Loading...
HomeMy WebLinkAboutTask Order 06 03/21/2019 GV�S COURTq c Kevin Madok, CPA Clerk of the Circuit Court& Comptroller— Monroe Count Florida o p Y, E cOVN DATE: Mav 29, 2019 TO: Rhonda Haag, Director Sustainability& Projects Lindsey Ballard, Aide to the County Administrator FROM: Pamela G. Hancock, D.C. SUBJECT: March 21s`BOCC Meeting Attached is an electronic copy of Item D11, revised Task Order No. 6 attached; under the on-call contract with Wood Environment and Infrastructure, Inc. for Category B canal infrastructure engineering services; for design,permitting and procurement assistance for installing a replacement air curtain system at the mouth of Canal #266 located on Witters Lane in Big Pine Key to replace the air curtain destroyed by Hurricane Irma, for your handling. Should you have any questions,please feel free to contact me at (305) 292-3550. cc: County Attorney_ Finance File KEY WEST MARATHON PLANTATION KEY PK/ROTH BUILDING 500 Whitehead Street 3117 Overseas Highway 88820 Overseas Highway 50 High Point Road Key West,Florida 33040 Marathon,Florida 33050 Plantation Key,Florida 33070 Plantation Key,Florida 33070 305-294-4641 305-289-6027 305-852-7145 305-852-7145 TASK ORDER#6 FOR CATERGORY B ON CALL PROFESSIONAL ENGINEERING SERVICES FOR CANAL RESTORATION SERVICES BETWEEN MONROE COUNTY AND WOOD ENVIRONMENT& INFRASTRUCTURE SOLUTIONS, INC. FOR HURRICANE IRMA DAMAGE REPLACMENT FOR THE CANAL#266 BIG PINE KEY CANAL DEMONSTRATION AIR CURTAIN PROJECT INCLUDING DESIGN, PERMITTING, AND PROCUREMENT SERVICES IN, MONROE COUNTY, FLORIDA In accordance with the Continuing Contract for On Call Professional Engineering Services made and entered on the 15th day of March. 2017 and Amendment No.1 dated December 13t, 2017 and Amendment No.2 dated June 20, 2018 between Monroe County, hereinafter referred to as the "County" and Wood Environment& Infrastructure Solutions, Inc. hereinafter referred to as"Consultant"where design services are allowed if construction costs do not exceed $2,000,000. All terms and conditions of the referenced Contract for On Call Professional Engineering • Services apply to the Task Order, unless the Task Order modifies an Article of the Agreement of which will be specifically referenced in this Task Order and the modification shall be precisely described. WITNESSETH WHEREAS, County staff, with Consultant's assistance, have been providing documentation to prepare a project write up for submittal to FEMA for reimbursement associated with the air curtain replacement. WHEREAS, the Consultant will complete design, permitting, and procurement services for the replacement of Canal#266 Big Pine Key Air Curtain. NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated herein, and for other good and valuable consideration, the sufficiency of which Is hereby acknowledged, County and Consultant agree as follows: This Task Order is effective January 23, 2019 and shall expire August 26,2019. Article II Scope of Basic Services, Paragraph 2.1.1 is amended as follows: Task 1:Design Plans Consultant will modify the current design documents to include an evaluation of hardening the structure for future storm events and king tides. Upon analysis,the plans will be revised to include the following components: • Construction Plans—depicting site impacts,equipment layout,technical specifications and utilities. Hurricane Irma Damage Replacement For Canal$/266 Big Pine Key Canal Demonstration Air Curtain Project January 23,2019 Page I of 3 • Estimate of Construction Cost—The cost