Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2nd Amendment 02/21/2018
Ke Madok CPA *o Clerk of the Circuit Court & Comptroller — Monroe County, Florida ~ �ECOVM DATE: March 2, 2018 TO: Breanne Erickson Engineering Services FROM: Pamela G. HancoC. SUBJECT: February 21st BOCC Meeting Attached are duplicate originals, of die following items, for your handling: C1 Task Order with RS &H, Inc. for Construction Engineering and Inspection Services (CEI) for the Key Largo II Roadway and Drainage Improvement Project. This task order is being awarded under the RS &H, Inc. Contract for CEI Services for the Monroe County Roadway and Drainage Improvement Program in the maximum not to exceed amount of $182,442.95. C18 Amendment 2 to Task Order with CDM Smith, Inc., for engineering design and permitting services for the Key Largo II Roadway and Drainage Improvements Project to add plan review and revision activities as required due to Florida Department of Transportation award of Small County Outreach Program grant funds for construction of the project. The additional services in the amount of $11,000.00 will result in a net increase of $3,500.00 due to a credit of $7,500.00 on unused balance on the project for a total revised contract amount of $316,216.00. Should you leave any questions, please feel free to contact me at ext. 3130. Thank you. cc: County Attorney Finance File KEY WEST 500 Whitehead Street Key West, Florida 33040 305 - 294 -4641 MARATHON 3117 Overseas Highway Marathon, Florida 33050 305 - 289 -6027 PLANTATION KEY 88820 Overseas Highway Plantation Key, Florida 33070 305 - 852 -7145 PK/ROTH BUILDING 50 High Point Road Plantation Key, Florida 33070 305 -852 -7145 AMENDMENT 2 TO 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 Contract for On Call Professional Engineering Services made and entered on the 16th 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 Amendment 2 to Task Order is effective on the 21st Day of February, 2018 and shall expire 60 calendar days after construction is complete. Final 100% construction documents are due 37 calendar days after approval of this Amendment 2. In accordance with the FDOT Small County Outreach Program (SCOP) funding, the following tasks are required: Task 1 Review and Develop Responses to FDOT Electronic Comment Review Process in the lump sum amount of $8,000.00; Task 2 Final Roadway Design Plans in the lump sum amount of $3,000.00 The outstanding balances open from Outside Professional Task in the amount of $7,500.00 to will be moved to cover Task 2 Design and Plans Production resulting in a Net increase to Task Order in the amount of $3,500.00 Article VII, Paragraph 7.1 is amended as follows in accordance with the Attachment A to Amendment 2 to the Task Order (attached hereto): Task Original Fee Add /Subtract from fee Revised Fee Task 1: Data Collection & $35,944.00 $8,000.00 $43,944.00 Preliminary Design Evaluation Amendment 2 Task 2: Design and Plans $114,084.00 $3,000.00 $117,084.00 Production and Bid Support Amendment 2 Task 3: Environmental $10,592.00 No change $10,592.00 Resource Permitting (not to exceed) Task 4: General Engineering $23,576.00 No Change $23,576.00 Services During Construction Task 5: Meetings, Project $40,364.00 No Change $40,364.00 Management and Quality Control Outside Professionals $74,056.00 (lump sum) Outside Professionals (lump $4,000.00 Amendment 2 Key Largo II Roadway and Drainage Improvement Project CDM Smith Inc. February 21, 2018 1. Page 1 sum Amendment 1 Amendment 1 O Outside Professionals (lump sum ) Amendment 2 J . . ($7,500.00) Amendment 2 $70,556.00 Other Direct Costs $10,100.00 No Change $10,100.00 Total $308,716.00 $7,500.00 $316,216.00 Signature IN WITNESS WHEREOF, each party caused the Amendment 2 to Task Order to be executed by its duly authorized representative. ft ti . Signature Date ZG ate fu,C :__;�__ -: y: 'Attest: 'k- n'Madok, Clerk By: �iwwtde, Deputy Clerk BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA by: _ -410 — Mayor /Cha an i Dates u 8 MONROE COUNTY ATTORNEY /I ,n, , AP.P0IVrP AS ..TO _WRM: 'CHRISTINE LIMBERT BARROWS ASSISTANT COUAr CORNEY DATE: Amendment 2 Key Largo II Roadway and Drainage Improvement Project CON! Smith Inc. February 21, 2018 1 . Page 2 O .. J . . } LtJ L> U C5 � N O C.) cE Ups BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA by: _ -410 — Mayor /Cha an i Dates u 8 MONROE COUNTY ATTORNEY /I ,n, , AP.P0IVrP AS ..TO _WRM: 'CHRISTINE LIMBERT BARROWS ASSISTANT COUAr CORNEY DATE: Amendment 2 Key Largo II Roadway and Drainage Improvement Project CON! Smith Inc. February 21, 2018 1 . Page 2 Attachment A Amendment 2 Key Largo II Roadway and Drainage Improvement Project CDM Smith Inc. February 21, 2018 1 . Page 3 Attachment A to Amendment 2 to Task Order for Key Largo II — Roadway and Drainage Improvements Project PROJECT BACKGROUND COUNTY requested that CONSULTANT provide engineering design and construction administration services (Original TO #2) for paving, drainage and associated improvements to COUNTY roadways located in Key Largo, Florida. 