HomeMy WebLinkAbout2nd Amendment 08/20/2025 GVS COURTq°
o: A Kevin Madok, CPA
-
�o ........ � Clerk of the Circuit Court& Comptroller Monroe County, Florida
�z cooN
DATE: August 28, 2025
TO: Judith Clarke, PE, Director
Engineering/Roads & Bridges
Tyler Jackson, Project Manager
Engineering/Roads & Bridges
ATTN: Samantha Yeoman
Executive Assistant
FROM: Liz Yongue, Deputy Clerk
SUBJECT: August 20, 2025 BOCC Meeting
The following item has been executed and added to the record:
C17 Amendment No. 2 to the contract between Monroe County and Kisinger Campo
and Associates for engineering design and permitting services for Mosquito Creek Bridge
Replacement Project in the amount of$115,021.84 to add post design services to the contract for
services during the construction phase.
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
500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway
Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070
AMENDMENT 2 TO THE CONTRACT FOR ENGINEERING DESIGN AND PERMITTING SERVICES
BETWEEN MONROE COUNTY BOCC AND KISINGER CAMPO AND ASSOCIATES, CORP. FOR THE
MOSQUITO CREEK BRIDGE REPLACEMENT PROJECT FPN 447770-1-38-01
THIS AMENDMENT 2 to the CONTRACT is entered into this, 201h day of August 2025, between Monroe County,
the address of which is 1100 Simonton Street, Room 2-216 Key West, Florida 33040, hereafter the "COUNTY" and
Kisinger Campo and Associates, Corporation, the address of which is 201 North Franklin Street, Suite 400, Tampa,
Florida 33602, hereafter referred to as "CONSULTANT".
WHEREAS, on the 151h day of November 2022, the parties executed a contract authorizing the Consultant to
perform Professional Services for the Engineering Design and Permitting for the Mosquito Creek Bridge Replacement
Project, for an estimated not-to-exceed amount of$759,002.22; and
WHEREAS, on the 17th day of November 2023, the parties executed AMENDMENT 1 to the contract, at the
request of the Florida Department of Transportation and in conformance with the Soils and Foundations Handbook
(2022), whereby the CONSULTANT would perform additional soil borings and geotechnical investigation of bridge
approaches necessary to accommodate additional load of overbuild in the amount of $32,720.42- revising the total
contract amount to $791,722.64; and
WHEREAS, the parties have agreed to amend the contract to add $115,021.84 for post design services that are
beyond the original contract scope as defined in Attachment A.
NOW THEREFORE, in consideration of the mutual promises contained herein, the COUNTY and CONSULTANT
agree to amend Article II, Scope of Basic Services of the contract as follows:
Amend Article II Scope of Basic Services to add Mosquito Creek Bridge Replacement Project scope to include
post design services in the estimated not-to-exceed amount as set forth in Attachment A of$115,021.84, revising the
total estimated not-to-exceed amount to $906,744.48.
Previous Contract Amount as amended $791,722.64
Amendment 2—Additional Post Design Services
Kisinger Campo and Associates $ 98,866.84
Subconsultant Tierra South Florida Geotech $ 8,755.00
Estimated Expenses— Kisinger Campo and Associates $ 7,400.00
Total Revised Contract Amount $906,744.48
The costs are a maximum not-to-exceed amount based on Kissinger Campo and Associates hourly contract rates
and subconsultant's lump sum amounts.
This AMENDMENT 2 is effective August 20, 2025.
In all other respects,the Contract approved November 15,2022, and Amendment 1 approved November 17,2023,
remain in full force and effect.
Remainder of Page
Left Intentionally Blank
1
In WITNESS WHEREOF, each party hereto has caused this contract to be executed by its duly authorized
representative.
BOARD OF COUNTY COMMISSIONERS OF Kisinger Campo and Associates, Corp.:
MONROE COUNTY FLORIDA
• Consultant
, • 1 s'
BY: Ai BY, l
Mayor/Chairman _
TITLE
: r si ent
MONROE COUNTY ATTORNEYS OFFICE
APPROVED AS TO FORM
�..� .� ,`A�y.�
� . J F ON c, e
__ABSISTAN i COUN i Y AI l ORNEY
DATE: Z-23-
C SEAL c ,
{ 9 1n 11
i� ; 6 The foregoing instrument was subscribed and
sworn to(or affirmed)before•
,;�, , ;, _�,,, ( �• � me, by means
kEVIN
of rhysical presence or L cnline
Attest: ':MAbOK Clerk'. this 2+day of July :2025,.by
J M(. G.Paul; Foley, P.E.
