Loading...
HomeMy WebLinkAbout09/06/2019 Agreement =�,``°."' BOARD OF COUNTY COMMISSIONERS County ®f Monroe Mayor Sylvia J. Murphy,District 5 The Florida Keys Mayor Pro Tern Danny L. Kolhage, District t i` Michelle Coldiron,District 2 e� Heather Carruthers,District 3 %D.A,rs'' . David Rice,District 4 Monroe County Board of County Commissioners Office of the County Administrator R EQEQED The Historic Gato Cigar Factory 1100 Simonton Street, Suite 205 0 T 1 8 20 9 Key West,FL 33040 (305)292-4441 —Phone By: (305) 292-4544-Fax MEMORANDUM TO: Pam Hancock, Deputy Clerk FROM: Lindsey Ballard, Aide to County Administrator DATE: October 17, 2019 SUBJECT: Task Order Task Order for your records only. Enclosures: Task Order for Professional Architectural and Engineering services between Monroe County and Cardino Inc. for Key Largo Community Park Parking Lot Lighting Design— 1 copy enclosed A i TASK ORDER FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES BETWEEN MONROE COUNTY AND CARDNO INC. FOR KEY LARGO COMMUNITY PARK PARKING LOT LIGHTING DESIGN In accordance with the Consultant Agreement for Professional Architectural and Engineering Services, made and entered into on December 19, 2018, between MONROE COUNTY, hereinafter referred to as the "County," and CARDNO INC., hereinafter referred to as "Consultant," where professional services are allowed if construction costs do not exceed Two Million and 00/100 Dollars ($2,000,000.00), or for study activity if the fee for professional services for each individual study under the contract does not exceed Two Hundred Thousand and 00/100 Dollars($200,000.00),hereinafter referred to as the"Agreement". All terms and conditions of the Agreement apply to this Task Order,unless this Task Order amends,adds, or modifies a provision or an Article of the Agreement of which will be specifically referenced in this Task Order and the amendment, addition, or modification shall be precisely described. These additions apply only to the project referenced in this Task Order. This Task Order is effective on the 6th day of September,2019. Hurricane Irma damaged the Key Largo Community Park and the County requires a construction assessment to be performed for the replacement of the lost/destroyed parking lot lighting. The FEMA damage description showed 11 parking lot lighting poles lost to the storm (8 double-sided poles/fixtures and 3 single pole/fixtures) The Consultant is qualified to conduct an assessment of the lighting and report the findings, provide recommended fixes, and estimated duration of those fixes. NOW, THEREFORE, in consideration of the mutual promises and covenants set forth below, the parties agree as follows: 1. In accordance with Article II, SCOPE OF BASIC SERVICES of the Agreement the Consultant will perform services as described below: a. Consultant shall conduct an on-site evaluation to assess the parking lot lighting and determine the Scope of Work. County staff shall be present during the site visit. b. Consultant shall review the mechanical and architectural as-built drawings and technical specifications,as available and provided by the County. c. Consultant shall provide written documentation including drawings and specifications of the findings and recommended fixes to replace the parking lot lighting, paying strict attention to electrical lighting codes(including the Florida Dark Sky movement,to reduce light pollution to the park visitors and neighboring homes) and specify an estimated cost and duration of the work to be completed. d. Consultant shall provide the following deliverables Page 1 of 2 I - i. Design documents for new parking lot lighting, including delivery of signed and scaled electrical plans and specifications suitable for bidding and permitting. ii. Bidding assistance, including responding to all [CFI's during the construction bidding RFP process. iii. Construction support, including reviewing project-submittals (shop drawings), RFI's,and performing periodic onsite inspections and a final inspection during the construction phase of the project. 2. In accordance with Article VII paragraph 7.1.1 of the Agreement, grecrnent, the County shall pay the Consultant a lump sum fee of Twenty-Two Thousand Five Hundred Filly and 00/100 Dollars ($22,550.00)paid on a percent complete basis for the following phases: a. Initial Site Assessment —52,100.00 upon completion of site visit and approval by the Director of Project Management. b. Electrical Plan Set—S 11,500.00 upon document review and approval by the Director of Project Management. c. Bidding Assistance—$2,550.00 upon completion d. Construction Support—$6,400.00 upon completion. All other terms and condition of the Agreement as amended,shall remain in full force and effect. IN WITNESS HEREOF, each party caused this Task Order to be executed by its duly authorized representative Review; IA Cary Knight,Director,Project Management CONSUL 6:</A5 e' oar 2e/r' rdno c. Date MONROE COUNTY: 4 & i_' , - Lii. •iii.V.76-6-.•-v.le;TM • /°/1 I/20 N County Administrator or designee Date M''!ROE COUNTY ATM•NEY -P-• 4"A . • r:78 .MERCADO . le ior : 15 Page Z of Z