Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item C03
C.3 County �� � .�� �y,4 ' �, "tr, BOARD OF COUNTY COMMISSIONERS Mayor Michelle Coldiron,District 2 �1 nff `ll Mayor Pro Tem David Rice,District 4 -Ile Florida.Keys Craig Cates,District 1 Eddie Martinez,District 3 w Mike Forster,District 5 County Commission Meeting August 13, 2021 Agenda Item Number: C.3 Agenda Item Summary #3479 BULK ITEM: Yes DEPARTMENT: Engineering/Roads TIME APPROXIMATE: STAFF CONTACT: Debra London (305) 453-8754 N/A AGENDA ITEM WORDING: Approval of Amendment 3 to the Agreement with EAC Consulting, Inc. for additional post design services scope for the 1st Street/Bertha Street Roadway Improvement Project (Key West) in the maximum not to exceed amount of $9,594.00, revising the total contract amount to $481,215.16. ITEM BACKGROUND: 1st Street/Bertha Street is a County maintained road in the City of Key West (City). The County is responsible for the road bed and drainage and the City is responsible for miscellaneous other items including but not limited to the sidewalks, traffic control devices and utilities operated by the City. The project is currently under construction and substantial completion is scheduled for August 2022. County engineering staff coordinated with City engineering staff on improvements the City requested to be designed into the project (Interlocal Agreement executed January 2019) which were itemized in the Amendment 1 to the contract. Amendment 2 to the contract added survey work required for the Dennis Street pump station tie in. This Amendment 3 adds additional post design services tasks scope not originally contemplated in the original contract prior to construction bidding and commencement. PREVIOUS RELEVANT BOCC ACTION: September 18, 2019 — the BOCC approved by resolution the Florida Department of Transportation (FDOT) Small County Outreach Program (SCOP) grant agreement funding construction for the 1st Street/Bertha Street Roadway Improvement Project in the grant amount of $1,815,000.00 (75%) with a County match requirement of $605,000.00 (25%) (Estimated project amount of $2,420,000.00). January 23, 2019 —the BOCC approved Amendment 1 to the contract with EAC Consulting, Inc. for additional engineering design for City of Key West(City ) requested improvements to the sidewalks and traffic control devices maintained by the City as part of the 1st Street/Bertha Street Roadway Improvement Project in the maximum not to exceed amount of$20,495.00 revising the total contract amount to $471,621.16. Packet Pg.239 C.3 January 23, 2019 — the BOCC approved an Interlocal Agreement with the City for additional design itemized in the Amendment 1 to the contract with EAC Consulting, Inc in the maximum not to exceed amount of$20,495.00. May 16, 2018 — The BOCC approved a contract with EAC Consulting, Inc. for Engineering, Design, Permitting and Post Construction Services for the lst Street/Bertha Street (Key West) Roadway Improvement Project in the maximum not to exceed amount of $451,126.16, including optional services in the amount of$104,352.35. October 18, 2017 — The BOCC approved negotiations with EAC Consulting, Inc., the highest ranked respondent to the RFQ for engineering design and permitting services for the project. September 2014 - The BOCC approved the Road Paving and Rehabilitation Program in the 2015 to 2019 Capital Improvement Program. CONTRACT/AGREEMENT CHANGES: Add post design services scope STAFF RECOMMENDATION: Approval of Amendment 3 to contract with EAC Consulting, Inc. DOCUMENTATION: 3rd Amendment EAC 1st and Bertha Post Design Services -signed Notarized 2nd Amendment EAC EXEC 1st Bertha Survey EAC_lst& Bertha- EXECUTED Amendments & Task Order- 5-16-18 EAC 1st& Bertha- EXEC - 5-16-18 FINANCIAL IMPACT: Effective Date: August 18, 2021 Expiration Date: 30 days after construction final completion and final approval by FDOT. Total Dollar Value of Contract: $9,594.00 (Amendment 3 to EAC contract for additional post design services scope) Total Cost to County: $9,594.00 Current Year Portion: $9,594.00 Budgeted: yes Source of Funds: 102 gas tax CPI: n/a Indirect Costs: n/a Estimated Ongoing Costs Not Included in above dollar amounts: n/a Revenue Producing: no If yes, amount: Grant: no County Match: Insurance Required: yes Packet Pg.240 C.3 Additional Details: Amendment 3 EAC Contract. Effective Date: August 18, 2021 Expiration Date: 30 days after construction final completion and final approval by FDOT. Total Dollar Value of Contract: $9,594.00 (Amendment 3 to EAC contract for additional post design services scope) Total Cost to County: $9,594.00 Current Year Portion: $9,594.00 Budgeted: yes Source of Funds: 102 gas tax CPI: n/a Indirect Costs: n/a Estimated Ongoing Costs Not Included in above dollar amounts: n/a Revenue Producing: no If yes, amount: Grant: no County Match: Insurance Required: yes Additional Details: Amendment 3 EAC Contract. 08/18/21 102-22002 - COUNTY ENGINEER R & B $9,594.00 post design REVIEWED BY: Judith Clarke Completed 08/03/2021 10:59 AM Christine Limbert Completed 08/03/2021 11:55 AM Purchasing Completed 08/03/2021 11:56 AM Budget and Finance Completed 08/03/2021 3:27 PM Maria Slavik Completed 08/03/2021 4:34 PM Liz Yongue Completed 08/03/2021 4:39 PM Board of County Commissioners Pending 08/18/2021 9:00 AM Packet Pg.241 C.3.a AMENDMENT 3 TO THE CONTRACT FOR ENGINEERING DESIGN AND PERMITTING SERVICES BETWEEN MONROE COUNTY BOCC AND EAC CONSULTING INC. FOR THE 1st STREET/BERTHA STREET(KEY WEST) ROAD IMPROVEMENT PROJECT THIS AMENDMENT 3 to the CONTRACT is entered into this day of August,2021, between Monroe County, whose address is 1100 Simonton Street, Room 2-216 Key West, Florida 33040, hereafter the "COUNTY" and EAC Consulting, Inc. (EAC), a Corporation of the State of Florida, whose address is 5959 Blue Lagoon Drive, Suite 410, Miami, FL 33126, hereafter referred to as"CONSULTANT". WHEREAS, on the 16th day of May 2018, the parties executed a contract authorizing the Consultant to perform 0 Professional Services for the Design and Permitting Services for the 1st Street/Bertha Street(Key West) Road Improvement Project, for a sum not to exceed $451,126.16 (which includes optional services of$18,210.00 for Sea Level Rise Analysis and $86,142.35 for Storm Water Pump Station Design); and WHEREAS, on the 23rd day of January 2019, the parties executed AMENDMENT 1 to the contract to add design and permitting to the scope as requested by the City of Key West (CITY) for physical improvements including sidewalks and traffic control devices in the amount of$20,495.00, which revised the total contract amount to $471,621.16 and which was also implemented through an Interlocal Agreement between the CITY and the COUNTY; and WHEREAS, on the 20th day of November 2019, the parties executed AMENDMENT 2 to the contract to add the additional survey services by the EAC subconsultant, Longitude Surveyors in the amount of$3,451.55, which reallocated funds from the Storm Water Pump Station Design task resulting in no increase to the base contract amount, to allow the COUNTY to tie into the CITY's Dennis Street pump station as part of this project; and 0 WHEREAS,the parties agree to amend the contract to add $9,594.00 in post design services that are additional to N the original contract task order scope as defined in Attachment A; 0 NOW THEREFORE, in consideration of the mutual promises contained herein, the COUNTY and CONSULTANT agree to amend Article VI I, Compensation, Paragraph 7.1.1 of the contract, as follows: Previous Contract Amount as amended $471,621.16 AMENDMENT 3-Additional Post Design Services $9,594.00 Total Revised Contract Amount $481,215.16 0 In all other respects, the Contract dated May 16, 2018, as amended January 23, 2019 and November 20, 2019 remains in full force and effect. This Amendment 3 is effective August 18, 2021. In WITNESS WHEREOF, each party hereto has caused this contract to be executed by its duly authorized representative. 0 CL BOARD OF COUNTY COMMISSIONERS OF EAC Consulting, Inc., MONROE COUNTY, FLORIDA Consultant BY: BY: Mayor/Chairman TITLE: President y CJ (SEAL) Subscribed and sworn to(or affirmed)before me, by means of®` physical presence or❑ online notarization,on the foregoing instrument was acknowledged before me Attest: KEVIN MADOK, Clerk this 15th day of Juiv 2021, by Enri u Crooks BY: Who is�)p s Wally known to me EDA' NINE E.ORTEGA Deputy Clerk driver's li e r tificatiol�.otary Public State of]Assn. DATE: Commission a HH 035NOTARY UBL' STATE OF FLOMy Comm.Expires Aug 2nded through National Nota 0 0 Print,type of stamp commissioned name of notary Amendment 3-EAC-Engineering Design and Permitting Services 1 s`Street/Bertha Street Project 0 - August 18,2021 MONROE COUNTY ATTORNEY 4PPR VEDASTO( i O. Y.. n? vJ CHRIST'[NE LIMBERT-BARROWS ASSISTANT COUNTY ATTORNEY DATE 7/13/21 — - Packet Pg.242 C.3.a ATTACHMENT A 0 2 N 0 0 CL Packet Pg.243 r'7` EAC Consulting,Inc. U July 1, 2021 Debra (Debbie) London Project Manager Monroe County ca 102050 Overseas Hwy., Suite 229 Key Largo, FL Florida 33037 Re: Amendment 3 - Post Design Services for 1st Street/Bertha Street (Key West) Roadway Improvement Project Key West, Monroe County C Dear Ms. London, 2 EAC Consulting Inc. (EAC) is pleased to submit this supplemental fee proposal to provide Post Design Services for the above referenced project. Project Understanding EAC will provide additional post design support services to the County that was not contemplated in the original task work order for Construction Administration Support in the form of Plan Revisions, Change Order Reviews, Design Clarifications, Adjacent Project Coordination, and responses only. Project Limits T 1. 1 sc Street from North Roosevelt Boulevard (US-1) to Flagler Avenue 2. Bertha Street from Flagler Avenue to South Roosevelt Boulevard (A1A) Scope of Work Our scope of works will include the following: TASK A —Construction Administration Support CL 1. Merge Key West Landscape Cutouts Plans with Venetia Street Revisions 2. Change Order 1 Review and Revision for Drainage Structure S-20 and S-20B 3. Key West post bid review and analysis for drainage design 4. Review and analysis for unforeseen structure adjacent to S-38(Plan Sheet 39) v, 5. Review and Comment on Contractor's proposed MOT 6. Coordination with Adjacent Project Contractor(Toppino)for Venetia Street Pumpstation and Drainage LU 7. Review and Response for Key West Resident concerning Bike Path. 8. Pump Station Re-evaluation for the City of Key West E Our fee proposal is summarized as follows: Task No. Description Fee Task A Construction Administration - Merge Key West Landscape Cutouts Plans with Venetia Street Revisions $2,172 5959 BLUE LAGOON DRIVE SUITE 410 MIAMI, FL 33126 305.265.5400 Packet Pg.244 r'7` EAC Consulting,Inc. U - Change Order 1 Review and Revision for Drainage Structure S-20 and S-20B $1,644 - Key West Post Bid Review and Analysis for Drainage Design $1,374 - Review and Analysis for Unforeseen Structure adjacent to S- 38 (Plan Sheet 39) $210 U - Review and Comment on Contractor's proposed MOT $1,209 - Coordination with Adjacent Project Contractor (Toppino) for C Venetia Street Pumpstation and Drainage $279 - Review and Response for Key West Resident concerning Bike Path $280 - Pump Station Re-evaluation for the City of Key West $2,426 Total (not to exceed) $9,594.00 C C Deliverables: N EAC will provide to the County, upon project completion, the following: • 2 sets of 11"x 17" signed and sealed Record Drawings • 1 set of final CADD files on CD EAC will provide the as-built plans in AutoCAD format once the CEI provides the approved red-lined v, drawings which reflect the as-built conditions. The aforementioned scope of services assumes that: 1. No Construction Administration Services beyond those mentioned above are included in this proposal. C CL Sincerely, EAC Consulting, Inc. Harold Desdunes, P.E. LU Project Manager cc. File, Rick Crooks, P.E. — EAC, Mike Adeife, P.E. — EAC. 5959 BLUE LAGOON DRIVE SUITE 410 MIAMI, FL 33126 305.265.5400 Packet Pg.245 -'� EACCONS-01 C.3.a' ,d►CofZO" CERTIFICATE OF LIABILITY INSURANCE DATE 6/25/2021 �•� 2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIEI BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZES REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement of y this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT O PRODUCER NAME: Ames&Gough PHONE 8300 Greensboro Drive (A/C,No,Ext):(703)827-2277 (A/C,No):(703)827-2279 Suite 980 E-MAIL admin@amesgough.com McLean,VA 22102 INSURERS AFFORDING COVERAGE NAIC# INSURERA:Hartford Underwriters Insurance Company A+(XV)30104 INSURED INSURER B:Trumbull Insurance Company A+ XV 27120 EAC Consulting,Inc. INSURER C:Hartford Casualty Insurance Company A+(XV) 29424 5959 Blue Lagoon Drive Suite 410 INSURER D:Twin City Fire Insurance Company A+ XV 29459 Miami, FL 33126 INSURER E:Travelers Casualty&Surety Co.of America A++,XV 31194 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOI (B INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI: CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS 0- EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBRTYPE OF INSURANCE INSD WVD WVD POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,1 CLAIMS-MADE FIV-1 OCCUR 42UUNOL5044 7/1/2021 7/1/2022 DAMAGE TO RENTED 300,1 0) PREMISES Ea occurrence $ X Contractual Liab. 10,1 MED EXP An one person) $ PERSONAL&ADV INJURY $ tow O GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,1 POLICY L] PEA El LOC PRODUCTS-COMP/OPAGG $ 2,000,1 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,1 N Ea accident $ N X ANY AUTO 42UENOL5166 7/1/2021 7/1/2022 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ 2.1 HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ $ C X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,1 EXCESS LIAB CLAIMS-MADE 42XHUOL5045 7/1/2021 7/1/2022 AGGREGATE $ 5,000,1 0) DED X RETENTION$ 10,000 $ N D WORKERS COMPENSATION X PER OTH- O AND EMPLOYERS'LIABILITY STATUTE ER Y/N 42WEOL6H10 7/1/2021 7/1/2022 1,000,1 CIL ANY PROPRIETOR/EXCLU R/EXECUTIVE N/A E.L.EACH ACCIDENT $ t8 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,1 If yes,describe under 1,000,1 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ E Professional Liab. 107279653 7/1/2021 7/1/2022 Per Claim/Aggregate 2,000,1 cu r DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Monroe County BOCC is included as additional insured with respects to General Liability and Auto Liability when required by written contract.General Liability and Automobile Liability are primary and non-contributory over any existing insurance 8nrl linnitarl to linhility aricinn niit of tha nnarafinnc of the named insured and when required by written contract. APF ISK ' By 7 . s 2021 CERTIFICATE HOLDER CANCELLATIC r9 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED It Monroe County BOCC ACCORDANCE WITH THE POLICY PROVISIONS. Insurance Compliance PO Box 100085-FX O Duluth,GA 30096 AUTHORIZED REPRESENTATIVE ACORD 25(2016103) ©1988-2015 ACORD CORPORATION The ACORD name and logo are registered marks of ACORD Packet Pg.246 E` AMENDMENT 2 TO THE CONTRACT FOR ENGINEERING DESIGN AND PERMITTING SERVICES BETWEEN ¢' MONROE COUNTY BOCC AND EAC'CONSULTING,_INC.FOR THE 'Ist STREET/BERTHA-STREET(KEY WEST)ROAD IMPROVEMENT.PROJECT THIS AMENDMENT 2 to the CONTRACT is entered into thisC90 day of November. 2019, between Monroe County,whose address is 1100 Simonton Street, Room 2-216 Key West, Florida 33040, hereafter the"COUNTY"and EAC Consulting, Inc. (EAC), a Corporation of the State of Florida, whose address is 5959 Blue Lagoon Drive, Suite 410, Miami, m FL 33126, hereafter referred to as"CONSULTANT'. 0 WHEREAS, on the 16th day of May 2018,the parties executed a contract authorizing the Consultant to perform Professional Services for the Design and Permitting Services for the 1 st Street/Bertha Street(Key West)Road Improvement Project,for a sum not to exceed$451,126.16 (which includes optional services of$18,210.00 for Sea Level Rise Analysis and $86,142.35 for Storm Water Pump Station Design); and 0 WHEREAS,on the 231 day of January 2019,the parties executed AMENDMENT 1 to the contract to add design and permitting to the scope as requested by the City of Key West (CITY) for physical improvements including sidewalks and traffic control devices in the amount of $20,495.00, which was also implemented through an Interlocal Agreement between the CITY and the COUNTY; and WHEREAS, AMENDMENT 1 revised the total contract amount to $471,621.16 including optional services of $18,210.00 for Sea Level Rise Analysis and$86,142.35 for Storm Water Pump Station Design); and WHEREAS, the CITY has agreed to allow the COUNTY to tie into the Dennis Street pump station as part of this project which will require additional survey services by the EAC subconsultant,Longitude Surveyors but will allow for unused funding for Storm Water Pump Station Design to be reallocated for the additional survey services; and "9 WHEREAS,the parties agree to amend to contract to move$3,451.55 of the unused funds of$86,142.35 for Storm m Water Pump Station Design to the subconsultant surveyor scope, reducing the Storm Water Pump Station Design unused available balance to$82,690.80; NOW THEREFORE, in consideration of the mutual promises contained herein, the COUNTY and CONSULTANT agree to amend Article VI I, Compensation, Paragraph 7.1.1 of the contract, as follows: Previous Contract Amount $471,621.16 (which includes optional services and CITY design and permitting services) Reallocate Subconsultant Longitude Surveyors Survey Work < for Dennis Street pump station tie in the amount of$3,451.55 from Stormwater Pump Station Design revising the unused amount to $82,690.80 ($86,142.35-$3,451.55) ns Total unchanged Contract Amount $4 4,6il.-1_6 ca Add Paragraph 7.1.2 as follows: The individual itemized task amounts are estimates and may be adjusted as needed as long as the Total Contract Amount of$471,621.16 is not exceeded. CJ In all other respects, the Contract dated May 16, 2018, as amended January 23, 2019 remains in full force and effect. In WITNESS WHEREOF, each party hereto has caused this contract to be executed by its duly authorized representative. m Amendment 2—EAC-Engineering Design and Permitting Services V Street/Bertha Street Project November 20,2019 ns Packet Pg.247 BOARD OF CO TY C MMISSIONERS OF EAC Consulting,Inc., MONROE CO I A Consultant �• a 6'l/ an TITLE: v� ) _ The fore ing instrument was acknowledged before me Clerk this day of. 2019, by Who is ►personally known to me or who( ) produced a uty`Clerk driver's license as identification. DATE: ��� �'°12.41pwat NOTARY PUBLIC, ATE OF FLORIDA luk R.L. AA aI tarot 0 Print,type of stamp commissioned name of notary 0 .0.1►4.. Notary Public State of Florida Nicole R L Mallard My Commission GG 184664 0 Expires 02/11/2022 0 0 MONROE COUNTY ATTORNEY 0 i °VArA CH. TINELIMBERT-BARROWS 0. ASSISTANT Q Y ATT EY 0. DATE: } d C� a_ rL- r .J c;: 0 0 .. .. 0 0 N 0 0 Amendment 2—EAC-Engineering Design and Permitting Services 1"Street/Bertha Street Project November 20,2019 Packet Pg.248 C.3.b . a I EACCONS-01 KOODWI A DATE(MMIODNYYY) CERTIFICATE OF LIABILITY INSURANCE 4j11/2019 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS I CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED I REPRESENTATIVE OR PRODUCER,.AND THE CERTIFICATE HOLDER. U, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. a) If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). L_ PRODUCER CgNTACT Ames&Gough PHONE FAX 8300 Greensboro Drive A(c No,Exq {703)827-2277 (w m.):(703)827-2279 Suite 980D"b5s admfn@ames�ough:tiom �- - McLean,VA 221 O2 INSURER(SJ AFFORDING COVERAGE NAIC# ,INSUI;RA Hartford Underwriters Insurance Comnan�v A+(XVI'30104 INSURED INSURER B Trumbull Insurance Company A+{XV) _ 12271120 -._- EAC Consulting,Inc. INSURER c:Hartford Casualty Insurance Com any A+,XVv 29424 1 ._.� 5959 Blue Lagoon Drive - ----( —)- Suite 410 INSURER D ALI Insurance Companv A+.A �m 313056 Miami,FL 33126 wsuRER E:Lexinlaton Insurance COmDanv A.XV 119437 d INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: O THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS Ca CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH€POLICIES,LIMITS SHOWN M_AY HAVE BEEN REDUCED BY PAID CLAIMS_, INSR{ TYPE OF INSURANCE VfAnDi¢n(SVy Rt POLICY NUMBER �Y` POLICY EFF POUCY EXP [ `LIMITS A ¢{X COMMERCIAL GENERAL LIABILITY - '1 t EACH OCCURRENCE _ _ )$ 1,000,000 ^ CLAIMS-MADE OCCUR �42UUNNI2075 �2212019 4/22/2020DAMAGE TO RENTED., _ 1_$ 300,000 REMISES:(E�acorn n4a)_ Y11, Contractual Liab. 1D,DD0 {° E CPfT MED EXPsAny one persorllm 5 PERSQNAL&ADV IN URY J 1 009,000 -a GENL AGGREGATE LIMIT APPLIES PER: { �, - ! GENERAL AGGREGATE, _ 352000,000 POLICY�X j JECOT ._..�LOC 2 DATE t'`1~�: I PR4Dl1QTS..COMPIO Act 2,000,000 1 h OTHER, 5 B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT O 11000,600 mX ANY AUTO '42UUNN12075 4/22/2019 ; 4/22/2020 ' OWNED SCHEDULED 'I30DILY INJURY.(Perpers0r�) �,5 AUTOS ONLY AUTOS I BODILY INJURY(Per aCc�dBnl) 5. _ _ !AUTOS ONLY A O ON Y I k PROaccRider)DAMAGE i s )- �° C I X i UMBRELLA LIAB X I OCCUR i 2 ODDrODD }( € EArli_OGCLIRRENGE _ EXCESS LIAS i CLAIMS-MADE, ,000,000 O 'AGGREGATE_ _ _ DED 1 X I RETENTIONS 10,000( i 1 }5 D WORKERS COMPENSATION I i i 1 ! PER OTH- i AND EMPLOYERS'LIABILITY I '._._ST�TF_L _ Y-/-I PSW0003090 4/22/2019 4/22/2020 1 1,000,0 00 ANY PROPRIETORIPARTNEMEXECUTIVE tt t E L.EACH ACCIDENT - _ 1 S__.,. - OFFICERIMEMBER EXCLUDED? [Y !j N 1 A 1 I (Mandatory in NH) 4 z E.L DISEASE_ =EA EMPLOYEE $_ 1,000,000 I if yes,describe under S 1,000,000 ca ,.DESCRIPTION OF OPERATI NS below - . k I E.L.DISEASE-POLICY LIMIT 1$. E Professional Liab. I1 127015056 i 4/22/2019 1 7/1/2020 •EPer Claim/Aggregate 1 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is re�Lutred) RE:EAC Project No.17078.HW01-00—Monroe County RFQ-13-0-2017-Professional Services for Engineering oesign and Permitting for the 1st Street/Bertha Street(Key West)Roadway Improvement Project Monroe County BOCC is included as additional insured with respects to General Liability and Auto Liability when required by written contract.General Liability and Auto Liability policy includes a waiver of subrogation in favor of the additional insureds where permissible by state law and when required by written contract. - O CERTIFICATE HOLDER . CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Monroe County ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton Street ;. Key West,FL 33040 AUTHORIZED REPRESENTATIVE -ACORD 25(2016/03) ©198B-2015 ACORD CORPORATION. All rights reserved, The ACORD name and logo are registered marks of-ACORD Packet Pg.249