0/161-
yBY: . Who is (x) personally known to me
A eputy Clerk or who ( )produced a driver's license as
id:-ratification:
DATE: QiJZOJ2iO2 A. �: tikL.
L � ,STATEOFF OR A NOTARY PUB
Veronica Green
commissioned
Print,type of stamp com n
• name of notary
}o� sf! •';,, VERONICA N.GREEN
*onmission#HH 526842
iffie
;��- .Expires May 13 2028
71.6, C2r1
CO 70
rn
se
2
Attachment A:
Scope of Services
��
A
� �� � � � �*m-�m-w� ��U C � AT E S
U
Moy15'202S
Tyler Jackson
Project Manager
1100 Simonton Street
Key West, Florida 33040
Project Description: Mosquito Creek Bridge Replacement Project(Bridge#904984)
Dear Mr.Jackson:
Kisinger Campo&Associates(KCA)is pleased to submit this Scope of Services and Fee Estimate for
the above-mentioned project. This task will consist uf Post Design Services for the Mosquito Creek
Bridge Replacement Project. Tasks will include attending the pneounotruotiun meetings, attending
progress meetings, shop drawing review, submittal review, responding to contractor
questions/change requests, dynamic testing of foundation piling, Aeuteohniouioupervioiun and
review, environmental/permitting support/inspection and EOR construction coordination. For
additional scope details,see the attached Scope of Services and Staff Hour Estimation Forms.
We have estimated the level of effort required for all engineering services described above. Ourtutai
estimated Lump Sum fee amounts to $107'621.84. This fee includes all KCA post design efforts,
sub-consultant efforts, coordination, {)A/{)C and supervision. The fee estimate io based unhourly
rates which include our overhead.
Our expenses were estimated separately and are not included in the fee estimate. Our total
estimated expenses amount to $7'400. Expenses will be itemized and submitted separately with
each invoice. For a detailed description of the fee and estimated expenses,see the fee proposals in
the attached Appendix.
We sincerely appreciate the opportunity to continue our working relationship with you on this
project. Please du not hesitate to ouK me if you have any questions or need any additional
information.
Best Regards,
."o Ue4�
AuotinT. Bhaok, P.E.
Project Manager
File:12022.41 (xoA)
A
II III IllllSllllllll IIII& ASSOC li III llllP
ATES
Mosquito Creek Bridge Replacement
Supplemental Agreement 2
Scope of Services
Monroe County
Date: May 15',2025
1. PROJECTTITLE:
Mosquito Creek Bridge Replacement(Bridge#904984).
2. PURPOSE:
The purpose of this Exhibit is to describe additional services (Post Design Services) outside the original
scope of work agreed to between the COUNTY and the CONSULTANT and amend the original contract with
this supplement.
3. SCOPE OF SERVICES:
Herat—The general tasks include services to continue contract maintenance and project coordination
as required,including construction coordination meetings and special purpose meetings and coordination
activities during construction.These services include working with the County's designated Construction
Engineering and Inspection consultant(CEI)to reconcile issues during construction.These general tasks
will also include support as necessary of activities regarding local stakeholder concerns.
Construction Assistance-The CONSULTANT shall provide to the COUNTY qualified representation during
the construction phase to deal with issues concerning the intent and interpretation of the construction
contract plans and documents prepared in the work. Should changed conditions be encountered in the
field, and when requested by the COUNTY, the CONSULTANT shall respond in a timely manner with
suitable engineering solutions,which take into account the changed conditions.On site appearance of the
CONSULTANT shall be made during construction at the request of the COUNTY or its designated
representative. During construction,the CONSULTANT may be requested by the COUNTY or its designated
representative to review contractor proposed field changes or to respond with a recommended solution to
remedy particular field situations not covered by the plans and specifications.
Contract Maintenance — Maintenance of the project including status updates for the duration of the
construction project, including project certification and closeout.
201 North Franklin Street,Suite 900 1 Tampa,FL 33602 1 813.871.5331 1 " :/ 813.871.5135
A KISIINGER CAI'P
ovp
4. SPECIFIC SERVICES
• Project Management and Structures Support:
The CONSULTANT shall provide additional services for the review and approval structures related
Requests for Information (RFI's), Requests for Modifications (RFMs), shop drawings and other
miscellaneous contractor submittals in accordance with the construction documentation and accepted
design criteria established during project development. Utility coordination support will also be provided
as necessary.
• Roadway/MOT Support:
The CONSULTANT shall provide additional services for the time and information necessary to review and
approve all roadway-related Requests for Information (RFIs) and Requests for Modifications (RFMs)
including those related to traffic control plans, signing/pavement marking and utilities.
• Drainage Support:
The CONSULTANT shall provide additional services for the time and information necessary to review and
approve all roadway-related Requests for Information (RFIs) and Requests for Modifications (RFMs)
including those related to drainage.
• Environmental Permitting Support:
The CONSULTANT shall provide post design environmental and permitting support services. These
services include coordination with FDOT Office of Environmental Management,environmental regulatory
agencies, which have issued permits and authorizations for the project; coordination with the project
design team, CEI, and Monroe County for review of Requests for Information (RFI's), questions, or
construction methods to ensure compliance with permits and authorizations issued for the project.
• Geotechnical Support:
The CONSULTANT through our sub-consultant Tierra SF, shall provide additional services for the time
necessary to review and approve all geotechnical-related shop drawings and Requests for Information
(RFI's) in accordance with the construction documentation and accepted design criteria established
during project development. The review of pile load test results and site meetings will also be provided
upon request.
5. EXISTING SCOPE AND AMENDMENTS:
All other tasks and scope are and will remain in effect for the project duration under the current Agreement
as well as contract language not modified or mentioned in this amendment.
2
201 North Franklin Street,Suite 900 1 Tampa,FL 33602 1 813.871.5331 1 " 813.871.5135 1
FEE SUMMARY SHEET
Mosquito Creek - Post Design Services
KCA FEE
Project Management/Structures Support $67,855.76
Roadway/MOT Support $12,024.80
Drainage Support $4,939.08
Environmental Permitting Support $14,047.20
TOTAL $98,866.84
SUBCONSULTANT FEE
Geotechnical Support-Tierra SF $8,755.00
TOTAL $8,755.00
TOTAL DESIGN FEE
TOTAL DESIGN FEE $107,621.84
ESTIMATED EXPENSES
Project Manager(Kick-off, Progress Meetings, Site Visit) $3,200.00
Structures/Roadway/MOT $2,800.00
Environmental $1,400.00
TOTAL EXPENSES $7,400.00
\\) \
) \
ol
§ & )
] ■
\
( \ {
m _ ®_
\ � ~
j �
� 0
k / \
§ R \
§ ` �� ® §
w 0 w 0 OF w w
) / �
(
, )
2/ , /, / \
u }
� : \
j
It; , ) {) (
\\o \\} \ \ \ \ \
o
)\) � \
§ )
ol
0
« _
k �
kk
� o
\0
; x -
§ 2 e �
k �
\ k \
§ 5 u
§ § {
8 § \
� ` o
�/
} o o o o o I]c;
§
6 /
2/ / a a 0
o
u }
� t \
, mi � m }
L-L < �d d
\\ \} \ \ \ \ \
/� \) � \ mm
L o
u I
\ 0
r \ l
\
! ) \
§ 0 \
gx _
oo
§ q
E §
§ k -\ \ / g 0
( lw
� \
o
j _
§
6 /
2/ / a a 0
o
u }
� t \
It; }
\\ \} \ \ \ \ \
v
" O o
v
a 'o
>, x
m ry 0 0 O O
Z
o y m m m o o Q O
ry ry
V V I� W O O V V
I� W V O O O O O O
N N
la
0
m �
T
O W O O O
o
x
Q
(6
U (D
O E.O O O c
fD O O O O O O O
F
U) <n r o
W n —
a
al
Oa o o °D o
y7j p '•x W tD O o o v o v '•
0 0 0 0
Z N n N N v
ti ti �
U v O
K JE
pZZ
zv
Z G V
z a o
> O 'Q
w 0 0
w = �
V pL
>
W
W o
Z
Z O o
� F a
w Q ry
0 Z N
t; a
O m
f V c0
Z v V
O E
V 2 Q
3Q o
W N v
L
0 o
a o
m
Y W
K
V
0
7 �
C m
O
V
O
0
T
F
/ N
c0 � O
O
O v O
V O
O W
V 0 C
0 O LL O
E`o `o
E
p v o v u W
E .. x LL ._ _ on
v w > -
U N V V
0
W LL Y
V I D IJJ 0
0
0
0
r
/� o \\) , \
xo
o
o
§ CD
CD o
{ o ou
§ 6
#
§ w ]
\(
§ § {
kk - )_
k � ~
§ {
Z.
§ LU
vi 7 u
kk CD
o
o
-
§ � z/ 3 } } (
o
_
o
U)
/ \ \ )
o
u }
� t \
It; � � }
\\ \\ \ \ \ \
DATE(MMIDD/YYYY)
A�" CERTIFICATE OF LIABILITY INSURANCE
09/20/2024
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 certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT Vicky Van Wormer
NAME:
Brown&Brown Insurance Services,Inc. a/cNro Ext: (727)461-6044 a/c,No: (727)442-7695
140 Fountain Parkway N E-MAIL Vicky.VanWormer@bbrown.com
ADDRESS:
Suite 600 INSURER(S)AFFORDING COVERAGE NAIC#
St.Petersburg FL 33716 INSURERA: The Charter Oak Fire Insurance Company 25615
INSURED INSURER B: The Travelers Indemnity Company of America 25666
Kisinger Campo&Associates,Corp. INSURER C: Travelers Property Casualty Company of America 25674
201 N Franklin St,Suite 400 INSURER D: Travelers Casualty and Surety Company 19038
INSURER E: Admiral Insurance Company 24856
Tampa FL 33602 INSURER F:
COVERAGES CERTIFICATE NUMBER: 24-25 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAYBE 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.
INSR TYPE OF INSURANCE POLICY EFF POLICY EXP
LTR INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS
X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
CLAIMS-MADE FX OCCUR PREM SDAMAGES Ea oNcurDreme $ 300,000
MED EXP(Any one person) $ 10,000
A Y Y P-630-8254A604-COF-24 10/01/2024 10/01/2025 PERSONAL&ADV INJURY $ 1,000,000
MOTHER
LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000
POLICY PRO ❑ LOC PRODUCTS-COMP/OPAGG $ 2,000,000
JECT: Employee Benefits $ 1,000,000
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000
Ea accident
X ANYAUTO BODILY INJURY(Per person) $
B OWNED SCHEDULED Y 810-5N338364-24-43-G 10/01/2024 10/01/2025 BODI LY I NJ U RY(Pe r accide nt) $
AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTY DAMAGE $
AUTOS ONLY AUTOS ONLY Per accident
Uninsured motorist $ 1,000,000
UMBRELLA LIAB X 2,000,000
OCCUR EACH OCCURRENCE $
C EXCESS LAB CLAIMS-MADE Y CUP-7J748484-24-43 10/01/2024 10/01/2025 AGGREGATE $ 2,000,000
DED I X1 RETENTION $ 10,000 $
WORKERS COMPENSATION X1
SPER TATUTE EORH
AND EMPLOYERS'LIABI LI TY Y/N SOO,000
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $
D NOFFICER/MEMBER EXCLUDED? N/A Y UB-007J070308 10/03/2024 10/03/2025
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 500,000
If yes,describe under 500,000
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
Professional Liability-Architects& Per Claim 2,000,000
E Engineers E0000027205-10 10/01/2024 10/01/2025 Aggregate 2,000,000
Deductible 250,000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
Monroe County and FDOT are additional insured with respect to general liability,auto liability and umbrella liability.Endorsements available upon request.
Waiver of Subrogation applies to general liability and workers compensation&employers liability.Explosion,Collapse&Underground hazard included in
CGL.Sixty(60)day notice of cancellation applies,except for non-payment,which is ten(10)days.
Monroe County—Mosquito Creek Bridge Replacement;KCA Contract#1202241.01 �P 6
T'
DA i _ _ 10 4.24
AW N _ yft-,
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
Monroe County BOCC ACCORDANCE WITH THE POLICY PROVISIONS.
1100 Simonton Street
AUTHORIZED REPRESENTATIVE
Key West FL 33040
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD