HomeMy WebLinkAboutJoe London Fire Academy on Crawl Key 03/12/26
TASK ORDER
FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES BETWEEN
MONROE COUNTY AND MCFARLAND-JOHNSON, INC. FOR THE MULTI-PURPOSE
BUILDING AT JOE LONDON FIRE ACADEMY
In accordance with the Agreement for Professional Architectural and Engineering Services, made and
entered into on January 18, 2023, between MONROE COUNTY, (“County”) and MCFARLAND-
JOHNSON, INC. (“Consultant”), where professional services are allowed if construction costs do not
exceed $7,725,000.00, or for study activity if the fee for professional services for each individual study
under the contract does not exceed $500,000.00 (“Agreement”), as provided in Subsection
287.055(2)(g), Florida Statutes, as amended by Section 2, Chapter 2024-204, Laws of Florida, pursuant
to which Recital No. 2 and Attachment A, Subsection 1.01 of the Contract is hereby modified, the
parties enter into this Task Order (“Task Order”).
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, in which case, the provision or Article
will be specifically referenced in this Task Order and the amendment, addition, or modification will
be precisely described.
March
10th
This Task Order is effective on the ________ day of _____________________ 2026.
WHEREAS, Monroe County Fire Rescue desires to have a prefabricated building constructed at the
Joe London Fire Academy on Crawl Key to serve as storage for equipment and for use in training
exercises; and
WHEREAS, the project requires the service of an engineer to provide construction drawings, assist
with permitting, and oversee the construction phase of the project.
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 Professional Architectural
and Engineering Services Agreement, the Consultant will develop comprehensive site civil and
detailed structural foundation designs for the prefabricated building, as outlined in the
following Scope of Services:
I. Site Assessment
a. Conduct a review of existing geotechnical report to determine soil bearing capacity
and identify the flood hazard zone.
b. Verify base flood elevation (BFE) and wet floodproofing requirements.
c. Assess site drainage and stormwater management needs.
d. Confirm property setbacks, zoning, and compliance for accessory structures.
Page 1 of 4
e. Coordinate with the City of Marathon for required approvals and review property
cards and site plan.
II. Structural Design
a. Conceptual Design (30%)
i. Review of geotechnical report. Determine if foundation constraints are
likely to be encountered.
ii. Review building dead and live load requirements.
iii. Conduct preliminary determination of building foundation size, building
footprint, and slab.
iv. With configuration/column location and preliminary reaction input from
the pre-engineered building manufacturer, develop preliminary structural
foundation and footing design.
v. Create preliminary system schematics for structural foundation system.
b. Preliminary Design (60%)
i. Develop Structural Foundation Drawings.
ii. Develop foundation drawings based on the results of the geotechnical
investigation (using current documents available) and the reactionary
forces provided by the pre-engineered building manufacturer.
iii. Assume foundations with Auger Cast Piles on compacted earth with a
grade-supported slab. Loads and reactions from the steel superstructure
are assumed to be provided by the pre-engineered building manufacturer.
iv. Design a concrete foundation slab or grade beam system suitable for flood
zone conditions.
v. Specify anchoring systems for the prefabricated building to resist wind
and flood loads, including hurricane-force events per ASCE 24 (Flood
Resistant Design) and ASCE 7 (Minimum Design Loads).
vi. Integrate bay doors and structural framing as required.
vii. Prepare proposed site plans to include existing conditions and demolition
plans, site layout and grading plans as well as applicable site construction
details.
c. Final Design
i. Address comments received at the 60% Design Review Meeting, and from
other review agencies, and incorporate the changes into Final Design.
ii. Prepare technical specifications for structural work.
III. Electrical Design
a. Design ceiling fan circuits and electrical outlets elevated to 11 ft NGVD.
b. Specify wet-rated conduit and wiring, with critical equipment located above BFE or
designed for submersion.
c. Select corrosion resistant materials suitable for flood exposure.
Page 2 of 4
IV. Permitting and Code Compliance
a. Prepare stamped engineering drawings and specifications for permit submission,
including foundation, anchoring, floodproofing, and electrical details.
b. Coordinate with the City of Marathon, the Monroe County Building Department, and
Florida Department of Environmental Protection (FDEP) as required.
c. Provide permit application support documentation.
V. Deliverables
a. Stamped engineering drawings (foundation, anchoring, floodproofing, electrical
details).
b. Structural calculations for wind and flood loads, including hydrostatic pressure relief
and buoyancy.
c. Floodproofing compliance documentation for FEMA and local authorities.
d. Permit application support documents.
VI. Bid Documents
a. Address comments received at the Final Design Review Meeting, and from other
review agencies, and incorporate the changes into the Bid Documents.
b. Finalize technical specifications for structural work.
c. Prepare a Statement of Special Inspections in accordance with Florida Building
Code.
VII. Construction Support
a. Provide foundation layout and anchoring details for the Contractor.
b. Review shop drawings from the selected metal building manufacturer.
c. Respond to Requests for Information (RFIs) and provide two site visits during the
construction phase.
2. In accordance with Article VII, Subparagraph 7.1.1 of the Agreement, the County shall pay the
Consultant a lump sum total of Twenty-Three Thousand, Five Hundred and 00/100 Dollars
($23,500.00) paid on a percent complete basis upon receipt of acceptable documentation and
approval by the Director of Facilities and Project Management.
3. The Consultant shall deliver 100% signed and sealed engineered drawings within 12 weeks of
the effective date of this Task Order.
All other Terms and Conditions of the Agreement remain unchanged and in full force and effect.
\[signature page to follow\]
Page 3 of 4
IN WITNESS WHEREOF, each party caused this Task Order to be executed by its duly authorized
representative.
CONSULTANT: MONROE COUNTY, FLORIDA
MCFARLAND-JOHNSON, INC.
Ejhjubmmz!tjhofe!cz!
Disjtujof
Disjtujof!Ivsmfz!
Ebuf;!3137/14/23!
Ivsmfz
19;27;14!.15(11(
By: ____________________________ By: ____________________________
County Administrator or Designee
Printed Name:_____________________
Title: ____________________________
Page 4 of 4