HomeMy WebLinkAbout01/20/2016 Agreement TASK ORDER FOR ON CALL PROFESSIONAL DESIGN AND PERMITTING
SERVICES BETWEEN MONROE COUNTY AND CDM SMITH INC.
FOR
KEY LARGO II ROADWAY AND DRAINAGE IMPROVEMENTS PROJECT
In accordance with the Continuing ract for On Call Professional Engineering
Services made and entered on the h day of January, 2014 between Monroe County
hereinafter referred to as the "County" and CDM Smith Inc. hereinafter referred to as
"Consultant" where design services are allowed if construction costs do not exceed
$2,000,000.
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 January, 2016 and shall expire 60 days
after construction is complete.
Article II Scope of Basic Services, Paragraph 2.1.1 is amended as follows:
The scope of services for the Key Largo II Roadway And Drainage Improvements project
will include completion of design for construction and any required SFWMD permitting
for the asphalt overlay, milling and resurfacing, roadway reconstruction including
establishing roadway crowns and the installation of french drains for the specified roads
in the Bay Harbor, Sunset Point, Sunrise Point Addition, Sunrise Point Revised Plat,
Lime Grove Estates Section 1 and Rays Cuda Canal subdivisions of Key Largo.
The Design for Construction shall include, but shall not necessarily be limited to, plans
and specifications which describe all systems, elements, details, components, materials,
equipment, and other information necessary for construction. The Design for
Construction shall be accurate, coordinated and in all respects adequate for construction
and shall be in conformity, and comply, with all applicable law, codes, permits, and
regulations. Products, equipment and materials specified for use shall be readily
available unless written authorization to the contrary is given by the County.
Details of the scope of services are outlined below and included in the Consultant's
proposal that is attached to this task order as Exhibit A.
1.0 DESIGN DEVELOPMENT
The Consultant will evaluate existing adjacent environment and habitat and provide a
design that eliminates or minimizes impacts to the surrounding environment and habitat.
2.0 CONSTRUCTION DOCUMENTS PHASE
2.1 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 following:
Key Largo II Roadway and Drainage Improvement Project
CDM Smith Inc.
Dec.23,2015
Page 1 of 7
1. Florida Department of Transportation Roadway Plans Preparation
Manuals
http://www.dot.state.fl.us/rddesig n/PPM Man ual/PPM.shtm
2. Florida Department of Transportation Design Standards
http://www.dot.state.fl.us/rddesign/DesignStandards/Standards.shtm
3. Florida Department of Transportation Manual of Uniform Minimum
Standards for Design, Construction and Maintenance for Streets and
Highways http://www.dot.state.fl.us/rddesign/FloridaGreenbook/FGB.shtm
4. Florida Department of Transportation Surveying Procedure
http://www2.dot.state.fl.us/proceduraldocuments/procedures/bin/5500301
01.pdf
5. Florida Department of Transportation Drainage Manual
http://www.dot.state.fl.us/rddesign/dr/files/2008DrainageManual.pdf
6. MUTCD
http://mutcd.fhwa.dot.gov/
7. American Disabilities Act
http://www2.dot.state.fl.us/proceduraldocuments/procedures/bin/6250200
15.pdt
8. Florida Department of Transportation Flexible Pavement Design Manual
http://www.dot.state.fl.us/pavementmanagement/PU BLICATIONS.shtm
9. Florida Statutes
http://www.leg.state.fl.us/Statutes/index.cfm?Mode=View%20Statutes&Su
bmenu=1&Tab=statutes&CFI D=14677574&CFTOKEN=80981948
2.2. The Consultant shall provide Drawings and applicable Technical Specifications
for the County's review.
2.3 Upon completion of the Construction Documents Phase, the Consultant shall
provide Construction Documents for the County's approval. Upon approval by the
County the Consultant shall provide the County up to 3 sets of Construction Documents
that have been signed and sealed by the Consultant. The Consultant shall also provide
an electronic version of the construction documents. The Consultant shall provide an
estimate of anticipated construction cost in accordance with the construction
development phase.
2.4 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.
2.5 The Consultant's construction documents (plans, specifications, etc) will conform
to all codes and regulations of the federal government, county, state, municipalities,
Key Largo II Roadway and Drainage Improvement Project
CDM Smith Inc.
Dec.23,2015
Page 2 of 7
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.
2.6 The County shall be responsible for the timely submittal of all permit application
fees.
2.7 At the 90% and 100% design phases the Consultant shall provide drawings and
other documents which depict the current status of design for the County's review and
information. The Consultant shall provide an estimate of anticipated construction costs
and construction schedule.
2.8 As needed, 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.
3.0 CONSTRUCTION DOCUMENTS PHASE REQUIREMENTS.
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 — 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, Traffic Control Plan. Construction plans
shall be in accordance with FDOT Plans Preparation Manual.
3.2 Specifications — For general specifications, FDOT Specifications will be used.
Comprehensive, abbreviated methods, materials and systems descriptions in tune with
the drawings will be developed as necessary with Technical Special Provisions.
3.3 Schedules — Prepare an estimate of the Construction Time.
3.4 Estimate of Construction Cost — Estimate of anticipated cost in accordance
with the Construction Documents.
4.0 CONSTRUCTION COST
Contemporaneously with the submission of the Design, the Consultant shall submit to
the County in writing its final Opinion of Probable Construction Cost (OPCC) for
constructing the Project. Once submitted, the final anticipated price estimate shall be
Key Largo II Roadway and Drainage Improvement Project
CDM Smith Inc.
Dec.23,2015
Page 3 of 7
adjusted by the Consultant 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 Consultant.
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
Consultant, plus a reasonable allowance for Contractor's overhead and profit.
4.3 Construction cost does not include the compensation of the Consultant and the
sub-consultants, the costs of land, rights-of-way, financing or other costs which are the
responsibility of the County.
5.0 CONSTRUCTION PHASE
5.1 The Consultant shall review and approve or take other appropriate action upon
Contractor submittals and requests for information. The Consultant's action shall be
taken with such reasonable promptness as to cause no delay in the Contractor's Work or
in construction by the County's own forces, while allowing sufficient time in the
Consultant's professional judgment to permit adequate review. In general, said review
and action shall be completed in 10 working days from receipt of a shop drawing
submittal, excluding resubmittals. Review of such submittals is not conducted for the
purpose of determining the accuracy and completeness of other details such as
dimensions and quantities or for substantiating instructions for installation or
performance of equipment or systems designed by the Contractors, all of which remain
the responsibility of the Contractors to the extent required by the Contract Documents.
The Consultant's review shall not constitute approval of safety precautions or, unless
otherwise specifically stated by the Consultant, of construction means, methods,
techniques, sequences, or procedures.
5.2 The Consultant will provide answers to Requests for Information (RFIs) from the
Contractor, as needed during construction and will implement any required plan
revisions.
5.3 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.
5.4 The Consultant must reimburse the County for any "added costs" paid by the
County for additional construction cost that were incurred as a direct result of any error,
omission, deficiency, or conflict in the work product of the Consultant, its consultants, or
both. "Added costs" is defined as the cost incurred from any additional work required on
the project that was necessitated solely by the error, omission, deficiency or conflict in
the work product. 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
Key Largo II Roadway and Drainage Improvement Project
CDM Smith Inc.
Dec.23,2015
Page 4 of 7
the project or for those hidden deficiencies that could not reasonably be determined
through a review of current field conditions by the Consultant or subconsultants.
5.5 The Consultant shall furnish to the County, upon project completion, the
following:
• 2 sets of 11"X 17" signed and sealed Record Drawings
• 2 sets of final documentation
• 1 set of final CADD files on CD
The Consultant's Engineer of Record in responsible charge of the project's design
shall professionally endorse/certify the record prints, the special provisions and all
reference and support documents.
5.6 The Consultant will attend the pre-construction meeting and as needed, attend
the periodic construction progress meetings.
Article VII, Paragraph 7.1 is amended to include the following:
The Consultant shall be paid monthly for time and expenses based on hourly rates and
the following not to exceed amounts (except where noted):
Task 1: Data Collection & Preliminary Design Evaluation $ -35,944:
Task 2: Design and Plans Production and Bid Support $ 114,084
Task 3: Environmental Resource Permitting (not to exceed) $ 10,592
Task 4: General Engineering Services During
Construction $ 23,576
Task 5: Meetings, Project Management and Quality Control $ . 40,364
Outside Professionals (lump sum) $ 74;056
Other Direct Costs $ 10,100
Total (not to exceed) - $ 308,716
Article IX Miscellaneous, Paragraph 9.21 is amended to add the following: ,
Pursuant to F.S. 119.0701, Contractor and its subcontractors shall comply with all public
records laws of the State of Florida, including but not limited to:
(a) Keep and maintain public records that ordinarily and necessarily would be required
by Monroe County in order to perform the service.
(b) Provide the public with access to public records on the terms and conditions that
Monroe County would provide the records and at a cost that does not exceed the cost
provided in Florida Statutes, Chapter 119 or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law.
(d) Meet all requirements for retaining public records and transfer, at no cost, to
Monroe County all public records in possession of the contractor upon termination of the
Key Largo II Roadway and Drainage Improvement Project
CDM Smith Inc.
Dec.23,2015
Page 5 of 7
contract and destroy any duplicate public records that are exempt or confidential and
exempt from public records disclosure requirements. All records stored electronically
must be provided to Monroe County in a format that is compatible with the information
technology systems of Monroe County.
Paragraph 9.30 Federal Highway Administration Requirements do not apply to this
project.
IN WITNESS WHEREOF, each party caused the Task Order to be executed by its duly
authorized representative.
Consul nt Witness:
CD it nc.
,he,o,4
Sign t Signature Date
Title
e"l ll.c -4, BOARD OF COUNTY COMMISSIONERS
1lillnQ:k
UTYFLORIDA41
y( Y f
:x._-,,1 Mayor/Chai man
PAN. _•
Date: //20 if CO
MONROE COUNTY ATTORNEY
APPROVED AS TO FORM.
Ni. LIMB
CHRISTINE ERT-BARROWS
= c.D �- ASSISTANTCOUNTY ATTORNEY
- L.3 -7— Date i
cam" ,._ p
�_,N Key Largo II Roadway and Drainage Improvement Project
CDM Smith Inc.
Dec.23,2015
Page 6 of 7
. •
EXHIBIT A
CONSULTANT'S PROPOSAL
• • -,.
Key Largo II Roadway and Drainage Improvement Project
CDM Smith Inc.
Dec.23,2015
Page 7 of 7
•
TASK WORK ORDER NO. 2
Monroe County,Florida
Key Largo II—Roadway and Drainage Improvements Project
November 13, 2015
This Authorization, when executed, shall be incorporated in and become part of the Agreement for
Professional Services between the Monroe County(COUNTY),and CDM Smith Inc. (CONSULTANT), dated
January 16, 2014, hereafter referred to as the Agreement.
PROJECT BACKGROUND
COUNTY has requested that CONSULTANT provide engineering design and construction administration
services for paving, drainage and associated improvements to COUNTY roadways located.in Key Largo,
Florida. As shown on Exhibit A, attached, the roads included in this study are North Bay Harbor Drive,
South Bay Harbor Drive, Bonito Lane, Cuda Lane, Dove Road, Heron Road, Lobster Road, Mockingbird
Road, Red Bird Road, Snapper Lane, Sunset Court, and Sunset Road. These roads are in the Bay Harbor,
Sunset Point, Sunrise Point Addition, Sunrise Point Revised Plat, Lime Grove Estates Section 1 and Rays
Cuda Canal subdivisions of Key Largo.
SCOPE OF WORK
The following is a description of the services to be provided under this Task Authorization:
• Evaluate the subdivision roads to determine the appropriate rehabilitation method (resurfacing,
widening, reconstruction)
• Design of appropriate rehabilitation method and associated drainage improvements
• Preparation of contract documents and technical specifications in coordination with standard County
requirements
• Apply for a Permit Exemption from the South Florida Water Management District(SFWMD)
• Provide support during construction in responding to Contractor's needs and inquiries
• Assistance with project close-out
TASK 1.0—DATA COLLECTION&PRELIMINARY DESIGN EVALUATION
Subtask 1.1 Data Collection and Field Investigation
The CONSULTANT will review documents provided by the COUNTY, such as Geographic Information
Systems(GIS) data and Pavement Assessment Reports.
The CONSULTANT's roadway designer will perform a field investigation with County Public Works (roads
and utility) staff on the same day as the kick-off meeting (Task 5.1) to gather data and identify potential
problem areas that will require additional pavement cores to be performed by the geotechnical
consultant and to locate utilities in the roadway. The CONSULTANT will take notes and photographs
during the field investigation to document observations, discussions, and recommendations.
The CONSULTANT'S drainage designer will also attend the field investigation to assess existing drainage
patterns and identify potential locations for exfiltration trenches.
Subtask 1.2 Roadway Pavement Analysis
The CONSULTANT will evaluate the data obtained to determine the appropriate method of rehabilitation
for the twelve(12)roads included in this study and as shown on Exhibit A. Rehabilitation methods include
milling and resurfacing of streets in good condition or reconstruction of streets showing evidence of
% lth Page 1 of 7
pavement failure or significant flooding. The CONSULTANT will recommend a rehabilitation method for
each street or logical segments of each street for review and approval by the COUNTY. For purposes of
this scope of services,it is assumed that twelve(12) roads will be improved:six(6)roads will be resurfaced
and six(6) roads will require reconstruction based on pavement condition index (PCI). In addition,three
(3) narrow roads will be widened to comply with the minimum pavement width requirement of 18 feet.
Subtask 1.3 Drainage Analysis
The CONSULTANT will prepare a conceptual drainage plan outlining the locations of ditch grading
improvements and exfiltration trench locations. The plan will be based on drainage needs determined
during the field review and evaluation of the drainage patterns from the obtained ground survey for the
project.
TASK 2.0—DESIGN AND PLANS PRODUCTION
Subtask 2.1 Roadway Design
The CONSULTANT will design the following roadway elements in accordance with governing standards
(AASHTO—2011 A Policy on Geometric Design of Highways and Streets and/or 2011 FDOT Greenbook—
Florida Manual of Uniform Minimum Standards Design, Construction and Maintenance for Streets and
Highways), as practical:
• Milling and resurfacing of roads in fair and/or good condition.
• Widening of narrow roads to meet minimum 18-foot width requirement.
• Reconstruction of roads with evidence of structural failure. •
Subtask 2.2 Drainage Design
The drainage design tasks will include the following elements:
• Exfiltration trenches will be provided throughout the project as needed to facilitate positive drainage
in areas of significant ponding within the roadway and/or right-of-way. The existing seepage trenches
that are observed during the field review or survey and/or provided by Monroe County will be replaced
with exfiltration trenches. The exfiltration trenches will be detailed in the plans. CONSULTANT will
determine the approximate horizontal extent of underground utilities including water and sewer at
the proposed exfiltration trench locations. CONSULTANT will locate the proposed exfiltration trenches
to minimize utility impacts. CONSULTANT will provide design details for utility relocations as required.
The vertical extent of the underground utilities will not be obtained for this project.
• A detailed drainage approach with the locations of the proposed drainage improvements will be
included in the Conceptual Design submittal. The final proposed drainage improvements will be
included in the construction plans.