for the canal restoration will be refined throughout the design process and a detailed Engineer's Opinion of Probable Cost will be prepared and submitted with the construction documents. The design plans and specifications will be submitted to the County for review and comment, Comments received will be addressed and resolved to the satisfaction of the County as soon as practicable so as to not delay the project. Due Date:March 22,2019 Task 2:Permit Application Assistance Consultant will submit modifications to the existing permits dependent on design changes with the incorporation of the resiliency items aforementioned.The applications will be submitted to the following agencies: • SFWMD • USACE • FKNMS • County Consultant will respond to Requests for Additional Information(RAI)for each permit application. Permit fees to the SFMWD are included but permit fees to the County are no included as they are not known at this time. If impacts to wetlands or benthic resources are identified,Consultant will coordinate appropriate mitigation either onsite or through the purchase of mitigation credits. Costs to purchase mitigation credits are not included in the cost estimate as it is unknown at this time if mitigation will be required. Due Date:May 24,2019 Task 3:Support in Procurement of a Construction Contractor Upon completion of the Construction Documents,the Consultant will assist the County,who will be procuring the construction of the project,with the necessary procurement documents and meetings.Consultant will provide the following services to assist the County in the procurement of a contractor for the construction of the air curtain: a) Prepare a Request for Proposal Package which will include the 100%Construction documents completed by Consultant b) Respond to applicable Proposers'Requests for Information(RFI's)and assist in the preparation of answers. c) Attend a Pre-Proposal Conference and site walk-through and prepare meeting minutes. d) Conduct a Responsibility Review of the Proposals. e) Attend a Pre-Award Conference with the County,to discuss the Proposer's qualifications and understanding of the Project, if required. Due Date:July 26,2019 Article VII,Paragraph 7.1.1 is amended to include the following: Hurricane Irma Damage Replacement For Canal#266 Big Pine Key Canal Demonstration Air Curtain Project January 23,2019 Page 2 of 3 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: Design Plans 6,t342.20 Task 2: Permit Application Assistance $ 5,878.20 Task 3:Support In Procurement of a Construction Contractor $ 6,016.20 Total(not to exceed) $20,736.60 IN WITNESS WHEREOF, each party caused the Task Order to be executed by its duly authorized representative. I ":'�..„. i1AGGlE PROENZA•KANAKi CONSULTANT: WITNESS: _-`''-,�ss� Notary PnDhc-Slale or RondaI WOOD ENVIRONMENT 4 = My Comm.Expires Mar 20.2019 &INFRASTRUCTURE SOLUTIONS INC. y. • C minion 0 FF 179176 M 1 ,•`' `"�. throtph National Notary Assn I / •✓ /, .% ftA/e/ ea 1,t ,6 t I 9J Signature Date $ . Date R.hFF F,I6 Algae J •'1`�'E`'.. ` f r BOARD OF COUNTY COMMISSIONERS t r= - N MADOK,CLERK OF MONROE COUNTY. FLORIDA By: by: Deputy Clerk Mayo/ ai an Date: MAlv 2I1 zo I/ — _ E MU ATTU'Na ED M at ` : PEDR J ERCADO cn L ASSISTANT NTY a = - c I C CD rn :c.) LU Hurricane Irma Damage Replacement -1 ZiC For Canal#266 Big Pine Key L— a—' O Canal Demonstration Air Curtain Project • Z January 23,2019 Page 3 of 3 Client Monroe County Wood Environment& Infrastructure Solutions, Inc. Date: 12n7f2018 Scope:Design,Permitting,and