Loading...
HomeMy WebLinkAbout#11th Amendment 10/15/2025 DATE: November 04, 2025 TO: Rhonda Haag, Chief Resilience Officer Janet Gunderson, Grants Coordinator FROM: Brynn Morey, Deputy Clerk SUBJECT: October 15, 2025 BOCC Meeting The following item has been executed and added to the record: P3 Approval to enter into Amendment No. 11 for $65,752.82 for professional engineering services, for the design, permitting and preparation of contract plans for the milling and resurfacing of roads in the Stillwright Point community, under the contract with HDR, Inc. for the Roads Vulnerability Analysis and Capital Plan for County-maintained roads. . 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 NO. 11 TO THE AGREEMENT FOR SEA LEVEL RISE VULNERABILITY ANALYSIS AND PLANNING FOR COUNTY MAINTAINED ROADS INFRASTRUCTURE ADAPTATION BETWEEN MONROE COUNTY BOARD OF COUNTY COMMISSIONERS AND HDR ENGINEERING INC. th This AMENDMENT NO. 11 (“Amendment”) is made and entered into this15 day of October, 2025 to that Agreement dated May 22, 2019 as amended November 17, 2020 under Amendment No. 1, April 21, 2021 under Amendment No. 2, November 17, 2021 under Amendment No. 3, June 15, 2022 under Amendment No. 4, October 19, 2022 under Amendment No. 5, June 21, 2023 under Amendment No. 5A/5B, June 21, 2023 under Amendment No. 6, November 8, 2023 under Amendment No. 7, January 31, 2024 under Amendment No. 8, October 16, 2024 under Amendment No. 8A, January 31, 2024 under Amendment No. 9, and June 17, 2025 under Amendment No. 10 (cumulatively, "Agreement"), by and between Monroe County "COUNTY," and HDR Engineering, Inc. "CONSULTANT". WITNESSETH: WHEREAS, the COUNTY recognized the need for immediate, coordinated, and visionary action to address the impacts of a changing climate and ensure the COUNTY provides for resilience for its more than 300 miles of roads infrastructure; and WHEREAS, the recommendation for a Roads Adaptation Plan is contained in Green Keys Item 2- 14, which specifies that the County shall conduct a County-wide roads analysis to identify near-term roads subject to inundation risk, including nuisance flooding, and to include related green infrastructure, where appropriate; and WHEREAS, on May 22, 2019, the parties entered into the Agreement, so that the CONSULTANT could provide professional services for vulnerability analysis on roadways in the unincorporated Monroe County; and WHEREAS, the parties wish to amend the Agreement in order to design, permit, and prepare contract plans for milling and resurfacing the roads in the Stillwright Point Community; and WHEREAS, under the terms of this Amendment No. 11, the Consultant shall conduct the roadway milling and resurfacing design assessment; 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: 1. Articles 2.1, 7.1, and 7.2.1 in the AGREEMENT are amended as follows: -1- ARTICLE II SCOPE OF BASIC SERVICES 2.1DEFINITION CONSULTANT’S revised Scope of Basic Services shall consist of that described in attached Exhibit A-11. The CONSULTANT shall commence work on the services provided for in this Amendment promptly upon his receipt of a written notice to proceed from the COUNTY. ARTICLE VII COMPENSATION 7.1 PAYMENT SUM The COUNTY shall pay the CONSULTANT for the CONSULTANT’S performance of this Amendment No. 11 an amount not to exceed Sixty-Five Thousand, Seven Hundred, Fifty-Two Dollars and Eighty-Two Cents ($65,752.82). Thetotal Agreement is not to exceed $3,196,218.78, which includes the lump sum amount and time and materials amount of $3,007,051.60 for Required Services and an amount not to exceed $189,167.18 for Optional Services. The Contract Sum shall not exceed this amount unless amended by formal approval of the Monroe County Board of County Commissioners (BOCC). No charges shall be incurred by the COUNTY other than products or services that were ordered, provided and agreed upon by the COUNTY. 7.2 PAYMENTS 7.2.1 For its assumption and performances of the duties, obligations and responsibilities set forth herein, the CONSULTANT shall be paid according to the revised Deliverable Schedule attached as Exhibit B-11, and according to the Florida Local Government Prompt Payment Act (Section 218.70, Florida Statutes). Payments will be lump sum or time and materials, as indicated in Exhibit B-11. Partial payments of tasks and deliverables shall be allowed for any item over $5,000. The CONSULTANT shall submit to the COUNTY an invoice with supporting documentation in a form acceptable to the Office of Monroe County Clerk and Comptroller (County Clerk). Acceptability to the County Clerk is based on generally accepted accounting principles and such laws, rules and regulations as may govern the County Clerk’s disbursal of funds. The Sustainability Director will review the request, note her approval of the request and forward it to the County Clerk for payment. 7.2.2 Exhibits A-11 and B-11 attached to this Amendment are added to the Agreement. nd 7.2.3 All other provisions of the AGREEMENT dated the 22 day of May 2019 and amended November 17, 2020, April 21, 2021, November 17, 2021, June 15, 2022, October 19, 2022, June 21, 2023, November 8, 2023, January 31, 2024, October 16, 2024, and June 17, 2025,not inconsistent herewith, shall remain in full force and effect. THE REMAINDER OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK. -2- EXHIBIT A-11 Monroe County Roadway Vulnerability Analysis and Capital Plan Stillwright Point Design, Permitting, and Contract Plans for Milling and Resurfacing Project Scope of Services REVISED: September 15, 2025 The following tasks are added through this Amendment. All other tasks from Exhibit A in the original Agreement as well as Exhibits A-1, A-2, A-3, A-4, A-5, A5A/A5B, A-6, A-7, A-8, and A-10 in prior amendments remain unchanged. The scope of Amendment No. 11 and this Exhibit A-11 is for the provision of professional services provided by HDR Engineering, Inc. (HDR) for the Stillwright Point Community milling and resurfacing project. Milling and resurfacing includes North Blackwater Lane, South Blackwater Lane, Sexton Way, Stillwright Way, Center Lane, North Drive, and South Drive limits. A roadway milling and resurfacing design will be conducted.The design will also include conducting the corresponding permitting process with State Agencies. Construction Contract documents will be prepared for the implementation of the milling and resurfacing project. Proposal does not include bidding or construction services. 1. Task 1: Project Set Up and Data Collection 1.1. Surveying and Mapping: Using mobile LiDAR survey data to map out the present-day roadway elevation and assort the roadway segments in order of roadway elevation. Review and set up Survey CAD files that depict the ground surface information as well as the existing Right-of-Way compatible with AutoCAD. 1.1 Deliverables: Obtain the Survey CAD Filesconducted under the Stillwright Point Adaptation Project. 1. Ground Surface depicting the existing surface features such as utilities, buildings, and fences. 2. Right-of-Way depicting private property limits and existing easements.3. Roadway elevations and existing Right of Wayelevations and elevations 15 feet from the pavement edge. 1.2.Site Assessment and Condition Survey: Includes available pavement condition reports, geotechnical, and other pertaining design information. -4- 1.2 Deliverables: Obtain pertaining data from the Geotechnical Report (Pavement Condition Report) and information conducted under theStillwright Point Adaptation Project. 1.3. Environmental Assessment: Includes available environmental assessment conducted within the project limits. 1.3 Deliverables: Obtain pertinent data from the Environmental Site Assessment conducted under the Stillwright Point Adaptation Project. 2. Task 2: Construction Contract Plan Development Develop construction contract plans for the implementation of short-term roadway improvements. Plan sheets should have a minimum scale of 1” = 40’. 2.1. Design 2.1.1. Roadway Design: 2.1.1.1. Typical Section Design The CONSULTANT shall prepare the Typical Sections based on the corresponding design criteria. Coordination will be conducted with the COUNTY for review and approval of Typical Sections. 2.1.1.2. Pavement Design The CONSULTANT shall produce and provide a milling and resurfacing Pavement Design in the Contract Plans. The pavement design shall conform to the FDOT Flexible Pavement Design Package requirements and the Stillwright Point Geotechnical Investigation report. . 2.1.1.3.Horizontal/Vertical Master Design Files The CONSULTANT shall design the geometrics using the Standard Plans that are most appropriate with proper consideration given to the design traffic volumes, design speed, capacity and levels of service, functional classification, adjacent land use, adjacent flooding impacts to ROW or property, design consistency and driver expectancy, aesthetics, existing vegetation to be preserved, pedestrian and bicycle concerns, ADA requirements and scope of work. 2.1.1.4.Cross Section Design Files The CONSULTANT shall establish and develop cross section design files in accordance with the COUNTY’s CADD standards. Cross sections will be provided for specific locations to validate any connection or grading impacts. -5- 2.1.1.5.Traffic Control Analysis The CONSULTANT shall design a safe and effective Traffic Control Plan to move vehicular and pedestrian traffic during all phases of construction. The design shall include construction phasing of roadways ingress and egress to existing property owners and businesses, routing, signing and pavement markings, and detour quantity tabulations, roadway pavement, front slopes, back slopes, anddrop offs within clear zone. Positive drainage must be maintained at all times. The design shall include construction phasing of roadways to accommodate the construction, adjustment, or relocation of utilities. The Traffic Control Plan shall be prepared by a certified designer who has completed training as required by FDOT and the COUNTY. Before proceeding with the Traffic Control Plan, the CONSULTANT shall meet with the appropriate COUNTY personnel. The purpose of this meeting is to provide information to the CONSULTANT that will better coordinate the Preliminary and Final Traffic Control Plan efforts. The CONSULTANT shall consider the local impact of any lane closures. When the need to close a road is identified during this analysis, the CONSULTANT shall notify the COUNTY's Project Manager as soon as possible. Proposed road closings must be reviewed and approved by the COUNTY. Diligence shall be used to minimize negative impacts by appropriate specifications, recommendations or plans development. Local impacts to consider will be local events, holidays, peak seasons, detour route deterioration and other eventualities. 2.1.1.6. Design Report The CONSULTANT shall prepare a Design Report to document decisions and establish design criteria. 2.1.1.7. Quantities The CONSULTANT shall develop accurate quantities and the supporting documentation, including construction days when required. 2.1.1.8. Cost Estimate - To be developed at 60%, 90%, and 100% design submittals. 2.1.1.9. Field Reviews -6- 2.1.1.10.Quality Assurance/Quality Control The CONSULTANT shall prepare Roadway plans, notes, and details. For review by the COUNTYat 60% and 90%. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. i. Key Sheet with street names and page numbers ii. Summary of Pay Items Including Quantity Input iii. Typical Section Sheets iv. General Notes/Pay Item Notes v. Summary of Quantities Sheets vi. Project Layout vii. Plan Sheet viii. Special Details ix. Cross Sections x. Temporary Traffic Control Plans xi. Temporary Traffic Control Details xii. Project Control Sheets The CONSULTANT shall analyze and document Signing and Pavement Markings Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The CONSULTANT shall prepare Signing & Pavement Marking plans, notes, and details for review by COUNTY at 60% and 90%. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. 2.1 Deliverables: Electronic copy of plans, technical specifications, and engineer cost estimate 2.2. Utilities The CONSULTANT shall identify utility facilities and plans from the Utility Agency Owners (UAO) ensuring all conflicts that exist between utility facilities and the COUNTY’s construction project are addressed. 2.2 Deliverables: Documentation of the coordination and decision making with Utility Agency Owners. Utility Work schedules for any adjustment or relocation of utilities. 2.3.Environmental and Permitting: Coordination with Permitting Agencies to implement raising of the roadway with no drainage infrastructure while in compliance with allowable requirements and criteria. 2.3 Deliverables: Documentation of the coordination and decision making with Permitting Agencies. -7- Exhibit B- Monroe County Roadway Vulnerability Analysis and Capital Plan Stillwright Point Design, Permitting, and Contract Plans for Milling and Resurfacing Project Delivery Schedule Revised – September 15, 2025 The following tasks with associated delivery schedules are added through this Amendment. All other tasks from Exhibit B in the original Agreement as well as Exhibits B-1, B-2, B-3, B-4, B-5, B-5A, B- 6, B-7, B-8, B-9, and B-10 in prior amendments, remain unchanged. Required Services Scope of Work (Deliverables) Amount Due Date (Lump Sum) Task 1: Project Set Up and Data Collection $6,136.40 October 31, 2025 Survey CAD Files. 1. Ground Surface depicting the existing surface features such as utilities, buildings, and fences. 2. Right-of-way depicting private property limits and existing easements. 3. Roadway elevations and existing right of way elevations and elevations 15 feet from the pavement edge. Pavement Condition Report and information conducted under the MC Vulnerability Study. Latest Geotechnical Report depicting pavement coring information. The Environmental Site Assessment conducted under the Resiliency Long term project. Task 2: Construction Contract Plan Development$59,616.42 April 20, 2026 Electronic copy of plans, technical specifications, and engineer cost estimate. -NT P – Assumed for October 2025 -60% Submittal – December 22, 2025 -90% Submittal – February 16, 2026 -100% Submittal – April 20, 2026 D ocumentation of the coordination and decision making with Utility Agency Owners. Documentation of the coordination and decision making with Permitting Agencies. -8-