Subtask 2.3 Preparation of Contract Documents
The CONSULTANT will prepare Construction Documents, including final plans and technical specifications.
The plans will include the following major elements:
• Key Sheet(1)
• General Notes(1)
• Special Details(2)
• Typical Section Sheets(1)
• Project Layout(1)
• Roadway Resurfacing Plan Sheets (1 per road)
Smith Page 2 of 7
• Roadway Reconstruction Plan/Profile Sheets (1 per road)
• Cross Sections for Reconstruction and/or Widening(15 sections per road)
• Stormwater Pollution Prevention Plan (1)
• Miscellaneous Design Standards/Temporary Erosion Control Details (1)
In addition,the following deliverables are anticipated for this task:
• Three (3)copies of conceptual design sketch and project approach/criteria memorandum
• Three (3)copies of 90%Construction Documents(plans and technical specifications);
• Cost estimates at 90%and 100%
• One (1) electronic copy of 100% Construction Documents (plans and technical specifications) with
Draft Environmental Resource Permit(ERP)application package
• One(1)electronic copy of SFWMD ERP Application and Permit
• Three (3) signed and sealed sets of 100% Construction Plans and Technical Specifications for the
County's files.
Subtask 2.4 Procurement Assist
CONSULTANT will assist the County in their preparation of Bid Forms and other Division 0 front-end
documents. CONSULTANT will prepare responses to technical questions from prospecting bidders
TASK 3.0-ENVIRONMENTAL RESOURCE PERMITTING
The CONSULTANT will schedule and conduct a pre-application meeting with SFWMD to determine the
permitting requirements for the project. It is anticipated that water quality treatment will not be required
for the mill and resurface and reconstruction improvements but will be required for the roadway
widenings. CONSULTANT will prepare and submit an Environmental Resource Permit application for the
proposed roadway widenings if necessary. The application will not include recommendations for
mitigation or other information for potential impacts to protected plants and/or species. Additionally,
CONSULTANT will confirm that permitting with other agencies other than SFWMD,such as the Army Corps
of Engineers, Florida Department of Protection and National Marine Fisheries is not required. It is
anticipated that the SFWMD permitting requirements will require the retention of stormwater from the
widened roadways which will be provided within the proposed exfiltration trenches to be designed by
CONSULTANT as included in Subtask 2.2 (Drainage Design).
TASK 4.0-GENERAL ENGINEERING SERVICES DURING CONSTRUCTION
Subtask 4.1 Shop Drawing Review
The CONSULTANT will review and approve shop drawings that the contractor is required to submit.
Subtask 4.2 RFI Responses
The CONSULTANT will review requests for information (RFI) submitted by the Contractor and provide
responses.
Subtask 4.3 Plan Revisions
The CONSULTANT will prepare and submit up to three(3) plans revisions to address minor design changes
as a result of unforeseen field conditions or approved Contractor recommendations.
Subtask 4.4 As-Built Record Drawings
The CONSULTANT will use the design CADD files as a base to prepare as-built record drawings in CADD.
The as-built revisions are to be provided as red-lined plans by the Contractor or COUNTY's project field
CDNI
Smith Page 3 of 7
inspector/RPR.
Subtask 4.5 SFWMD As-Built Certification
The CONSULTANT will prepare and submit the SFWMD as-built certification form as required by SFWMD
to transfer the project to the operations phase. This task includes a site visit to confirm the project was
constructed in accordance with the SFWMD permit conditions.
TASK 5.0-MEETINGS, PROJECT MANAGEMENT AND QUALITY CONTROL
Activities performed under this task consist of those general functions required to maintain the project on
schedule,within budget, and that the quality of the work products defined within this scope is consistent
with CONSULTANT's standards and the COUNTY's requirements.Specific activities included are identified
on the following page:
Subtask 5.1 Project Kick-Off Meeting
CONSULTANT will prepare for and conduct a kick-off meeting for the project with County staff to review
the scope of services, schedule and budget, and discuss initial design issues/preferences and gather any
additional available data. CONSULTANT will prepare and distribute draft and final meeting minutes to all
attendees.
Subtask 5.2 Project Management
CONSULTANT's project manager will prepare and submit monthly written status reports for an anticipated
project life of 19 months.This task also includes monthly project status review management meetings,
and periodic progress internal team meetings.
Subtask 5.3 Project Quality Control (QC)Technical Review
CONSULTANT maintains a QC program on all of its projects.Technical Review Committee (TRC) meetings
are budgeted for and will be performed before submitting the deliverables. The TRC review includes a
detailed review of each discipline by a Senior Engineer trained within that discipline as well as a
constructability review by a Senior Construction Engineering Inspection (CEI) engineer.
ASSUMPTIONS
The above described engineering services have been based upon the following assumptions:
• The COUNTY will make the existing information available to the CONSULTANT in a timely fashion.
• The COUNTY will utilize its boilerplate, bid forms and front-end contract documents (Division 0) and
prepare all bid forms.If the CONSULTANT believes that significant changes or supplemental conditions
are required to the COUNTY's front-ends, the CONSULTANT will discuss the recommendations with
the COUNTY and provide a separate proposal for an amendment for additional scope and
compensation.
• The COUNTY will provide review comments within two weeks of delivery of submittals requested to
be reviewed.
• The COUNTY will be available for key meetings within two weeks of the requested date.
• Construction inspection/RPR services are not included in the CONSULTANT scope of work and will be
provided by the COUNTY. COUNTY will provide CONSULTANT with weekly copies of the daily field
inspector reports.
• CONSULTANT services for SFWMD and Contractor request(s)for information are generally limited to
those items covered within the scope of services provided here-in. Additional items, such as
stormwater treatment facilities(ponds)and storm sewer design are not included within this scope of
services and will require an addendum to this contract.
r'Smith Page 4 of 7
• The vertical extent of underground utilities will not be obtained for this project. Utility information
provided by CONSULTANT shall be considered approximate based on the limitations of the procedures
used to define their locations. There is no provision for the excavation, probing or location of
underground utilities, structures or improvements. Utilities shall be located to the extent that they
are above ground and visible.The proposal does not include the contracting of an underground utility
locating service to locate subsurface utilities. CONTRACTOR will be wholly responsible for identifying
the location and extent of existing underground utilities which may be in conflict with the proposed
improvements. CONSULTANT will assist with developing plan revisions to resolve conflicts identified
during construction, however,will bear no responsibility for additional project costs or delays which
may be incurred due to existing utility conflicts with the proposed design improvements.
CONSULTANT can provide vertical utility locates upon request by the COUNTY as an addendum to this
contract.
• The proposed grading plans and improvements to be provided by CONSULTANT will be developed
based on limited survey information (100-foot cross sections) and right-of-way mapping. Grading
irregularities between the surveyed cross sections should be anticipated and may require design
revisions during construction. CONSULTANT will support CONTRACTOR during construction to
provide design revisions in a timely manner as needed;however,CONSULTANT bears no responsibility
for any additional charges or delays which occur as a result of the limited survey and right-of-way
mapping procedures. The CONSULTANT can provide a more detailed topographical survey and right-
of-way mapping process upon request of the COUNTY as an addendum to this contract.
• The CONSULTANTS proposed pavement design and associated quantities will be estimated based on
limited survey(100-foot cross sections)and pavement core data. Grading irregularities and pavement
thickness irregularities shall be anticipated which can affect as-built pavement quantities and lead to
bid price overruns. CONSULTANT bears no responsibility for bid overruns in pavement quantities due
to these limited data collection methodologies. If COUNTY requires a higher level of confidence then
the scope of the survey and geotechnical tasks can be increased upon their request as an addendum
to this contract.
• The SFWMD ERP application will not include information related to wetlands and/or threatened and
endangered species. It is assumed that permitting with other agencies such as the Army Corps of
Engineers, Florida Department of Protection and National Marine Fisheries is not required for this
contract. If it is determined during the course of this project that these additional permitting services
are required then an addendum will be required to provide these additional services. CONSULTANT
bears no responsibility for potential construction delays and charges that may be incurred if additional
permitting requirements are identified beyond the SFWMD ERP.
• COUNTY will pay the SFWMD permit application fee.
• There are no sidewalk improvements or additions as part of CONSULTANT's scope of work.
• The COUNTY will manage and be responsible for the procurement and award process.
DELIVERABLES
CONSULTANT will provide the following deliverables to COUNTY:
• Kick-off meeting minutes to all attendees(e-mailed in PDF format)
• Conceptual design sketch to be included on 11x17 sheets with aerial background. The design sketch
will include proposed limits of reconstruction, widening, and milling & resurfacing, as well as the
proposed exfiltration trench locations and ditch upgrades.
• Electronic delivery of the 90% design documents including , opinion of probable cost, draft
specifications,and 90%plans
• Three (3) hard copies (signed and sealed) and one (1) electronic copy of the 100% design package to
Smith Page 5 of 7
include the updated 100%opinion of probable construction cost.
• Project meeting minutes(e-mailed in PDF format)
• Shop drawing review transmittals and responses
• Responses to RFIs(e-mailed in PDF format)
• SFWWD Field Certification (Transfer to Operation Phase Form) (Subtask 4.5)
• CONSULTANT project documentation for close-out to include-Record Drawings and one set of final
CADD files on CD.
• Monthly status reports(e-mailed in PDF format)
TIME OF COMPLETION/SCHEDULE
CONSULTANT shall commence work within seven (7) calendar days after issuance of a written notice-to-
proceed from the COUNTY and the kick-off meeting will be scheduled within seven (7) calendar days of
notice-to-proceed. A project schedule will be submitted to the COUNTY at the kick-off meeting and
updated monthly. The total time allowed for completing the CONSULTANT's'design services required
under this Task Assignment is anticipated to be 9 months. Procurement is not under CONSULTANT'S
control but is expected to last 4 months from advertisement to Notice of Award. Construction services are
•
expected to be completed in less than 12 months from the Contractor's notice to proceed date.
COMPENSATION AND PAYMENT •
For the Basic Services performed under this Scope of Work,the COUNTY agrees to pay the CONSULTANT
the lump sum fee of$264,448 for Tasks 1,2 and 5 and subconsultant services,partial payments to be made
on a monthly basis in proportion to the percentage of work completed.For invoice purposes only the value
of each task is as shown in Table 1, below. COUNTY agrees to pay CONSULTANT the not-to-exceed fee of
$44,268 on a time and materials contractual basis for Tasks 3,4 and other direct costs. The total value of
this task work order is a not-to-exceed amount of$308,716 as shown on Table 1 and on the Project Fee
Estimate on the following pages. CONSULTANT will submit invoices on a monthly basis along with written
monthly status reports.
Smith Page 6 of 7
Table 1
•
Task Value for Invoice
Purposes Only
Task No. Description Value
1.0 Data Collection&Preliminary Design.Evaluation(loi ;um) $35,944
2.0 Design and Plans Production(lur +.sum)u r. $114,084
3.0 Environmental Resource Permitting(not to exceed) $ 10,592
4.0 General Engineering Services During Construction(not to exceed) $ 23,576
5.0 Meetings,Project Management and Quality Control(lu h sum) $ 40,364
Outside Professionals(lump sum) TE $ 74,056
Other Direct Costs(not to exceed) $ 10,100
TOTAL WORK ORDER (not to exceed) $308,716
S th. Page 7 of 7
•
•
MONROE COUNTY
KEY LARGO II-ENGINEERING DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES
PROJECT FEE ESTIMATE(11/12/15)
Senior Support Staff Support
OIIIOar Principal/Associate Senior Professional Prolessonal II Professional I Services Services Administration Labor Totals
$228 Mae $206/Hour $175 Maur S153 Maur 3137/Hour $ 143 Mour $ 116 Moot 5106 Moot
MR I MN $ Mil $ MH $ NH I MH 3 NH 3
Task 1.1-Data Collecton and Field Inves8gabon 8 41,824 30 20 13,500 28 54,264 12 31,644 SO SO 30 68 S11,252
Task 1.2-Roadway Pavement Analysis 8 S1.824 4 $824 24 S4,200 24 53.672 SO 30 S0 SO 60 $10,520
Task 1.3-Drainage Analysis 4 3912 SO 20 53,500 16 32.448 8 $1,096 24 53,432 24 S2764 SO 96 $14,172
Task 2.4-Procurement Asistance
Subtotal Taak 1 Services $39044
I
Task 2.1-Roadway Design 18 S3,648 Si $1,648 60 $10,500 88 $13,464 SO 44 36.292 $0 SO 216 $35,552
Task 2.2-Drainage Demon SO 0 SO 24 $4,200 24 13,672 16 $2,192 SO 60 $6,960 2 3212 126 817,236
Task 2.3-P renara ton of Contract Docc men, 16 43,648 8 81,648 70 $12,250 50 $7,650 SO 220 $31,460 40 $4,640 10 404 861,298
Subtotal Task 2 Services $114084
K 3 ENVIRONMENTAL RESOURCE PERMITTING
Task3'.-_- ^�rc,l 4ewurca Fear^'. 0 SO 4 $824 16 32,630 40 38,120 0 SO 0 $0 0 SO 8 SEW 68 $10,682
Subtotal Task 3 Services S14662
S DURING
-
Task 4.1-Slop Drawing Review $228 S0 16 52,800 S0 2 5274 S0 S0 8 $616 25 43,938
Task 4.2-RFI Responses 1 $228 SO 24 34,200 10 31,530 2 $274 00 S0 8 S848 45 $7,060
Task 4.3-Plan Revisions 1 $228 S0 8 $1400 8 $1,224 SO 24 13,432 S0 0 SO 41 86,284
Task 4.4-As-Built Record Drawings 0 SO SO 2 3350 4 1612 12 $1,644 SO SO SO 18 $2,608
Task 4.5 SFVuMD As-Built Certifinson 0 SO SO 10 $1,750 S0 14 51,918 0 S0 0 SO 0 SO 24 $3,668
Subtotal Task 4 Services 321578
KS-MEETINGS.PROJECT MANAGENENt AND _
Task 5.1-Project Iockof Meeting S0 2 $412 2 $350 SO SO SO 30 1 5106 5 3868
Task 5.2-Project Management 4 $912 10 $2,060 60 $10,500 0 16 $1,696 90 815,166
Task 5.3-Project Duality Control Technical Review 20 $4,560 60 S12,360 20 $3.500 20 $3.060 SO SO SO 8 5848 128 824,328
Subtotal Task 5Sarvkea S40,384
TOTAL LABOR 79$18,012 96 $19,776 376 $46,600 312 $47,734 66 89,042 312 441,616 124 $14,364 49 $5,194 1414 $224,560
8.0% 8.8% 29.3% 21.3% 4.0% 19.9% 6.4% 2.3%
OTHER DIRECT COSTS MCC'S)
Travel8 Subs steno
36,900
Reproduction.Equipment S Software 51,400
Communtcatons
11.300
TOTAL ODC4 $10,100
OUTSIDE PROFESSIONALS
Geotechnical w/1500 Cart.(Exhibit B) $7,610
Topographic Survey(Exhibit C) 859,748
Wiley Locates/Survey(Exhilat D) 7 S00
TOTAL OUTSIDE PROFESSIONALS 874,056
GRAND TOTAL FE61 $308,716