Loading...
HomeMy WebLinkAboutHarbour Drive Drainage Improvements 02/19/2025 GVS COURTq° o: A Kevin Madok, CPA - �o ........ � Clerk of the Circuit Court& Comptroller Monroe County, Florida �z cooN DATE: March 5, 2025 TO: Judith Clarke, PE, Director Engineering/Roads & Bridges ATTN: Samantha Yeoman Executive Assistant FROM: Liz Yongue, Deputy Clerk SUBJECT: February 19, 2025 BOCC Meeting The following item has been executed and added to the record: C20 Task Order with CSA Central, Inc. in the not to exceed amount of$265,590 for engineering design and permitting services for the Harbour Drive (Duck Key) Drainage Improvements Project. Should you have any questions please feel free to contact me at(305) 292-3550. cc: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 TASK ORDER FOR ON CALL PROFESSIONAL DESIGN AND PERMITTING SERVICES BETWEEN MONROE COUNTY AND CSA CENTRAL, INC. FOR HARBOUR DRIVE DRAINAGE IMPROVEMENTS PROJECT In accordance with the Continuing Contract for On Call Professional Engineering Services made and entered on the 16th day of February, 2022 between Monroe County hereinafter referred to as the "County" and CSA CENTRAL, INC, hereinafter referred to as "Consultant" where professional services are allowed if construction costs do not exceed $7,500,000 in accordance with F.S. 287.055 (as amended per Chapter 2024-204, Laws of Florida) pursuant to which recital/whereas clause No. 2 and related references in the Contract are hereby modified to incorporate Chapter Law 2024-204 which increased the construction cost from $4,000,000 to $7,500,000. 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 19t" Day of February, 2025 and shall expire 60 days after construction is complete. Article II Scope of Basic Services, Paragraph 2.1 is amended to add 2.1.1 as follows: The scope of services for the Harbour Drive Drainage Improvements Project will include: completion of design for construction and any required SFWMD permitting for the roadway grading and drainage. 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 in Attachment A: 1.0 DESIGN DEVELOPMENT The Consultant will evaluate existing conditions and provide drainage improvements. 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 pertinent sections contained in the following: CSA CENTRAL,INC.Task Order Harbour Drive February 2025 - 1 1. Florida Department of Transportation Standard Plans 2. Florida Department of Transportation Design Standards 3. Florida Department of Transportation Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways 4. Florida Department of Transportation Surveying Procedure 5. Florida Department of Transportation Drainage Manual 6. Manual on Uniform Traffic Control Devices (MUTCD) 7. American Disabilities Act 8. Florida Department of Transportation Flexible Pavement Design Manual 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. The Consultant shall 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 permit requirements and shall meet with regulatory agencies as necessary to coordinate specific permit requirements. The Consultant shall document all meetings and conversations with said regulatory agencies. 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 CSA CENTRAL,INC.Task Order Harbour Drive February 2025 -2 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 30% 60%, 90% 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 Consultant 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, at a minimum, Key Sheet, Summary of Pay Items and Quantities, Drainage Structures Map, Project Layout, Plan and Profile sheets, Typical Sections, Detail sheets, General Notes, Traffic Control Plan. Construction plans shall be in accordance with FDOT Standard Plans. 3.2 Specifications — For general specifications, FDOT and LAP Big Four 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 The Consultant shall submit to the County in writing its final Opinion of Probable Construction Cost (OPCC) 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. 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 Consultant. 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 Consultant, plus a reasonable allowance for Contractor's overhead and profit. CSA CENTRAL,INC.Task Order Harbour Drive February 2025 -3 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. 5.0 CONSTRUCTION PHASE 5.1 The Consultant shall review and approve or take other appropriate action upon Contractor submittals and requests for information. The Consultant's action shall be taken with such reasonable promptness as to cause no delay in the Contractor's Work or in construction by the County's own forces, while allowing sufficient time in the Consultant's professional judgment to permit adequate review. In general, said review and action shall be completed in 10 working days from receipt of a shop drawing submittal, excluding resubmittals. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities or for substantiating instructions for installation or performance of equipment or systems designed by the Contractors, all of which remain the responsibility of the Contractors to the extent required by the Contract Documents. The Consultant's review shall not constitute approval of safety precautions or, unless otherwise specifically stated by the Consultant, of construction means, methods, techniques, sequences, or procedures. 5.2 The Consultant will provide answers to Requests for Information (RFIs) from the Contractor, as needed during construction and will implement any required plan revisions. 5.3 The Consultant shall, without additional compensation, promptly correct any errors, omissions, deficiencies, or conflicts in the work product of the Consultant or its consultants or both. 5.4 The County will seek reimbursement from the Consultant for any "added costs" paid if the work product of the Consultant, its consultants, or both fails to meet engineering professional license and industry standards. "Added costs" is defined as the cost incurred from any additional work required on the project that was necessitated solely by the work product that fails to meet the engineering processional license and industry standards. The added cost is limited to the increase to the construction cost for additional work and does not include costs that are normally incurred as part of the project and addressed by a change order of already established unit costs. The Consultant shall not be held responsible for a delay in the construction of the project or for hidden deficiencies that could not reasonably be determined through a review of current field conditions by the Consultant or subconsultants. 