Procurement Services for Canal 0266 Big Pine Key Canal Demo Air Curtain Task 1:Design Development Task 2:Permitting Task 3:Bid Support TOTAL Oanlopment of Construction Drawings Pogue-Submit Permit A44141 with promotion of bid and SpeciHattons AppllnUons(SFYVMD,USACE,and documents.prrbd mailing..reviewof Memos County) bids At4EC Labor Clesslfnllans Discipline Hourly Ran HOURS I COST HOURS I COST HOURS I COST HOURS I COST Prowl So arrdl-Mansuets Ecology 586 00 30 12 $1,032 30 12 51,032 00 Sr PrscrpaliPtgect Manager-Frasedas Engneenrg 3159 00 B $1,272 4 3636 4 3636 16 32,544 00 Senor 1-Stephen Harks Engineering $109 00 24 $2,616 8 $872 12 51,309 44 54,795 00 Senor 1-Jeremy Para Ecobgral $109 00 30 4 $438 2 5216 B 5654 00 Prg.0 Manager-Greg Corning Engineering $109 00 40 54,360 12 51,308 28 53,052 80 58.720 00 Admnll•MaoneKanaks Admen 35200 4 208 4 $208 6 5416 16 $8320D LABOR SUBTOTAL 761 58,456 44 I 64.492 541 38.630 1741 316,57e.00 OevNopmenl of Construction Drawings Pnparo-Subrrlf Permit Mil et with preparation of bid and Specifications d°cummms+prsbd mMUrga,review of TOTAL Federal Trawl Repula6ons:FAR 3t.2t5-46 �M�amoe County) bid IL UNIT RATES SUBMIT ACTUALS only COST PER UNIT UNITS COST UNITS COST — UNITS COST Masts 547 00 1 $47 1 547 00 I 547 00 3 $14100 Gas(30 531m11e) 30 53 640 5339 640 $339 20 640 5339 20 1920 51.017 60 Nast Foos 51,00000 0 30 1 31,00000 0 SO01 1 51.00000 IN-HOUSE RECOVERABLES SUBTOTAL 5388.20 S1,388.20 $366.20 1,924) 52,158.80 TOTAL TASK 1: 58.642261 TOTAL TASK 2: 55,676.20 TOTAL TASK 3: sej016.20 TOTAL 320.738.60 J �� ® DATE(MM/DD/YYYY) . A o CERTIFICATE OF LIABILITY INSURANCE 06/23/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have 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 w certificate does not confer rights to the certificate holder in lieu of such endorsement(s). c PRODUCER CONTACT a NAME: Aon Risk Services Southwest, Inc. PHONE (866) 283-7122 FAX (800) 363-0105 Houston TX Office (NC.No.Ext): (A/C.No.): 5555 San Felipe E-MAIL p Suite 1500 ADDRESS: _ Houston TX 77056 USA INSURER(S)AFFORDING COVERAGE NAIC# , INSURED INSURER Fe ACE American Insurance Company 22667 JWGUSA Holdings, Inc. INSURERS: AIG Specialty Insurance Company 26883 wood Group USA, Inc.itsSubsidiaries and Affiliates INSURERC: Lloyd's Syndicate No. 2003 AA1128003 and 17325 Park Row INSURER D: ACE Fire Underwriters Insurance Co. 20702 Houston TX 77084 USA INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570076332578 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION 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. Limits shown are as requested INSR ADDL SUBR POLICY EFF—POLICY EXP- LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MMIDD )MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY HDOG2 65 0 /01/ 07/01/2019 EACH OCCURRENCE $2,000,000 CLAIMS-MADE n OCCUR J7� DAMAGE TO RENTED $2,000,000 PREBY DA ROI (�EME V1 MED EXP(Any occurrence) (�( ' 11 MED EXP one person) $5,000 • 4. PERSONAL&ADV INJURY $2,000,000 n GEN'LAGGREGATE LIMIT APPLIES PER: WAVER N/A Y ___ GENERAL AGGREGATE $4,000,000 N POLICY IIPECT n LOC (A 7' PRODUCTS-COMP/OPAGG $4,000,000 n OTHER: V"' 0 A ISA H25150132 05/01/2018 07/01/2019 COMBINED SINGLE LIMIT `o AUTOMOBILE LIABILITY $2,000,000 (Ea accident) X ANYAUTO - BODILY INJURY(Per person) 0 OWNED SCHEDULED BODILY INJURY(Per accident) a AUTOS ONLY AUTOS - HIRED AUTOS NON-OWNED PROPERTY DAMAGE t0 ONLY —AUTOS ONLY (Per accident) w a a UMBRELLA LIAB OCCUR I EACH OCCURRENCE U EXCESS LIAB CLAIMS-MADE AGGREGATE DED RETENTION A WORKERS COMPENSATION AND WLRC65890069 01/31/2019 07/01/2019 " PER ERH EMPLOYERS'LIABILITY Y/N work comp- AOS D OFFICER/MEMBER/EXCCLUDED7 CUTIVE 1-'i NIA RWCC65890100 01/31/2019 07/01/2019 E.L.EACH ACCIDENT $1,000,000 (Mandatory in NH) �` Work comp- WI E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000— C Archit&Eng Prof PSDEF1800726 07/01/2018 06/30/2019 Any One Claim $5,000,000— Professional Liability Aggregate Limit $5,000,000 MI SIR applies per policy terns & conditions �y DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) SEE ATTACHED ADDENDUM FOR ADDITIONAL NAMED INSURED AMEC COMPANIES. RE: Agreement for on Call Professional Engineering Services , for category B canal Infrastructure Engineering Services. Task Order No. 6 for Category B Canal No. 266. Monroe County, its successors and assigns are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. ei 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. Monroe County AUTHORIZED REPRESENTATIVE 1100 Simonton Street Key West FL 33040 USA `- Lin � .�� F�d� -_Kim - ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 570000021966 LOC#: ACC3•120 ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMED INSURED Aon Risk services southwest, Inc. ]wGUSA Holdings, Inc. POLICY NUMBER • see certificate Number: 570076332578 CARRIER NAIC CODE see Certificate Number: 570076332578 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 ADDITIONAL POLICIES If a policy below does not include limit information,refer to the corresponding policy on the ACORD certificate form for policy limits. POLICY POLICY INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER EFFECTIVE EXPIRATION LIMITS LTR INSD WVD DATE DATE (MM/DD/YYYY) (MM/DD/YYYY) OTHER B Env Site/Poll CPL12456119 05/01/2018 07/01/2019 Each Loss $5,000,000 Pollution Liability Aggregate $5,000,000 Limit ACORD 101(2008/01) ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 570000021966 LOC#: A ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMED INSURED Aon Risk services southwest, Inc. JWGUSA Holdings, Inc. POLICY NUMBER see certificate Number: 570076332578 CARRIER NAIC CODE See certificate Number: 570076332578 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance • Additional Named Insured Named Insureds: JWGUSA Holdings, Inc. AGRA Pipeline Professionals, Inc. AMEC Construction Management, Inc. AMEC E&E, P.C. AMEC Engineering and Consulting of Michigan, Inc. Amec Foster Wheeler USA Corporation Amec Foster wheeler Programs Inc. Amec Foster wheeler Power Systems, Inc. Amec Foster wheeler Constructors, Inc. Amec Foster wheeler Energia, S.L.U. Amec Foster wheeler E&C Services, Inc. Amec Foster wheeler Industrial Power Company, Inc. AMEC Massachusetts, Inc. Amec Foster wheeler Martinez Inc. Amec Foster wheeler North America Corp Amec Foster wheeler ventures, Inc. Amec Foster wheeler oil and Gas, Inc. AMEC USA Holdings, Inc. Foster wheeler Development Corporation Foster wheeler Intercontinental Corporation Amec Foster wheeler Kamtech, Inc. MACTEC Engineering and Consulting, P.C. QED International LLC Rider Hunt International USA, Inc. Terra Nova Technologies, Inc. (TNT) wood Group USA, Inc. wood Group Alaska, LLC wood Group PSN, Inc. Altablue, Inc. cape software, Inc. BMA Solutions, Inc. Global Performance, LLC John wood Group PLC RWG (Repair & overhauls) USA, Inc. Ingenious, Inc. Mustang Process and Industrial Mustang International, LP C E C Controls Company, Inc. Wood Environment & Infrastructure solutions Inc. ACORD 101(2008101) ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD