Loading...
HomeMy WebLinkAboutTask Order 13 12/08/2021 4J�couRra Kevin Madok, CPA .... .. ;� Clerk of the Circuit Court&Comptroller—Monroe County, Florida %ROE COV DATE: December 17, 2021 TO: Rhonda Haag Chief Resilience Officer Liz Yongue Executive Assistant FROM: Pamela G. Hanc s D.C. SU$JECT: December 8th BOCC Meeting Attached is an electronic copy of each of the following items for your handling: V4 Task Order#12 for Category B On-Call Professional Engineering Services for Canal Restoration Services with Wood Environment& Infrastructure Solutions, Inc. for the Canal#25 Key Largo Canal Backfilling Restoration Project, in the amount of$58,754.00; funded by the Florida Department of Environmental Protection Fiscal Year 2021/22 Stewardship Grant LPA0249. V5 Task Order#13 for Category B On-Call Professional Engineering Services for Canal Restoration Services with Wood Environment&Infrastructure Solutions, Inc. for the Canal#291 Big Pine Key Canal Backfilling Restoration Project, in the amount of$68,124; funded by the Florida Department of Environmental Protection Fiscal Year 2021/22 Stewardship Grant LPA0249. 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 #13 FOR CATEGORY B ON-CALL PROFESSIONAL ENGINEERING SERVICES FOR CANAL RESTORATION SERVICES BETWEEN MONROE COUNTY AND WOOD ENVIRONMENT & INFRASTRUCTURE SOLUTIONS, INC. FOR THE CANAL #291 BIG PINE KEY CANAL BACKFILLING RESTORATION PROJECT IN MONROE COUNTY, FLORIDA This Task Order No. 13 to the Category B on-call contract is entered into on December 8, 2021. 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 131", 2017, Amendment No.2 dated June 20, 2018, and Amendment No.3 dated April 15, 2020, 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, canal 291 located between Forrestal Ave and Saratoga Ave. in Big Pine Key is rated as "poor" in water quality; and WHEREAS, the canal was selected based on water quality summary, ease of implementation and permitting, and cost of implementation; and WHEREAS, a backfilling restoration project is a proven restoration technique that was vetted during the demonstration projects and is anticipated to increase the water quality in the canal; and WHEREAS, this Canal ranked 28th on the Canal Restoration Ranking List under the Canal Work Plan and estimated at $2.9 Million; and WHEREAS, this task order will provide the permit preparation and submittal and construction procurement; and WHEREAS, the work will be done in accordance with state grant guidelines and funding from the FDEP grant#LPA0249; and 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: ARTICLE 1.1 TERMS OF AGREEMENT: This Task Order is effective on December 8, 2021 and shall expire 60 days after the final deliverable to the County is submitted. ARTICLE II SCOPE OF BASIC SERVICES, PARAGRAPH 2.1.1 IS AMENDED AS FOLLOWS: Task 1: Data Collection and Processing Consultant will collect approximately three (3) soil cores to characterize the depth of sediment and understand the composition in the project area. The sediment cores will be classified in the field using the Unified Soil Classification System (USCS), including apparent grain size distribution, apparent organic content. and apparent plasticity. The samples will be sent to the Consultant Geotechnical Lab for physical testing. The Consultant will conduct one bathymetric and topographic survey for the affected canal area and surrounding structures within the project boundary. The bathymetric surveys will be carried out utilizing a survey- grade GPS unit operating in Real-Time Kinematic (RTK) mode mounted atop an adjustable height rod. This apparatus will be used in a boat to traverse the canal area as best as possible to establish a grid of canal bottom elevations sufficient to develop a digital elevation model. The topographic data will be acquired using traditional survey methodologies for the road, existing utilities, private property, and any other significant structure within the project boundary. Jurisdictional wetland lines and associated water elevations will be determined as required for permitting. Topographic and bathymetric maps will be prepared for the design and permitting of the project. The survey and subsequent work will be relative to the North American Datum of 1983/2007 Adjustment (NAD83/07) and the North American Vertical Datum of 1988 (NAVD88) based on nearby National Geodetic Survey (NOS) and/or Florida Department of Transportation (FDOT) horizontal and vertical geodetic control monuments. Surveying and mapping services associated with this assignment will conform with the applicable requirements of the Department's Bureau of Survey and Mapping, and applicable sections of Florida Administrative Rule Chapter 5J- 17, Standards of Practice, pursuant to Chapter 472, Florida Statutes. The Consultant shall conduct a determination of the boundaries of jurisdictional waters of the U.S., including wetlands, on the subject site as required for permitting. Wetlands will be defined using the Routine on - Site Determination method as described in the 1987 United States Army Corps of Engineers (USACE) Corps of Engineers Wetlands Delineation Manual or the Delineation of the Landward Extent of Wetlands and Surface Waters [Florida Department of Environmental Protection (FDEP), Chapter 62.340, F.A.C]. Both protocols use a series of tests to address three characteristics of wetlands, including the presence/absence of hydrophytic vegetation, wetland hydrology, and hydric soils. Prior to the site visit, Consultant will research and assemble available soil surveys, site topographic maps, and National Wetland Inventory maps to preliminarily identify potential waters of the U.S., wetlands, and streams. Consultant will then conduct the field visit to characterize the delineated wetlands. Delineation includes on-site determination, marking in the field with a handheld GPS unit (sub-meter accuracy), and flagging of the aerial extent of each wetland (if any). If any wetlands are identified, then a Uniform Mitigation Assessment Method (UMAM) form will be completed. In conjunction with the wetland delineation, a threatened and endangered species survey is required in an Environmental Resource Permit (ERP) for the proposed action. Consultant