5.5 The Consultant shall furnish to the County, upon project completion, the following: • 2 sets of 11" X 17" signed and sealed Record Drawings • 2 sets of final documentation • 1 set of final as built CADD and pdf files including a table of drainage structures with GPS coordinates labeled for each structure CSA CENTRAL,INC.Task Order Harbour Drive February 2025 -4 The Consultant's Engineer of Record in responsible charge of the project's design shall professionally endorse/certify the record prints, the special provisions and all reference and support documents. 5.6 The Consultant will attend the pre-construction meeting and as needed, attend the periodic construction progress meetings. Article VII, Paragraph 7.1 is amended to include the following: The Consultant shall be paid monthly for time and expenses based on hourly rates/timesheets and lump sum amounts (as noted below), with the right to reallocate the not to exceed budget between tasks as required to accomplish the scope of work. Houry rates are to be in accordance with the On Call Agreement rates, in the following Maximum Not to Exceed amount of$265,590.00. Design Sequence Task Description Budget Estimate Fee Type Task 1: Phase 1: 30% Plan Submittal $45,000.00 Task 2: Phase 1: 60% Submittal $43,000.00 Task 3: Phase 1: 90% Submittal $30,000.00 Task 4: Phase 1: 100% Submittal $15,000.00 Task 5: Permitting & Coordination $20,000.00 Task 6: Bidding Assistance $5,000.00 Task 7: Construction Administration & Project Close-out $36,000.00 CSA Labor Sub-Total $194,000.00 T&M Reimbursable Expenses (as outlined) $2,090.00 T&M CSA Total Budget $196,090.00 SUB Surveying $34,300.00 Lump Sum SUB Geotechnical Investigation $35,200.00 Lump Sum Total (Not to Exceed) $265,590,00 Article IX Miscellaneous, Paragraph 9.29 Federal Highway Administration Requirements do not apply to this project. CSA CENTRAL,INC.Task Order Harbour Drive February 2025 -5 • • • • IN WITNESS:WHEREOF., each-party caused the Task:Order to be-executed:by its duly: : authorized representative. Consultant . : Witness: • ' : : •• ' • , CSA'CENTRAL, INC. . : :. • • 02/ .� - - • 02/06/20.25 • 1110 06/2025 • Signature Date Signature Date - • VP Florida Operations: ' • Title l.A (SEL) BOARD OF COUNTY COMMISSIONERS::.: • • flattest Kevi Madok,.Clerk •:. :OF. MONRO.E COUNTY, FLORI.DA ' . 1 ... : • { r ter ; • �� c.., j ` (�i.'t i� • • • ..1 " H HO may` • B • 6( 14. b . ••-1 • r ' yY• • • As Deputy lerk or/Chairman kg �Z - MONR4E COUNTY ATTORNEY. Date: • PPROVED'AS TO FORM 9 ' • : • : ' 'CHRISTINE UMBERT BARROWS - ' . " . • SR.ASSISTA.NrCR41117(ATQRNEY • 1,41 • • • :� : ' . `.,. . CSA CENTRAL,INC.Task Order Harbour Drive. February 2025 6 ATTACHMENT A JO pI I�ni4CSAG RO U �P E S T - 1 .9' 5 6 January 28, 2025 Clark Briggs Senior Project Administrator Monroe County Engineering 2955 Overseas Hwy. Marathon, FL 33050 Via e-mail: briggs-clark@monroecounty-fl.gov RE: PROPOSAL TO PROVIDE PROFESSIONAL ENGINEERING SERVICES FOR HARBOUR DRIVE DRAINAGE IMPROVEMENTS IN DUCK KEY, MONROE COUNTY, FL CSA Project Number 24-0108 Dear Mr. Briggs: CSA Central, Inc. (the "Consultant" or "CSA") respectfully submits this proposal to Monroe County (the"County", or the"Client")to provide Engineering Services for the design of Harbour Drive Drainage Improvements located in Duck Key 33050. Services will be provided per the terms and conditions of the executed AGREEMENT FOR ON CALL PROFESSIONAL ENGINEERING SERVICES with date February 16, 2022. The County requests the Consultant to provide professional services for the design of drainage improvements, preparation of construction documents, and probable construction cost estimates at different project submittal phases, permitting assistance, bidding assistance, Construction Administration. Below is our project understanding, scope of services for Harbour Drive in Duck Key. PROJECT BACKGROUND AND UNDERSTANDING Harbour Drive is experiencing localized flooding along both sides of the existing pavement. The roadway does not have an existing structural drainage system nor positive slope at edge of pavement to direct this flood accumulation to a particular area. CSA proposes improvements that may include a design of a drainage system which could be composed of exfiltration trenches with an overflow to a drainage well. at certain strategic locations. EXISTING CONDITIONS OBSERVED AND APPROACH Existing Conditions a) Length of Road: Project length is 1500 linear feet b) Drainage System: Existing Harbour Drive does not have a positive drainage system, leading to flooding into the driveways of adjacent home parcels. There is no existing outfall from the drainage area. c) Pavement: The edge of the pavement does not have a concrete curb, causing runoff to flow into adjacent properties and existing driveways. The existing pavement is in 1.40() NW 1 07tIh Ave.,SLJitc 205, I ibimi i, If::] 331.72 2746 rd:305.4fs1,548 Page 2 of 13 CSAGROUP Mr.Clark- Briggs 1anUary 28,2024 E S T - 9 9 6 6 good condition but is several years old. Reconstruction is expected at drainage improvement locations. d) Driveways: Most adjacent properties have concrete driveways or brick pavers up to the edge of the pavement within the right-of-way. e) Sewer Line: The main sewer line runs down the center of the road. f) Reclaimed Water: Runs north-south along the east side of the right-of-way. g) Power Poles: Existing power poles run along the northeast side of the roadway. h) Sea Level Rise: Information available about sea level rise will be studied, including mean high water elevations and tidal impacts on the proposed drainage system. Issues Approach and Assumptions h) Pavement Design: Proposed drainage work will be installed under the existing pavement which will be milled and resurfacing. One pavement design is expected, with potential adjustments to pavement grading through milling and resurfacing with overbuild. i) Impacts to Pavers and Landscaping: Some impacts to existing pavers and landscaping are expected due to reconstruction. j) Drainage Wells: Drainage wells are anticipated, in conjunction with exfiltration trenches. This proposal anticipates the construction of a minimum of two (2) Drainage wells. Drainage Wells are anticipated to be 120 feet deep and the construction cost could vary from $80K to $115K depending on the type of soil findings. This price includes the well's capacity evaluation and the well's validation report. k) Exfiltration Trenches: To be provided as part of the drainage system. Percolation parameters will be tested by Tierra South Florida. 1) Storm Event Design: The design will meet the South Florida Water Management District (SFWMD) standards for a 5-year storm event. m) No Master Plan: The scope does not involve a master plan for the project. n) Right of Way: The scope includes exploration and design for the entire 50-foot width of the right of way. o) Plans: Will be prepared on 11"x 17" sheet size. p) Utility Conflicts: Utility relocation and lift station design is not included in the scope of work, but can be added as an additional service. SCOPE OF SERVICES The Consultant will provide design services as part of the scope of service and will provide a set of Construction plans for review at: • PHASE 1: 30% Plan Submittal • PHASE 2: 60% Submittal • PHASE 3: 90% Submittal • PHASE 4: 100% Submittal Additionally, the Consultant will provide the following services: • PERMITTING & COORDINATION • BIDDING ASSISTANCE • CONSTRUCTION ADMINISTRATION Page 3 of 13 CSAGROUP Mr.Clark- Briggs 1anUary 28,G024 E S T - 9 9 6 6 Opinion of Probable Construction Cost A Probable Construction Cost estimate (PCCE) will be generated by the Consultant which will include all disciplines involved. The PCCE will be reviewed at each submission phase of 30, 60, 90 and 100%. Opinions of probable costs will be based on the information known to the Consultant at time of data collection and represent only the Consultant's judgement as a design professional familiar with the construction industry. The Consultant cannot and does not guarantee that the proposals, bids, or actual construction costs will not vary from its opinions of probable costs. Project Representation / Meetings The Consultant shall attend, as requested, up to 4 formal and informal meetings related to the design process for this project including status meetings and coordination meetings with governmental agencies. This scope includes one meeting with all disciplines per project phase. Additional meetings can be provided as needed as additional service. Technical Investigations Prior to design, CSA will retain subconsultants to perform geotechnical analysis required for pavement and drainage design and topo survey of the project area. Scope of work is detailed in the attached proposals. If it is determined that drainage wells would be advantageous, additional fees may be applicable for well capacity analysis. Soft dig of potential underground utility conflict areas may be required after analysis of utility maps and comparison to proposed drainage improvements. This can be provided as an additional service. TASK 1: Phase 1 (30% Plan Submittal) The intent of this submittal is that a clear understanding of the scope of the project is communicated. All existing infrastructure will be shown including relevant preliminary design features. This will include any existing survey and pertinent RW indicated, that elevations and dimensions for all the major points of interest and utilities be shown as well as existing landscaping and specialty driveways. The 30% plans set may include: - Cover Sheet - General notes - Civil o Preliminary Grading and Drainage plan of roadway pavement and driveway based on recent Survey. o Preliminary Stormwater Drainage design. o Existing Utility Investigation. o Updated Topographical Survey The Consultant may attend, as requested, formal and informal meetings related to the design process. Page 4 of 13 CSAGROUP Mr.Clark- Briggs 1anUary 28,2024 E S T - 9 9 6 6 The consultant will provide three (3) copies of the drawings or an electronic submittal at the County's discretion for review and approval. TASK 2: PHASE 2 (60% Submittal) This submittal includes Consultant quality control review, quantities, 60% notes and specifications and preliminary cost estimate and addressing Client comments from the 30% review. During this phase, CSA will aim to resolve utility conflicts and hold a pre-app meeting with the SFWMD to review the preliminary drainage design and stormwater analysis results. The 60% plan set may include: - Cover Sheet - General Notes - Civil o Incorporation of 30% comments to designated plans Grading and Drainage plan. o Draft drainage report o Utility adjustment Sheets. o Construction Details Plan 0 60% Technical Specifications o Probable Construction Cost Estimate The consultant will provide three (3) copies of the drawings or an electronic submittal at the County's discretion for review and approval. TASK 3: PHASE 3 (90% Submittal) This submittal includes Consultant quality control review, quantities, 90% specifications including special provisions and preliminary cost estimate and addressing Client comments from the 60% review. The Consultant may attend, as requested, formal and informal meetings related to the design process. It is assumed that CSA may receive and address up to 1 round of Client comments from the 60% Plan Set submittal. Additional comments can be addressed as an additional service. The 90% plan will include: - Cover Sheet - General Notes - Civil o Incorporation of 60% comments to designated plans o Roadway Plan o Grading and Drainage Plan o Construction Details Plan 0 90% Technical Specifications Page 5 of 13 CSAGROUP Mr.Clark- Briggs 1anUary 28,G024 E S T - 9 9 6 6 o Probable Construction Cost Estimate o Final Drainage Report The consultant will provide three (3) copies of the drawings and calculations or an electronic submittal at the County's discretion for review and approval. TASK 4: PHASE 4 (100% Submittal) This submittal is to include final Consultant quality control review, final quantities, final specifications including special provisions and final cost estimate including addressed comments from the 90% review. The Consultant may attend, as requested, formal and informal meetings related to the design process. It is assumed that CSA may receive and address up to 1 round of minor Client comments from the 100% Plan Set submittal. Additional comments can be addressed as an additional service. The 100% plan set may include: - Cover Sheet - General Notes - Civil o Final Roadway Plan o Final Grading and Drainage Plan o Final Construction Details Plan o Final Technical Specifications o Final Probable Construction Cost Estimate Three (3) sets of final signed and sealed plans and calculations and/or an electronic copy as required.. TASK 5: PERMITTING & COORDINATION This phase includes coordination, preparation and submission of construction drawings and permit application(s) to the agencies with jurisdiction over the project. It is anticipated that the agencies are Monroe County, South Florida Water Management District and Florida Department of Environmental for the Drainage Wells. The Consultant may attend, as requested, formal and informal meetings related to permit processing for the projects such as coordination and review meetings with the agencies. CSA will edit plans as necessary to respond to reasonable agency comments during the permit review process. Comments that require major design rework may require an amendment to this proposal for additional budget. Page 6 of 13 CSAGROUP Mr.Clark- Briggs 1anUary 28,G024 E S T - 9 9 6 6 TASK 6: BIDDING ASSISTANCE The consultant will provide Bidding assistance to Monroe County in responding to any questions that may arise during the procurement process. We are assuming a 4-month bidding assistance. TASK 7: CONSTRUCTION ADMINISTRATION The consultant will provide the following services during the construction period, assuming an 8-month construction duration and 1 month for project close out: a) Attendance to Pre-Construction Meetings 0 1 Trip: The consultant will attend the pre-construction meeting to discuss project details and expectations. b) Attend bi-weekly Virtual OAC Meeting o CSA PM will attend bi-weekly virtual meeting during construction with Client, CEI, and GC for 8 months for up to 1 hour each. o CSA assumes Client, GC, or CEI will maintain meeting agenda and minutes. c) Responding to Requests for Information (RFIs) 0 RFIs: The CSA budget assumes up to 5 RFIs may be received. d) Processing Shop Drawings and Submittals 0 Shop Drawings / Submittal Packages: The CSA budget assumes up to 10 shop drawings and submittal packages will be received. e) Reviewing Material Test Reports 0 The consultant will review material test reports to ensure compliance with project specifications. f) Recording Changes to Contract Documents (Revisions during Construction) 0 The consultant will record any changes to the contract documents, including plan revisions. CSA maybe provide as-built final PDF drawings as required for project close out or certifications. g) Certifying Nonconforming Work 0 The consultant will certify any nonconforming work to ensure it meets project standards. h) Project Closeout 0 The consultant will manage the project closeout process, ensuring all documentation and final inspections are completed. i) Site Construction Observation 0 The consultant will conduct site observations to monitor construction progress and provide observation report as required to close out the project and as requested by the Client. Some trips may require 2 personnel. One trip will be for a punch list visit. Budget allocates time for 4 observation visits during the 8 month construction duration. Page 7 of 13 CSAGROUP Mr.Clark- Briggs 1anUary 28,G024 E S T . 11 9 6 6 REIMBURSABLE EXPENSES Reimbursable expenses will be incurred for travel and other out-of-pocket costs directly related to the project. These expenses will be billed in addition to the labor fees outlined in the proposal. The following outlines the anticipated reimbursable expenses for the design and construction phases of the project: Travel Expenses • Distance: 100 miles (one-way) from CSA office to the site (Harbour Drive, Duck Key). 200 miles per trip. • Personnel: 2 persons per trip. Design Phase • Field Recognition Trip: 1 trip • Utility Investigation Trip: 1 trip • Design Review Trip: 1 trip 0 Total Design Phase Trips: 3 trips Permitting Phase • TBC Trip: 2 trip Construction Phase • Pre-Bid Meeting Trip: 1 trip • 4 Site Observation Visits: 4 trips (assuming at 30, 60, 90, and punch list or as needed) 0 Total Construction Phase Trips: 5 trips Total Trips • Total Trips: 10 trips (3 design & permit phase trips + 12 construction phase trips) 0 10 trips x 200 miles x $0.445 FL State mileage rate = $890 0 10 trips x 2 people x $36 per diem = $700 Allowance for Courier fees related to delivery of hard copies of plans and reproduction costs if required: $500.00 Total Estimated Expense Budget = $2090.00 EXCLUSIONS 1. Landscaping areas treatment. Page 8 of 13 CSAGROUP Mr.Clark- Briggs k� 1anUary 28,2024 E S T . 11 9 6 6 SCHEDULE Proposed schedule attached as ATTACHMENT "A". CSA has assumed permitting, bidding, and construction phase durations, but will not be in direct control of the timing. Delays in Client or Agency plan review may impact the overall project schedule. SURVEYING See ATTACHMENT "B" for Survey Proposal. GEOTECHNICAL INVESTIGATION See ATTACHMENT "C" for Geotechnical Investigation proposal. PROFESSIONAL COMPENSATION Proposed Fees are summarized in the table below. Task 1 through 7 and Reimbursable Expenses are time and materials fees with a not-to-exceed budget of$196,090.00. Labor will be invoiced based on labor hours worked per month per the MSA rate table (attached for reference in Attachment D) and Expenses based on actual expenses incurred up to the limits of this agreement and FL State Statues. CSA reserves the right to reallocate the not-to-exceed budget between tasks as required to accomplish the scope of work. Sub-Consultant fees will be invoiced as a lump sum amount with no mark up. FEE SUMMARY TABLE Sequence Budget FEE of Design Task Description Estimate TYPE Task 1 PHASE 1: 30% Plan Submittal $ 45,000.00 Task 2 PHASE 2: 60%Submittal $ 43,000.00 Task 3 PHASE 3: 90%Submittal $ 30,000.00 Task 4 PHASE 4: 100%Submittal $ 15,000.00 Task 5 Permitting &Coordination $ 20,000.00 Task 6 Bidding Assistance $ 5,000.00 Task 7 Construction Administration & Project $ 36,000.00 Close-Out CSA Labor Sub-Total $ 194,000.00 T&M Reimbursable Expenses (as outlined) $ $2,090.00 T&M CSA Total Budget $ 196,090.00 SUB Surveying $34,300.00 Lump Sum SUB Geotechnical Investigation $35,200.00 Lump Sum Total Project Proposed Budget $ 2 ,590.00 www,c,sagirWA1p,coirn Page 9 of 13 CSAGROUP Mr.Clark- Briggs 1anUary 28,G024 E S T - 9 9 6 6 Any services not specifically provided for herein, as well as changes in the scope of proposed services and revisions requested by the Client after substantial completion of the proposed services, will be considered Additional Services, and can be performed at our then current hourly rates. The fees quoted herein shall remain in effect for a period of forty-five (45) days from the date of this proposal, an excess of this time will cause this proposal to be renegotiated to the mutual satisfaction of both parties. If you find this proposal acceptable and wish to direct us to proceed with the aforementioned scope of services, we ask that you provide written Notice to Proceed and upon receipt, we will immediately begin with the scope of services described herein. Should you have any questions, or wish to discuss this proposal further, please contact Mr. C. Ignacio Sarasqueta P.E. or the undersigned at your earliest convenience. CSA looks forward to continuing to strengthen our relationship with the County. Sincerely, CSA Central, Inc. i Stephanie Kassoy, PE, LEED AP Vice President, Florida Operations Inclusions: Attachment A, B, C, D ACCEPTANCE A signed copy of this proposal constitutes an acceptance of the professional services described herein. CSA will interpret this acceptance as conformance of the Client with the Scope of Services, and Compensation. Accepted by: Date: (Signature) Name: Position: Page 10 of 13 CSAGROUP Mr.Clark- lark Briggs JanUary 28,2024 E S T - 1 9 6 6 ATTACHMENT "A" PROPOSED SCHEDULE www,csagirWAjp,coirn m � O_ M C rl O N �G N O N O N rl W rl W eOi M N � IA Q N O u m 'o a` 9 ❑ Y m Y ° m o E a• - Y Y Y `o Y — N E �• Z• � v �'n .� � v � v v' v N up E o 0 o 'o o 'o o O N M O i!f lO I� Page 11 of 13 CSAGROUP Mr.Clark- lark Briggs JanUary 28,2024 E S T - 1 9 6 6 ATTACHMENT "B" SURVEYING SCOPE OF WORK www,csagirWAjp,coirn M.G. VERA 13960 SW 47th St, Miami, FL 33175 ASSOCIATES ' t 305.221.6210 1 F. 305.221.1295 www.mgvera.com Mark J Kuntz, PE December 2, 2024 CSA Group 1400 NW 107th Ave STE 205, Sweetwater, FL 33172 Reference: Topographic Survey with Elevations Location: Harbour Island, Duck Key (PB 6— PG 84) See Exhibit"A"for limits. Mr. Kuntz, MGV appreciates the opportunity to perform our surveying services on this project. Below is our scope of services for the Topographic Survey with Elevations of the above referenced project. All survey work will adhere to the STATE OF FLORIDA STANDARDS OF PRACTICE, as per Chapter 427.027 Florida Statutes and Rule 5J-17 Florida Administrative Code. The proposed Survey Scope of work includes the following: Horizontal and Vertical Control • Horizontal Control will be established on the Florida State Plane Coordinate System, East Zone, and North American Datum (NAD) of 1983/2011 Adjustment. • Vertical Control will be established on NAVD 1988 Datum. Topographic Survey • The Topographic Survey will locate all above ground features and improvements including fences, walls, and appurtenances, Buildings (if any), fire hydrants, manholes, catch basins, meters, valve boxes, existing lighting, pavement markings, all visible above ground utilities, drainage structures, etc. lying within the right of way limits. • Drainage survey will include all type of structures (Storm and Sanitary sewers) and their details. Rim elevation, Bottom Elevations, Inverts elevations, pipe type, material, and diameter. • Right of way lines will be established based on existing plat of records and found monumentation. Deliverables • Electronic Cad files in AutoCAD Format. • Signed and Sealed PDF file • Signed and sealed hard copies as needed. Notes • Mean High Water Line is not a part of the scope of the project. • If additional services are needed, a separate proposal will be prepared. • SUE (Subsurface Utility Engineering) is not a part of this proposal. • This proposal includes travel time, hotel and per-diem. Fee: M.G.V. shall perform the Work detailed in this Proposal for a Lump Sum of Thirty-four thousand three hundredth dollars ($34,300.00). Method of Payment: Upon completion of work. If this agreement is satisfactory to you, please signify your acceptance by signing in the space provided below and return a signed copy to our office. We look forward to providing our services and please contact me if you have any questions or require additional information. Sincerely, Manuel G. Vera &Associates, Inc. Approved Date Carlos E. Alonso, PSM, El. Project Manager W d - IX ° «F z y y 2 i u o v r � M .:,8 ° x 1/ u c ° 0 o y u m ° w 3 o' Ala .._— s o... (dB.G 5A) ONV75/ NO/1 V1 NV 7d Page 12 of 13 CSAGROUP Mr.Clark- lark Briggs JanUary 28,2024 E S T - 1 9 6 6 ATTACHMENT "C" GEOTECHNICAL INVESTIGATION SCOPE OF WORK www,csagirWAjp,coirn !17�4 ..[_".' m...... Revised December 24, 2024 December 23, 2024 CSA Group 8200 NW 41s' Street, Suite 305 Doral, FL 33166 Attn: Mark J. Kuntz, P.E. Email: RE: Proposal for Geotechnical Services Duck Key Drainage Wells Duck Key, Florida TSFGeo Proposal No. 2412-753 Dear Mark: As requested, TSFGeo is pleased to submit this proposal for the above-referenced project. Based on our understanding of the project, the proposed construction will consist of drainage wells/French drains along the finger island on the northeastern end of Duck Key in Monroe County, Florida. This proposal includes an outline of our proposed scope of work, an estimate of the total fees, and our anticipated schedule for completion of the work. PROPOSED SCOPE OF WORK Based on our understanding of the project, the following field testing will be performed: Table 1 —Proposed Field Testing Location Proposed Services Drainage Wells - Two (2) Standard Penetration Test(SPT)borings to depths of 120 feet below existing grade French Drains - Two (2) Borehole Permeability (BHP) Tests Prior to drilling at the project site, TSFGeo will notify the local utility companies and request that underground utilities be marked(Sunshine State One Call). Our experience,however,is that the utility companies will not mark privately owned utilities. Our proposal assumes that the Client will locate private utility lines, if any, in the field or clear boring locations of utility conflicts prior to mobilization of the drill rig. TSFGeo can recommend a utility line locating service upon request. Maintenance of Traffic (MOT)will be required to perform this work. Upon completion of the field exploration, some laboratory testing and visual classifications will be performed on selected samples. The results of all drilling and laboratory testing will be evaluated by a geotechnical engineer. A report will be issued that contains the exploration data, a discussion of the site and subsurface conditions, and percolation test results, along with some construction considerations. 2765 Vista Parkway,Suite 10*West Palm Beach,Florida 33411. 56:1-687-8536 e sw m1w."i';SF(;eo.ccrrn State of Florida Professional E'rkgineers License#r=28073 CSA Group TSFGeo Proposal No.2412-753 Page 2 ESTIMATED FEES It is proposed that the fee for the performance of the services outlined above is determined on a unit fee basis and that the work be performed pursuant to TSFGeo's General Conditions enclosed herewith and incorporated into this proposal. Our fees for the above scope of work will be $35,200.00. Our estimate covers the work needed to provide drilling services and geotechnical report. Not included are reports, reviews of foundation drawings, preparation of construction specifications, special conferences and any other work requested after submittal of our report. SCHEDULE AND AUTHORIZATION TSFGeo will proceed with the work after receipt of a signed copy of this proposal.With our present schedule, we can commence work within a few days of project approval (weather permitting and permit approval) and after utilities have been cleared. The fieldwork is expected to take 4 to 5 days to complete. The test results can be submitted about 3 weeks after completion of the field exploration. Verbal preliminary recommendations can be made to appropriate parties prior to submittal of the written report. We at TSFGeo appreciate the opportunity to submit this proposal and look forward to working with you on this project. If you should have any questions concerning our proposal,please contact our office. Respectfully submitted, TSFGeo ;.:, Ram ar"'Vedula P� ,. �m , a�,�,,�.�� .. '' �� �" �t� " ���'�'"� . E� m Sean Tromans, E.I. Principal Engineer Staff Engineer Attachments: General Conditions Fee Schedule Site Location Plan AUTHORIZED BY: INVOICE TO: Name: Firma: Title: Name: Date: Address: Phone : CSA Group TSFGeo Proposal No.2412-753 Page 3 TSFGeo's General Conditions 1. SCOPE OF WORK:Work means the specific geoteclurical,analytical,testing or other service to be performed by Tierra South Florida,Inc.(TSFGeo)as set forth in TSFGeo's proposal,Client's acceptance of the scope of work and these General Conditions.Additional work ordered by Client shall also be subject to these General Conditions."Client'refers to the person or business entity ordering the work to be done by TSFGeo.Client shall communicate these General Conditions to each and every third party to whom Client transmits any part of TSFGeo's work.TSFGeo shall have no duty or obligation to any third party greater than that set forth in TSFGeo's proposal,Client's acceptance of TSFGeo's proposal and these General Conditions.The ordering of work from TSFGeo,or the reliance on any of TSFGeo's work,shall represent acceptance of the terms of TSFGeo's proposal and these General Conditions,regardless of the terms of any subsequently issued document. 2. RIGBT-OF-ENTRY-The client will provide right-of-entry for TSFGeo and all necessary equipment in order to complete the work.While TSFGeo will take all reasonable precautions to minimize any damage to the property,it is understood by Client that in the normal course of work some damage may occur;the correction of which is not part of this agreement. 3. DAMAGE TO EXISTING MAN-MADE OBJECTS-The Client,will provide the location of all underground utilities or obstructions to TSFGeo who,in the prosecution of their work,will take all reasonable precautions to avoid damage or injury to any such subterranean structure or utility.The Owner agrees to hold TSFGeo harmless for any damages to subterranean structures which are not called to TSFGeo's attention and correctly shown on the plans furnished and will reimburse TSFGeo for any expenses in connection with any claims or suits including reasonable attorney fees at the trial and appellate levels. 4. IN-PLACE MATERIALS TESTING-TSFGeo will not be responsible for repair or damage to portions of structures desiginted for in-place materials testing.Repairs can be made for aesthetic reasons if requested in advance of the work to be performed.The cost for labor and materials would be charged. 5. SAMPLE RETENTION-TSFGeo will retain all soil and rock samples obtained for geoteclurical explorations for 30 days.Samples subjected to Construction Materials and Laboratory testing are disposed of subsequent to testing.Fuither storage or transfer of samples can be made at Clients expense upon written authorization 6. DEFINITION OF RESPONSIBILITY(OBSERVATION SERVICES)-The presence of our field representative will be for the propose of providing observation and field testing.Our work does not include supervision or direction of the actual work of the contractor,his employees or agents.The contractor for this project should be so advised. 6.1. The Contractor should also be informed that neither the presence of our field representative or the observation and testing by our film shall excuse him in any way for defects discovered in his work.It is understood that TSFGeo will not be responsible for the Contractor's job or site safety on his project.That will be the sole responsibility of the contractor. 7. STANDARD OF CARE-Service performed by TSFGeo under this Agreement will be conducted in a inanmer consistent with that level of care and skill ordiinrily exercised by members of the profession currently practicing under similar conditions.No other warranty,expressed or implied,is made. 7.1. Client recognizes that subsurface conditions may vary from those encountered at the location where borings,surveys or explorations are made by TSFGeo and that the data,interpretations and recommendations of TSFGeo are based solely on the information available to it.TSFGeo shall not be responsible for the interpretation by others of information developed. 8. ORAL AGREEMENTS-No oral agreement,guarantee,promise,representation or warranty shall be binding. 9. OWNERSHIP OF DOCUMENTS-All reports,boring logs,field data and notes,laboratory test data,calculations,estimates and other documents prepared by TSFGeo,as instruments of service,shall remain the property of TSFGeo until final payment is received and a letter of copyright transfer been executed. 10. BASIS OF PAYMENT-Payment is due within 30 days of date of invoice.Payments not made when due shall bear interest at eighteen(18)percent aimum or at the maximum rate allowed by law from the date of the invoice until same is paid. 10.1. If the Client fails to make any payment due to TSFGeo for service and/or expenses within 60 days of date of invoice,TSFGeo may,after giving seven days'written notice to Client,suspend services until all outstanding amounts have been paid to TSFGeo in full.Fuither,TSFGeo may,in addition to withholding services,or singularly,withhold reports,plans and other documents not paid in full by the Client In the event that final payment for completed work is not made,TSFGeo shall request that all copyrighted documents which were submitted to client be returned and all information used in project plans be removed from project documents. 10.2. In the event it is necessary to take legal action to effect collection,whether or not Litigation is commenced,the Client agrees to reimburse TSFGeo for expenses in connection with any claims or suits,including reasonable attorney's fees,including but not limited to the trial and appellate levels. 10.3. This contract shall be governed by the laws of the State of Florida. 11. CONSTRUCTION REVIEW-TSFGeo cannot accept responsibility for any design work unless the work includes services for construction review to determine whether or not the work performed is in substantial compliance with TSFGeo's conclusions and recommendations. 12. INDEMNIFICATION-TSFGeo agrees to hold harmless and indemnify Client from and against liability arising out of TSFGeo's negligent performance of the work.Client agrees to indemnify and hold TSFGeo harmless from all liability including all costs,attorney's fees and expenses of defense for any claims by any other person or corporation which may arise out of the performance or breach of this contract for which TSFGeo was not solely negligent. 13. LIMITATION OF LIABILITY-The Client/Owner agrees to limit TSFGeo's liability for negligent professional acts,errors or omissions,such that the total aggregate liability of TSFGeo shall not exceed$50,000 or the total fee for the services rendered on this project;whichever is greater.The Owner further agrees to require the contractor and his subcontractors a similar limitation of liability suffered by the contractor or the subcontractors arising from TSFGeo's negligent professional acts,errors or omissions. 13.1. If Client prefers to have higher limits on professional liability,TSFGeo agrees to increase the limits up to a maximum of$1,000,000 upon Clients written request at the time of accepting our proposal provided that Client agrees to pay an additional consideration of 5 percent of our total fee.The additional charge for the higher liability limits is because of the greater risk assumed and is not strictly a charge for additional professional liability insurance. 14. INSURANCE-TSFGeo represents that it and its agents,staff and consultants employed by it are protected by Worker's Compensation insurance and Employer's Liability Insurance in conformance with applicable state laws.TSFGeo has such coverage under public liability and property damage insurance policies that TSFGeo deems to be adequate.A Certificate of Insurance can be supplied evidencing such coverage upon request. 14.1. Within the limits and conditions of such insurance,TSFGeo agrees to indemnify and save client harmless from and against any loss,damage or liability arising from any negligent acts by TSFGeo,its agents, staff and consultants employed by it.TSFGeo shall not be responsible for any loss,damage or liability beyond the amounts,limits and considerations of such insurance.TSFGeo shall not be responsible for any loss,damage or liability arising from any acts by clients,its agents,staff and other consultants employed by it 14.2. Cost of the above coverage is included in our quoted fees.If additional coverage or increased limits of liability are required,TSFGeo will endeavor to obtain the requested insurance and charge separately for costs associated with additional coverage or increased limits. 15. TERMINATION-This agreement may be terminated by either party upon seven days written notice in the event of substantial failure by the other party to perform in accordance with the terms thereof Such terniiafion shall not be effective if the substantial failure has been remedied before expiration of the period specified in the written notice.In the event of termination,TSFGeo shall be paid for services performed to the terniiafion notice date plus reasonable terniiafion expenses. 15.1. In the event of terminntion or suspension for more than three months,prior to completion of all reports contemplated by this Agreement,TSFGeo may complete a report on the services performed to the date of notice of terniiafion or suspension.The expenses of termination or suspension shall include all direct costs for TSFGeo in completing such analyses,records and reports. 16. CLIENT'S OBLIGATION TO NOTIFY TSFGeo-Client represents and warrants that it has advised TSFGeo of any known or suspected hazardous materials or conditions,utility lines and pollutants at any site at which TSFGeo is to do work hereunder,and unless TSFGeo has assumed in writing the responsibility of locating subsurface objects,structures,lines or conduits,Client agrees to defend,indemify and save TSFGeo harmless from all claims,suits,losses,costs and expenses,including reasonable attorney's fees as a result of personal injury,death or property damage occurring with respect to TSFGeo's performance of its work and resulting to or caused by contact with subsurface or latent objects,structures,lines or conduits where the actual or potential presence and location thereof were not revealed to TSFGeo by Client. 17. HAZARDOUS MATERIALS-This agreement shall not be interpreted as requiring TSFGeo to assume the status of an owner,operator,generator,storer,transporter,treater or disposal facility as those terms appear within RCRA or within any Federal or State statute or regulation governing the generation,transportation,treatment,storage and disposal of pollutants. Initial CSA Group TSFGeo Proposal No.2412-753 Page 4 TIERRA SOUTH FLORIDA,INC. Unit #of Units Unit Price Total I. FIELD INVESTIGATION Mobilization of Men and Equipment Track-Mounted Equipment Trip 4 $ 1000.00 $ 4,000.00 Suppport Vehicle Trip 4 $ 175.00 $ 700.00 Per Diem(lodging,hotel,tools,etc.) L.S. 1 $ 5000.00 $ 5,000.00 Standard Penetration Test Borings (By Truck-Mounted Equipment) 0-50 ft depth L.F. 100 $ 18.00 $ 1,800.00 50-100 ft depth L.F. 100 $ 20.00 $ 2,000.00 100-150 ft depth L.F. 40 $ 24.00 $ 960.00 Grout-Seal Boreholes (By Truck-Mounted Equipment) 0-50 ft depth L.F. 100 $ 7.00 $ 700.00 50-100 ft depth L.F. 100 $ 9.00 $ 900.00 100-150 ft depth L.F. 40 $ 11.00 $ 440.00 Casing Allowance (By Truck-Mounted Equipment) 0-50 ft depth L.F. 100 $ 9.00 $ 900.00 50-100 ft de pth L.F. 100 $ 11.00 $ 1,100.00 100-150 ft depth L.F. 40 $ 13.00 $ 520.00 Auger Borings L.F. 30 $ 12.00 $ 360.00 Field Permeability Test Test 2 $ 1000.00 $ 2,000.00 Maintenance of Traffic(MoT) Day 4 $ 1800.00 $ 7,200.00 II. LABORATORY TESTING Visual Examination by Staff Engineer Hour 4 $ 145.00 $ 580.00 Natural Moisture Content Tests Test 4 $ 25.00 $ 100.00 Full Grain-Size Analysis-(8 sieves) Test 4 $ 80.00 $ 320.00 Grain-Size Analysis-Single Sieve Test 4 $ 60.00 $ 240.00 Organic Content Tests Test 2 $ 50.00 $ 100.00 Atterberg Limit Tests Test 2 $ 90.00 $ 180.00 Corrosion Series(pH,sulfates, Set 0 $ 195.00 $ 0.00 chlorides,resistivity) III. FIELD ENGINEERING AND TECHNICAL SERVICES Site Recon./Utility Coordination/Traffic Control Sr.Engineering Technician Hour 16 $ 105.00 $ 1,680.00 IIIA. ENGINEERING AND TECHNICAL SERVICES Principal Engineer Hour 2 $ 275.00 $ 550.00 Senior Geotechnical Engineer Hour 4 $ 225.00 $ 900.00 Engineer,P.E. Hour 8 $ 175.00 $ 1,400.00 Draftperson Hour 6 $ 95.00 $ 570.00 TOTAL FEE FOR GEOTECHNICAL SERVICES $ 35,200.00 ��x i p S ay & I �% � �, �r r �� rf/// i �l; w 'I r, u'��p, �� a`� �, ���, �d �� 7�'//�/ �w r.�,w'�w.. ��,a�� / i i i� � � I ��Er�fi � a. r a w ' a �, �; � .� � U� i � e/, W;; �r�J � i I � ,.,ate. i � h� 1 J 11 I /i, �rw fir' y uuuuuuuu�uu v� VVV I�� 01�� ����� ��� I���� � � �i �� � � � � � � ������� iiiiiiii�i mmuuuum�'i��� ��DIY uuuuui � ..� � i uu um ��� i ����� ,�� �� � YiYiYi lii �� �� ��� �� �,li �;��' ��� ;roe r �� � �I( f��� ^ jN! W �f � �� � � �:� y�� �}���"" , it g � III II mtiti� 1 ��/ � a �r,� � �� J 1 iH Hio� '�,,,. / n� pl P� _ .�i.. �r �,� N II a I"��,�4. umi III r m / � �� �0V�ICI ������ "� m w �/ i � � f ill r ,��� uuu u i uuu v�liuuq�uuuuuuuuuuuuuuuuuump....� v' ,� 7 ���,IL�y �������IIIIII����IIIIIIIIIIIIIIIIIIIV q��w�,Gti ul ild 4 �u � � '��� � � i o' r 4 iil °i� '�I'��h � �r i� , � �q� ��� �� ;� � � ���� � ���� a III �VVVVIVVI�II���ump� ii' � � '�� .� ���G��% IIIIIIIIIIIII VVVVVV �����Im � � u��'N���III iiiiim mppumii Itluu ��,, ,n � r� � '� � ,° ��i�, � u i I i������! v uu puuuui.. � i�ice, i �� � Q i u�uud �, � �a i, "��� � � '���li��� �/ iuu�' !�;�V ill ,u r ��? �- '�� ��1�1 J m������ �� i � J 1 io- � � - ,w � � pp ,� �, `'" � ���� � VVVVVVVVVII ���'i III �� 41��� � t, �� �ii,�i�l �� ��IIV��� i it 61 ui ����'Ili I�� � 'm ��� �1 � ���� ��� �„ � r ,� „ !1; . � 4 w i�ra r�� .,r �� I����� i I� i V I'��, � , � sk �, � � li� �� � %/i W1 w ,� � � i ��� u�u III III pp0�"ul 7 �f�i ���� I��rr� m;��I �� i �, /e +o �,,, Page 13 of 13 Mr.Clark- Briggs r 1anUary 28,G024 E S T - 9 9 6 6 ATTACHMENT "D" CSA RATE TABLE FROM MONROE COUNTY MSA CSAGROUP Altactruiftwinrl;A�—Godululunt i USA C ml Inca F r rerwm I su��I cur . � F5 mriiy, ��fihu�tllC"ir �ivrr��� iilwapl�r�� u�"�^�rir �o�"s`rru�mwc�rcii��l � 1l' � Il�i �u; urrr� rV °� mr�� km C"; uurrrrmr�� alN � mq� CmonmMul?n M!rnavoSen iE F mwg I r mp2� m r $W1000 ilun��fa ma, C 5010 N .. !"!2t m 1 Girt " i i'................................................................................................................................................................................ 810 010 1" rrrmm � r u� �� Gr "�010 ............................................................ .................................................................................................................................................................................................................................................................................................................................... SURVEYORS ..rk.P.... .................................................................................... m 011 du r Tectirkrrlown .. PTO 00 ucrewl ................................................................................... . ......... 1 arNay VLX r a titi mti� ti� � II H 0 uro N of 75 mid ....,.,.,., dill fi+�uw�ir�iiur'srr(i1��4��.� �Ix�!r�„I`t�Rrrp��dre.,. �dll���m ,M m^�ur,w a Ny b j d�,,Wp d w,,wm),lwNy DATE(MMIDD/YYYY) AC"" CERTIFICATE OF LIABILITY INSURANCE 01/30/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS 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 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 on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Bellwether Insurance Group NAME: Bellwether Insurance Group,LLC HCNN. Ext: (954)800-6400 a/c,No): (954)935-7597 225 SE 15th Terrace E-MAIL Certificates@bigriskmanagement.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Deerfield Beach FL 33441 INSURERA: Valley Forge Insurance Company 20508 INSURED INSURER B: American Casualty Company of Reading,Pennsylvania 20427 CSA Central,Inc. INSURER C: The Continental Insurance Company 35289 1400 NW 107th Ave Ste 205 INSURER D: National Fire Insurance of Hartford 20478 INSURER E: Continental Casualty Company 20443 Miami,FL 33172 INSURER F: Ace American Insurance Company 22667 COVERAGES CERTIFICATE NUMBER: 24-25 Master REVISION NUMBER: 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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 MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY EFF POLICY EXP LTR INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE FX OCCUR PREM SDAMAGES Ea oNcurDrence $ 100'000 MED EXP(Any one person) $ 15,000 A Y 7092588498 07/21/2024 07/21/2025 PERSONAL&ADV INJURY $ 1,000,000 MOTHER LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY PRO ❑ LOC PRODUCTS-COMP/OPAGG $ 2,000,000 JECT: Employee Benefits $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident ANYAUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED Y 7092624500 07/21/2024 07/21/2025 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED �/ NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY /� AUTOS ONLY Per accident X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 C EXCESS LAB CLAIMS-MADE Y 7092624500 07/21/2024 07/21/2025 AGGREGATE $ 10,000,000 DED I X1 RETENTION $ 10,000 $ WORKERS COMPENSATION ER/� STATUTE EORH AND EMPLOYERS'LIABI LI TY Y/N 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ D OFFICER/MEMBER EXCLUDED? N/A 7092625906 07/21/2024 07/21/2025 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Professional&Pollution Liability Each Occurrence $5,000,000 E Cyber Y AEH591941325/DO232801A 07/21/2024 07/21/2025 Aggregate $10,000,000 Cyber Incident Limit $3,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:Harbour Drive Drainage Improvements In Duck Key,Monroe County,FL. Monroe County BOCC is named as additional insured 2. .. s ­­—, „ _ I CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Monroe County BOCC The Gato Building ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton Street AUTHORIZED REPRESENTATIVE Room 2-213 r Key West FL 33040 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD