HomeMy WebLinkAbout06/11/2014 AgreementAMY NEAVILIN, CPA
CLERK OF CIRCUIT COURT &COMPTROLLER
MONROE COUNTY, FLORIDA
DATE: June 24, 2014
TO: Kevin Wilson
Director of Engineering
ATTN. Breanne Erickson
FROM: Vitia Fernandez, D.
At the June 11, 2014 Board of County Commissioner's meeting the Board granted approval and authorized
execution of Item C38 Task Order with CDM Smith, Inc. for engineering design and permitting services
for Key Largo (Sexton Cove) Roadway and Drainage Improvements project. The task order is being
awarded under the On Call contract for Professional Services.
Enclosed a duplicate original executed on behalf of Monroe County, for your handling. Should you have
any questions, please feel free to contact me.
Cc: County Attorney (w /o documents)
Finance /
File
500 Whitehead Street Suite 101, PO Box 1980, Key West FL 33040 Phone: 305 -295 -3130 Fax: 305 -295 -3663
3117 Overseas Highway, Marathon, FL 33050 Phone: 305- 289 -6027 Fax: 305- 289 -6025
88820 Overseas Highway, Plantation Key, FL 33070 Phone: 852 -7145 Fax: 305- 852 -7146
TASK ORDER FOR ON CALL PROFESSIONAL SERVICES BETWEEN
MONROE COUNTY AND CDM SMITH, INC.
FOR
KEY LARGO (SEXTON COVE) ROADWAY AND DRAINAGE
IMPROVEMENTS PROJECT
In accordance with the Continuing Contract for On Call Professional Engineering
Services made and entered on the 16th day of January 2014 between Monroe County
hereinafter referred to as the "County" and CDM Smith, 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.
This Task Order is effective on the 21 Day of May, 2014.
Article II Scope of Basic Services, Paragraph 2.1.1 is amended as follows:
The scope of services for the Key Largo (Sexton Cove) Roadway And Drainage
Improvements Project will include completion of design for construction and South
Florida Water Management District (SFWMD) permitting for the asphalt overlay, milling
and resurfacing, roadway reconstruction including establishing roadway crowns and the
installation of french drains for the roads in the Sexton Cove subdivision of Key Largo.
The Design for Construction shall include, but shall not necessarily be limited to, plans
and specifications which describe all systems, elements, details, components, materials,
equipment, and other information necessary for construction. The Design for
Construction shall be accurate, coordinated and in all respects adequate for construction
and shall be in conformity, and comply, with all applicable law, codes, permits, and
regulations. Products, equipment and materials specified for use shall be readily
available unless written authorization to the contrary is given by the County.
Details of the scope of services are outlined below and included in the Consultant's
proposal that is attached to this task order as Exhibit A.
1.0 DESIGN DEVELOPMENT
The Consultant will evaluate existing adjacent environment and habitat and provide a
design that eliminates or minimizes impacts to the surrounding environment and habitat.
2.0 CONSTRUCTION DOCUMENTS PHASE
2.1 The Consultant shall prepare, for approval by the County, Construction
Documents consisting of Drawings and Specifications setting forth in detail the
requirements for the construction of the project. Construction documents shall conform
to the standards contained in the following:
Sexton Cove
CDM Smith, Inc.
May 21, 2014
Page 1 of 6
Florida Department of Transportation Roadway Plans Preparation
Manuals
hftp:/twww.dot.state.fl.us/rddesign/PPMManual/PPM.shtm
2. Florida Department of Transportation Design Standards
http: / /www dot state fl us/ rddesiqn /DesignStandards /Standards.shtm
3. Florida Department of Transportation Manual of Uniform Minimum
Standards for Design, Construction and Maintenance for Streets and
Highways hftp://www.dot.state.fl.us/rddesign/FloridaGreenbook/FGB.shtm
4. Florida Department of Transportation Surveying Procedure
5. Florida Department of Transportation Drainage Manual
http: /twww dot state fl us /rddesign /dr /files /2008DrainageManual.pdf
6. MUTCD
hftp://mutcd.fhwa.dot.gov/
7. American Disabilities Act
hftp://www2.dot.state.fl.us/pro eduraidocuments/procedures/bin/6250200
15. pd
8. Florida Department of Transportation Flexible Pavement Design Manual
hftp://www.dot.state.fl.us/pavementmanagement/PUBLICATIONS.shtm
9. Florida Statutes
2.2. The Consultant shall provide Drawings and applicable Technical Specifications
for the County's review.
2.3 Upon completion of the Construction Documents Phase, the Consultant shall
provide Construction Documents for the County's approval. Upon approval by the
County the Consultant shall provide the County 3 sets of Construction Documents that
have been signed and sealed by the Engineer. The Consultant shall also provide an
electronic version of the construction documents. The Consultant shall provide an
estimate of anticipated construction cost in accordance with the construction
development phase.
2.4 The Consultant shall assist the County in the preparation of the necessary
bidding information for the production of bidding forms, the Conditions of the Contracts,
and the forms of Agreements between the County and the Contractors by providing
supporting information as to the projects scope, bid items, estimated quantities and
construction duration. The County shall prepare all Bidding Forms, Conditions of the
Contract, and Forms of Agreement.
2.5 The Consultant's construction documents (plans, specifications, etc) will conform
to all codes and regulations of the federal government, county, state, municipalities,
agencies and state departments, in effect at the date of this Agreement, and shall be of
such completion as to be acceptable for review and ruling by said agencies when
permits are applied for. The Consultant shall use due care in determining SFWMD
Sexton Cove
CDM Smith, Inc.
May 21, 2014
Page 2 of 6
permit requirements and will conduct a pre - application meeting with SFWMD to
coordinate specific permit requirements. The Consultant shall document all meetings
and conversations with said regulatory agency. If permits are denied for incompleteness
or for lack of following said codes or regulations, or permit requirements, then the
Engineer will conform the construction documents in such manner to receive permits
upon such plans. Work required by the Consultant to conform documents to federal,
state, city, county, or agency specifications to allow them to be approved shall be
completed at no charge or cost to the County, unless said requirements are changed
during the course of the project.
2.6 The County shall be responsible for the timely submittal of all permit application
fees.
2.7 At the 60% and 100% design phases the Consultant shall provide drawings and
other documents which depict the current status of design for the County's review and
information. The Consultant shall provide an estimate of anticipated construction costs
and construction schedule.
2.8 As needed, the Engineer will provide clarification and answers to questions from
prospective bidders during the construction bid process. Answers will be provided in a
timely manner in order to facilitate bidding.
3.0 CONSTRUCTION DOCUMENTS PHASE REQUIREMENTS
To satisfactorily perform the Construction Documents phase requirement, the
Engineer must complete the tasks set forth in items 3.1 through 3.4.
3.1 Construction Plans — This consists of Key Sheet (1), Typical Section Sheets
(12), General Notes (1), Pay items /Quantities (1), Drainage Details (1), Roadway
Resurfacing Plan Sheets (1 per road), Roadway Reconstruction Plan /Profile Sheets (3
per road), Cross Sections along Grassy Road (15 sections) and Pavement Marking
Plans (1).
3.2 Specifications — For general specifications, FDOT Specifications will be used.
Comprehensive, abbreviated methods, materials and systems descriptions in tune with
the drawings will be developed as necessary with Technical Special Provisions.
3.3 Schedules — Prepare an estimate of the Construction Time.
3.4 Estimate of Construction Cost — Estimate of anticipated cost in accordance
with the Construction Documents.
4.0 CONSTRUCTION COST
Contemporaneously with the submission of the Design, the Consultant shall submit to
the County in writing its final estimate of the contractor's anticipated bid price for
constructing the Project. Once submitted, the final anticipated price estimate shall be
adjusted by the Consultant to reflect any increase or decrease in anticipated price
resulting from a change in Design.
Sexton Cove
CDM Smith, Inc.
May 21, 2014
Page 3 of 6
4.1 The Construction Cost shall be the total estimated bid cost to the County of all
elements of the Project designed or specified by the Engineer.
4.2 The Construction Cost shall include the cost at current market rates of labor and
materials and Equipment designed, specified, selected or specially provided for by the
Engineer, plus a reasonable allowance for Contractor's overhead and profit.
4.3 Construction cost does not include the compensation of the Consultant and the
sub - consultants, the costs of land, rights -of -way, financing or other costs which are the
responsibility of the County.
Construction Phase services will be included in future task orders.
Article VII, Paragraph 7.1 is amended to include the following:
The Consultant shall be paid monthly; the following lump sum amounts will apply for
each task (except where noted):
Task 1: Data Collection and Pre - Design Evaluation $ 31,221.00
Task 2: Design and Plans Production $110,116.00
Task 3: Permitting (Not to Exceed) $ 10,484.00
Task 4: Engineering Services During Construction
(Not to Exceed) $ 17,302.00
Task 5: Meetings, Project Management and Quality Control $ 21,582.00
Other Direct Costs (Not to Exceed) $ 10,100.00
Geotechnical Engineering $ 7,660.00
Topographic Survey $ 51,841.00
Total $ 260,306.00
Article IX Miscellaneous, Paragraph 9.21 is amended to add the following:
Pursuant to F.S. 119.0701, Contractor and its subcontractors shall comply with all public
records laws of the State of Florida, including but not limited to:
(a) Keep and maintain public records that ordinarily and necessarily would be required
by Monroe County in order to perform the service.
(b) Provide the public with access to public records on the terms and conditions that
Monroe County would provide the records and at a cost that does not exceed the cost
provided in Florida Statutes, Chapter 119 or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law.
(d) Meet all requirements for retaining public records and transfer, at no cost, to
Monroe County all public records in possession of the contractor upon termination of the
contract and destroy any duplicate public records that are exempt or confidential and
exempt from public records disclosure requirements. All records stored electronically
Sexton Cove
CDM Smith, Inc.
May 21, 2014
Page 4 of 6
must be provided to Monroe County in a format that is compatible with the information
technology systems of Monroe County.
Paragraph 9.29 Federal Highway Administration Requirements do not apply to this
project.
REMAINDER OF PAGE LEFT BLANK
Sexton Cove
CDM Smith, Inc.
May 21, 2014
Page 5 of 6
IN WITNESS WHEREOF, each party caused the Task Order to be executed by its duly
authorized representative.
Consultant
CDM S th,
Sig
),51 q�
Date
Witness:
Si nature
D Iq
Date
BOARD OF COUNTY COMMISSIONERS
OF MONROE COUNTY, FLORIDA
Date: �' ' ' 4
MONROE COUNTY ATTORNEY
,,kPPRQXED AS TO FORM:
CHRISTINE M. LIMBERT- BARROWS
ASSIST T gQl).NTY ATTORNEY
Date ll��
v
Sexton Cove
CDM Smith, Inc.
May 21, 2014
Page 6 of 6
AZOC (A
Title
�
N
p
c� a
t,
N
MONROE COUNTY ATTORNEY
,,kPPRQXED AS TO FORM:
CHRISTINE M. LIMBERT- BARROWS
ASSIST T gQl).NTY ATTORNEY
Date ll��
v
Sexton Cove
CDM Smith, Inc.
May 21, 2014
Page 6 of 6
AZOC (A
Title
Monroe County, Florida
Sexton Cove Estates — Roadway Resurfacing
Engineering Design and Construction Administration Services
This Authorization, when executed, shall be Incorporated in and become part of the Agreement for
Professional Services between the Monroe County (COUNTY), and CDM Smith Inc. (CONSULTANT), dated
January 16, 2014, hereafter referred to as the Agreement.
PROJECT BACKGROUND
COUNTY has requested that CONSULTANT provide engineering design and construction administration
services for paving, drainage and associated improvements to roadways located within the Sexton Coves
Estates subdivision in Key Largo, Florida.
SCOPE OF WORK
The following is a description of the services to be provided under this Task Authorization:
• Evaluate the subdivision roads to determine the appropriate rehabilitation method (resurfacing,
widening, reconstruction)
• Design of appropriate rehabilitation method and associated drainage
• Preparation of contract documents and technical specifications in coordination with standard
County specifications and bid requirements
• Permitting of project with South Florida Water Management District (SFWMD)
• Provide support during construction in responding to contractor needs and inquiries
• Assistance with project close -out
TASK 1.0 — DATA COLLECTION & PRELIMINARY DESIGN EVALUATION
Subtask 1.1 Data Collection and Field Investigation
The CONSULTANT will review documents provided by the COUNTY, such as Geographic Information
Systems (GIS) data and Pavement Assessment Reports.
The CONSULTANT's roadway designer will perform a field investigation with County Public Works (roads
and utility) staff on the same day as the kick -off meeting to gather data and identify potential problem
areas that will require additional pavement cores to be performed by the geotechnical consultant and to
locate utilities in the roadway. The CONSULTANT will take notes and photographs during the field
investigation to document observations, discussions, and recommendations.
The CONSULTANT'S drainage designer will also attend the field investigation to assess existing drainage
patterns and identify potential locations for exfiltration trenches.
Subtask 1.2 Roadway Pavement Analysis
The CONSULTANT will evaluate the data obtained to determine the appropriate method of
rehabilitation for the following roads: Bunting Drive, Cormorant Drive, Eagle Drive, Flamingo Road,
Grassy Road, Osprey Drive, Pelican Road, Pigeon Drive, Sexton Cove Drive, Snipe Road, Swallow Road,
S mith Page 1 of 6 05105/14
and Mockingbird Road. Rehabilitation methods include milling and resurfacing of streets in good
condition or reconstruction of streets showing evidence of pavement failure or flooding. The
CONSULTANT will recommend a rehabilitation method for each street or logical segments of each street
for review and approval by the COUNTY. For purposes of this scope of services, it is assumed that 12
roads will be improved: six (6) roads will be resurfaced and six (6) roads will require reconstruction. In
addition, Flamingo Road and Grassy Road will widened by one foot on each side to provide a 20 -foot
pavement width.
Subtask 1.3 Drainage Analysis
The CONSULTANT will prepare a conceptual drainage plan outlining the locations of ditch grading
Improvements and exfiltration trench locations. The plan will be based on drainage needs determined
during the field review and SFWMD permitting requirements for the roadway portions to be
reconstructed.
TASK 2.0 —DESIGN AND PLANS PRODUCTION
Subtask 2.1 Roadway Design
The CONSULTANT will design the following roadway elements in accordance with governing standards,
as practical:
• Reconstruction of Grassy Road from Largo Road to the north end, a distance of approximately
1,500 feet, to raise it above the existing grade to alleviate flooding conditions currently
experienced during extremely high tides. The road will be raised to provide level of service
performance for the 5 -year / 1 -day storm in accordance with the Monroe County
Comprehensive Plan and as discussed in Subtask 2.2 Drainage Design, below.
• Milling and resurfacing of roads in good condition
• Widening of Flamingo Road and Grassy Road to provide 20 feet of pavement
• Reconstruction of roads with evidence of structural failure
Subtask 2.2 Drainage Design
The drainage design tasks will include the following elements:
• The ditch conveyance systems throughout the project alignment will be designed to provide 0.3
feet of freeboard above the normal depth for the 5 -year / 1 -day storm. The ditches will be
designed assuming free discharge conditions using the mean high tide as the tailwater for
surface water discharges or the normal groundwater elevation for groundwater discharges.
Exfiltration trenches will be provided throughout the project as needed to facilitate positive
drainage and to meet SFWMD permitting requirements. The existing seepage trenches will be
replaced with exfiltration trenches. The exfiltration trenches will be detailed in the plans and
supporting calculations will be provided in the Drainage Design Report. CONSULTANT will
determine the horizontal extent of underground utilities including water and sewer at the
proposed exfiltration trench locations. CONSULTANT will locate the trenches to minimize utility
Impacts. CONSULTANT will provide design details for utility relocations as required. The vertical
extent of the underground utilities will not be obtained for this project.
Smith Page 2 of 6 05/05/14
• A detailed drainage approach with the locations of the proposed drainage improvements will be
included in the Conceptual Design submittal. The final proposed drainage improvements will be
included in the construction plans with supporting documentation provided in the Drainage
Design Report.
Subtask 2.3 Preparation of Contract Documents
The CONSULTANT will prepare Construction Documents, including final plans and technical
specifications. The plans will include the following major elements:
• Key Sheet (1)
• Typical Section Sheets (12)
• General Notes (1)
• Pay Items /Quantities (1)
• Drainage Details (1)
• Roadway Resurfacing Plan Sheets (1 per road)
• Roadway Reconstruction Plan /Profile Sheets (3 per road)
• Cross Sections along Grassy Road (15 sections)
• Signing and Pavement Marking Plans (1)
In addition, the following deliverables are anticipated for this task:
• Three (3) copies of conceptual design sketch and project approach /criteria memorandum
• Three (3) copies of 90% Construction Documents (plans, technical specifications, preliminary
drainage design report);
• Cost estimates at 90% and 100%
• One (1) electronic copy of 100% Construction Documents (plans and technical specifications)
with Draft Environmental Resource Permit (ERP) application package
• One (1) electronic copy of Final Environmental Resource Permit (ERP) application package
• Three (3) signed and sealed sets of 100% Construction Documents (plans and technical
specifications) for the County's files.
TASK 3.0 - ENVIRONMENTAL RESOURCE PERMr17ING
The CONSULTANT will submit an Environmental Resource Permit (ERP) application to SFWMD for the
proposed roadway improvements described herein. It is assumed that the ERP requirements will
Include water quality treatment for the portions of roadway that are being reconstructed.
This task includes the following items:
At the onset of the project, the CONSULTANT will conduct a pre - application meeting with
SFWMD to discuss the project and finalize the project criteria. The meeting minutes will be
prepared and delivered to Monroe County and SFWMD.
• CONSULTANT will prepare a draft ERP application package to be provided to Monroe County for
review, comment and signatures. This package will include the Drainage Design Report referred
to in Task 3.0 above.
CONSULTANT will electronically submit the ERP application to SFWMD. CONSULTANT will
respond to SFWMD requests for additional information that are covered under our scope of
services.
Smith Page 3 of 6 05/05/14
TASK 4.0 - GENERAL ENGINEERING SERVICES DURING CONSTRUCTION
Subtask 4.1 Shop Drawing Review
The CONSULTANT will review and approve shop drawings that the contractor is required to submit.
Subtask 4.2 RFI Responses
The CONSULTANT will review requests for information (RFI) submitted by the Contractor and provide
responses.
Subtask 4.3 Plan Revisions
The CONSULTANT will prepare and submit up to three (3) plans revisions to address minor design
changes as a result of unforeseen field conditions or approved Contractor recommendations.
TASK 5.0 - MEETINGS, PROJECT MANAGEMENT AND QUALITY CONTROL
Activities performed under this task consist of those general functions required to maintain the project
on schedule, within budget, and that the quality of the work products defined within this scope is
consistent with CONSULTANT's standards and the COUNTY's requirements. Specific activities included
are identified below:
Subtask 5.1 Project Kick -Off Meeting
CONSULTANT will prepare for and conduct a brief kick -off meeting for the project with County staff to
review the scope of services, schedule and budget, and discuss initial design issues /preferences and
gather any additional available data. CONSULTANT will prepare and distribute draft and final meeting
minutes to all attendees.
Subtask 5.2 Project Management
CONSULTANT's project manager will prepare and submit monthly written status reports for an
anticipated project life of 19 months. This task also includes monthly project status review management
meetings, and periodic progress internal team meetings.
Subtask 5.3 Project Quality Control (QC) Technical Review
CONSULTANT maintains a QC program on all of its projects. Technical Review Committee (TRC) meetings
are budgeted for and will be performed before submitting the deliverables.
ASSUMPTIONS
The above described engineering services have been based upon the following assumptions:
1. The COUNTY will make the existing information available to the CONSULTANT in a timely fashion.
2. The COUNTY will utilize its boilerplate front -end contract documents for bidding. If the
CONSULTANT believes that significant changes or supplemental conditions are required to the
Smith Page 4 of 6 05/05/14
COUNTY's front -ends, the CONSULTANT will discuss the recommendations with the County and
provide a separate proposal for an amendment for additional scope and compensation.
3. The COUNTY will provide review comments within two weeks of delivery of submittals requested to
be reviewed.
4. The COUNTY will be available for key meetings within two weeks of the requested date.
S. Construction inspection /RPR services are not included in this scope of work.
6. Permits other than SFWMD are not anticipated to be required for this project. If any other permits
become required over the course of the project, they may be completed with additional scope and
budget.
7. COUNTY will pay the SFWMD permit fees.
8. CONSULTANT services for SFWMD and Contractor request(s) for information are generally limited to
those items covered within the scope of services provided here -in. Additional items, such as storm
water treatment facilities (ponds) and storm sewer design are not included within this scope of
services and will require an addendum to this contract.
9. The as -Built survey to be used by CONSULTANT for the SFWMD as -built certification is to be
provided by the Contractor. CONSULTANT will submit the as -built certification to SFWMD for
transferring the environmental resource permit to the operations phase. Any additional project
requirements or as -built survey revisions requested by SFWMD will be the responsibility of the
CONTRACTOR.
DELIVERABLES
CONSULTANT will provide the following deliverables to the OWNER:
• Kick -off meeting minutes to all attendees (e- mailed in Adobe PDF)
• SFWMD pre - application meeting minutes
• Conceptual design sketch to be included on 11x17 sheets with aerial background. The design sketch
will include proposed limits of reconstruction, widening, and milling & resurfacing, as well as the
proposed exfiltration trench locations and ditch upgrades.
• Electronic delivery of the 90% design documents including, opinion of probable cost, draft
specifications, 90% plans and preliminary drainage design report
• Three (3) hard copies (signed and sealed) and one (1) electronic copy of the 100% design package to
include updated 100% cost estimate and the Draft Permit Application package
• One (1) hard copy and one (1) electronic copy of final permit application package to include
Drainage Design Report and application forms
• Project meeting minutes (e- mailed in Adobe' PDF)
• Shop drawing review transmittals and responses
• Responses to RFIs (e- mailed in Adobe PDF)
MM
smith Page 5 of 6 05/05/14
• One (1) electronic copy of the SFWMD As -Built Certification form (signed and sealed) accompanied
by the as -built construction drawings (provided by CONTRACTOR).
• CONSULTANT project documentation for close -out
• Monthly status reports (e- mailed in Adobe PDF)
TIME OF COMPLETION /SCHEDULE
CONSULTANT shall commence work within seven (7) calendar days after issuance of a written notice -to-
proceed from the COUNTY and the kick -off meeting will be scheduled within seven (7) calendar days of
notice to proceed. A project schedule will be submitted to the COUNTY at the kick -off meeting and
updated monthly. The total time allowed for completing the CONSULTANT's design services required
under this Task Assignment is anticipated to be 9 months.
COMPENSATION AND PAYMENT
For the Basis Services performed under the Scope of Work, the COUNTY agrees to pay the CONSULTANT
the lump sum fee of $260,410, partial payments to be made on a monthly basis in proportion to the
percentage of work completed. For invoice purposes only the value of each task is as shown in Table 1.
CONSULTANT will submit invoices on a monthly basis along with written monthly status reports.
Table 1
Task Value for Invoice Purpose Only
Task No.
Description
Value
1.0
Data Collection & Preliminary Design Evaluation (lump sum)
$ 31,221
2.0
Design and Plans Production (lump sum)
$110,116
3.0
Environmental Resource Permitting (not to exceed)
$ 10,484
4.0
General Engineering Services During Construction (not to exceed)
$ 17,302
5.0
Meetings, Project Management and Quality Control (lump sum)
$ 21,582
Outside Professionals (lump sum)
$ 59,501
other Direct Costs (not to exceed)
$ 10,100
TOTAL TASK AUTHORIZATION
S 260,306
Sm ith Page 6 of 6 05105/14
MONROE COUNTY
SEXTON COVE ESTATES ROADWAY RESURFACING - ENGINEERING DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES
PROJECT FEE ESTIMATE
6M2014
Senior Support
Staff Support
Officer
Principal I Associate
Senor Prehssienal
Professional
Professional
So Wks
Services
Admhnkh on
Labor
Total*
$228 hoour
5206 /Hour
$175 (Flour
$153 /Hour
$137 hour
S 143 (Hour
$ 116 Mour
$106 /Hour
MH
5
MH
5
MH
S
MH
$
MH
i
MH
S
MH
i
Task 1.1 - Data Collection and Field Investigation
8
51,624
so
15
52,625
28
$4,284
12
91,644
s0
S0
$O
63
$10,377
Task 12 - Roadway Pavement Analysis
8
51,824
4
5624
18
$2.800
24
$3,672
90
SO
SO
s0
52
$9,120
Task 1.3 - Drainage Analysis
4
$912
So
20
$3,500
50
8
$1,096
24 $3,432
24 $2,764
so
80
911,724
Task 2.1 - Roadway Design
16
53.646
6
:1,646
So
80
$12,240
50
40 $5,720
$0
$0
144
$23,204
Task 2.2 - Drainage Design
SO
0
SO
60
:10,500
0
$0
16
$2,192
90
100 $11,600
12
$1,272
186
929,6&1
Task 2,3- Preparation of Contract Documents
18
53,649
8
51,648
70
SIZ250
5o
$7,650
so
220 $31,46D
40 34,640
$0
404
$61.299
Task 3.1 - Environmental Resource Pem9t
2
9456
0
301
12
$2.1001
Sol
24
$3,288
0 $01
40 $4,640
$01
76
$10,464
Task 4.1 - Shop Drawing Review
1
$228
90
18
$2.600
f0
2
$274
f0
40
8
3638
25
$3,036
Task 42 - RA Responses
1
5228
SD
24
$4,200
10
51,530
2
$274
s0
so
B
$646
45
$7,004
Task 4 3 -Plan Revisions
1
$226
f0
a
$1,400
6
41,224
$0
24 $3.432
50
SO
41
16 264
Task 5.1- Project Kickoff Meeting
S
2
$412
2
$350
$0
90
SO
$0
1
$106
5
"as
Task 5.2 - Project Management
4
$912
10
$2,050
60
510,500
8
16
$1,698
9e
919,166
Task 5.3 - Project Quality Control Technical Review
4
$912
10
52,060
10
$1.750
4
$812
so
$0
$0
2
$212
30
59.944
7,8%
4.5%
28.7%
16.4%
4,6%
23.1%
12.4%
2.5%
OTHER DIRECT COSTS {OWS)
$0.800
Travel b Subsistence
s1,400
ttwe
Reproduction, Equipment 8 Sore
51.600
Communications
510,100
TOTAL Ot>Cs
OUTSIDE PROFESSIONALS
t1
Geotechnical
Topographic Survey
TOTAL OUTSIDE PROFESSIONALS
969,601
GRAND TOTAL FEE
S260
Geote ftical & Con*uction Materials
Nutting � =.
De Engineers to a Un
Sp
of Florida Inc.I EscaMOW 1967 www.nuthrVKiglneer8.=n k*Gnutlingen neemcom
P1*d& Wt
March 26, 2014 (Revised April 21, 2014)
CDM Smith
709D Windsor Lane
Key West, Florida 33040
Attn: Mr. John Mafera
321 -431 -7029 Email: maferajl@cdmsmith.com
Miami Dade County Tier 2 CBE
Palm Beach County SBE
SFWMD SBE
Small Business Administration SBE
/or Federal Projects
Re: Proposal /Agreement for Asphalt Pavement Monitoring and Testing Services
Sexton Cove Estates
Between Lake Surprise Road and Cormorant Drive
Key Largo, Florida
Dear Mr. Mafera:
Nutting Engineers of Florida, Inc. (NE) is pleased to present this proposal /agreement for performing
asphalt pavement testing services for the above referenced project. We understand that plans include
milling and re- surfacing the asphalt pavement areas, with some areas extending the pavement
approximately one to two feet beyond the existing asphalt limits. During the placement of the asphalt
within the roadway areas, specific field testing is needed to verify the work is performed in accordance
with the project specifications and standard practices. Seepage trenches will also be excavated as part
of the improvements and will be approximately ten feet in depth.
Based on your request for proposal and our understanding of the project to date, we have prepared
the following scope of work and fee schedule.
SCOPE OF WORK
We will collect bulk soil samples of material immediately adjacent to the existing asphalt pavement to
determine the Limerock Bearing Ratio (LBR) of the material to determine its suitability for use as
basecourse material. In addition, just after the placement and compaction of the asphalt, we will core
the asphalt at twenty locations to determine the thickness of the placed asphalt. The cores will be
patched with 'cold patch'. If other methods of patch are needed, the patch should be performed by
others. In order to help determine the drainage characteristics of the near - surface soils, we propose to
perform six "Usual Open -Hole' exfiltration tests in general accordance with South Florida Water
Management District specifications to a depth of ten feet. We will calculate the hydraulic conductivity
(K- value) based on the results of the exfiltration testing.
2051 NW 112 AVENUE • MIAMI, FLORIDA 33172 • 305 - 824 -0060 • FAX 305 - 824 -8827
St. Lucie 772 - 408 -1050 • Broward 954- 941 -8700 - Palm Beach 561- 736 -4900
DCM Smith
Sexton Cove Estates
Asphalt Monitoring and Testing
Page 2 of 4
Fee Schedule
The above scope of work will be performed for an estimated cost of $7,660.00 based on the following
unit rates and quantities.
Mobilization of equipment and crew
3 @ $600.00 each $1,800.00
Exfiltration Tests
6 @450.00 each I $2,700.00
Asphalt Coring
20 x $75.00 /core
$1,500.00
Limerock bearing ratio (LBR) tests
2 tests x $250.00 /test
$500.00
Laboratory moisture density Proctor test
2 tests x $120.00 /test
$240.00
Project Engineer — Site visits, meetings, report preparation, review and sign
test reports, project management
8 hours x $100.00 /hour
$800.00
Clerical /Drafting Services
3 hours x $40.00 /hour
$120.00
Estimated cost of Soil /Asphalt Testing 1$7,660.00
The above items and costs are estimated based on our general understanding of the project. The final
cost will be based on actual project scheduling and other issues beyond our control, and could be more
or less than indicated. You will be charged only for tests performed. For time over eight hours on a
normal work week day, or any time on weekends and holidays, the unit rates will be increased by 1.50.
Note that NE is not responsible for means and methods of construction or project site safety, which are
the responsibility of others.
NE has been offering geotechnical engineering, environmental sciences, materials testing, and
structural inspection services for over 47 years in South Florida during which time we have worked on
many similar projects. Our commitment to practical, cost effective solutions supported by responsive
client services distinguishes our firm and enables us to solve your most demanding technical
challenges. Another value added component NE brings to your project is our staff of approximately
fifty experienced professionals including geotechnical engineers, licensed structural inspectors, and
field personnel who are certified and have been trained to provide a wide range of consulting services,
and our dedicated administrative staff.
2051 NW 112 AVENUE • MIAMI, FLORIDA 33172 • 305 -824 -0060 • FAX 305-824 -8827
5t. Lucie 772- 408 -1050 , Broward 954- 941 -8700 • Palm Beach 561- 736 -4900
DOW Smith
Sexton Cove Estates
Asphalt Monitoring and Testing
Page 3 of 4
Our laboratory is checked annually by the Construction Materials Engineering Council (CMEC) and is
certified to perform geotechnical engineering and materials testing services for the Florida Department
of Transportation (FDOT).
Thank you for providing us the opportunity to present this proposal /agreement. We look forward to
working with you on this and future projects.
Respectfully submitted,
NUTTING ENGINEERS OF FLORIDA, INC.
Paul Catledge, P.E.
Senior Geotechnical Engineer
Richard C. Wohlfarth, P.E.
Director of Engineering
Reports and invoices will be addressed to the client as listed below unless other instructions are
provided in writing with this executed proposal. The undersigned, as an authorized representative of
the entity listed below, approves this proposal and agrees to be bound by the terms and conditions
contained in this proposal. Deposit amounts are collected at time of written authorization to proceed.
If you are a first time client, we request that the balance due for these services be paid at the time of
report completion. Once your account is established, our terms are net 30 days. Any invoices over 30
days will be assessed a 11/2 percent service charge per month until paid in full.
SIGNATURE:
PRINT NAME:
COMPANY NAME:
ADDRESS:
PHONE:
EMAIL:
DATE:
TITLE:
FAX:
CDM Smith Sexton Cove Estates Asphalt CMT
General Terms and Conditions
For the purpose of this project, the addressee of this proposal w01 be known as the Client The client Is expected to furnish NUTTING ENGINEERS OF FLORIDA, INC. ("NE'), with accurate
Information Including sketch of survey and/or site plan, construction drawings /specifications as appropriate, details of proposed osnstructlon Including the proposed structural system
and bads or existing construction problem Information and ske aocessiblkty Information as appropriate. Otter Information requirements may be detailed in the enclosed proposal IF
ANY CONDITIONS CHANGE such as building layout bating, project specificatlons /design, or unusual she conditions are observed, NE should be notified immediately In writing about the
changed condition for possible review and comment.
Delwery— Scheduled upon receipt of written authorization to proceed and deposit unless other arrangements are agreed to in writing. Additional report copies can be provided for a
nominal fee to the Cient NE will exercise appropriate measures to ensure project completion within a reasonable time frame subject to existing workloads. However, NE will not be held
responsible for unavailability of necessary project data and site access within the time frame agreed upon for the investigation. Project delivery may be delayed If the ENTIRE signed
proposal and deposit are not received In atimely manner. The ENTIRE signed Quotation should be returned aloes with the requested project information. This unsigned proposal Is valid
for 60 days.
Payment - No deposit required with signed agreement. Directing NE to proceed with the work shall constitute acceptance of the terms of NE's proposal and these General Terms and
Conditions. Balance due upon delivery of report. Interest at the rate of 18% per annum, or the highest rate allowable by law whichever Is less, will be added to all amounts not paid
within 30 days after date of Invoke. All attorney fees and expenses associated with collection of past due Invoices coil be paid by Client.
Insurance — NE maintains Workers' Compensation and Employer's Liability Insurance in conformance with state law. In addition, we maintain Comprehensive General liability Insurance
and Automobile liability Insurance with bodily Injury limits of $1,000,000.00 and property damage limits of $1,000,000.00. A Certificate of Insurance can be suppled evidencing such
coverage which contains a clause provic ing that fifteen days written notice be given prior to cancellation.
Right-of- Entry - Untless otherwise agreed, Client will furnish right-of-entry on the property for NE to make the planned borings, surveys, and /or explaratxuts. NE will not be responsible for
removing fences, earth berms, vegetation or other obstructions for purposes of our investigation. NE will take reasonable precautions to minimize damage to the property caused by Its
2051 NW 112` AVENUE • MIAMI, FLORIDA 33172 • 305 -824 -0060 • FAX 305 - 824 -8827
St. Lucie 772-408 -1050 • Broward 954 - 941 -8700 • Palm Beach 561 - 736 -4900
OCM Smith
Sexton Cove Estates
Asphalt Monitoring and Testing
Page 4 of 4
equipment and sampling procedures, but the cost of restoration of damage which may result from the planned operations is not included in the contracted amount. 0 Client desires to
restore the property to its former condition, NE will accomplish this and add the cost to its fee. Client agrees to waive all daims arising from or related to the failure to provide NE with
proper access to conduct Its work
Damage to Existing Men-made Objects - It shall be the responsibility of the Owner or his duly authorized representative to disclose the presence and accurate location of all hidden or
obscure man -made objects relative to routes of access, field tests, sampling, or boring locations. When cautioned, advised or given data in writing that reveal the presence or potential
presence of underground or over-ground obstructions, such as utik"res, septic tanks, etc., NE will give special Instructions to its field personnel. In additions, Client waves any claim against
NE arising from damage to existing man -made objects,
Warranty and Lknitation of Liability - NE shall perform services for Client in a professional manner, using that degree of care and skill ordinarily exercised by and consistent with the
standards of competent consultants practicing in the same or a similar locality as the project. In the event any portion of the services fails to comply with this warranty obligation and NE
Is promptly ratified In welting prior to one year after completion of such portion of the services, NE will re- perform such portion of the services, of If re- pedorm race Is impracticable, NE
will refund the amount of compensation paid to NE for such portion of the services. This warranty is in Neu of all other warranties. No other warranty, expressed or implled, Including
warranties of merchantability and fitness for a particular purpose is made or intended by the proposal for consulting services, by furnishing an oral response of the findings made or by any
representations made regarding the services Included in this agreement. In no event shall NE or any of Its professional employees be liable for any special, indirect, incidental or
consequential loss or damages, including but not limited to impact and delay clairm The remedies set forth herein are exclusive and the total liability of consultant whether in contract,
tort (Including negligence whether sole or concurcent), or otherwise arising out of, connected with or resulting from the services provided pursuant to this Agreement shall not exceed the
total fees paid by Client or $50,000.00, whichever Is greater. At additional cost, Client may obtain a higher limit prior to commencement of services.
PURSUANTTO §SSL0035, FLORIDA STATUTE% NE'S INDIVIDUAL EMPLOYEES AND /OR AGENTS MAY NOT HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE ARISING OUT OF, CONNECTED
WITH, OR RESULTING FROM THEIR SERVICES PROVIDED PURSUANT TO THIS AGREEMENT.
Indemnification —Client agrees to defend, indemnify and save harmless NE from all claims, including negligence claims, suits, losses, personal injuries, death and property Rability resulting
from NE's performance of the proposed work whether such claims or damages are caused in part by NE, and agrees to reimburse NE for expenses in connection with any such claims or
suits, including reasonable altomey's fees. Dienes obligation to indemnify Is limited to $2 million per occurrence, which Client agrees bears a reasonable commercial relationship to the
work undertaken by NE. Client further agrees that these gerwalconditbns are a part of the worles specifications or bid documents, N any.
sampling or Testing Location - Unless specifically stated to the contrary, the unit fees included in this proposal do not include costs associated with professional land surveying of the site
or the accurate horizontal and vertical locations of tests. Field tests or boring locations described in our report or shown on our sketches are based on specific Information fumished to US
by others and/or estimates made in the field by our technicians. Such dimensions, depths or elevations should be considered as approximations unless otherwise stated In the report R B
understood that all drilling locations are accessible tD conventional truck mounted drilling equipment unless otherwise specified by the client R unscheduled Mina lizatiors or use of
portable or all terrain equipment Is required additional charges will apply. NE will attempt to dear utilities at our axcavatloniltest locations by manual drilling to 3' below land surface
(BIS). Arty utflitles/obstructlons present at client specified test locations or below 3' BLS will be the responsibllityof the client.
Sample Handling and Retention — Generally soli test samples are retained for approximately three months after which time they will be discarded unless written instructions to the
contrary are received from the client.
Legal Jurl chodon - The parties agree that any actions brought to enforce any provision of this Agreement shall only be brought In a court of competent jurisdiction located in Palm Beach
County, Florida. Any and all causes of action arlsing out of NE's performance of the Work, including but not limited to claims for indemnity, contribution and equitable subrogation, shall
be deemed to have accrued and the applicable statutes of limitations shall commence to nun not later than the date of NE's last Invoice for the Work performed hereunder.
Fora Majeure - NE shall not be.beld responsible for any delay or failure in performance of any part of this Agreement to the extent such delay or failure is caused by flee, flood, explosion,
war, stoke, embargo, govern ment requirement, civil or military authority, acts of God, act or omission of subcontractors, carriers, client or other similar causes beyond Its control.
Documents - NE shag be entitled to rely upon the accuracy and completeness of all surveys, reports and information furnished by the client If conditions different from those described In
our report are found at the site, NE should be notified in writing immediately upon discovery. NE reserves the right to revise conclusions and recommendations presented In the final
report should additional Information regarding the project become available. Al permits will be obtained by others unless otherwise specified in this proposal or In writing to NE. NE has
no liability for consequences of Information not provided or unavailable or otherwise not reviewed or (mown from the normal sources cusromarly examined by NE in such kwestigatlons
within the time frame allowed for this investigation under this agreement The client, entities identified in writing on the address portion of our report design team professionals engaged
by our client and building official staff are entitled to use and rely upon NE'S reports for purposes of the curer project Other parties are not authorized to use or rely upon NE'S reports
unless NE so states in writing.
NE - General Contract Terms and Conditions Sept 2013
2051 NW 112 AVENUE • MIAMI, FLORIDA 33172 • 305 - 824 -0060 - FAX 305 -824 -8827
St. Lucie 772 -408 -1050 • Broward 954 -941 -8700 - Palm Beach 561- 736 -4900
AVIROM & ASSOCIATES, INC.
SURVEYING &MAPPING
May 5, 2014
Mr. Nick Benedico, P.E.
CDM Smith
2301 Maitland Center Parkway, Suite 300
Maitland,
FL 32751
VIA e -mail: BenedicoNA@CDMSmith.com
RE: Grassy Road, Sexton Cove Estates, Key Largo, Monroe Cou
Topographic Surveying Services — Revised 4
Dear Nick:
In accord with your request, the following proposal for the above referenced project is submitted for
your consideration:
SCOPE:
The topographic survey limits shall be along 12 streets with an approximate total length of 12,500
linear feet. The bandwidth shall be within the full width of the right -of -way of each street.
1. We shall obtain all recorded plats and right -of -way maps to graphically delineate the platted
boundary lines within the digital files. Surveyor shall recover sufficient monumentation in the
field to spatially place the plats within the digital file. There is no provision to perform boundary
surveys or surveys to resolve conflicts, ownerships or occupation issues relative to the recorded
instruments.
2. We shall research the Monroe County Property Appraiser's database to delineate the current
ownership lines within our survey.
Establish a minimum of twenty (20) National Geodetic Vertical Datum of 1929 (NGVD 29)
benchmarks at the site, referenced to a published Benchmark Network by the National Geodetic
Survey (NGS). The benchmarks shall also be referenced horizontally to the North American
Datum of 1983 (NAD 83), current adjustment and tied to the National Geodetic Survey Geodetic
Control Network. The vertical and horizontal controls (nail & disk) set shall be placed along the
topographic route survey.
402 APPELROUTH LANE, SUITE 2E, KEY WEST, FLORIDA 33045
13053 294-7770 WWW.AVIROMSURVEY.COM
Grassy Road Project Page 2 5/5/2014
Topographic Route -of -Line — Rev. 4
3. We shall locate all above ground improvements including, but not limited to buildings,
pavement, ramps, driveways, steps, doors, gates, top of curb, bottom of curb, flow line, edge of
pavement, centerline of pavement, bottom of gutter, face of walk, and above ground evidence of
utility. We will obtain rim elevations, pipe size, material and inverts of sewer and drainage
structures where possible. Due to the nature of obtaining the data where the structures are in
use, the information obtained may be the best approximation of the true measurements. It is the
responsibility of the end user to verify the diameter and material utilizing as-build drawings or
other resources prior to construction.
4. Utility locations will include fire hydrants, water valves, meter boxes, vaults and electrical
outlets, power poles and overhead wires. We will locate wells, main irrigation valves, but will
not locate individual sprinkler heads.
There is no provision for the excavation, probing or location ofunderground utilities, structures
or improvements. Utilities shall be located to the extent that they are above ground and visible.
This proposal does not include the contracting of an underground utility locating service to
locate the subsurface utilities.
5. Sections shall betaken at 100' intervals, including high and low points including significant
grade breaks.
6. Locate 5 seeparage trenches (no piping), at the extent of the rock at the surface.
7. Survey of the horizontal and vertical location of 20 geotechnical borings and pavement cores.
This item is based on performing the work in conjunction with the topographic route survey.
Additional mobilization costs will incur if this option is exercised after completion of the
topographic survey.
DELIVERABLES:
Two (2) signed and sealed hard copies of the survey shall be furnished to the client, together with an
AutoCAD (2013 or lower) digital drawing. The drawing scale shall be at 1 " =20'.
TIMEFRAME:
We can mobilize within 72 hours from a Notice to Proceed and have the project completed eight (8)
weeks after mobilization.
COST:
The cost to provide the above surveying services shall be a lump sum amount of $47,680.00
Additional services not included in the above scope will be negotiated on an as needed basis and
performed at our current hourly rates.
AVIROM & ASSOCIATES, INC.
Grassy Road Project Page 3 5/5/2014
Topographic Route -of -Line — Rev. 4
CURRENT HOURLYRATES
P.L.S. Technical Coordination $150.00/Hour
Survey Crew $125.00/Hour
Computer Computations & Drafting $ 85.00/Hour
All rates are on a portal to portal basis. Overtime rates may apply after eight (8) working hours and
weekends. Invoicing is based on work -in- progress or section complete basis.
GENERAL
All invoices are due and payable in full upon receipt. Surveyor reserves the right to withhold certified
prints and CAD files to client or client's consultants until payment is made in full. Invoices not
questioned by the client within ten (10) days of receipt are assumed to be accepted for payment. If
payment is not received within thirty (30) days of the invoice date, a late charge may be added to the
invoice in an amount not to exceed one and one -half percent (1 '/2 %) per month on the outstanding
balance. If payment is not received within forty-five (45) days of the invoice date, Surveyor may
terminate this agreement or suspend work under the agreement until payments have been made in full.
Client agrees to pay all cost of collection, including reasonable attorney's fees, should such action be
required.
Thank you for the opportunity to submit this proposal. Should you have any questions, please contact
me accordingly.
Respectfully,
Keith M. Chee -A -Tow, P.L.S.
Director of Special Projects
THESE CONDITIONS ARE ACCEPTABLE, AND I HEREBY AUTHORIZE YOU TO PROCEED.
Mr. Nick Benedico, P.E.
CDM Smith
Weift Documents\Proposel\Kcys\Key LargoWDM Sexton Cove Estates Revision 4.doc
Date
AVIROM & ABBOCIATEB, INC.
AVIROM &ASSOCIATES, INC.
4 :D
SURVEYING &MAPPING
May 5, 2014
Mr. Nick Benedico, P.E.
CDM Smith
2301 Maitland Center Parkway, Suite 300
Maitland,
FL 32751
VIA e -mail: BenedicoNA@CDMSmith.com
RE: Grassy Road, Sexton Cove Estates, Key Largo, Monroe County
As -built of Water and Sewer at 12 Proposed Exfdtration Trench Locations
Dear Nick:
In accord with your request, the following proposal for the above referenced project is spb.mitted for
your consideration:
SCOPE:
Provide horizontal survey of utilities (water and sewer) at 12 proposed exfiltration trench locations
each being approximately 100 feet long.
1. This survey will be performed after the review of the topographic survey of the 12 roads and the
subsequent design.
2. The client shall have the water and sewer at the 12 proposed exfiltration trenches identified,
flagged and marked prior to our mobilization to the site.
3. This proposal does not include the contracting of an underground utility locating service.
4. Existing utility records shall be provided to us by the client prior to mobilization of our crews.
5. The location of the underground utilities that have no visible above ground components shall be
based upon a combination of visual findings in the field, utility locations provided by the client's
utility locating consultant, and information obtained from existing utility records which will be
provided to us by the client. There is no provision for the excavation, probing or location of
underground utilities, structures or improvements.
6. Utility patches will be located during the course of the topographic survey, showing evidence of
underground utilities and combined with the existing utility records provided to us by the client,
we will delineate the underground lines.
402 APPELROUTH LANE, SUITE 2E, KEY WEST, FLORIDA 33045
[305] 294 -7770 WWW.AVIROMSURVEY.GOM
Grassy Road Project Page 2 5/5/2014
Water and Sewer Locates
DELIVERABLES:
Two (2) signed and sealed hard copies of the survey shall be furnished to the client, together with an
AutoCAD (2013 or lower) digital drawing. The drawing scale shall be at 1 " =20'.
TIMEFRAME:
We can mobilize within 72 hours from a Notice to Proceed and have the project completed two (2)
weeks after mobilization.
COST:
The cost to provide the above surveying services shall be a lump sum amount of $4,161.00, based on
one mobilization and limited to two days in the field.
Additional services not included in the above scope will be negotiated on an as needed basis and
performed at our current hourly rates.
CURRENT HOURLYRA TES
P.L.S. Technical Coordination
Survey Crew
Computer Computations & Drafting
$150.00/Hour
$125.00/Hour
$ 85.00/Hour
All rates are on a portal to portal basis. Overtime rates may apply after eight (8) working hours and
weekends. Invoicing is based on work -in- progress or section complete basis.
GENERAL
All invoices are due and payable in full upon receipt. Surveyor reserves the right to withhold certified
prints and CAD files to client or client's consultants until payment is made in full. Invoices not
questioned by the client within ten (10) days of receipt are assumed to be accepted for payment. If
payment is not received within thirty (30) days of the invoice date, a late charge may be added to the
invoice in an amount not to exceed one and one -half percent (1 %: %) per month on the outstanding
balance. If payment is not received within forty-five (45) days of the invoice date, Surveyor may
terminate this agreement or suspend work under the agreement until payments have been made in full.
Client agrees to pay all cost of collection, including reasonable attorney's fees, should such action be
required.
Thank you for the opportunity to submit this proposal. Should you have any questions, please contact
me accordingly.
Respectfully,
,�� (Y At--
Keith M. Chee -A -Tow, P.L.S.
Director of Special Projects
AVIROM & A88OCIATE8 INC.
Grassy Road Project Page 3 5/5/2014
Water and Sewer Locates
THESE CONDITIONS ARE ACCEPTABLE, AND I HEREBY AUTHORIZE YOU TO PROCEED.
Mr. Nick Benedico, P.E.
CDM Smith
\Keift Documents\Proposat\Keys\Key Largo\CDM Sexton Cove UG Locates.doc
Date
AVIROM & ASSOCIATES, INC.