!Ubtl!Psefs!Dbse!Tpvoe!Obw!Mjhiut`Tjhofe`144233.tjhofe!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* 3.0 CONSTRUCTION DOCUMENTS PHASE REQUIREMENTS Card Sound Bridge Navigational Lighting Replacement Task Order Kisigner Campo & Associates, Corp. 3/30/2022 Page 2 of 7 Qbdlfu!Qh/!912 D/37/b To satisfactorily perform the Construction Documents phase requirement, the Engineer must complete the tasks set forth in items 3.1 through 3.4. 3.1 Construction Plans Î This consists of, at a minimum, Key Sheet, Summary of Pay Items and Quantities, Drainage Map, Project Layout, Plan and Profile sheets, Typical Sections, Detail sheets, General Notes, Environmental Notes, Traffic Control Plan. Construction plans shall be in accordance with FDOT Design Manual. 3.2 Specifications Î specifications will conform to the most recent version of the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction or the Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (Florida Greenbook). Comprehensive, abbreviated methods, materials and systems descriptions in tune with the drawings will be developed as necessary with Technical Special Provisions. 3.3 Schedules Î Prepare an estimate of the Construction Time. 3.4 Estimate of Construction Cost Î Estimate of anticipated cost in accordance with the Construction Documents. 4.0 CONSTRUCTION COST Contemporaneously with the submission of each phase of the Design, the Consultant shall submit to the County in writing its final estimate of the contractorÓs anticipated bid price for constructing the Project. Once submitted, the final anticipated price estimate shall be adjusted by the Engineer to reflect any increase or decrease in anticipated price resulting from a change in Design. 4.1 The Construction Cost shall be the total estimated bid cost to the County of all elements of the Project designed or specified by the Engineer. 4.2 The Construction Cost shall include the cost at current market rates of labor and materials and Equipment designed, specified, selected or specially provided for by the Engineer, plus a reasonable allowance for ContractorÓs overhead and profit. 4.3 Construction cost does not include the compensation of the Consultant and the subconsultants, the costs of land, rights-of-way, financing or other costs which are the responsibility of the County. 5.0 CONSTRUCTION PHASE The Consultant shall, without additional compensation, promptly correct any errors, omissions, deficiencies, or conflicts in the work product of the Consultant or its consultants or both. The Consultant must reimburse the County for any Ðadded costsÑ paid by the County for additional construction costs that were incurred as a direct result of any error, omission, Buubdinfou;!LDB!Ubtl!Psefs!Dbse!Tpvoe!Obw!Mjhiut`Tjhofe`144233.tjhofe!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* deficiency, or conflict in the work product of the Consultant, its consultants, or both. ÐAdded costsÑ is defined as the cost incurred from any additional work required on the project that was Card Sound Bridge Navigational Lighting Replacement Task Order Kisigner Campo & Associates, Corp. 3/30/2022 Page 3 of 7 Qbdlfu!Qh/!913 D/37/b necessitated solely by the error, omission, deficiency, or conflict in the work project. The added cost is limited to the increase to the construction cost for additional work and does not include costs that are normally incurred as part of the project or would have been incurred had no error, omission, or deficiency occurred, and addressed by a change order of already established unit costs. The Consultant shall not be held responsible for additional deficiencies found due to a delay in the construction of the project or for those hidden deficiencies that could not reasonably be determined through a review of documentation or physical inspection of the site by the Consultant. . REMAINDER OF PAGE LEFT BLANK Buubdinfou;!LDB!Ubtl!Psefs!Dbse!Tpvoe!Obw!Mjhiut`Tjhofe`144233.tjhofe!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Card Sound Bridge Navigational Lighting Replacement Task Order Kisigner Campo & Associates, Corp. 3/30/2022 Page 4 of 7 Qbdlfu!Qh/!914 D/37/b Article VII Compensation, Paragraph 7.1 is amended to read: The Consultant shall be paid monthly. The total Not To Exceed lump sum fee of $48,254.00 plus estimated expenses of $2,700.00 (actual itemized amount) will apply and is estimated as follows: KCA FEE Task 1 Î Bridge Navigational Lighting Plans $38,726.00 Task 2 Î Post Design Services $9,528.00 TOTAL $48,254.00 ESTIMATED EXPENSES Project Manager (Site Visit, Bridge Inspection) $1,350.00 Structures $1,350.00 TOTAL EXPENSES $2,700.00 Buubdinfou;!LDB!Ubtl!Psefs!Dbse!Tpvoe!Obw!Mjhiut`Tjhofe`144233.tjhofe!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Card Sound Bridge Navigational Lighting Replacement Task Order Kisigner Campo & Associates, Corp. 3/30/2022 Page 5 of 7 Qbdlfu!Qh/!915 D/37/b 4042033 Qbdlfu!Qh/!916 D/37/b ATTACHMENT A CONSULTANT SCOPE OF SERVICES AND COST ESTIMATE Buubdinfou;!LDB!Ubtl!Psefs!Dbse!Tpvoe!Obw!Mjhiut`Tjhofe`144233.tjhofe!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Card Sound Bridge Navigational Lighting Replacement Task Order Kisigner Campo & Associates, Corp. 3/30/2022 Page 7 of 7 Qbdlfu!Qh/!917 D/37/b ¸ ¸ ¸ ¸ ¸ ¸ ¸ Buubdinfou;!LDB!Ubtl!Psefs!Dbse!Tpvoe!Obw!Mjhiut`Tjhofe`144233.tjhofe!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!918 D/37/b Buubdinfou;!LDB!Ubtl!Psefs!Dbse!Tpvoe!Obw!Mjhiut`Tjhofe`144233.tjhofe!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!919 D/37/b Buubdinfou;!LDB!Ubtl!Psefs!Dbse!Tpvoe!Obw!Mjhiut`Tjhofe`144233.tjhofe!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!91: Buubdinfou;!LDB!Ubtl!Psefs!Dbse!Tpvoe!Obw!Mjhiut`Tjhofe`144233.tjhofe!!)Dbse!Tpvoe!csjehf!eftjho D/37/b Qbdlfu!Qh/!921 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!922 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!923 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!924 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!925 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!926 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!927 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!928 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!929 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!92: D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!931 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!932 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!933 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!934 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!935 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!936 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!937 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!938 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!939 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!93: D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!941 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!942 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!943 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!944 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!945 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!946 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!947 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!948 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!949 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!94: D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!951 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!952 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!953 D/37/c Buubdinfou;!Fyfdvufe!Dpousbdu.LDB!!)Dbse!Tpvoe!csjehf!eftjho!ubtl!psefs* Qbdlfu!Qh/!954 D/37/d Qbdlfu!Qh/!955