Loading...
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