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. In August, 2017, the COUNTY applied for the Florida Department of Transportation (FDOT), District 6, Small County Outreach Program (SCOP) funds to assist in the funding for the construction of the project. This FDOT funding request was approved. This resulted in the County submitting a copy of the "Permit Only" partial design plans and drainage documentation dated August 2017 that were submitted to the SFWMD for "Permitting Purposes only" plans being subjected to design reviews from multiple (Roadway, Drainage, Environmental, etc.) departments within FDOT District 6. Eighty (80) comments were generated on this version of the "Permit Only" partial design plans. The FDOT SCOP funding approval requires the CONSULTANT to perform additional services not covered under the original task work authorized on January 20, 2016 to address the review comments. SCOPE OF WORK The following is a description of the services to be provided under this Amendment No. 2: Review and develop responses to the 80 FDOT Electronic Review Comments (ERC) on the "Permit Submittal" project plans transmitted to FDOT District 6 on August 22, 2017. The comments were generated by FDOT District 6 staff from all their design /planning disciplines from their review of the "Permitting Only" design plan submittal between the dates of August 28 to October 20, 2017. CONSULTANT's responses to the 80 FDOT comments will be inputted into the Department's ERC software for processing. Incorporate FDOT design comments that are agreed upon by CONSULTANT into the final signed & sealed design plans. TASK 1.0 — REVIEW AND DEVELOP INITIAL RESPONSES to SCOP COMMENTS The CONSULTANT reviewed the comments generated by FDOT staff on the "Permit Plans" and "Permit Drainage documentation" and develop responses for input into the FDOT ERC system. This effort required the CONSULTANT to expend over 40 labor hours reviewing, researching and responding to the 80 FDOT comments generated through December 2, 2017. CONSULTANT also assisted the COUNTY, subsequently to resolve pending ones. TASK 2.0 — FINAL ROADWAY DESIGN PLANS Based on the completion of Task 1.0, the CONSULTANT will add additional design notes and /or design details to address the agreed upon FDOT SCOP comments, revise and update the final 100% Roadway /Drainage design plans and submit signed & sealed final Roadway /Drainage plans and Design documents. ASSUMPTIONS The above described engineering services have been based upon the following assumptions: The COUNTY will provide information related to wetlands and /or threatened and endangered species as requested by FDOT. The COUNTY will also complete and submit the FDOT Type 1 Categorical Exclusion (CE) checklist as requested in FDOT comment #32 in the ERC. • The COUNTY will prepare all legal descriptions and sketches and secure all required construction easements for the proposed improvements. r� if I • The COUNTY will survey and field verify all wetlands and document any impacts to the environment or protected wildlife species and coordinate with the Fish and Wildlife Department. TIME OF COMPLETION /SCHEDULE CONSULTANT shall commence work on this additional scope of work within seven (7) calendar days after issuance of a written notice -to.- proceed (NTP) from the COUNTY. The total time allowed for completing the CONSULTANT's design services required under this TWO Amendment is anticipated to be 30 calendar days. COMPENSATION AND PAYMENT For the Basic Services performed under this Amendment No. 2, the CONSULTANT will provide the services defined in this scope of work based on a lump sum (LS) fee of $11,000. CONSULTANT will submit invoices monthly based on percent complete of each task, along with written status reports which define the percentage of work completed, the earned value, the amount previously invoiced and amount due. For invoices purposes only, the value of each Amendment No. 2 task is listed in the table below. Estimated Value by Task Task No. Description Value 1 Review and Develop Initial responses to FDOT SCOP $8,000 2 Final Roadway Design Plans $3,000 TOTAL TWO 2, Amendment No. 2, LS $11,000 A CERTIFICATE OF LIABILITY INSURANCE DATE(MM 121281 r 2017 Y) an THiS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. Monroe county Board Of county commissioners 1100 simonton street Key West FL 33400 USA j IMPORTANT: If tbo certificate holder Is an ADDITIONAL INSURED, the policy(les) must havo 'ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorserhent(s). r 'E PRODUCER -- Aon Risk services Northeast, Inc, Boston MA Offi One Federal street Boston MA 02110 USA CONTACT NAME. d a di (NC, Na. Ezt); (866) 283 -7122 (800) 363 -0105 E- mss. INSURER(S) AFFORDING COVERAGE NAICV INSURED INSURERA: National Union Fire Ins cc of Pittsburgh 19445 i CDM smith Inc. 75 state street, S to 701 Boston MA 02109 USA INSURERS: New Hampshire Insurance company 23841 INSURER C: American Home Assurance CO. - 19380 INSURER D; Illinois National Insurance Co 23817 INSURERE; ACE Property & Casualty Insurance CO. 120699 I INSURER F: Lloyd syndicate No. 2623 IAA1128623 COVERAGES CERTIFICATE NUMBER: 570069723978 REVISION NUMBER: } THIS IS TO CERTIFY THAT TI IE. POLICIES OF INSURANCE.LISTED, BELOW HAVE.BEEN .ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDrrION _ OF ANY :CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR.MAY. PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES_DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND.CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS: Lhnits shown are as requosted INSR LTR TYPE OF INSURANCE INSO %'ND POLICYNUMBER I.IAVOD I LIMITS A X COMMERCIAL GENERAL LIABILITY GL3629894 EACH OCCURRENCE $2, 000,000 CLAIMS -MADE ❑X OCCUR $300,000 APPRO D BY RI MANIAG - ENT PREMISES (Es Ocrvrrenca) MEO EXP (Any one person) $10,000 ` ( + { (L 'BY •�--_- - � ✓1 PERSONALS ADV INJURY $2,000,006 ' I GENIAGGREGATELIMITAPPLIESPER: r GENERALAGGREGATE $4,000,000 POLICY X PRO- X LOC DATE - - _ MJECT I ! PRODUCTS- COMPIOPAGG $4,000,000 OTHER: 11 Y Gfa� ca)' N 0) °o A AUTOMOBILE LIABILITY A 5 1921822 01/01/2018 01/01 /2019 COMBINED SINGLE LIMIT Ea aceldenn $2,000,000 BODILY INJURY( Per person) i A X ANYAUTO OWNED AUTOS ONLY PSCHEDULED AUTOS HIRED AUTOS NON -OWNED ONLY AUTOS ONLY CA 1921821 MA 01/01/2018 01/01/2019 Z y O d) BODILYWJURY(Poraceldeitl) PROPERTY DAMAGE (P.'. ccldenq { E X UMBRELLALIAB X OCCUR 01/01/2018 01/01 2019 EACH OCCURRENCE 55,000,000 U EXCESS LIAB CLAIMS-MAE) I IXODG28194687002 AGGREGATE $5,000,000 DED RETEIJTIbN I B B WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN ANY PROPRIETOR I PARTNER /EXECUTIVE OFFICERIMEMBEREXCLUDED? N (Mandatory In NH) II yyes, describe under DESCRIPTION OF OPERATIONS below NIA WC014649625 A05 WC014649626 AK, AZ, VA 01 O1 2018 01/01/2018 I 01/01/2019 01/01/2019 X PER 0TH• STATUTE E E.L. EACH ACCIDENT .$1,000,000 E.L. DISEASE -EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT 1, 000 ' 000 j F Archit &Eng Prof PSDEF1800033 Professional /claims Made 01/01/2018 01/01/2019 Each Claim Aggregate $3,000,000 $3;000,000 _— 1 DESCRIPTION OF OPERATIONS I LOCA110NS1 VEHICLES (ACORD 101, Additional Remarks Schedule, inay be oltaehod It more apace lerequlred) Monroe county Board of county commissioners is included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. R,Qr Monroe county Board Of county commissioners 1100 simonton street Key West FL 33400 USA !� ��..!' AUTHORIZED REPRESENTATIVE n/I `�j7S /� �Q�� •f/'�eJ�za ©1988 -2015 ACORD CORPORATION. All rights reserved. ACORD 26 (2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID; 10518329 LOC #: A ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY Aon Risk Services Northeast, Inc, NAMED INSURED COM Smith Inc. POUCYNUMBER see Certificate Number: 570069723978 CARRIER see certificate Number: 570069723978 NA1C CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance INSURER(S) AFFORDING COVERAGE NAIC # INSURER INSURER INSURER INSURER Alllll'1'10iVAL POIdCITS If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits, �INSR LTR 7'l'PE OF aVSUHANCE ADDL INSD SUDR WVD POLICI'NUAIRER POLICY EFFECTIVE DATE rilUDD/YYY POLICY EXPIRATION DATE NIAUDD1YYY1 I.N117S WORKERS COMPENSATION - C N/A WCOI4649627 CA 01/01/2018 01/01/ 2019 D N/A wc014649628 FL 01/01%2018 01/01/2019 B N /A WcO14649629 IL, KY, NC, NH, UT, vT 01/01/2018 01/01/2019 B N/A WC014649630 f NO, OH, WA, WI, WY 01 /01/2018 01/01/2019 B N/A WC014649631 10, PA 01/0172018 01/01/2019 ACORD 101 (2008101) IN 2005 ACORD CORPORATION. All rights reserved. The ACORD name and logo are reglstered marks of ACORO