scientists permitted by the Florida Keys National Marine Sanctuary (FKNMS) will conduct an in- water survey of the benthos to determine the presence of sensitive aquatic resources (i.e., seagrasses, corals, or sponges)within the immediate area of the project Conduct an engineering site visit to determine the site conditions, such as seawall conditions, existing utilities, and construction staging areas within the project boundary. Contact will be made with the select property owner(s) for initial determination of approval for staging area use/equipment placement. If verbal approval for staging/equipment area use is obtained, an access agreement/easement will be prepared for approval by Monroe County and signatures will be obtained from the property owner. Deliverable(s): Bathymetric and Topographic Survey, Electronic Copies of Engineering and Ecological Reports Task 2: Design Consultant will prepare preliminary design plans and technical specifications for the project. The preliminary design plans will consist of an existing site plan, proposed site plan, proposed grading plans, erosion and sediment control plans, and construction details. Consultant will coordinate and hold pre-application permitting meetings with the South Florida Water Management District (SFWMD), USAGE, County, and FKNMS using the preliminary design plans. Consultant will prepare meeting minutes and provide them to the County. Consultant will update the plans and specifications in response to regulatory agency comments. Consultant will prepare final design plans, technical specifications, and engineer's construction cost estimate for the project. The final design plans will include an existing site plan, proposed site plan, proposed grading plans, erosion and sediment control plans, and construction details. Deliverable(s): Electronic copies of the final design plans and technical specifications. Task 3: Permitting Consultant will incorporate comments received during the pre-application meetings to complete and submit local, state, and federal permit applications as required, using the final design plans. Permit applications will be submitted to the following agencies: • SFWMD; • USAGE; • FKNMS; and • Monroe County. Consultant will respond to Requests for Additional Information for each permit application. If impacts to wetlands or benthic resources are identified, the Consultant will coordinate appropriate mitigation either onsite or through the purchase of mitigation credits. The cost of mitigation is not included within this task order. Deliverable(s): A list of all required permits identifying issue dates and issuing authorities and electronic copies. Task 4: Support in Procurement of a Construction Contractor Upon completion of the Construction Documents, the Consultant will assist Monroe County, who will be procuring the construction of the restoration, with the necessary procurement documents and meetings. Consultant will provide the following services to assist Monroe County for the procurement of a contractor for the construction of the restoration: • Prepare a Request for Proposal Package for Monroe County review which will include the 100% Construction documents completed by Consultant • Respond to applicable Proposers' Requests for Information (RFI's) and assist in the preparation of Addenda, including revising the Request for Proposal Documents, as required. • Attend a Pre-Proposal Conference and site walk-through and prepare meeting minutes. Conduct a Responsibility Review of the Apparent Low Bidder in accordance with requirements. • Attend a Pre-Award Conference, to discuss the Proposer's qualifications and understanding of the Project, if required. Deliverable(s): 1) Electronic copy of the public notice of advertisement for the bid; 2) electronic access to all inquiries, questions, and comments regarding the bid documents; 3) electronic copy of bid package; 4) electronic copy of the written notice of selected contractor; and 5) electronic copy of executed subcontract(s). Article VII, Paragraph 7.1.1 is amended to include the followinq: The Consultant shall be paid Sixty-Eight Thousand and One Hundred and Twenty-Four Dollars and Zero cents ($68,124.00) on a lump sum basis for the services described above. Task 1: Data Collection/Processing $ 20,908.00 Task 2: Design $ 27,872.00 Task 3: Permitting $ 12,292.00 Task 4: Procurement $ 7,052.00 Total (Lump Sum) $ 68,124.00 COVID-19: Notwithstanding anything mentioned in this proposal, the attached documents or any terms or conditions applicable to Wood's work, if Wood's work is delayed, disrupted, suspended, or otherwise impacted as a direct or indirect result of COVID-19 (coronavirus), including, but not limited to, by (1) disruptions to material and/or equipment supply; (2) illness of Wood's or Subcontractors' workforce and/or unavailability of labor; (3) government quarantines, closures, or other mandates, restrictions, and/or directives; (4) Wood's or Subcontractors' restrictions and/or directives; and/or (5) fulfillment of Wood's or Subcontractors' contractual or legal health and safety obligations associated with COVID-19; then, Wood shall be entitled to a reasonable adjustment to the schedule and duration to account for such delays, disruptions, suspensions, and impacts. To the extent the causes identified herein result in an increase in the price of labor, materials, or equipment used in the performance of these services, Wood may be entitled to a mutually agreed-upon equitable adjustment to the price for such increases, provided Wood presents documentation of such increases (including the original prices). The work will be done in accordance with state grant guidelines and funding from the FDEP Grant#LPA0249. IN WITNESS WHEREOF, each party caused the Task Order#13 to be executed by its duly authorized representative. CONSULTANT: WITNESS: WOOD ENVIRONMENT • &INFRASTRUCTURE SOLUTIONS INC. • 11-24-2021 / °,. 11-24-2021 Signature Date Signature Date 0 . 4 C BOARD OF COUNTY COMMISSIONERS k E)/IN MADOK, CLERK OF MONROE COUNTY, FLORIDA WI S,y ..roe}couNry By: by: Mayor/Chairman As Deputy Clerk Date: 1 2-1op 124a 2. L rri n -71 Approved as to form and legal sufficiency: 'j Monroe County Attorney's Office 11-24-2021