provide that any contract by a local governmental entity ...

8
SECOND AMENDMENT TO WORK AUTHORIZATION NO. 07 CONTRACT C14- 11- 677 THIS AMENDMENT is made as of the _ day of - 2019, by and between the ST. LUCIE COUNTY, a political subdivision of the State of Florida, hereinafter referred to as the " County" and INWOOD CONSULTING ENGINEERS, INC., hereinafter referred to as the " Consultant" WITNESSETH: WHEREAS, on November 18, 2014, the County entered into a Consulting Agreement ( Contract No. C14- 11- 677) hereinafter referred to as " Contract" with the Consultant to provide continuing professional Stormwater management design and permitting services; and, WHEREAS, pursuant to the Contract, the Consultant is to provide the professional services as outlined in this individual work authorization; and, WHEREAS, on July 10, 2018, the parties executed work authorization no. 07 for the project known as " Verada Ditch — Calmoso Segment Long - Term Corrective Action Analysis and Design"; and, WHEREAS, on October 27, 2018, the parties executed the first amendment to the work authorization to revise the scope of work, increase the compensation and extend the completion date of the project; and, WHEREAS, the parties desire to further amend the work authorization to revise the scope of work and increase the compensation; and, WHEREAS, the Legislature of the State of Florida amended Section 287. 135 Florida Statutes to provide that any contract by a local governmental entity for goods or services of any amount entered into or renewed after July 1, 2018 must contain a provision that allows for the termination of such contract at the option of the awarding body if the company is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel; and, NOW, THEREFORE, in consideration of their mutual promises made herein, and for other good and valuable consideration, receipt of which is hereby acknowledged by each party, the parties who are legally bound, hereby agree as follows: 1. SERVICES: The County has determined that it would like to utilize the services of the Consultant in the completion of the Project, to provide additional professional engineering services for the Project under the pricing, terms and conditions of the continuing contract ( C14- 11- 677). The additional services to be provided by Consultant on the Project shall be for those as outlined in the Scope of Services attached hereto as Exhibit " A" and according to the schedule which is attached hereto and made a part of this work authorization and incorporated herein. Page 1 of 3

Transcript of provide that any contract by a local governmental entity ...

SECOND AMENDMENT TO WORK AUTHORIZATION NO. 07

CONTRACT C14- 11-677

THIS AMENDMENT is made as of the _ day of - 2019, by and

between the ST. LUCIE COUNTY, a political subdivision of the State of Florida, hereinafter referred to as

the " County" and INWOOD CONSULTING ENGINEERS, INC., hereinafter referred to as the " Consultant"

WITNESSETH:

WHEREAS, on November 18, 2014, the County entered into a Consulting Agreement ( ContractNo. C14- 11- 677) hereinafter referred to as " Contract" with the Consultant to provide continuingprofessional Stormwater management design and permitting services; and,

WHEREAS, pursuant to the Contract, the Consultant is to provide the professional services as

outlined in this individual work authorization; and,

WHEREAS, on July 10, 2018, the parties executed work authorization no. 07 for the project knownas " Verada Ditch — Calmoso Segment Long -Term Corrective Action Analysis and Design"; and,

WHEREAS, on October 27, 2018, the parties executed the first amendment to the work

authorization to revise the scope of work, increase the compensation and extend the completion date of

the project; and,

WHEREAS, the parties desire to further amend the work authorization to revise the scope of work

and increase the compensation; and,

WHEREAS, the Legislature of the State of Florida amended Section 287. 135 Florida Statutes to

provide that any contract by a local governmental entity for goods or services of any amount entered intoor renewed after July 1, 2018 must contain a provision that allows for the termination of such contract at

the option of the awarding body if the company is found to have been placed on the ScrutinizedCompanies that Boycott Israel List or is engaged in a boycott of Israel; and,

NOW, THEREFORE, in consideration of their mutual promises made herein, and for other good

and valuable consideration, receipt of which is hereby acknowledged by each party, the parties who arelegally bound, hereby agree as follows:

1. SERVICES:

The County has determined that it would like to utilize the services of the Consultant in the

completion of the Project, to provide additional professional engineering services for the Project under

the pricing, terms and conditions of the continuing contract (C14- 11-677). The additional services to be

provided by Consultant on the Project shall be for those as outlined in the Scope of Services attached

hereto as Exhibit "A" and according to the schedule which is attached hereto and made a part of this workauthorization and incorporated herein.

Page 1 of 3

COMPENSATION:

The cost to perform all additional services as described in the attached Scope of Work shall not

exceed a total amount of $7, 800.00 ( seven thousand eight hundred and 00/ 100 dollars), as further

detailed in Exhibit " B". The total amount of this work authorization will not exceed $ 126,607.00 ( one

hundred twenty-six thousand six hundred seven and 00/ 100 dollars). No reimbursable expenses will be

paid pursuant to this work authorization. Any sub -consultant fees associates with this work authorizationwill be paid as a direct pass through without any additional mark- up or administrative fee.

CONSTRUCTION COSTS:

The construction costs of the Project for which Consultant will render the Professional Services

are estimated by the County not to exceed $2,000,000 or any other costs or fees as otherwise describedunder the " Consultants Competitive Negotiation Act", ( CCNA).

4. CONTRACT DOCUMENT:

Except as amended hereby, all of the original terms and conditions in the original workauthorization and the Continuing Contract shall remain in full force and effect.

5. TIME OF COMPLETION:

a. It is hereby understood and mutually agreed by and between parties hereto that the timeof completion is an essential condition of this Contract, time being of the essence.

b. Consultant shall commence work per the written Notice to Proceed, and shall complete

all work on or before September 30, 2019.

C. If the work is not fully completed according to the terms of the Contract and within thetime limits stipulated herein, it is hereby acknowledged that the County will suffer damages which are notcapable of ascertainment or calculation, and therefore the Consultant shall pay the County, as liquidateddamages, a sum of $100.00 (one hundred and 00/ 100 dollars) per day for each day following the requiredcompletion date, until the date upon which actual completion occurs.

d. The period herein above specified for project completion may be extended by such timeas shall be approved by the County Administrator or designee, or the Contract may be cancelled by theCounty Administrator with the County invoking all rights and remedies thereof.

e. SCRUTINIZED COMPANIES TERMINATION: The County may immediately terminatethe Contract without cause at any time upon ascertaining that pursuant to § 287. 135, Florida Statutes, a

company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with

an agency or local government entity for goods or services if at the time of bidding or submitting aproposal for a new contract or renewal of an existing contract, or at any time thereafter, the company: 1) is on the Scrutinized Companies that Boycott Israel List, created pursuant to § 215.4725, Florida

Statutes, or is engaged in a boycott of Israel; ( 2) is on the Scrutinized Companies with Activities in Sudan

List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuantto § 215.473, Florida Statutes; or (3) is engaged in business operations in Cuba or Syria. Furthermore, the

County may immediately terminate the Contract if it is determined that the company submitted a false

Page 2 of 3

certification stating that it was not ( 1) on the Scrutinized Companies that Boycott Israel List or engaged ina boycott of Israel; ( 2) was not on the Scrutinized Companies with Activities in Sudan List orthe Scrutinized

Companies with Activities in the Iran Petroleum Energy Sector List; ( 3) or was not engaged in business

operations in Cuba or Syria when in fact the company was engaged in such activities at the time of the bidor proposal, or at the time of entering into or renewing the Contract.

f. Where any deductions from or forfeitures of payment in connection with the work of this

Contract are duly and properly imposed against the Consultant, in accordance with the terms of theContract, State Laws, governing ordinances or regulations, the total amount thereof may be withheld fromany monies due or to become due the Consultant under the Contract; and when deducted, shall bedeemed and taken as payment in such amount.

IN WITNESS WHEREOF, the parties hereto have executed this Work Authorization effective the date

first written above.

BOARD OF COUNTY COMMI IONERS

ST. LUCIE COUNTY, FLORIDABY: - V-. .

COUN ADMINIST TOR

WITNESSES: INWOOD CONSULTING ErjGITJEERS, INC.

1) BY:

nn d, • 2)_ PRINT NAME: _

Page 3 of 3

Inwoo+rl N consuking engineers

February 13, 2019

Via email: HarveyM(cDstlucieco. oLg

Mr. Michael Harvey, EICivil Engineer

St. Lucie County Engineering Division2300 Virginia Avenue

Ft. Pierce, Florida 34982-5652

19

3-) 5- 19

1M00J- qQ 10 - 59q3OO- 000

Inwood Project# SLC -023-07

Re: Verada Ditch — Calmoso Segment Long-term Corrective ActionPost Design Engineering ServicesSt. Lucie County, FloridaStormwater Management Continuing Contract (C14- 11- 677), WA No. 07

Dear Mr. Harvey:

Inwood Consulting Engineers ( Inwood) is pleased to submit for your review andapproval the following proposal documents:

Exhibit "A" — Scope of Work;

Exhibit "B" — Fee Estimate; and

Exhibit "C" — Subconsultant's Scope of Work.

Inwood appreciates the opportunity to provide our services on this project. If you

have any questions regarding the enclosed documents, please contact me at 407- 971- 8850.

Very truly yours,

INWOOD CONSULTING ENGINEERS, INC.

Steve Sommerfeldt, PE, CFM

Associate Principal J Project Manager

cc: File

Proposal for Verada Ditch — Calmoso Segment Exhibit A

Long-term Corrective Action Post Design Engineering February 13, 2019St. Lucie County, Florida

EXHIBIT A - SCOPE OF WORK

Verada Ditch - Calmoso Segment

Long-term Corrective Action Post Design Services

OBJECTIVES

The project area is focused on the contributing area for a drainage system whose main conveyancecanal is commonly referred to as the Verada Ditch (- 2.4 miles long). The canal is solely within existingCounty owned right-of-way. The Verada Ditch basin has an estimated contributing area ofapproximately 3. 6 square -miles (or 2,323 acres) primarily within the City of Port St. Lucie. The area islocated east of Florida' s Turnpike, south of Archer Avenue, west of North Fork St. Lucie River, and

north of West Virginia Drive. The area was developed in the late 1950' s by the General DevelopmentCorporation ( GDC) and the runoff in the area generally drains directly into the canal systems withoutany upstream attenuation or water quality treatment ( i. e., stormwater ponds). In general, the

interconnected canals drain east towards the North Fork St. Lucie River.

Inwood has recently completed the design and permitting efforts for permanent repair improvementsto re -stabilize the segment of Verada Ditch located west of Airoso Boulevard between Calmoso Drive

and Lucero Drive. The improvements include installing gabion baskets and reno mattresses along thewestern bank and canal bottom. Along a section of the eastern bank, additional cable anchors areproposed to be installed within some of the existing articulated concrete block mats. The project iscurrently under construction.

The County has contracted with Inwood to provide limited Post Design Engineering support duringconstruction. Devo Engineering (a subconsultant to Inwood) is also contracted to consult with Inwoodand the County to respond to questions associated with the cable anchor installations and limitedRequests for Information ( RFIs). The amount of involvement from Inwood and Devo Engineering hasexceeded the originally budgeted amount but the project construction is still underway. Therefore, Inwood is submitting this change order request to add supplemental Post Design Engineering supportservices to continue supporting the County.

POST DESIGN ENGINEERING SERVICES

Inwood will perform the following scope of engineering services:

1. General Tasks:

1. 1. Project Management

1. 2. Coordination of Subconsultant Geotechnical work

2. Post Design Services

2. 1. Review (up to 5) additional Contractor/ CEI requests for information (RFIs) or alternate designrequests.

2. 2. Subconsultant geotechnical services will be provided by Devo Engineering (DEVO) per theirfee proposal attached as Exhibit "C".

SCHEDULE.

The project schedule will be dependent on the overall Construction Schedule dictated by the County' sselected contractor. Based on the Contractor's contract, construction is scheduled to be completed byMarch 17, 2019.

iWoodPage 1 of 1

cnneuki5ng 9n9inee`s

LL1Fa

Ll

WWU-

00LL! LL! 0XLLJ.

0F' 7F-

00Z

m

F

03

S

w

d

@ d Y v m m1.: Y INCd N

m ~ N

O O O O O N -- ca

N

tjQ 2` N3

NV

64 b?

W

C

c0

c

d Z' c Q pl01

I

pU

CM: w dl

ca

N

N iCE

O

aN C f6

OOcuto

m

y

I

a` U- o`

oV, W io 0

In O O O O O Oor M fil

al rn 'o U Q ea

N

49 era

pn U

c

7

cm a

EO E

adi

aiOD m

LL OI

t C o 0

6BF

NVI

0 0 0

U rn

O NQ

09LLU?

q m e3I

Q

yV O

Lb

ai •`o „

6 d m

b0CE3

zop ?

d O

oaz c E L y o 0 0 0 0 0 0 0 0 0. Z

c N Um W N

w o

dwcoom

LL

o U

v m o r` 0

d

0 0 0 0 y Mvv o=

E i.. 0 C. 0 0 0, o o

U

LL.

CN OV C2

I

w E oC d X 0 0 0 0 0 0 0 0 0

WC

I

y o

w

O O O O O O N -- ca

N N N V

w ei

W c0

c

d Z' c Q pl01

I

pU

CM: w dl

ca

N iCE

O

aN C f6 y

I

a` U- o` CL L

c c r Nro o a o 0 0: o 0 0

Np

n U

c

cm aadi

t C o 0 0 0 0 0 0 0 0U rn

q m e3I

yV O6 d m

d O

dwcoom

v m o r` 0 0 0 0 0 0 y Mvv o=

iq U UF-

Z

o N

UQ7

WCLa w

dt CLd • pE W w

C 0-

0O 67 ' tw 61 C

EX0CL

a

d V) m =

NJi N

C, w w w w N 0.

CL L Y

O O U of U OU ° cg=

O 16 0. O mU r o

oN O U T

O1 d d d

rd -I J

CC C C O • C. NOI gym.

w w w d d a N

CL w m w Q vU

o

rna

HR

m

m

iQ! a

Wz

m

LU0IJ Cb

O cai a

o n dOcnJ

U U-

0

mw

c

dNN

R N N N V

W c0

O O d Z' c Q pl

01

CM: w dl

ca

N iCE

O

aN C f6 y

o d o a` U- o` CL L

Z U LL 0 r N m v ui ID n W

Z

o N

UQ7

WCLa w

dt CLd • pE W w

C 0-

0O 67 ' tw 61 C

E X0CL

a

d V) m =

NJi N

C, w w w w N 0.

CL L Y

O O U of U OU ° cg=

O 16 0. O mU r o

oN O U T

O1 d d d

rd -I J

CC C C O • C. NOI gym.

w w w d d a N

CL w m w Q vU

o

rna

HR

m

m

iQ! a

Wz

m

LU0IJ Cb

O cai a

o n dOcnJ

U U-

Proposal for Verada Ditch — Caimoso Segment Exhibit C

Long-term Corrective Action Post Design Services February 13, 2019

St Lucie County, Florida

EXHIBIT C

SUBCONSULTANT FEE PROPOSAL

1. Devo Engineering ( Deva) — Geotechnical

nweotdcansul& g enoo- rs

CONSl1LIING GEOTECHNIX ENGINEER

55DO A8tembfo Drive, O brift Florida -3] 898Phone: (407) 290.2371

Date. February 13, 2019 1 Devo' s Project Xo. 15- 610. 64TO.

INWOOD CONSULTING ENGINEERS, INC.

3000 Dovera Drive, Suite 200Oviedo, FL 32765

phone: 407-971-8502 fax: 407- 971- 8955

attention: 1STEvE SommFRFEtdT, P. E.

fCHANGE ORDER FOR POST -DESIGN SUPPORT

Geotechnical Engineering ServicesEast Slope Repairs - Calmoso to Lucero Segment

Verada Ditch, Port St. Lucie, FL

Dear Mr. Sommerfeldt:

This is a change order for limited post -design support, not including the anchor inspection which falls under aseparate work order. Our estimated fee is in Table 1.

DITCH,TABLE I. FEE ITEMIZATION - VERADA + 1 } .} Posy DESIGN SUPPORT

DESCRIPTION Of WORK ITEM UNIT UNIT COST QUANTITY TOTAL

Principal Engineer hr $ 130. 00 11. 0 $ 1, 430.00j.............................{............ ..... ........ .... j......................... I

Senior Geotechnical Engineer hr $ 120. 00 0. 0 $ 0. 00i.., ....................

Senior Engineenng Technician hr $ 75, 00 0. 0 $ 0. 00

Clerical[ Technical Secretary hr 1 $ 45.00 1 0. 0 $ 0. 00

TOTAL FOR ALL TASKS ................................................... S1, 430. 00

We trust that this proposal is acceptable. Please feel free to contact us if there are any questions regarding thisproposal.

Sincerely, 1' m Seerteewim

Devo Seereeram, Ph. D., P. E.

Principal Engineer