Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item C07
COUNTY of MONROE The Florida Keys BOARD OF COUNTY COMMISSIONERS Mayor Michelle Lincoln, District 2 Mayor Pro Tem David Rice, District 4 Craig Cates, District 1 James K. Scholl, District 3 Holly Merrill Raschein, District 5 Regular Meeting March 11, 2026 Agenda Item Number: C7 26-0601 BULK ITEM: Yes DEPARTMENT: Engineering Services and Roads TIME APPROXIMATE: STAFF CONTACT: Clark Briggs AGENDA ITEM WORDING: Approval of a Task Order with Kisinger Campo & Associates, Corp., for Engineering Design and Permitting Services in the total not to exceed amount of $365,648.70 for the Caribbean Drive Bridge #904250 Repairs Project. This project is partially funded by a Small County Outreach Program (SCOP) grant agreement with the Florida Department of Transportation (FDOT). The Engineering Design and Permitting Services are funded at $266,194.00 with FDOT State Funds with a local match of $99,454.70 funded with County funds. ITEM BACKGROUND: Caribbean Drive Bridge 9904250 in Summerland Key is scheduled for repairs in accordance with 2024 bridge assessment reports and FDOT bridge inspection ratings. PREVIOUS RELEVANT BOCC ACTION: At the January 2026 BOCC meeting the Continuing Contract for On Call Professional Engineering Services was approved with Kisinger Campo & Associates, Corp. INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: New Task Order STAFF RECOMMENDATION: Approval of Task Order DOCUMENTATION: Task Order 1 KCA Kisinger Campo & Associates (On Call) Kisinger Campo & Associates COI PL exp 10-1-26 Kisinger Campo & Associates COI GL AL WC exp 10-3-26 FINANCIAL IMPACT: Effective Date: March 11, 2026 Expiration Date: 60 days after project completion. Total Dollar Value of Contract: $365,648.70 Total Cost to County: $99,454.70 Current Year Portion: $99,454.70 Budgeted: Yes Source of Funds: SFGA 455209-1-34-01 State funded for $266,194.00 and County match $99,454.70 fund 304-27025 CPI: Indirect Costs: Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: If yes, amount: Grant: SCOP 455209-1-34-01 County Match: $99,454.70 Insurance Required: Yes TASK ORDER FOR ENGINEERING DESIGN AND PERMITTING SERVICES BETWEEN MONROE COUNTY AND KISINGER CAMPO & ASSOCIATES, CORP. FOR CARIBBEAN DRIVE BRIDGE #904250 REPAIRS PROJECT In accordance with the Continuing Contract for On Call Professional Engineering Services made and entered on the 28th day of January, 2026 between Monroe County hereinafter referred to as the "County" and Kisinger Campo & Associates, Corp., hereinafter referred to as "Consultant" where professional services are allowed if construction costs do not exceed "$7.5 million, as adjusted each July 1 thereafter by the June -to -June Consumer Price Index for All Urban Consumers in accordance with F.S. 287.055 (as amended per Chapter 2020-127). 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 11th Day of March, 2026 and shall expire 60 days after construction is complete. Article II Scope of Basic Services, Paragraph 2.1 is amended as follows: The scope of services for the Caribbean Drive Bridge #904250 Repairs Project will include delivering construction plans and specifications, permitting, support during the bidding of the project and post design services required for the repairs of the Caribbean Drive Bridge and associated roadway reconstruction. The scope of services will include delivering a Record Set of plans in both CAD and PDF formats. 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 1.1 The Engineer shall prepare a Design Development Letter Report for the County's approval. The Design Development Report shall consist of a written document that establishes and describes the size and character of the proposed bridge replacement, materials and such other elements as may be appropriate. The report will contain a conceptual cost estimate. 2.0 CONSTRUCTION DOCUMENTS PHASE 2.1 Based on the approved Design Development Documents and any further adjustments authorized by the County in the scope or quality of the Project, the Consultant shall prepare, for approval by the County, Construction Documents consisting of Drawings and Specifications Caribbean Drive Bridge Repairs Task Order Kisigner Campo & Associates, Corp. March 2026 Page 1 of S setting forth in detail the requirements for the construction of the project. Construction documents shall conform to the standards contained in the most current version of the following: 1. Florida Department of Transportation Design Manual. 2. Florida Department of Transportation Design Standards 3. Florida Department of Transportation Surveying Procedure 4. Florida Department of Transportation Drainage Manual 5. Florida Department of Transportation Soils and Foundations Handbook 6. Florida Department of Transportation Structures Manual (625-020-018) including Temporary Design Bulletins 7. Manual of Uniform Traffic Control Devices (MUTCD). 8. American Disabilities Act 9. Florida Department of Transportation Pavement Coring and Evaluation Procedure 10. Florida Department of Transportation Flexible Pavement Design Manual 11. Florida Department of Transportation Rigid Pavement Design Manual 12. Federal Highway Administration Checklist and Guidelines for Review of Geotechnical Reports and Preliminary Plans and Specifications 13. Florida Department of Transportation Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways 14. Florida Statutes 15. Florida's Bicycle Facilities Planning and Design Handbook. 16. AASHTO Guide for the Development of Bicycle Facilities 17. Florida's Quality/Level of Service Handbook for Planning 18. A Policy on Geometric Design of Highways and Streets, American Association of State Highway and Transportation Officials (AASHTO Green Book) (GDHS-5 AASHTO Bookstore). 19. The Highway Capacity Manual (Transportation Research Board) 20. FDOT Standard Specifications for Road and Bridge Construction (with supplemental specifications). 21. Facilities Design Manual (Topic No. 625-020-016-a) 22. AASHTO Load and Resistance Factor Design (LRFD) Bridge Design Specifications 23. Right of Way Mapping Procedure (Topic No. 550-030-015-e) Caribbean Drive Bridge Repairs Task Order Kisigner Campo & Associates, Corp. March 2026 Page 2 of 8 24. Project Development and Environmental Manual Parts 1 and 2 (Topic No. 650- 000-001). Where FDOT design standards cannot be met the Consultant will request a design variance or exception. 2.2. The Consultant shall provide Drawings and applicable Technical Special Provisions to the County for the County's review (the Florida Department of Transportation Standard Specifications will be incorporated by reference) at the 30%, 60%, 90% and 100% stages of the project. The Consultant shall respond to questions resulting from County review and incorporate any required revisions to the construction drawings and specifications. Design calculations package will be submitted with the 100% phase construction drawings. 2.3 The Consultant will provide a construction cost estimate and a project schedule at each phase submittal. 2.4 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 up to 5 sets of Construction Documents that have been signed and sealed by the Consultant. The Consultant shall also provide an electronic version of the construction documents. 2.5 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. 2.6 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 charge or cost to the County, unless said requirements are changed during the course of the project. 2.7 The Consultant shall file (through the County) all documents required for the approval of governmental authorities having jurisdiction over the project. The Consultant shall file (through the County) the necessary documents to obtain Environmental Resource Permits and all other permits required for construction. The County shall be responsible for the timely submittal of all permit application fees. Caribbean Drive Bridge Repairs Task Order Kisigner Campo & Associates, Corp. March 2026 Page 3 of 8 2.8 As needed by the County, 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 Map, Project Layout, Plan and Profile sheets, Typical Sections, Detail sheets, General Notes, Environmental Notes, Traffic Control Plan. Construction plans shall be in accordance with FDOT Design Manual. 3.2 Specifications —specifications will conform to the most recent version of the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction or the Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (Florida Greenbook). 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 each phase 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 Engineer 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 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 subconsultants, the costs of land, rights -of -way, financing or other costs which are the responsibility of the County. Caribbean Drive Bridge Repairs Task Order Kisigner Campo & Associates, Corp. March 2026 Page 4 of 8 5.0 CONSTRUCTION PHASE 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. The Consultant must reimburse the County for any "added costs" paid by the County for additional construction costs that were incurred as a direct result of any error, omission, deficiency, or conflict in the work product of the Consultant, its consultants, or both. "Added costs" is defined as the cost incurred from any additional work required on the project that was necessitated solely by the error, omission, deficiency, or conflict in the work project. 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 or would have been incurred had no error, omission, or deficiency occurred, and addressed by a change order of already established unit costs. The Consultant shall not be held responsible for additional deficiencies found due to a delay in the construction of the project or for those hidden deficiencies that could not reasonably be determined through a review of documentation or physical inspection of the site by the Consultant. REMAINDER OF PAGE LEFT BLANK Caribbean Drive Bridge Repairs Task Order Kisigner Campo & Associates, Corp. March 2026 Page 5 of 8 Article VII Compensation, Paragraph 7.1 is amended to read: The Consultant shall be paid monthly. The total Not To Exceed lump sum fee of $359,048.70 in accordance with the rates in the On Call Agreement, plus estimated expenses of $6,600.00 (actual itemized amount) will apply and is estimated as follows: KCA FEE SUBCONSULTANT FEE Structures Roadway Environmental TOTAL PSI Asbestos Survey Janus Research (Cultural) TOTAL ESTIMATED EXPENSES Project Manager (Site Visit, Bridge Inspection) Structures Roadway/MOT Environmental TOTAL FEE TOTAL GRAND TOTAL $261,030.00 $42,304.00 $40,454.00 $343,788.00 $2,600.00 $12, 660.70 $15,260.70 $1,650.00 $3,300.00 $1,650.00 $6,600.00 $365,648.70 Caribbean Drive Bridge Repairs Task Order Kisigner Campo & Associates, Corp. March 2026 Page 6 of 8 PHASE BREAKDOWN FEE SUMMARY CARIBBEAN DRIVE BRIDGE REPAIR DESIGN DEVELOPMENT PHASE DESIGN DEVELOPMENT LETTER, LOAD RATING ANALYSIS & SITE VISITS 30% OF COORDINATION/MEETINGS/SUPERVISION PSI (ASBESTOS SURVEY) JANUS RESEARCH (CULTURAL) TOTAL CONSTRUCTION DOCUMENTS PHASE $58,324.00 $13,498.80 $2,600.00 $12, 660.70 $87,083.50 STRUCTURES REPAIR PLANS $109,972.00 70% OF COORDINATION/MEETINGS/SUPERVISION $31,497.20 ROADWAY DESIGN SERVICES $42,304.00 ENVIRONMENTAL SERVICES $40,454.00 POST DESIGN SERVICES (PDS) PHASE ESTIMATED EXPENSES TOTAL $224,227.20 POST DESIGN SERVICES $47,738.00 TOTAL $47,738.00 TOTAL $6,600.00 GRAND TOTAL $365,648.70 IN WITNESS WHEREOF, each party caused the Task Order to be executed by its duly authorized representative. Kisinger Campo & Associates, Corp 2/19/26 Signature Datq Witness Signature Date 1? 44 S -TO CEO/President 14% V, o 0 "y Title SEAL Z - 1976 AA4 (SEAL) 4� .100b; *,` BOARD OF COUNTY COMMISSIONERS Attest: KEVIN MADOK, Clerk ".."10 OF MONROE COUNTY, FLORIDA 36 MONROE COUNTY ATTORNEY "'NM CHMSTINE t IMSEATURRows SR ASSASTANTMgETORNEY DATE Mayor/Chairman Caribbean Drive Bridge Repairs Task Order Kisigner Campo & Associates, Corp. March 2026 Page 7 of 8 ATTACHMENT A CONSULTANT DETAILED SCOPE OF SERVICES/PROPOSAL Caribbean Drive Bridge Repairs Task Order Kisigner Campo & Associates, Corp. March 2026 Page 8 of 8 ���KCA K I SIH EIS ASSO„ i ,Ill .., 1 February 13, 2026 Clark Briggs Sr. Project Administrator Monroe County Engineering Services 2955 Overseas Hwy. Marathon, Florida 33050 Project Description: Monroe County on Call Professional Engineering Services - 2025 Contract Re: Task Work Order No. 1 — Caribbean Drive Bridge Replacement Dear Mr. Briggs: Kisinger Campo & Associates (KCA) is pleased to submit this Scope of Services and Fee Proposal for engineering services for the above -referenced project. The scope of services will consist of engineering services required to produce a Design Development Letter Report, Bridge Repair Plans, Maintenance of Traffic (MOT) Plans, Utility Coordination, Permitting/Environmental Services, and Post Design Services. The Design Development Letter Report will consider all repair alternatives while also considering the possibility of future replacement. All alternatives will be evaluated based on cost, impacts to traffic, environmental impacts, permitting impacts and service life. A final repair recommendation will be made that fits the needs of the County and is within the proposed budget. Bridge repair plans and MOT plans will be produced that conform to the approved Design Development Report Alternative. The bridge repairs will likely include bridge railing replacement, guardrail replacement, asphalt overlay replacement, arched coping wall replacement, spall repair, crack injection, and concrete arch repair. The MOT efforts will likely consist of creating a one lane two-way traffic configuration to allow rehabilitation work to be completed on half of the bridge at a time. Traffic timings will be set to minimize impacts to US 1. Due to the proximity of the existing utilities to the bridge, utility coordination will be required throughout the project. It is anticipated that the Florida Keys Aqueduct Authority (FKAA) force main that is attached to west side of the structure will need to be temporarily relocated during bridge repair efforts. This utility can be supported by the bridge in the final configuration. The utility relocation design will be provided by FKAA. KCA will lead all needed utility coordination and obtain any Utility Work Schedules during the design phase. 201 North Feardkhn Street, 400 I "Ianipa, f'Irarlda 3P-.r )2 I .. "[ i13 871 S Q1 `" : 831 "d 871-5'I ���KCA & ASSOCIIATES KCA will provide environmental and permitting services associated with the proposed repairs. KCA will prepare application packages for a SFWMD Exemption under Rule 62-330.051(4)(a), F.A.C. or a General Environmental Resource Pen -nit (ERP) application package under Rule 62- 330.443, F.A.C. In -water work is not anticipated, so a benthic survey in accordance with Florida Keys National Marine Sanctuary (FKNMS) protocol is not currently included. However, KCA will prepare and submit a request for USACE verification of No Permit Required (NPR) or Nationwide Permit (NWP), if required. Due to FDOT District 6 involvement, we will also complete Level 1 Contamination Screenings, perform lead and asbestos testing, and complete a Cultural Resources Assessment Survey (CRAS). We have estimated the level of effort required for all engineering design services and plans production described above. Our total estimated lump sum fee amounts to $359,048.70. This fee includes all KCA efforts, sub -consultant tasks, coordination, QA/QC, and supervision. The fee estimate is based on hourly rates which include our overhead. Our expenses were estimated separately and are not included in the fee estimate. Our total estimated expenses amount to $6,600.00. Expenses will be itemized and submitted separately with each invoice. For a detailed description of the fee and estimated expenses, see the fee proposals in the attached Appendix. We sincerely appreciate the opportunity to continue our working relationship with you on this project. Please do not hesitate to call me if you have any questions or need any additional information. Best Regards, Austin T, Black, P.E. Project Manager cc. File: 1250214.01 (KCA) 201 North e ardkhra Street, 400 I "Ianilra, f'Irarlda 3P-.r )2 I .. "[ i13 871 S Q1 `" : 831 "d 871-5'I TOTAL FEE SUMMARY CARIBBEAN DRIVE BRIDGE REPAIR KCA FEE STRUCTURES ROADWAY ENVIRONMENTAL TOTAL SUBCONSULTANT FEE $261,030.00 $42, 304.00 $40,454.00 $343,788.00 PSI (ASBESTOS SURVEY) $2,600.00 JANUS RESEARCH (CULTURAL) $12,660.70 TOTAL $15,260.70 ESTIMATED EXPENSES Project Manager (Site Visit, Bridge Inspection) Structures/Roadway/MOT Environmental TOTAL $1, 650.00 $3,300.00 $1, 650.00 $6,600.00 GRAND TOTAL $365,648.70 PHASE BREAKDOWN FEE SUMMARY CARIBBEAN DRIVE BRIDGE REPAIR DESIGN DEVELOPMENT PHASE DESIGN DEVELOPMENT LETTER, LOAD RATING ANALYSIS & SITE VISITS 30% OF COORDINATION/MEETINGS/SUPERVISION PSI (ASBESTOS SURVEY) JANUS RESEARCH (CULTURAL) TOTAL CONSTRUCTION DOCUMENTS PHASE $58,324.00 $13,498.80 $2,600.00 $12, 660.70 $87,083.50 STRUCTURES REPAIR PLANS $109,972.00 70% OF COORDINATION/MEETINGS/SUPERVISION $31,497.20 ROADWAY DESIGN SERVICES $42,304.00 ENVIRONMENTAL SERVICES $40,454.00 POST DESIGN SERVICES (PDS) PHASE ESTIMATED EXPENSES TOTAL $224,227.20 POST DESIGN SERVICES $47,738.00 TOTAL $47,738.00 TOTAL $6,600.00 GRAND TOTAL $365,648.70 m N Q N O } m LU W F Q Q W K U �a a W W � W W 0 Dp Q W LL W` Qli / NN Lf� N p N Z W Q W W `D` m r N W L7� Q H U Q F O F Z K Z W 0 a' G Z F c C7 z en z W of w W _Z 0) z 6FY W co W o O K a- W r,D a W CD D� Z_ as O 3 `rya Z Z atr W W U W o Q f't O Z m Q a f W W O W W c:> Z CI U Z +fl W H Z W 2 IL O J W W 0 Z W 0 0 0 0 0 O 0 O N C+Oj V3 W to co N N V o W NO h V V3 N ol co N V3 o CD O 0 O O 0 O O G 0 of o] 0 0 LOh _ o N N o Ch 0 N lfJ co 0 fD t0 y fA V3 V7 2 O O O 7 N CD O 00 W N 1 (0N V 00 V a0 V ro In N 14, O N h OC N V! 7 N O O 0 N V V N N N N N 0 0 OJ M v N 7 i h O N O O o o Efl O M � eiT O M N 69 w F z N N N LL O O Z LD J J J J J CO Cl) Cl) Cl) CO Q m LU W F O Q' O (1) Q w (IfLL o a. w a F- LU w Z Q (n w J z W W J O a0 W a w Z m d a O � a W w C7 0 0 (D z J > U w W > (LU DO� m I w C7 F > W D U a w Z) M CO m fn W � Q w m fle Q w O U Z C7 F 0 W O J z . 0 Z> w Q 0 N N W IL 0 VF J(If _ LU W (1) m z c K U a.F J> F d W w J J Q Z o W a O z¢ Q w U> o W QQ� F> (if F Q F- Z W U)� a W dF z O - Ov Z w- F W a O W Z J O U W a WZ W m J Z ¢ W az J a a J a F Q (n wOQ OOOFW H> H U >>> WU J W > W �1'10N W Q 0 W W Q W W W U W(q � C7 J oow o 0 o 0rn } DJ �a _ a mow�L// V/ LL w w W 0 Dp O_ W L w` LL / LQ NN N p N Z w Q W w `D` m r NN W L7� Q V 0 0 0 0 0 N N O M N LLo a M 0 0 O of Gqo OM O M co COO N oQ co M ON V N Y] N T O 69 co OD N O O O O N CO m O OD n O O Cfl O CO O O LSO Ln N OD OD O O W N T o N Lc W N O OD OD O N co c0 N W OD M 0 (NO V OD W 0 0 m Ln coO O V 0 0 � O W 0 a O 2 O O O O N N N N N N r OD N N N N O O a V OD O OD OD OD N O NM aa)ED N QL t4 7 cli ti1 N N N N N N N N ON 0 0 f3 N N a 0 0 CD M V 11 OD o o N M O R pap O Ln Ln O Ln O Ln O Ln O Ln O In O Ln O Ln O Ln O Ln O Ln O Ln O OD O I O 7 EA O O 0 N N N CO O 03 N N e% a { O wO M Ln U1 w z N N N lL O O Z Q _ _ _ _ _ _ _ _ _ _ _ _ J J J J J J m a a a a a a a a a a a a W W W W W W W W W W W W cn Z cn W Z a w O W � cn Q ❑ H Q a w a W O d O Z w 3 Q a F- z Q H w u' Ca cn a a > z u0i w O N a H Q O Q Q d z J ai J Q U � � C) w N z N O w d a.O w L z Q 0- ❑ } K O m a W J CO) F U z H OU () Q U O U w a o z cn Z o w O U o LL O —J ww❑ LL z a O Z d Q W ❑ a 0 0 � n Qa J W d N cn Z ❑o z� LU zF F—LU _o (n Z a Q W w O z Z O J 0- W cn w z U a J m F W z w Q d F F F a O Z W w J Q d F W¢ O~-j-j O p, Q 2)c=n w H v¢ Q H U J U w Y O V a¢ U o r O d a U 2 O W W zO a z a U) _� J Z Z W W F F H U) a 6L Lys a a F Ln m = a 2' w a� 2' F J a W D_' W a W' J a W a F F F a fn W w } Z z Z z a a a a 0C a —u a 0_ 2' w W W (n cn ww¢woyww❑¢dw co w ww d w0 Y (7 (7 U F 2 2 0 M of ❑ w 0 d d w N d co U } 0] �a _ a LU w � w W0 Do O_2 W L w` LL / LQL NN /V/ Q in Z WQ W W/r/� `D` W W N�N H U U) H O w Z Q J J w V 2 O 00 Cl) OJ co W Cl) OJ M C-4 N CO O V ER O R ER o O N O = C7 M M M M M N O o 0 ro n to � N 69 f::J N In lti Ln lli O 0 o � O 6N9 za 0 Cl 0 0 0 0 O O O O dT N F Z 7 O O Z m w a U = F- a w U) Z z Y N O U U)a' _ F O D W U w O a 0� w CO) J a W ~ (� Q w Z ¢ tU H N z w Z W U W J Z w Q z W Q H O zo � 0 z O z <00� 0 Z_ U U) H w } f w O O O D oe U U U)a O of cO V N r N Y7 lO M O CD C cD (» m o a N 0 to n R y 7 O = o (O r V N (O M (O r NLO Q 0 t0 tO w 7 N � �� r � A 0 o O M a0 49 O O 61, O F Z D O O Z (n Cn co (n Q J J J J m w a 2 IL Y F- N O O z a z a K J o w OU W V � � > w ( Q co z H Z w O C9 z Lu N 3: LL 2 , w <E(nf-- Of 0 w F- a z Eje (D > y a(n=��(n O ¢ o F N M p O CO 3 LU LU co LU cn 0 \))!\\ \\\\\\ 0wco El \ -1 LU 2m } a a LA§/jf!/U -\\\\\\0 untertek Mr. Austin Black, PE KCA Kisinger Campo & Associates 201 North Franklin Street, Suite 900 Tampa, FL 33601 Email:.a b.II �� �Q<.. Phone: 813.766.8626 Re.: Asbestos & Lead -Based Paint Renovation Survey Caribbean Drive Bridge No. 904250 Caribbean Drive, over Summer Land Key Cove Monroe County, Florida Dear Mr. Black: Proposal Number: 0784-470516 February 12, 2026 Professional Service Industries, Inc. 7950 NW 641h Street, Miami, Florida 33166 Phone: (305) 471-7725 Fax: (305) 593-1915 Professional Service Industries, Inc. (PSI), an Intertek company, is pleased to submit this proposal to perform an asbestos and lead -based paint renovation survey for the above referenced project. BACKGROUND PSI understands that the asbestos and lead -based testing survey is for the planned renovations of the Caribbean Drive, Bridge No. 904250. The purpose of the asbestos survey is to assist the facility owner and contractor performing the demolition in complying with requirements of 40 CFR Part 61, the Environmental Protection Agency (EPA) National Emission Standards for Hazardous Air Pollutants (NESHAP) and 29 CFR 1926.1101, the Occupational Safety and Health Administration (OSHA) Asbestos Construction Standard. The purpose of the lead -based paint survey is to assist the facility owner and contractor performing the demolition in complying with requirements of OSHA 29 CFR 1926.62 — Lead in Construction, Resource Conservation and Recovery Act (RCRA), Toxic Substances Control Act (TSCA), Comprehensive Environmental Response Compensation and Liability Act (CERCLA), and the Universal Waste Rule (UWR) governing the disposal of hazardous waste. SCOPE OF SERVICES Given our understanding of the project requirements, the following services are proposed: Asbestos Survey An EPA -accredited inspector, working under the direction of a Florida Licensed Asbestos Consultant, will perform a visual assessment of the space to identify suspected asbestos -containing materials (ACM). The location, quantity, and condition of each suspect material will be noted. The walls, flooring www.intertek.com/building ton Proposal Number: 0784-470516 Caribbean Drive Bridge No. 904250 February 12, 2026 Page 2 materials and above the ceiling may be cut in order to investigate the possibility of ACM located in the wall spaces as necessary. The building owner will be responsible to patch the areas where samples are collected. The inspector will conduct bulk sampling of the suspect materials in accordance with the sampling requirements listed in 40 CFR Part 763, the Asbestos Hazard Emergency Response Act (AHERA). Samples will be shipped to a NVLAP accredited environmental laboratory for analysis by the EPA recommended method, Polarized Light Microscopy (PLM). If PLM results indicate levels between "trace" and 10% asbestos in friable or non -friable materials, the Client has the option to analyze the samples further by PLM Point Count Analysis to better quantify the asbestos content or assume the material to be ACM. Materials having point count results <1% asbestos are considered non -ACM. If the Client chooses this analysis, an additional charge of $40.00 per sample will be added for each sample analyzed by Point Counting. The client will be notified prior to performing any point count analysis. Lead Based Paint Survey (LBP) A staff industrial hygienist, working under the direction of a U.S. Environmental Protection Agency (EPA) certified lead -based paint professional, will perform a visual inspection of the site to assess the condition and identify the location of painted surfaces to be sampled. The inspector will collect paint chip samples to assess the potential presence of LBP hazards that may exist on the interior surfaces affected by the planned renovation. PSI will collect one paint chip sample from each of the different interior building components observed. All samples will be analyzed for total lead using Flame Atomic Absorption Method. (SW 846 3050B*/7000B). Detailed records will be kept describing each sampling location selected, the condition of the substrate and paint for each sample, and anything unusual about the testing conditions. SURVEY REPORT Upon completion of the project, the client will be provided electronic copies of the draft assessment report detailing the services provided and the results of the investigation. The inspection report will include a summary of results included in an executive summary, information obtained during the assessment regarding the findings at the subject site, documentation and copies of the data obtained, and conclusions based upon this information. The report will be reviewed by PSI Principal Consultants for each section. SCHEDULE PSI proposes to begin work within two days after authorization to proceed has been received. A draft report will be available within one week after notice to proceed is received. SPECIAL INSTRUCTIONS Arrangements for access, including notification of tenants, will be the responsibility of the client. Completion of the project may be affected by access to the property, the availability of information, and other factors. FEES www.intertek.com/building Proposal Number: 0784-470516 Caribbean Drive Bridge No. 904250 February 12, 2026 Page 3 The cost to conduct the survey will be $2,600.00. PSI expects to be able to deliver the finalized report within 3 business days of the inspection. PSI appreciates the opportunity to provide this proposal. After your review of this proposal, if you have any questions, please feel free to contact us. The project can be scheduled upon receipt of a signed copy of this proposal. The work will be performed pursuant to the General Conditions, attached herewith and incorporated into the proposal. We look forward to working with you. Respectfully submitted, Professional Service Industries, Inc. Diana Placeres Project Manager South Florida Environmental Group Attachments: Project Authorization General Conditions Zol E. John Emerson, CSP, CIEC, FLAC #AX121 Department Manager/Principal Consultant South Florida Environmental Group www.intertek.com/building Proposal Number: 0784-470516 Caribbean Drive Bridge No. 904250 February 12, 2026 OVI Page 4 PROPOSAL AUTHORIZATION AND PAYMENT INSTRUCTIONS AUTHORIZATION To execute this proposal, please sign and complete the authorization information below along with applicable payment instructions and return one copy of the authorized proposal to our office. Authorized By (please print) Signature Title Firm Address City Date State Zip Code Telephone Purchase Order No./Project Tracking No. (if applicable) PAYMENT INSTRUCTIONS If invoice payment is to be made by a party other than the authorizing party above, please provide the following information for whom the invoices are to be billed: Firm Attention Address Title City State Zip Code Telephone Authorizing Party's Relationship to Invoice Payment Party If invoices are to be approved other than by the payment party above, please provide the following information for whom the invoices are to be mailed for approval: Firm Attention Address Title City State Zip Code Telephone Authorizing Party's Relationship to Invoice Payment Party www.intertek.com/building Proposal Number: 0784-470516 Caribbean Drive Bridge No. 904250 February 12, 2026 Page 5 GENERAL CONDITIONS - FLORIDA PARTIES AND SCOPE OF WORK: Professional Service Industries Inc. (" PSr') shall include said company or its particiilar division, subsi chary oiaffibate perfornwng the work. "Work" means the specific service to be performed by PSI as set forth in PSF.q proposal, Client's acceptance thereof and these General Conditions. Additional work orderedby Client shall also be subjectto these General Conditions. "Client' refers to the person or business entity ordering the work to be done by PSI. If Client is ordering the work on behalf of another, Client represents and warrants that it is the duly authorized agent of said party for the purpose of ordering and directing said work. Unless otherwise stated inwriting Client assumes sole responsibility for deterrniiung whetherthe quantity and the nature ofthe work ordered by the client is adequate and sufficient for Client's intended purpose. Client shall coruinunicate these General Conditions to each and every third party to whom Client transmits any part ofPSI's work. PSI shall have no duty or obligation to any thirdparty greaterthan that set forth in PSI's proposal, Client's acceptance thereofand these General Conclitions. The ordering ofwork from PSI, or the reliance on any of PSI's work, shall constitute acceptance ofthe terms of PSI's proposal and these General Conditions, regardless ofthe terms of arty subsequently issued document. 2. TEST'S AND INSPECTIONS: Client shall cause all tests and inspections ofthe site, materials and work performed by PSI or others to be timely and properly performed in accordance with the plans, specifications and contract documents and PSI's recommendations. No claims for loss, damage or injury shall be brought against PSI by Client or any third party uness all tests and inspections have been so per -formed and unless PSI's ieconunendations have been followed. Client agrees to indermufy, defend and hold PSI, its officers, employees and agents harmless from any and all claims, suits, losses, costs and expenses, including, but not limited to, tout costs and reasonable attorney's fees in the eventthat all such tests and inspections are not so performed or PSI's recommendations are not so followed. 3. PREIVAILING WAGES: This proposal specifically excludes compliance with any project labor agreemeid, labor agreement, or other union or apprenticeship requirements. In addition, uness explicitly agreed to in the body of this proposal, this proposal specifically excludes compliance with arty state or federal prevailing wage law or associated requirements, including the Da,,s Bacon Act. Itis agreed that no applicable prevailing wage classification or wage rate has been provided to PSI, and that all wages and cost estimates contained herein are based solely upon standard, non -prevailing wage rates. Should it later be determined by the Owner or any applicable agency that in fact prevailing wage applies, then it is agreed that the contract value of this agreement shall be equitably adjusted to account for such changed circumstance. Client will reimbuse, defend, indemiufy and hold harniless PSI from and against any liability resulting from a subsequent determination that prevailing wage regulations cover the Project, including all costs, fines and attorney's fees. a. SCHEDULING OF WORK: The services set forth in PSI's proposal and Client's acceptance will be accomplished by PSI personnel at the prices quoted. If PSI is required to delay commencement ofthe work orif, upon embarking upon its work, PSI is required to stop orinten-upt the progress ofits work as aresult of changesin the scope of the work requested by Client, to fidfill the requirements of third parties, interruptions in the progress of construction, or other causes beyond the direct reasonable control ofPSl, additional charges will be applicable and payable by Client. s. ACCESS TO SITE: Client will arrange and provide such access to the site and work as is necessary for PSI to perform the work. PSI shall take reasonable measures and precauntions lontiiwnize carnage to the site and any improvements located thereon as the resiilt ofits work of the use ofits equipment. 6. CLIENT''S DUTY TO NOTIFY ENGINEER: Client warrants that it has advised PSI of any known or suspected hazardous materials, utility lines and pollutants at any site at which PSI is to do work, and unless PSI has assumed in writing the responsibility of locating subsurface objects, structures, lures or conduits, Client agrees to defend, indemnify and save PSI harmless from all claims, suits, losses, costs and expenses, including, reasonable attorney's fees as a result of personal injury, death of property damage occurring with respect to PSI's perf'ormancc ofits work and resulting to or caused by contact with subsurface or latent obj ects, structures, lilies or conduits where the actual or potential presence and location thereofwere not revealed to PSI by Client. 7. RESPONSIBILITY: PSI's work shall not include deternniitng, supervising or implementing the rnears, methods, techniques, sequences or procedures of construction. PSI shall not be responsible for evaluating, iepoiiung or affecting job conditioric concerning health, safety or welfare. PSI's work or failure to perform same shall not in any way excuse any contractor, subcontractor or supplier from performance ofits work in accordance with the contract documents. Client agrees that it shall require subrogation to be waived against PSI and for PSI to be added as an Additional Insured on all policies ofinsurance, including any policies required of Client's contractors or subcontractors, covering any construction or development activities robe performed on the project site. PSI has no right or duty to stop the contractor's work. s. SAMPLE DISPOSAL: Test specimens will be disposed immediately upon completion ofthe test. All drilling samples will be disposed sixty (60) days alter submission of P SP s report. v. PAYMENT: The quantifies and fees provided in this proposal are PSI's estimate based on information provided by Client. and PSI's experience on similar projects. The actual total anioumt due to PSI shall be based on the actual final quantities provided by PSI at the unit rates provided herein. Where Client directs or requests additional work beyond the contract price it will be deemed a change order and PSI will be paid according to the fee schedule. Client shall be invoiced once each month for work performed during the preceding period. Client agrees to pay eachinvoice within thirty (30) days ofits receipt. Client further agrees to pay interest on all amouids invoiced and not paid or obj ecte d to for valid cause urn writing within said thirfy (30) day period at the rate of eighteen (1 S) percent per arnunn (or the maximum interest rate perrutted under applicable law), until paid. Client agrees to pay PSI's cost of collection of all amounts due and unpaid after thirty (30) days, including court costs and reasonable attorney's fees. PSI shall not be bound by any provision or agreement requiring or providing for arbitration of disputes or controversies arising out of this agreement, any provision wherein PSI waives any lights to a mechanics' lien, or any provision conditioning PSI's right to receive payment for its work upon payment to Client by any third party. These General Conditions are notice, where required, that. PSI shall file alien whenever necessary to collect past due amounts. Failure to make payment within 30 days ofinvoice shall constitute arelease ofPSl from any and all claims which Client may have, whether in tort, contract or otherwise, and whether known or u rdmown at the time. a-5GP11(14) - FL 6122 www.intertek.com/building Proposal Number: 0784-470516 Caribbean Drive Bridge No. 904250 February 12, 2026 Page 6 GENERAL CONDITIONS - FLORIDA ]u. ALLOCATION OF RISK, LIMITATION OF LIABILITY, AND RELEASE OF INDIVIDUAL EMPLOYEES AND AGENTS: PURSUANT TO FLORIDA STATUE � 558.0035. AN INDIVIDUAL EMPLOYEE OR AGENT OF PSI MAY NOT BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE. SHOULD PSI OR ANY OF ]TS EMPLOYEES BE FOUND TO HAVE BEEN NEGLIGENTIN THE PERFORMANCE OF ITS WORK OR TO HAVE MADE AND BREACHED ANY EXPRESS OR IMPLIED WARRANTY, REPRESENTATION OR CONTRACT, CLIENT, ALL PARTIES CLAIMING THROUGH CLIENT AND ALL PARTIES CLAIMING TO HAVE IN ANY WAYRELIED UPON PSI'S WORK AGREE THAT THE MAXIMUM AGGREGATE AMOUNT OF THE LIABILITY OF PSI. ITS OFFICERS, EMPLOYEES AND AGENTS SHALL BE LIMITED TO $25.000.00 OR THE TOTAL AMOUNT OF THE FEE PAID TO PSI FOR ITS WORK PERFORMED ON THE PROJECT, WHICHEVER AMOUNTIS GREATER. IN THE EVENT CLIENTIS UNWILLING OR UNABLE TO LIMIT PSI'S LIABILITY IN ACCORDANCE WITH THE PROVISIONS SET FORTH IN THIS PARAGRAPH, CLIENT MAY, UPON WRITTEN REQUEST OF CLIENT RECEIVED WITHIN FIVE DAYS OF CLIENT'S ACCEPTANCE HEREOF, INCREASE THE LIMIT OF PSI'S LIABILITY TO $250,000.00 OR THE AMOUNT OFPSI' S FEE PAID TO PSI FOR ITS WORK ON THE PROJECT, WHICHEVER IS THE GREATER, BY AGREEING TO PAY PSI A SUM EQUIVALENT TO AN ADDITIONAL AMOUNT OF 5% OFTHE TOTAL FEE TO BE CHARGED FOR PS]'S SERVICES. THIS CHARGE IS NOT TO BE CONSTRUED AS BEING A CHARGE FOR INSURANCE OF ANY TYPE, BUT IS INCREASED CONSIDERATION FOR THE GREATER LIABILITY INVOLVED. IN ANY EVENT, ATTORNEY'S FEES EXPENDED BY PSI IN CONNECTION WITH ANY CLAIM SHALL REDUCE THE AMOUNT AVAILABLE, AND ONLY ONE SUCH AMOUNT WILL APPLY TO ANY PROJECT. NEITHER PARTY SHALL BE LIABLE TO THE OTHER IN CONTRACT, TORT (INCLUDING NEGLIGENCE AND BREACH OF STATUTORY DUTY) OR OTHERWISE FOR LOSS OF PROFIT (WHETHER DIRECT OR INDIRECT) OR FOR ANY INDIRECT, CONSEQUENTIAL, PUNITIVE, OR SPECIAL LOSS OR DAMAGE, INCLUDING WITHOUT LIMITATION LOSS OF PROFIT'S, REVENUE, BUSINESS, OR ANTICIPATED SAVINGS (EVEN WHEN ADVISED OF THEIR POSSIBILITY). NO ACTION OR CLAIM, WHETHER IN TORT, CONTRACT, OR OTHERWISE. MAY BE BROUGHT AGAINST PSI, ARISING FROM OR RELATED TO PSI' S WORK, MORE THAN TWO YEARS AFTER THE CESSATION OF PS]'S WORK HEREUNDER, REGARDLESS OFTHE DATE OF DISCOVERY OF SUCH CLAIM. 11. INDEMNITY: Subject to the above limitations, PSI agrees not to defend but to indemmify and hold Client harmless from and against any and all claims, suits, costs and expenses including reasonable attorney's fees and court costs to the extent arising out of PSI's negligence as finally determined by a court of law. Client shall provide the same protection to the extent ofits negligence. In the event that Client or Client's principal shall bring army suit, cause of action, claim or counterclaim against PSI, the Client and the party initiating such action shall pay to PSI the costs and expenses incurred by PSI to investigate, answer and defend it, including reasonable attorney's and witness fees and court costs to the extent that PSI shall prevail in such suit. Iz. TERMINATION: This Agreement may be terminated by either party upon seven days' prior written notice. In the event of tennination, PSI shall be compensated by Client for all services performed upto andincludingthe ternuiationdate, includingreinibursable expenses. ]a. EMPLOYEES/WITNESS FEES: PSI's employees shrill not be retained as expert witnesses except by separate, written agreement. Client agrees to pay PSI's legal expenses, administrative costs and fees pursuant to PSI's then current fee schedule for PSI to respond to any subpoena_ For a period of one year after the completion of any work performed under this agreement, Client agrees not to solicit, recruit, or hire any PSI employee or person who has been employed by PSI within the previous twelve months. In the event Client desires to hire such an individual, Client agrees that it. shall seek the written consent of PSI, and shall pay PSI anamoumt equal to one- half of the employee's annualized salary, without PSI waiving other remedies it may have. 14. FIDUCIARY: PSI is not a financial advisor, does not provide financial advice or analysis of airy kind, and nothing in our reports can create a fiduciary relationship between PSI and any other party. Is. RECORDING: Photographs or video recordings of the Client's own project may betaken by and used for the Client's own internal purposes. Photographs or video recordings may not be used for nnarketing or publicity, or distributed to a third party or otherwise publishedwithout PSI's priori eview and consent in writing. Taking photographs of other Clients' samples, test setups, or facilities, or recording in any manner any test specimen other than the test specimen related to the Client's project is prohibited, and the Client agrees to hold in strict confidence and not use any proprietary information disclosed either advertently or inadvertently. The Client shah defend, hold harmless, and indemnify PST for any breach ofthis clause. 16. CHOICE OF LAW AND EXCLUSIVE VENUE: All claims or disputes arising or relating to this agreement shall be governed by, construed, and enforced in accordance with the laws of Illinois. The exclusive venue for all actions or proceedings arising in connection with this agreement shall be either the Circuit Court in Cook County, Illinois, or the Federal Court for the NortheinDistrict of Illinois. 17. PROVISIONS SEVERABLE: The parties have entered into this agreement in good faith, and it is the specific intent of the parties that the terms of these General Conditions be enforced as written. In the event any of tine provisions of these General Conditions should be found to be a nenforc eable, it shall be stricken and the remaining provisions shall be enforceable. Is. ENTIRE AGREEMENT: This agreement constitutes the entire understanding of the parties, and there are no representations, warranties or undertakings made other than as set forth hereiri. This agreement may be amended, modified orterminated only in writing signed by each ofthe parties hereto. B-909-11(14) FL E22 www.intertek.com/building CULTURAL RESOURCES SCOPE OF WORK Caribbean Drive Bridge Repair Monroe County, Florida Janus Research February 3, 2026 Please find the following scope to perform Cultural Resources tasks for the repair of the Caribbean Drive Bridge. The tasks will include a Cultural Resources Assessment Survey (CRAS) due to the unrecorded arch deck type bridge. This assessment will comply with Section 106 of the National Historic Preservation Act (NHPA) of 1966 (Public Law 89-665, as amended), as implemented by 36 CFR 800 -- Protection of Historic Properties (incorporating amendments effective August 5, 2004); Stipulation VII of the Programmatic Agreement among the Federal Highway Administration (FHWA), the Advisory Council on Historic Preservation (ACHP), the Florida Division of Historical Resources (FDHR), the State Historic Preservation Officer (SHPO), and the FDOT Regarding Implementation of the Federal -Aid Highway Program in Florida (Section 106 Programmatic Agreement, September 27, 2023); Section 102 of the National Environmental Policy Act (NEPA) of 1969, as amended (42 USC 4321 et seq.); Section 4(f) of the Department of Transportation Act of 1966, as amended (49 USC 303 and 23 USC 138); the revised Chapters 267 and 373, Florida Statutes (FS.); and the standards embodied in the FDHR's Cultural Resource Management Standards and Operational Manual (February 2003), and Chapter 1A-46 (Archaeological and Historical Report Standards and Guidelines), Florida Administrative Code. In addition, the report will be prepared in conformity with standards set forth in Part 2, Chapter 8 (Archaeological and Historical Resources) of the FDOT Project Development and Environment (PD&E) Manual (effective July 31, 2024). All work will also conform to professional guidelines set forth in the Secretary of Interior's Standards and Guidelines for Archaeology and Historic Preservation (48 FR 44716, as amended and annotated). Background Research A historical literature and background information search pertinent to the project areas will be conducted. This will include a search of the Florida Master Site File (FMSF), County and local site inventories, books and journal articles, unpublished CRM reports, and the like. Every effort will be made to solicit historic and site location information from other professionals, amateur archaeologists and collectors, lay historians, and the residents near the project area. Janus Research Page 1 In addition to reviewing the previously compiled archaeological site data for the project area, environmental variables known to be associated with prehistoric and historic sites will be reviewed for the purpose of developing a predictive model of archaeological site occurrence. Predictive models enable the researcher to stratify a study area into areas of high site potential based on the co -occurrence of relevant environmental variables. Data from archaeological surveys throughout Florida have repeatedly demonstrated the validity of using environmental variables as predictors of prehistoric site location. Archaeological Desktop Because the project is an in -kind bridge replacement, the archaeological APE will be small and limited to locations already disturbed by the construction of the existing bridge. Therefore, the archaeological portion of the study will consist of a desktop analysis. The archaeological desktop analysis will focus on evaluating the potential effects of the project on archaeological resources located within or adjacent to the project area. The objective is to determine the potential for unrecorded archaeological sites as well as identify any previously recorded archaeological sites and evaluate their eligibility for listing in the National Register of Historic Places according to the criteria listed in 36 CFR part 60.4. The desktop analysis will include a search of the Florida Master Site File (FMSF) to identify previous surveys and evaluate their sufficiency according to current State Historic Preservation Office (SHPO)/FDHR standards. This analysis will also include a review of Government Land Office historic maps and historic aerials. The review will assess archaeological probability within the project Area of Potential Effect (APE). The results of the desktop analysis will include maps showing the archaeological APE, the locations of any previously recorded resources, areas of archaeological probability, and the locations of any potential National Register —eligible cultural resources. Historic Resources Survey Additionally, a historic resource field assessment survey will be conducted. Based on this project, an architectural historian will conduct a historic resources survey to ensure that resources are identified, properly mapped, and photographed. If needed, the forms will include field data, including notes from site observations and informant interviews. The estimated date of construction and distinctive features will also be noted. Photographs will be taken with a digital camera. A log will be kept that records the resources' physical location and compass direction of each photograph. The resources' significance will then be evaluated for their potential eligibility for listing on the National Register. Historic physical integrity will be determined from site observations, field data, and photographic documentation. If possible, informant interviews with individuals knowledgeable about local history will be conducted, and this will assist with known significant historical associations. At this time, the survey will cover the historic bridge and that resource will be recorded and evaluated. Janus Research Page 2 Report A CRAS report presenting the methods, findings, evaluations, and recommendations of the cultural resource assessment survey will be prepared and submitted to the client for review and comment. After receiving the comments, Janus Research will revise the document and prepare a final that will be submitted to the SHPO/FDHR for concurrence. We will provide a digital version of the report on CD. As Janus Research has prepared documentation in the iminediate area, information from those reports will be utilized in the preparation of the current reports. Effects Evaluation If possible, due to the minor nature of the improvements, the effects evaluation will be included within the CRAS report. Janus Research Page 3 JANUS RESEARCH Cost Proposal Cultural Resources Tasks for the Caribbean Drive Bridge Repair Project, Monroe County February 3, 2026 I�I�ff�rr�Nm�w�;`�Ilhluf� POSITION HOURS RATE TOTAL Project Manager 16 $ 165.00 $ 2,640.00 Project Archaeologist 24 $ 125.00 $ 3,000.00 Senior Architectural Historian 30 $ 125.00 $ 3,750.00 Architectural Historian 14 $ 125.00 $ 1,750.00 Graphics Specialist 7 $ 147.00 $ 1,029.00 Clerical 1 $ 80.00 $ 80.00 Total Direct Labor $ 12,249.00 DIRECT EXPENSES Printing / Photocopies Project Supplies Per Diem Mileage & Travel Express Mail Total Direct Expenses 58.50 16.00 60.00 $60/day (1 person, 1 day) 235.20 336 miles round trip @ $0.70/mile 42.00 $ 411.70 TOTAL LABOR & DIRECT EXPENSES 1 $ 12,660.70 OnCall Professional EnoineernoServices Contract AGREEMENTFOR v-m�/^�-�-nnn�-n� n n ��'^ CONTINUING CONTRACT FOR ON CALL PROFESSIONAL ENGINEERING SERVICES This Agreement ("Agreement") made and entered into this 28th day of January 2026 by and between Monroe Countv, a political subdivision of the State of Florida, whose address is 1100 Simonton 8tnaat, Key VVest, Florida, 33040. its successors and aooigno, hereinafter referred to as "COUNTY," through the Monroe County Board of County Cornrn|oo|onana (''B[)CC''), Kisinger Campo & Associates, Corp., a Florida Profit Corporation of the State of Florida, whose address is its successors and assigns. hereinafter referred tnaS"CONSULTAN7T"OR"CONTRACTOR". VVIT7NESSETH: WHEREAS, COUNTY desires to employ the professional engineering services of CONSULTANT for various County Projects located in Monroe County, Florida; and VVHEREA8. CONSULTANT has ognmmd to provide professional services for miscellaneous projects in which construction costa do not exceed $7.725.000 as of July 1. 2025. for study activity if the fee for professional services for each individual study under the contract does not exceed $500.000.00 inaccordance with F.S. 287'055. Beginning July 1. 2035. and each July thereafter, the Florida Department ofManagement Services shall adjust the maximum amount allowed on the preceding June 3Ofor each individual project in a continuing contract by using the change in the June -to -June Consumer Price Index for All Urban Consumers issued by the Bureau of Labor 8tatuadoa of the United States Department of Labor; and VVHEREAS, the professional services required by this Contract will be for services in the form of a continuing contract, commencing on January 28, 2020 (the effective date of this agreement) and ending four years thereafter, with options for the County to nsnevv for one additional 1 year period;and VVHEREA8, specific services will be performed pursuant to individual task orders issued by the COUNTY and agreed to by the CONSULTANT. Task Orders will contain specific scope of work, time ochadu|a, charges and payment conditions, and additional terms and conditions that are applicable to such Task Orders; and VVHEREAS, execution of a Task Order by the COUNTY or County Administrator (if the total cumulative value of the Task Order is $100`000 or less) and the CONSULTANT constitutes the C[)UNTY'a written authorization to CONSULTANT to proceed with the services described in the Task Order; and \88HEREAS, the terms and conditions of this Agreement shall apply to each Task []Rjer, except to the extent expressly modified. When a Task {}[de[ is to modify a provision of this AO[ee[OeOL the Article of this Agreement to be modified will be specifically referenced in the Task Order and the modification shall beprecisely described; X, a On Call Professional Enqineerinq Services Contract NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated herein, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged, COUNTY and CONSULTANT agree as follows: FORM OF AGREEMENT 1.1 REPRESENTATIONS AND WARRANTIES By executing this Agreement, CONSULTANT makes the following express representations and warranties to the COUNTY: 1.1.1 The CONSULTANT shall maintain all necessary licenses, permits or other authorizations necessary to act as CONSULTANT for the Project until the CONSULTANT'S duties hereunder have been fully satisfied; 1.1.2 The CONSULTANT has become familiar with the Project site and the local conditions under which the Work is to be completed. 1.1.3 The CONSULTANT shall prepare all documents required by this Agreement including, but not limited to, all contract plans and specifications, in such a manner that they shall be in conformity and comply with all applicable law, codes and regulations. The CONSULTANT warrants that the documents prepared as a part of this Contract will be adequate and sufficient to accomplish the purposes of the Project, therefore, eliminating any additional construction cost due to missing or incorrect design elements in the contract documents; 1.1.4 The CONSULTANT assumes full responsibility to the extent allowed by law with regards to his performance and those directly under his employ. 1.1.5 The CONSULTANT'S services shall be performed as expeditiously as is consistent with professional skill and care and the orderly progress of the Project. In providing all services pursuant to this agreement, the CONSULTANT shall abide by all statutes, ordinances, rules and regulations pertaining to, or regulating the provisions of such services, including those now in effect and hereinafter adopted. Any violation of said statutes, ordinances, rules and regulations shall constitute a material breach of this agreement and shall entitle the Board to terminate this contract immediately upon delivery of written notice of termination to the CONSULTANT. 1.1.6 At all times and for all purposes under this agreement the CONSULTANT is an independent contractor and not an employee of the Board of County Commissioners for Monroe County. No statement contained in this agreement shall be construed so as to find the CONSULTANT or any of his/her employees, contractors, servants, or agents to be employees of the Board of County Commissioners for Monroe County. 1.1.7 The CONSULTANT shall not discriminate against any person on the basis of race, creed, color, national origin, sex, age, or any other characteristic or aspect which is not job related, in its recruiting, hiring, promoting, terminating, or any other area affecting employment under this agreement or with the provision of services or goods under this agreement. -5- On Call Professional Engineerinq Services Contract ARTICLE 11 SCOPE OF BASIC SERVICES 2.1 SCOPE OF WORK The CONSULTANT will perform for the COUNTY services as described in individual Task Orders in accordance with the requirements outlined in this Agreement and the specific Task Order. 2.2 CORRECTION OF ERRORS, OMISSIONS, DEFICIENCIES The CONSULTANT shall, without additional compensation, promptly correct any errors, omissions, deficiencies, or conflicts in the work product of the CONSULTANT or its subconsultants, or both. All written correspondence to the COUNTY shall be dated and signed by an authorized representative of the CONSULTANT. Any notice required or permitted under this agreement shall be in writing and hand delivered or mailed, postage pre -paid, to the COUNTY by certified mail, return receipt requested, to the following: Ms. Judith Clarke, P.E. Director of Engineering Services Monroe County 1100 Simonton Street, Room 2-216 Key West, Florida 33040 And: Ms. Christine Hurley Monroe County Administrator 1100 Simonton Street, Room 2-205 Key West, Florida 33040 For the Consultant: Mr. Paul Foley CEO / President 201 N. Franklin Street Tampa, Florida 33602 ARTICLE III ADDITIONAL SERVICES 3.1 Additional services are services not included in the Scope of Basic Services. Should the COUNTY require additional services they shall be paid for by the COUNTY at rates or fees negotiated at the time when services are required, but only if approved by the COUNTY before commencement. Sot On Call Professional Enqineerinq Services Contract 3.2 If Additional Services are required the COUNTY shall issue a letter requesting and describing the requested services to the CONSULTANT. The CONSULTANT shall respond with a fee proposal to perform the requested services. Only after receiving an amendment to the Agreement and a notice to proceed from the COUNTY, shall the CONSULTANT proceed with the Additional Services. ARTICLE IV COUNTY'S RESPONSIBILITIES 4.1 The COUNTY shall provide full information regarding requirements for the Project including physical location of work, county maintained roads, maps. 4.2 The COUNTY shall designate a representative to act on the COUNTY's behalf with respect to the Project. The COUNTY or its representative shall render decisions in a timely manner pertaining to documents submitted by the CONSULTANT in order to avoid unreasonable delay in the orderly and sequential progress of the CONSULTANT'S services. 4.3 Prompt written notice shall be given by the COUNTY and its representative to the CONSULTANT if they become aware of any fault or defect in the Project or non- conformance with the Agreement Documents. Written notice shall be deemed to have been duly served if sent pursuant to paragraph 2.3. 4.4 The COUNTY shall furnish the required information and services and shall render approvals and decisions as expeditiously as necessary for the orderly progress of the CONSULTANT'S services and work of the contractors. 4.5 The COUNTY's review of any documents prepared by the CONSULTANT or its subconsultants shall be solely for the purpose of determining whether such documents are generally consistent with the COUNTY's criteria, as, and if, modified. No review of such documents shall relieve the CONSULTANT of responsibility for the accuracy, adequacy, fitness, suitability or coordination of its work product. 4.6 The COUNTY shall provide copies of necessary documents required to complete the work. 4.7 Any information that may be of assistance to the CONSULTANT that the COUNTY has immediate access to will be provided as requested. ARTICLE V INDEMNIFICATION AND HOLD HARMLESS 5.1 The CONSULTANT, in accordance with F.S. 725.08, covenants and agrees to indemnify and hold harmless COUNTY/Monroe County and Monroe County Board of County Commissioners, its officers and employees from liabilities, damages, losses and costs, including but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the CONSULTANT, subcontractor(s) and other persons employed or utilized by the CONSULTANT in the performance of the contract. 5.2 Should any claims be asserted against the COUNTY by virtue of any deficiency or ambiguity in the plans and specifications to the extent caused by the negligence, -7- On Call Professional Enqineerinq Services Contract recklessness, or intentionally wrongful conduct of the CONSULTANT, the CONSULTANT agrees and warrants that it shall hold the COUNTY harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the COUNTY'S behalf. 5.3 In the event the completion of the project (to include the work of others) is delayed or suspended as a result of the CONSULTANT'S failure to purchase or maintain the required insurance, the CONSULTANT shall indemnify COUNTY from any and all increased expenses resulting from such delays. 5.4 The extent of liability is in no way limited to, reduced or lessened by the insurance requirements contained elsewhere within the Agreement. 5.5 This indemnification shall survive the expiration or early termination of the Agreement. To the extent provided by law, the COUNTY and the State Department's officers, agents, arising out of, relating to, CONSULTANT, or any of its their office or employment, i CONSULTANT. CONSULTANT shall indemnify, defend, and hold harmless of Florida, Department of Transportation, including the and employees, against any actions, claims, or damages or resulting from negligent or wrongful act(s) of officers, agents, or employees, acting within the scope of connection with the rights granted to or exercised by The foregoing indemnification shall not constitute a waiver of the Department's or COUNTY's sovereign immunity beyond the limits set forth in Florida Statutes, Section 768.28. Nor shall the same be construed to constitute agreement by CONSULTANT to indemnify COUNTY for the negligent acts or omissions of COUNTY, its officers, agents, or employees, or third parties. Nor shall the same be construed to constitute agreement by CONSULTANT to indemnify the Department for the negligent acts or omissions of the Department, its officers, agents, or employees, or third parties. This indemnification shall survive the termination of this Agreement." 6.1 PERSONNEL The CONSULTANT shall assign only qualified personnel to perform any service concerning the project. At the time of execution of this Agreement, the parties anticipate that the following named individuals will perform those functions as indicated: NAME Jason LaBarbera Austin Black Patrick Mulhearn Curtis Sprunger Deborah Hernandez-Cedeno Robert Whitman FUNCTION Project Manager Project Manager Chief Engineer Senior Engineer Senior Engineer Chief Scientist 51 On Call Professional Enqineerinq Services Contract So long as the individuals named above remain actively employed or retained by the CONSULTANT, they shall perform the functions indicated next to their names. If they are replaced the CONSULTANT shall notify the COUNTY of the change immediately, but this does not require a formal amendment to the Agreement. ARTICLE YII COMPENSATION 7.1 PAYMENT SUM 7.1.1 The COUNTY shall pay the CONSULTANT in current funds for the CONSULTANT'S performance of this Agreement based on rates negotiated and agreed upon and shown in Attachment A. 7.2.1 For its assumption and performances of the duties, obligations and responsibilities set forth herein, the CONSULTANT shall be paid monthly. Payment will be made pursuant to the Local Government Prompt Payment Act 218.70, Florida Statutes. (A) If the CONSULTANT'S duties, obligations and responsibilities are materially changed by amendment to this Agreement after execution of this Agreement, compensation due to the CONSULTANT shall be equitably adjusted, either upward or downward; (B) As a condition precedent for any payment due under this Agreement, the CONSULTANT shall submit monthly, unless otherwise agreed in writing by the COUNTY, a proper invoice to COUNTY requesting payment for services properly rendered and reimbursable expenses due hereunder. The CONSULTANT'S invoice shall describe with reasonable particularity the service rendered. The CONSULTANT'S invoice shall be accompanied by such documentation or data in support of expenses for which payment is sought at the COUNTY may require. 7.3 REIMBURSABLE EXPENSES 7.3.1 Reimbursable expenses include expenses incurred by the CONSULTANT in the interest of the project: a. Expenses of transportation submitted by CONSULTANT, in writing, and living expenses in connection with travel authorized by the COUNTY, in writing, but only to the extent and in the amounts authorized by Section 112.061, Florida Statutes and Monroe County Code, Chapter 2, Article III, Division 3-Travel, Per Diem, Meals and Mileage Policy; b. Cost of reproducing maps or drawings or other materials used in performing the scope of services; c. Postage and handling of reports; OnCall Professional EnoineernoServices Contract 7.4 BUDGET 7'4.1 The CONSULTANT may not beentitled toreceive, and the COUNTY is not obligated to pay, any faau or expenses in excess of the amount budgeted for this contract in each fiscal year (October 1 - September 30) by COUNTY's Board of County Commissioners. The budgeted amount may only be modified by an affirmative act of the COUNTY's Board of County Commissioners. 7.4.2 The COUNTY'operformance and obligation to pay under this Agreement iocontingent upon an annual appropriation by the Board of County Commissioners and the approval of the Board members at the time of contract initiation and its duration. 8.1 The CONSULTANT shall obtain insurance as specified and maintain the required insurance at all hrDeB that this Agreement is in effect. In the event the completion Of the project (to include the VVO[k Of others) is delayed or suspended as a [BSUl1 of the CONSULTANT'S failure to purchase or maintain the required insurance, the CONSULTANT shall indemnify the COUNTY from any and all increased expenses resulting from such delay. 8.2 The coverage provided herein shall be provided by an insurer with an A.M. Best rating of VI or better, that is licensed to business in the State of Florida and that has an agent for service of process within the State of Florida. The coverage shall contain an endorsement providing thirty (30) days notice to the COUNTY prior to any cancellation of said coverage. Said coverage shall be written by an insurer acceptable to the COUNTY and shall be in o form acceptable tothe COUNTY. 8.3 CONSULTANT shall obtain and maintain the following policies: A. Workers' Compensation insurance as required by the State ofFlorida, sufficient to respond to Florida Statute 44O. B. Erno|oyara Liability Insurance with 0rnbo of $1.000.000 per Accident, $1.000.000 Disease, policy limits, $1,000,000 Disease each employee. C. Comprehensive business automobile and vehicle liability insurance covering claims for injuries to rnarnbaro of the public and/or damages to property of others arising from use of motor vehicles, including onaiUm and offsite operm1ione, and ovvned, hired or non -owned vehicles, with One Million Dollars ($1.000.000.00) combined single limit and One Million Dollars ($1.000.000.00) annual aggregate. D. Commercial general liability, including Personal Injury Liabi|itv, covering doinne for injuries to nnennbena of the public or damage to property of others arising out of any covered act or omission of the CONSULTANT or any of its employees, agents or subcontractors or 5UbcoOSVltgOt8' including Premises and/or (]pe[gtinDs. Products and Completed Operations, Independent COOt[adnB; Broad Form Property Damage and a Blanket Contractual Liability Endorsement with One Million Dollars ($1.00O,OOO)per occurrence and annual aggregate. An Occurrence Form policy is preferred. If coverage is changed to or provided DD a Claims SOB On Call Professional Enqineerinq Services Contract of this contract. In addition, the period for which claims may be reported must extend for a minimum of 48 months following the termination or expiration of this contract. E. Professional liability insurance of One Million Dollars ($1,000,000.00) per occurrence and Two Million Dollars ($2,000,000.00) annual aggregate. If the policy is a "claims made" policy, CONSULTANT shall maintain coverage or purchase a "tail" to cover claims made after completion of the project to cover the statutory time limits in Chapter 95 of the Florida Statute. F. COUNTY shall be named as an additional insured with respect to CONSULTANT'S liabilities hereunder in insurance coverages identified in Paragraphs C and D. G. CONSULTANT shall require its subconsultants to be adequately insured at least to the limits prescribed above, and to any increased limits of CONSULTANT if so required by COUNTY during the term of this Agreement. COUNTY will not pay for increased limits of insurance for subconsultants. H. CONSULTANT shall provide to the COUNTY certificates of insurance or a copy of all insurance policies including those naming the COUNTY as an additional insured. The COUNTY reserves the right to require a certified copy of such policies upon request. I. If the CONSULTANT participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the CONSULTANT may be required to submit updated financial statements from the fund upon request from the COUNTY. ARTICLE IX MISCELLANEOUS 9.1 SECTION HEADINGS Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. 9.2 OWNERSHIP OF THE PROJECT DOCUMENTS The documents prepared by the CONSULTANT for this Project belong to the COUNTY and may be reproduced and copied without acknowledgement or permission of the CONSULTANT. 9.3 SUCCESSORS AND ASSIGNS The CONSULTANT shall not assign or subcontract its obligations under this agreement, except in writing and with the prior written approval of the Board of County Commissioners for Monroe County and the CONSULTANT, which approval shall be subject to such conditions and provisions as the Board may deem necessary. This paragraph shall be incorporated by reference into any assignment or subcontract and any assignee or subcontractor shall comply with all of the provisions of this agreement. Subject to the provisions of the immediately preceding sentence, each party hereto binds itself, its successors, assigns and legal representatives to the other and to the successors, assigns and legal representatives of such other party. OnCall Professional EnoineernoServices Contract 9.4 NO THIRD PARTY BENEFICIARIES Nothing contained herein shall create any mladonohip, contractual or ctherwims, with or any rights in favor of, any third party. 9.5 TERMINATION A. |nthe event that the CONSULTANT shall befound bzbenegligent inany aspect of service, the COUNTY shall have the right to terminate this agreement after five days written notification to the CONSULTANT. B. Either of the parties hereto may cancel this Agreement without cause bygiving the other party thirty (30) days written notice of its intention to do so. C. Termination for Cause and Remedies: Unthe event ofbreach ofany contract terms, the COUNTY retains the right to terminate this Agreement. The COUNTY may also terminate this agreement for cause with CONSULTANT should CONSULTANT fail tVperform the covenants herein contained Gdthe time and iDthe manner herein provided. In the event of such termination, prior to LerrniOaLi0D' the CO[]Nl[`f shall provide CONSULTANT with five /5\calendar days' notice and provide the CONSULTANT with an opportunity to CU[e the breach that has occurred. If the breach ionot cured, the Agreement will beterminated for cause. |fthe COUNTY terminates this agreement with the CONSULTANT, COUNTY shall pay CONSULTANT the sum due the CONSULTANT under this agreement prior to terminadon, unless the coot ofcompletion tothe COUNTY exceeds the funds remaining in the contract; however, the COUNTY reserves the right to assert and seek anoffset for damages caused bythe breach. The maximum amount due to CONSULTANT shall not inany event exceed the Not toExceed orLump Sum amount oostated inthe individual Task Order. |naddition, the COUNTY reserves all rights available to recoup monies paid under this Agnoement, including the right to sue for breach of contract and including the right to pursue u claim for violation of thaCC}UyJTY'e False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. D. Termination for Convenience: The COUNTY may terminate this Agreement for convenience, o1any time, upon 3Odaye'nodcetoCONSULTANT. If the COUNTY tenn|naUso this agreement with the C(]NSULTANT. COUNTY shall pay CONSULTANT the sum due the CONSULTANT under this agreement prior to terminadon, unless the cost of completion to the COUNTY exceeds the funds remaining inthe contract. The maximum amount due toCONSULTANT shall not exceed the Not toExceed orLump Sum amount aestated inthe individual Task Order. E. For Contracts ofany amount, ifthe County determines that the Consultant has submitted a false certification under Section 287.135(5). Florida Statutes or has been placed onthe Scrutinized Companies that Boycott Israel List, orisengaged in a boycott ofIsrael, the County shall have the option of(1)terminating the Agreement after ithas given the Consultant written notice and aOopportunity to demonstrate the agency's determination Vffalse certification was iOerror pursuant to Section 287.135(5)/a\' Florida Statutes, V[(2) maintaining the Agreement if the conditions of Section 287.135/4\' Florida Gt8tUieG. are RleL On Call Professional Enqineerinq Services Contract F. For Contracts of $1,000,000 or more, if the County determines that the Consultant submitted a false certification under Section 287.135(5), Florida Statutes, or if the Consultant has been placed on the Scrutinized Companies with Activities in the Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, the County shall have the option of (1) terminating the Agreement after it has given the Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement if the conditions of Section 287.135(4), Florida Statutes, are met. 9.6 CONTRACT DOCUMENTS This contract consists of the Request for Proposals, any addenda, the Form of Agreement (Articles I -IX), the CONSULTANT'S response to the RFQ, the documents referred to in the Form of Agreement as a part of this Agreement, and modifications made after execution by written amendment. In the event of any conflict between any of the Contract documents, the one imposing the greater burden on the CONSULTANT will control. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on contracts to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By signing this Agreement, CONSULTANT represents that the execution of this Agreement will not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto, and may result in debarment from COUNTY's competitive procurement activities. In addition to the foregoing, CONSULTANT further represents that there has been no determination, based on an audit, that it or any subconsultant has committed an act defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether CONUSULTANT has been placed on the convicted vendor list. CONSULTANT will promptly notify the COUNTY if it or any subcontractor or subconsultant is formally charged with an act defined as a "public entity crime" or has been placed on the convicted vendor list. • • • ••r rIRCIRRAffe-jr-lubil••r CONSULTANT shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period of five years from the termination of this agreement and if applicable in accordance with 2 C.F.R. § 200.333. Each party to this 5" On Call Professional Enqineerinq Services Contract Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for five years following the termination of this Agreement. If an auditor employed by the COUNTY or Clerk determines that monies paid to CONSULTANT pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the CONSULTANT, the CONSULTANT shall repay the monies together with interest calculated pursuant to Sec. 55.03, of the Florida Statutes, running from the date the monies were paid by the COUNTY. Right to Audit Availability of Records. The records of the parties to this Agreement relating to a Construction Project (Project), which shall include but not be limited to accounting records (hard copy, as well as computer readable data if it can be made available; subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc); original estimates; estimating work sheets; correspondence; change order files (including documentation covering negotiated settlements); backcharge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance rebates and dividends; any other supporting evidence deemed necessary by County or the Monroe County Office of the Clerk of Court and Comptroller (hereinafter referred to as "County Clerk") to substantiate charges related to this agreement, and all other agreements, sources of information and matters that may in County's or the County Clerk's reasonable judgment have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any contract document (all foregoing hereinafter referred to as "Records") shall be open to inspection and subject to audit and/or reproduction by County's representative and/or agents or the County Clerk. County or County Clerk may also conduct verifications such as, but not limited to, counting employees at the job site, witnessing the distribution of payroll, verifying payroll computations, overhead computations, observing vendor and supplier payments, miscellaneous allocations, special charges, verifying information and amounts through interviews and written confirmations with employees, Subcontractors, suppliers, and contractors representatives. All records shall be kept for ten (10) years after Final Completion of the Project. The County Clerk possesses the independent authority to conduct an audit of Records, assets, and activities relating to this Project. If any auditor employed by the Monroe County or County Clerk determines that monies paid to CONSULTANT pursuant to this Agreement were spent for purposes not authorized by this Agreement, the CONSULTANT shall repay the monies together with interest calculated pursuant to Section 55.03, F.S., running form the date the monies were paid to CONSULTANT. The right to audit provisions survives the termination of expiration of this Agreement. 9.9 GOVERNING LAW, VENUE, INTERPRETATION, COSTS, AND FEES This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, COUNTY and CONSULTANT agree that venue shall lie in the 16t" Judicial Circuit, Monroe County, Florida, in the appropriate court or before the appropriate administrative body. This agreement shall not be subject to arbitration. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. 9.10 SEVERABILITY If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of SEAM On Call Professional Enqineerinq Services Contract competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The COUNTY and CONSULTANT agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 9.11 ATTORNEY'S FEES AND COSTS The COUNTY and CONSULTANT agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, court costs, investigative, and out-of-pocket expenses, as an award against the non -prevailing party, and shall include reasonable attorney's fees, courts costs, investigative, and out-of-pocket expenses in appellate proceedings. 9.12 BINDING EFFECT The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the COUNTY and CONSULTANT and their respective legal representatives, successors, and assigns. 9.13 AUTHORITY Each party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. 9.14 CLAIMS FOR FEDERAL OR STATE AID CONSULTANT and COUNTY agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement. Any conditions imposed as a result of funding that effect the scope of work or individual project will be provided to each party. 9.15 ADJUDICATION OF DISPUTES OR DISAGREEMENTS COUNTY and CONSULTANT agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions of paragraph 9.5 concerning termination or cancellation. 9.16 COOPERATION In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, COUNTY and CONSULTANT agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. COUNTY and CONSULTANT specifically agree that no 552 On Call Professional Enqineerinq Services Contract party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 9.17 NONDISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY Nondiscrimination: CONTRACTOR and COUNTY agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. CONTRACTOR and COUNTY agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VI of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title Vill of the Civil Rights Act of 1968 (42 USC s. 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 12101 Note), as may be amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Article 11, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. Equal Employment Opportunity: The regulation at 41 C.F.R. § 60.1.4(b) requires, except as otherwise provided or exempted in 41 C.F.R Part 60, that all contracts that meet the definition of "federally assisted construction contract" in 41 CFR 60-1.3 must include the equal opportunity clause as set forth below. During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. On Call Professional Enqineerinq Services Contract (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is -17- OnCall Professional EnoineernoServices Contract threatened with, litigation with a subcontractor or vendor as a result of such direction bvthe administering agency, the Contractor may request the United States bzenter such litigation to protect the interests of the United States. The Applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work onorunder the contract. The Applicant agrees that bwill assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the ru|ea, regu|ationo, and relevant orders ofthe Secretary ofLabor, that itwill furnish the administering agency and the Secretary ofLabor such information as they may require for the supervision of such cVrnpliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The Applicant further agrees that itwill refrain from entering into any contract or contract modification subject tOExecutive Order 11246OfSeptember 24' 1965'with a contractor debarred frorn, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant tothe Executive Order and will carry out such sanctions and penalties for violation ofthe equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency orthe Secretary ofLabor pursuant toPart ||. Subpart Dofthe Executive Order. In addidon, the Applicant agrees that ifitfails orrefuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cance|, terminata, or suspend in whole or in part this grant (contract. |oan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case tothe Department ofJustice for appropriate legal proceedings. 9.18 COVENANT OFNOINTEREST CONSULTANT and COUNTY covenant that neither presently has any intereat, and ohoU not acquire any intereet, which would conflict in any manner ordegree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 9.19 CODE OF ETHICS COUNTY agrees that officers and employees ofthe COUNTY recognize and will berequired to comply with the standards ofconduct for public officers and employees as delineated in Section 112.313, Florida Gtedufaa, ragarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse ofpublic position, conflicting employment or contractual relationship; and disclosure or use of certain information. 5 Fa On Call Professional Enqineerinq Services Contract 9.20 NO SOLICITATION/PAYMENT The CONSULTANT and COUNTY warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the CONSULTANT agrees that the COUNTY shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. If federally funded by FHWA, FAR 52.203-5 Covenant Against Contingent Fees applies to this Agreement. 9.21 PUBLIC ACCESS. Public Records Compliance. Consultant must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the Constitution of Florida. The County and Consultant shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other "public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Consultant in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Consultant. Failure of the Consultant to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. The Consultant is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to F.S. 119.0701 and the terms and conditions of this contract, the Consultant is required to: (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon receipt from the County's custodian of records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Consultant or keep and maintain public records that would be required by the County to perform the service. If the Consultant transfers all public records to the County upon completion of the contract, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the contract, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of records, in a format that is compatible with the information technology systems of the County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, but if the County does not possess the requested records, the County SM On Call Professional Enqineerinq Services Contract shall immediately notify the Consultant of the request, and the Consultant must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the Consultant does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Consultant. A Consultant who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under section119.10, Florida Statutes. The Consultant shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 1.1.9, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT, MONROE COUNTY ATTORNEY'S OFFICE 1.1.1.1 12TH Street, SUITE 408, KEY WEST, FL 33040: T OR PHONE # (305)292-3470. 9.22 NON -WAIVER OF IMMUNITY Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the CONSULTANT and the COUNTY in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered into by the COUNTY be required to contain any provision for waiver. 9.23 PRIVILEGES AND IMMUNITIES All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the COUNTY, when performing their respective functions under this Agreement within the territorial limits of the COUNTY shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the COUNTY. 9.24 LEGAL OBLIGATIONS AND RESPONSIBILITIES Non -Delegation of Constitutional or Statutory Duties. This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be construed -20- OnCall Professional EnoineernoServices Contract as, authorizing the delegation oftheconotituonalor statutory duties ofthe COUNTY, except to the extent permitted by the Florida conaUtubon, state atatube, and naoa law. 9.25 NON -RELIANCE BY NON-PARTIES No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or odamcd to enforce any third -party claim or entitlement to or benefit of any aan/ica or program con&ynnp|cdad hereunder, and the CONSULTANT and the COUNTY agree that neither the CONSULTANT nor the COUNTY or any agent, officer, or employee ofeither shall have the authority to infornn, counoe|, or othemviee indicate that any particular individual or group of individua|s, entity or anddao, have entitlements or benefits under this Agreement separate and apart, inferior to, orsuperior to the community in general orfor the purposes contemplated in this Agreement. 9.26 ATTESTATIONS AND TRUTH UN NEGOTIATION CONSULTANT agrees to execute such documents as COUNTY may reasonably require' including a Public Entity C}h[De Statement, an Ethics Statement, and a Drug -Free Workplace Statement. Signature of this Agreement by CONSULTANT shall act as the execution of a truth in negotiation certificate stating that wage rates and other factual unit costs supporting the COOnpeO8atiOD pursuant to the Ag[8erO8Ot are aCCU[ade' CO[Op|eie' and CU[FeOt at the time Of contracting. The original contract price and any additions thereto shall be adjusted to exclude any significant eunne by which the agency determines the contract price was increased due to inaccurata, incornp|eta, or concurrent wage rates and other factual unit costs. All such adjustments must bemade within one year following the end ofthe Agreement. 9.27 NO PERSONAL LIABILITY Nocovenant oragreement contained herein shall bedeemed to beacovenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual caomnhv, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. 9.28 EXECUTION IN COUNTERPARTS This Agreement may be executed in any number of oounUyrparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. Beginning January 1. 2021. in accordance with F.G. 448'095. the Contractor and any subcontractor shall register with and shall utilize the U.S. Department of Homeland Security's E- Verify eye&*rn to verify the work authorization status of all new employees hired by the Contractor during the term ofthe Contract and shall expressly require any subcontractors performing work or providing services pursuant t0the Contract tOlikewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the subcontractor during the Contract term. Any subcontractor shall provide an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. The Contractor shall comply with and be subject 1Othe provisions of F.S.44B.O95 WE On Call Professional Enqineerinq Services Contract 9.30 FEDERAL CONTRACT REQUIREMENTS (The Federal contract provisions below will apply, as applicable, to federally funded projects). The Consultant(as also referred to below as Contractor) and its subconsultants (as also referred to below as subcontractor) must follow the provisions as set forth in 2 C.F.R. §200.326 Contract provisions and Appendix II to Part 200, as amended, including but not limited to: Davis -Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non -Federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. When applicable, the non -Federal entity/COUNTY must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non - Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti - Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. All prime contracts over $2,000 must include the following as set forth in 29 C.F.R. § 5.5(a)(1-(11). All applicable contractors must include these provision in full in any subcontracts. (a) Required contract clauses. The Agency head will cause or require the contracting officer to require the contracting officer to insert in full, or (for contracts covered by the Federal Acquisition Regulation (48 CFR chapter 1)) by reference, in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a public building or public work, or building or work financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the laws referenced by 5J , the following clauses (or any modifications thereof to meet the particular needs of the agency, Provided, That such modifications are first approved by the Department of Labor): (1) Minimum wages — (i) Wage rates and fringe benefits. All laborers and mechanics employed or working upon the site of the work (or otherwise working in construction or development of the project under a development statute), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the -22- On Call Professional Enqineerinq Services Contract Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of basic hourly wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. As provided in paraqraDhsdi and of this section the appropriate wage determinations are effective by operation of law even if they have not been attached to the contract. Contributions made or costs reasonably anticipated for bona fide fringe benefits under the Davis -Bacon Act (40 U.S.C. 3141 J24iB}) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics must be paid the appropriate wage rate and fringe benefits on the wage determination for the classification(s) of work actually performed, without regard to skill, except as provided in 2aragra2h a of this section. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under faaragrah a 1 iii of this section) and the Davis -Bacon poster (WH-1321) must be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii) Frequently recurring classifications. (A) In addition to wage and fringe benefit rates that have been determined to be prevailing under the procedures set forth in 29 CFB part 1, a wage determination may contain, pursuant to 1.3 L , wage and fringe benefit rates for classifications of laborers and mechanics for which conformance requests are regularly submitted pursuant to paragraph (a�(1�(iii} of this section, provided that: (1) The work performed by the classification is not performed by a classification in the wage determination for which a prevailing wage rate has been determined; (2) The classification is used in the area by the construction industry; and (3) The wage rate for the classification bears a reasonable relationship to the prevailing wage rates contained in the wage determination. (B) The Administrator will establish wage rates for such classifications in accordance with paragraph (a)(1J(iii}�A)131 of this section. Work performed in such a classification must be paid at no less than the wage and fringe benefit rate listed on the wage determination for such classification. (iii) Conformance. (A) The contracting officer must require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract be classified in conformance with the wage determination. Conformance of an additional classification and wage rate and fringe benefits is appropriate only when the following criteria have been met: -23- On Call Professional Enqineerinq Services Contract (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is used in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) The conformance process may not be used to split, subdivide, or otherwise avoid application of classifications listed in the wage determination. (C) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken will be sent by the contracting officer by email to QBAconformance cr�doi. ov. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer will, by email to QBAconfor ance@doi. gov, refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (E) The contracting officer must promptly notify the contractor of the action taken by the Wage and Hour Division under paragraphs �a)(1)Liii)LC) and D of this section. The contractor must furnish a written copy of such determination to each affected worker or it must be posted as a part of the wage determination. The wage rate (including fringe benefits where appropriate) determined pursuant to pare raph (a)f1)(ii)(C) or D of this section must be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iv) Fringe benefits not expressed as an hourly rate. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor may either pay the benefit as stated in the wage determination or may pay another bona fide fringe benefit or an hourly cash equivalent thereof. (v) Unfunded plans. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, in accordance with the criteria set forth in .3, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. -24- On Call Professional Enqineerinq Services Contract (vi) Interest. In the event of a failure to pay all or part of the wages required by the contract, the contractor will be required to pay interest on any underpayment of wages. (2) Withholding — (i) Withholding requirements. The [write in name of Federal agency or the recipient of Federal assistance] may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for the full amount of wages and monetary relief, including interest, required by the clauses set forth in paragraph (a} of this section for violations of this contract, or to satisfy any such liabilities required by any other Federal contract, or federally assisted contract subject to Davis -Bacon labor standards, that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract that is subject to Davis - Bacon labor standards requirements and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. In the event of a contractor's failure to pay any laborer or mechanic, including any apprentice or helper working on the site of the work (or otherwise working in construction or development of the project under a development statute) all or part of the wages required by the contract, or upon the contractor's failure to submit the required records as discussed in paragraph CaJ(3)(ivJ of this section, the [Agency] may on its own initiative and after written notice to the contractor, sponsor, applicant, owner, or other entity, as the case may be, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph �aI(27(i) or LtIQ1 Q of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court -appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D) A contractor's assignee(s); (E) A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 1-3907. (3) Records and certified payrolls — (i) Basic record requirements — (A) Length of record retention. All regular payrolls and other basic records must be maintained by the contractor and any subcontractor during the course of the work -25- On Call Professional Enqineerinq Services Contract and preserved for all laborers and mechanics working at the site of the work (or otherwise working in construction or development of the project under a development statute) for a period of at least 3 years after all the work on the prime contract is completed. (B) Information required. Such records must contain the name; Social Security number; last known address, telephone number, and email address of each such worker; each worker's correct classification(s) of work actually performed; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 40 U.S.C. 3141(2J(B) of the Davis -Bacon Act); daily and weekly number of hours actually worked in total and on each covered contract; deductions made; and actual wages paid. (C) Additional records relating to fringe benefits. Whenever the Secretary of Labor has found under paragraph a 1 �_I of this section that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in 40 US.C. 314119B of the Davis -Bacon Act, the contractor must maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. (D) Additional records relating to apprenticeship. Contractors with apprentices working under approved programs must maintain written evidence of the registration of apprenticeship programs, the registration of the apprentices, and the ratios and wage rates prescribed in the applicable programs. (ii) Certified payroll requirements — (A) Frequency and method of submission. The contractor or subcontractor must submit weekly, for each week in which any DBA- or Related Acts -covered work is performed, certified payrolls to the [write in name of appropriate Federal agency] if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the certified payrolls to the applicant, sponsor, owner, or other entity, as the case may be, that maintains such records, for transmission to the [write in name of agency]. The prime contractor is responsible for the submission of all certified payrolls by all subcontractors. A contracting agency or prime contractor may permit or require contractors to submit certified payrolls through an electronic system, as long as the electronic system requires a legally valid electronic signature; the system allows the contractor, the contracting agency, and the Department of Labor to access the certified payrolls upon request for at least 3 years after the work on the prime contract has been completed; and the contracting agency or prime contractor permits other methods of submission in situations where the contractor is unable or limited in its ability to use or access the electronic system. (B) Information required. The certified payrolls submitted must set out accurately and completely all of the information required to be maintained under 2gLqgraph a 3 LiLBJ of this section, except that full Social Security numbers and last known addresses, telephone numbers, and email addresses must not be included on weekly transmittals. Instead, the certified payrolls need only include an individually identifying number for each worker (e.g., the last four digits of the worker's Social Security number). The required weekly certified payroll information may be W421 On Call Professional Enqineerinq Services Contract submitted using Optional Form WH-347 or in any other format desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division website at s/W[Y347Zt2 or its successor website. It is not a violation of this section for a prime contractor to require a subcontractor to provide full Social Security numbers and last known addresses, telephone numbers, and email addresses to the prime contractor for its own records, without weekly submission by the subcontractor to the sponsoring government agency (or the applicant, sponsor, owner, or other entity, as the case may be, that maintains such records). (C) Statement of Compliance. Each certified payroll submitted must be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor, or the contractor's or subcontractor's agent who pays or supervises the payment of the persons working on the contract, and must certify the following: (1) That the certified payroll for the payroll period contains the information required to be provided under paragraph a 3 ii of this section, the appropriate information and basic records are being maintained under paragraph a 3 of this section, and such information and records are correct and complete; (2) That each laborer or mechanic (including each helper and apprentice) working on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFf Bart 3; and (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification(s) of work actually performed, as specified in the applicable wage determination incorporated into the contract. (D) Use of Optional Form WN-347. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 will satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)Ci)(C) of this section. (E) Signature. The signature by the contractor, subcontractor, or the contractor's or subcontractor's agent must be an original handwritten signature or a legally valid electronic signature. (F) Falsification. The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under 13 U.S.C. 1001 and 31 U&C. 3729. (G) Length of certified payroll retention. The contractor or subcontractor must preserve all certified payrolls during the course of the work and for a period of 3 years after all the work on the prime contract is completed. (iii) Contracts, subcontracts, and related documents. The contractor or subcontractor must maintain this contract or subcontract and related documents including, without limitation, bids, proposals, amendments, modifications, and extensions. The contractor or subcontractor must preserve these contracts, subcontracts, and related documents during the course of the work and for a period of 3 years after all the work on the prime contract is completed. -27- On Call Professional Enqineerinq Services Contract (iv) Required disclosures and access (A) Required record disclosures and access to workers. The contractor or subcontractor must make the records required under paragraphs Jal3)(i) through iii of this section, and any other documents that the [write the name of the agency] or the Department of Labor deems necessary to determine compliance with the labor standards provisions of any of the applicable statutes referenced by m1, available for inspection, copying, or transcription by authorized representatives of the [write the name of the agency] or the Department of Labor, and must permit such representatives to interview workers during working hours on the job. (B) Sanctions for non-compliance with records and worker access requirements. If the contractor or subcontractor fails to submit the required records or to make them available, or refuses to permit worker interviews during working hours on the job, the Federal agency may, after written notice to the contractor, sponsor, applicant, owner, or other entity, as the case may be, that maintains such records or that employs such workers, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available, or to permit worker interviews during working hours on the job, may be grounds for debarment action pursuant to i. 22. In addition, any contractor or other person that fails to submit the required records or make those records available to WHD within the time WHD requests that the records be produced will be precluded from introducing as evidence in an administrative proceeding under 2 CFR part 6 any of the required records that were not provided or made available to WHD. WHD will take into consideration a reasonable request from the contractor or person for an extension of the time for submission of records. WHD will determine the reasonableness of the request and may consider, among other things, the location of the records and the volume of production. (C) Required information disclosures. Contractors and subcontractors must maintain the full Social Security number and last known address, telephone number, and email address of each covered worker, and must provide them upon request to the [write in name of appropriate Federal agency] if the agency is a party to the contract, or to the Wage and Hour Division of the Department of Labor. If the Federal agency is not such a party to the contract, the contractor, subcontractor, or both, must, upon request, provide the full Social Security number and last known address, telephone number, and email address of each covered worker to the applicant, sponsor, owner, or other entity, as the case may be, that maintains such records, for transmission to the [write in name of agency], the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or other compliance action. (4) Apprentices and equal employment opportunity— (i) Apprentices (A) Rate of pay. Apprentices will be permitted to work at less than the predetermined rate for the work they perform when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship (OA), or with a State Apprenticeship Agency recognized by the OA. A person who is not individually registered in the program, but who has been certified by the OA or a State Apprenticeship Agency (where appropriate) to be -28- On Call Professional Enqineerinq Services Contract eligible for probationary employment as an apprentice, will be permitted to work at less than the predetermined rate for the work they perform in the first 90 days of probationary employment as an apprentice in such a program. In the event the OA or a State Apprenticeship Agency recognized by the OA withdraws approval of an apprenticeship program, the contractor will no longer be permitted to use apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (B) Fringe benefits. Apprentices must be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringe benefits must be paid in accordance with that determination. (C) Apprenticeship ratio. The allowable ratio of apprentices to journeyworkers on the job site in any craft classification must not be greater than the ratio permitted to the contractor as to the entire work force under the registered program or the ratio applicable to the locality of the project pursuant to paragraph a 4 i D of this section. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated in paragra h ( )�4i(iEA of this section, must be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under this section must be paid not less than the applicable wage rate on the wage determination for the work actually performed. (D) Reciprocity of ratios and wage rates. Where a contractor is performing construction on a project in a locality other than the locality in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyworker's hourly rate) applicable within the locality in which the construction is being performed must be observed. If there is no applicable ratio or wage rate for the locality of the project, the ratio and wage rate specified in the contractor's registered program must be observed. (ii) Equal employment opportunity. The use of apprentices and journeyworkers under this part must be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFB part 30. (5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses contained in paragraphs {a)L1) through 11 of this section, along with the applicable wage determination(s) and such other clauses or contract modifications as the [write in the name of the Federal agency] may by appropriate instructions require, and a clause requiring the subcontractors to include these clauses and wage determination(s) in any lower tier subcontracts. The prime contractor is responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this section. In the event of any violations of these clauses, the prime contractor and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower -tier subcontractors, and may be subject to debarment, as appropriate. -29- On Call Professional Enqineerinq Services Contract (7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 1 and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility. (i) By entering into this contract, the contractor certifies that neither it nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of 40 U.S.C. 3144 or 2fa (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of 40 U.S.C. 3144LJ or 012�q. (iii) The penalty for making false statements is prescribed in the U.S. Code, Title 18 Crimes and Criminal Procedure, 18 U.S.C. 1001. (11) Anti -retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the DBA, Related Acts, this part, or 29 CFR part 1 or 3; (ii) Filing any complaint, initiating or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under the DBA, Related Acts, this part, or 29 CFR part 1 or 3; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under the DBA, Related Acts, this part, or 29 CFR part 1 or 3; or (iv) Informing any other person about their rights under the DBA, Related Acts, this part, or 29 CFR part 1 or 3. (b) Contract Work Hours and Safety Standards Act (CWHSSA). The Agency Head must cause or require the contracting officer to insert the following clauses set forth in p r gf _(b)(1J through L51 of this section in full, or (for contracts covered by the Federal Acquisition Regulation) by reference, in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses must be inserted in addition to the clauses required by Sara rajah (a) of this section or 29 CFR 4.6. As used in this aara ra hob), the terms "laborers and mechanics" include watchpersons and guards. -3 0- On Call Professional Enqineerinq Services Contract (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in pare raph (J(1� of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchpersons and guards, employed in violation of the clause set forth in paragra2h b 1 of this section, in the sum of $33 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1). (3) Withholding for unpaid wages and liquidated damages — (i) Withholding process. The [write in the name of the Federal agency or the recipient of Federal assistance] may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this paragraph (b7 on this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph �aI(7(i} or LtIQ1 Q of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court -appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D) A contractor's assignee(s); we On Call Professional Enqineerinq Services Contract (E) A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.&C, 3901- 07. (4) Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in Para raphs (b (1 l through of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (5). In the event of any violations of these clauses, the prime contractor and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower -tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. (5) Anti -retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; (ii) Filing any complaint, initiating or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CWHSSA or this part. (c) CWHSSA required records clause. In addition to the clauses contained in paragraph Lbj of this section, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other laws referenced by L5.J, the Agency Head must cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor must maintain regular payrolls and other basic records during the course of the work and must preserve them for a period of 3 years after all the work on the prime contract is completed for all laborers and mechanics, including guards and watchpersons, working on the contract. Such records must contain the name; last known address, telephone number, and email address; and social security number of each such worker; each worker's correct classification(s) of work actually performed; hourly rates of wages paid; daily and weekly number of hours actually worked; deductions made; and actual wages paid. Further, the Agency Head must cause or require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph must be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the (write the name of agency) and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview workers during working hours on the job. (d) Incorporation of contract clauses and wage determinations by reference. Although agencies are required to insert the contract clauses set forth in this section, along with appropriate wage determinations, in full into covered contracts, and contractors -32- On Call Professional Enqineerinq Services Contract and subcontractors are required to insert them in any lower -tier subcontracts, the incorporation by reference of the required contract clauses and appropriate wage determinations will be given the same force and effect as if they were inserted in full text. (e) Incorporation by operation of law. The contract clauses set forth in this section (or their equivalent under the Federal Acquisition Regulation), along with the correct wage determinations, will be considered to be a part of every prime contract required by the applicable statutes referenced by 5.1 to include such clauses, and will be effective by operation of law, whether or not they are included or incorporated by reference into such contract, unless the Administrator grants a variance, tolerance, or exemption from the application of this paragraph. Where the clauses and applicable wage determinations are effective by operation of law under this paragraph, the prime contractor must be compensated for any resulting increase in wages in accordance with applicable law. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, which includes all FEMA grant and cooperative agreement programs, all contracts awarded by the COUNTY in excess of $100,000 that involve the employment of mechanics or laborers must comply with 40 U.S.C.§§ 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. §3702 of the Act, each contractor must compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph 29 C.F.R. § 5.5(b)(1) the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchpersons and guards, employed in violation of the clause set forth in paragraph 29 C.F.R. § 5.5 (b)(1), in the sum of $32 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph29 C.F.R. § 5.5 (b)(1). (3) Withholding for unpaid wages and liquidated damages. (i) Withholding Process. The recipient or subrecipients may upon its own action, or must upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liability of the prime contractor or any subcontractors for any unpaid wages, -33- On Call Professional Enqineerinq Services Contract monetary relief, including interest; and liquidated damages required by the clauses set forth in this paragraph (b) on this contract, any other federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph (a)(2)(i) or (b)(3)(i) of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court -appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D) A contractor's assignee(s); (E) A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901-3907., (4) Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraph 29 C.F.R. § 5.5 (b)(1) through (5) and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 29 C.F.R. § 5.5 (b)(1) through (5). In the event of any violations of these clauses, the prime contractor, and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower -tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. (5) Anti -retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; (ii) Filing any complaint, initiating, or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CWHSSA or this part. Further Compliance with the Contract Work Hours and Safety Standards Act. (1) The contractor or subcontractor must maintain regular payrolls and other basic records during the course of the work and must preserve them for a period of three years after all the work on the prime contract is completed for all laborers and mechanics, including guards and watchpersons, working on the contract. Such records must contain the name; last known address, telephone number, and email -34- On Call Professional Enqineerinq Services Contract address; and social security number of each such worker; each worker's correct classification(s) of work performed; hourly rates of wages paid; daily and weekly number of hours actually worked; deductions made; and actual wages paid. (2) Records to be maintained under this provision must be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview workers during working hours on the job. Clean Air Act. The CONSULTANT agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. The CONSULTANT agrees to report each violation to the COUNTY and understands and agrees that the COUNTY will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. The CONSULTANT agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with federal assistance provided by FEMA or other Federal Awarding Agency. Federal Water Pollution Control Act The CONSULTANT agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. § 1251 et seq. The CONSULTANT agrees to report each violation to the COUNTY and understands and agrees that the COUNTY will, in turn, report each violation as required to assure notification to the (FDEM or other pass -through entity, if applicable), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. The CONSULTANT agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with federal assistance provided by FEMA or other Federal Awarding Agency. Suspension and Debarment This contract is a covered transaction for purposes of 2 C.F.R. Part 180 and 2 C.F.R. Part 3000. As such, the CONSULTANT is required to verify that none of the CONSULTANT's principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). The CONSULTANT must comply with 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters. -3 5- On Call Professional Enqineerinq Services Contract This certification is a material representation of fact relied upon by COUNTY. If it is later determined that the CONSULTANT did not comply with 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part 3000, subpart C, in addition to remedies available to COUNTY, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Byrd Anti -Lobbying Amendment, as amended, 31 U.S.C. § 1352. CONSULTANTs who apply or bid for an award of more than $100,000 shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certifications) to the federal agency. Procurement of Recovered Materials In the performance of this contract, the CONSULTANT shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired — a) Competitively within a timeframe providing for compliance with the contract performance schedule; b) Meeting contract performance requirements; or c) At a reasonable price. Information about this requirement, along with the list of EPA -designated items, is available at Comprehensive Procurement Guideline (CPG) Program I US EPA. The CONSULTANT also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. The Contactor should, to the greatest extent practicable and consistent with the law, purchase, acquire, or use products and services that can be reused, refurbished, or recycled; contain recycled content, are biobased, or are energy and water efficient; and are sustainable. Prohibition on Contracting for Covered Telecommunications Equipment or Services (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services and/or as applicable as set forth in FAR 52.204-25 !EOM On Call Professional Enqineerinq Services Contract which provide Definitions. As used in this clause— Backhaul means intermediate links between the core network, or backbone network, and the small subnetworks at the edge of the network (e.g., connecting cell phones/towers to the core telephone network). Backhaul can be wireless (e.g., microwave) or wired (e.g., fiber optic, coaxial cable, Ethernet). Covered foreign country means The People's Republic of China. Covered telecommunications equipment or services means— (1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); (2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); (3) Telecommunications or video surveillance services provided by such entities or using such equipment; or (4) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. Critical technology means— (1) Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations; (2) Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled- (i) Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or (ii) For reasons relating to regional stability or surreptitious listening; (3) Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities); (4) Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material); (5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or -3 7- On Call Professional Enqineerinq Services Contract (6) Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (...:..S.n.:.n...„'1.). Interconnection arrangements means arrangements governing the physical connection of two or more networks to allow the use of another's network to hand off traffic where it is ultimately delivered (e.g., connection of a customer of telephone provider A to a customer of telephone company B) or sharing data and other information resources. Reasonable inquiry means an inquiry designed to uncover any information in the entity's possession about the identity of the producer or provider of covered telecommunications equipment or services used by the entity that excludes the need to include an internal or third -party audit. Roaming means cellular communications services (e.g., voice, video, data) received from a visited network when unable to connect to the facilities of the home network either because signal coverage is too weak or because traffic is too high. Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service. (b) Prohibitions. 1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. 2) Unless an exception in paragraph (c) of this clause applies, the CONSULTANT and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; ii. Enter, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; iii. Enter, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or iv. Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. 1) This clause does not prohibit CONSULTANTS from providing- -3 8- On Call Professional Enqineerinq Services Contract A service that connects to the facilities of a third -party, such as backhaul, roaming, or interconnection arrangements; or ii. Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. 2) By necessary implication and regulation, the prohibitions also do not apply to: i. Covered telecommunications equipment or services that: a. Are not used as a substantial or essential component of any system; and b. Are not used as critical technology of any system. ii. Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. d) Reporting requirement. 1) In the event the CONSULTANT identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the CONSULTANT is notified of such by a subcontractor at any tier or by any other source, the CONSULTANT shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. 2) The CONSULTANT shall report the following information pursuant to paragraph (d)(1) of this clause: Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. ii. Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the CONSULTANT shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The CONSULTANT shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments. Domestic Preference for Procurements The CONSULTANT should, to the great extent practicable and consistent with the law, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes but is not limited to iron, aluminum, steel, cement, and other manufactured products. -3 4- On Call Professional Enqineerinq Services Contract Produced in the United States means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Build America, Buy America Act (BABAA). Contractors and their subcontractors who apply or bid for an award for an infrastructure project subject to the domestic preference requirement in the Build America, Buy America Act shall file the required certification to COUNTY with each bid or offer for an infrastructure project, unless a domestic preference requirement is waived by FEMA or other Federal Awarding Agency. Contractors and subcontractors certify that no federal financial assistance funding for infrastructure projects will be provided unless all the iron, steel, manufactured projects, and construction materials used in the project are produced in the United States. BABAA, Pub. L. No. 117-58, §§ 70901-52. Contractors and subcontractors shall also disclose any use of federal financial assistance for infrastructure projects that does not ensure compliance with BABAA domestic preference requirements. Such disclosures shall be forwarded to the recipient who, in turn, will forward the disclosures to FEMA, the federal agency; subrecipients will forward disclosures to the passthrough entity, who will, in turn, forward the disclosures to FEMA or other Federal Awarding Agency. For FEMA financial assistance programs or other federally funded programs subject to BABAA, contractors and subcontractors must sign and submit the BABAA certification to the next tier (e.g., subcontractors submit to the contractor; contractors submit to the County) each bid or offer for an infrastructure project that has not been waived by a BABAA waiver. Energy Efficiency- CONSULTANT will comply with the Energy Policy and Conservation Act (P.L. 94-163; 42 U.S.C. 6201-6422) and with all mandatory standards and policies relating to energy efficiency and the provisions of the state Energy Conservation Plan adopted pursuant FEMA Recommended Contract Provisions (The following will apply to any FEMA federally funded projects): Upon the recommendation of FEMA, the Contract Provisions apply when any funding is awarded by FEMA for services under this Agreement. Access to Records The CONSULTANT agrees to provide COUNTY, Florida Department of Emergency Management or other pass -through entity, if applicable, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the CONSULTANT which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. The CONSULTANT agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. The CONSULTANT agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. ISO OnCall Professional EnoineernoServices Contract For Contracts Entered into After August 1, 2017, Under a Mamor Disaster or Emerg-ency Declaration |ncompliance with section 1225ofthe Disaster Recovery Reform Act of2O18.the COUNTY and the CONSULTANT acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator orthe Comptroller General of the United States. Changes Tobeallowable under aFEyNAgrant or cooperative agreement award, the cost ofany contract dlanga, modhication, amendment, addendum, change ordar, or constructive change must be necessary, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope ofwork, and otherwise allowable. Any changes to this Agreement must be approved in writing by written Amendment signed by both parties. DHS Seal, Logo, and Flags COUNTY must obtain written permission from O||S prior to using the DNS seals' logos, crests, or reproductions of flags, or likenesses Of []FfS agency officials. This includes use of []HScomponent (e.g.' FEK8A. CIG/\` etc.) seals, logos, crests, or reproductions of flags, or likenesses Ofcomponent officials Compliance with Federal Law, Regulations, and Executive Orders and Acknowledgement of Federal Funding This is an acknowledgment that FEMA financial assistance will be used to fund all or a portion of the contract. The CONSULTANT will comply with all applicable federal |avv, regulations, executive orders, FEK8ApoUioiea. procedures and directive. No Obligation by Federal Government The Federal Government ionot oparty tothis contract and isnot subject toany obligations or liabilities to the CC]UNTY. C[)N8ULTANT, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts The CONSULTANT acknowledges that 31 U.S'C.Chap. 38(Administrative Remedies for False Claims and Statements) applies tothe CC)NGULTANT'o actions pertaining to this contract. Socioeconomic Contractinci The CONSULTANT is encouraged to take all necessary steps identified in 2 C.F.R. § 200.321 (b)(1)(5) to ensure small businesses, minority businesses, women's business enterprises, veteran owned businesses, and labor surplus area firms are considered when possible. Copyright -License and Delivery of Works Sub*ect to Copyright. The CONSULTANT grants tothe COUNTY, apaid-up, '0oOeXclugive' irrevocable, worldwide license iDdata first produced i0the performance of this contract k3 reproduce, pVbUsh, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the IME On Call Professional Enqineerinq Services Contract identify such data and grant to the COUNTY or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the CONSULTANT will deliver to the (insert name of the recipient or subrecipient) data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by the COUNTY. Build America, Buy America Act (BABAA) for Architectural and/or Engineering Contracts Build America, Buv America Act Preference. CONSULTANTs and subcontractors agree to incorporate the Buy America Preference into planning and design when providing architectural and/or engineering professional services for infrastructure projects. Consistent with the Build America, Buy America Act (BABAA) Pub. L. 11758 §§ 70901-52, no federal financial assistance funding for infrastructure projects will be used unless all the iron, steel, manufactured projects, and construction materials used in the project are produced in the United States Providing Good, Safe Jobs to Workers Creating Good Jobs. Pursuant to FEMA Information Bulletin No. 520, the CONSULTANT will comply with all applicable federal labor and employment laws. To maximize cost efficiency and quality of work, the CONSULTANT commits to strong labor standards and protections for the project workforce by creating an effective plan for ensuring high -quality jobs and complying with federal labor and employment laws. The CONSULTANT acknowledges applicable minimum wage, overtime, prevailing wage, and health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate and to the greatest extent practicable. Buy Clean COUNTY encourages the use of environmentally friendly construction practices in the performance of this Agreement. In particular, COUNTY encourages that the performance of this agreement include considering the use of low -carbon materials which have substantially lower levels of embodied greenhouse -gas emissions associated with all relevant stages of production, use, and disposal, as compared to estimated industry averages of similar materials or products as demonstrated by their environmental product declaration Florida Department of Emergency Managrement (FDEM or Division) Requirements. If funded by FDEM, the CONSULTANT is bound by any terms and conditions of the Federally - funded subaward and Grant Agreement between County and the Florida Division of Emergency Management (Division). The CONSULTANT shall hold the Division and COUNTY harmless against all claims of whatever nature arising out of the CONSULTANT's performance of work under this Agreement, to the extent allowed and required by law. -42- On Call Professional Enqineerinq Services Contract ATTACHMENT A CONSULTANT RATES INAM �w�j T �p (� '� E�, A 1AF. � 9� S �h.1� �u� I� n "rAi4 II E S KISINGER CAMPO & ASSOCIATES, CORP. MONROE COUNTY On -Call Professional Engineering Services 2026 Contract BILLING RATES CLASSIFICATIONS BILLING RATES" PROJECT MANAGER $339.00 CHIEF ENGINEER $383.00 SENIOR ENGINEER $305.00 SENIOR PROJECTENGINEER $268.00 PROJECT E:NGINVER $218.00 ENGINEER $199.00 ENGINEERING INTERN $161.00 SENIOR DESIGNER. $215.00 DESIGNER $179.00 UTILITY COORDINATOR $135.00 SENIOR ENGINEERING TECF[NIC. CAN $135.00 ENGINEERING TECHNICIAN $128.00 CHIEF PLANNER $367.00 CIIIEF SCIENTIST' $316.00 SENIOR SCIENTIST' $231.00 SENIOR ENVIRONMENTAL SPECIALIST $210.00 ENVIRONMENTAL SPEC'. IALIST $109.00 SCIENTIST $106.00 GIs SPECIALIST $191.00 GRAPHIC DESIGNER $140.00 C'.ERT[FIED BRIDGE INSPECTOR $169.00 BRIDGE INSPECT'ORR ECHNIC[AN $118.00 SECRETARY / CLERICAL $110.00 CEI- SENIOR PROJECT ENGINEER $299.00 CEI - PROJECT A11M[NTST'RVVOR $214.110 CEI- CONTRACT SUPPORT SPECI%HSI' F S139.00 CEI- iENIOR INSPECTOR $127.00 CEI - INSPECTOR $102.00 'NOTE: 1FC CM and fi_E [ f-c. Espcn sc emt included. 1 BIILnp Ra[ [fcc[ive fo the 4-N— —trnet term and I -rear reneFraL. if time ester -ion option is .,reined. On Call Professional Enqineerinq Services Contract ATTACHMENT B COUNTYFORMS -45- P4roirriroe Cc,,ffulrty,, I Continuing Contracts for On -Call Professional Engineering Services I RFQ-606 RFQ for On Call Professional Engineering Services SECTION THREE: RESPONSE FORMS RESPONSE FORM RESPOND TO: MONROE COUNTY BOARD OF COUNTY COMMISSIONERS c/o PURCHASING DEPARTMENT GATO BUILDING, ROOM 2-213 1100 SIMONTON STREET KEY WEST, FLORIDA 33040 acknowledge receipt of Addenda No.(s) _1, 2, 3 and 4 I have included: a The Submission Response Form ✓ • Lobbying and Conflict of Interest Clause ✓ o Non -Collusion Affidavit ✓ o Drug Free Workplace Form ✓ o Affidavit Attesting to Noncoercive Conduct for Labor or Services o Vendor Certification Regarding Scrutinized Companies List ✓ o Minority Owned Business Declaration ✓ o Respondent's Insurance and Indemnification Statement ✓ o Insurance Agent's Statement ✓ o Public Entity Crime Statement o Certification Regarding Lobbying (44 C.F.R. Part 18 Appendix) ! In addition, I have included a current copy of the following professional and occupational licenses: State of Florida Board of Professional Engineers firm license and Corporate Charter for all firms on Team Mailing Address: 201 N. Franklin Street, Suite 900 Telephone: 813.871.5331 Tampa, FL 602 Fax: 813.871.5135 Signed: Guillermo Madriz, PE (Name) Vice President/Director of Corporate Operations (Title) -58- Date:. Witness:(Sea ) EMS l� Mawy rvn�- lI/u/ava� EMILY MANGIONE Notary Public State of Florida Comm# HH582924 Expires 8/14/2028 l l lllh lllllll rwlll lilt f JIW�II050 6 Z `4oii riroe Cc,,ffuiirty,, I Continuing Contracts for On -Call Professional Engineering Services I RFO-606 RFQ for On Call Professional Engineering Services . . . .. . . ..... . .... . ..... . . . ............ _ --------- 01 1.1 1W I Z RIM L1 I 9XV01 011a IN I" MONROE COUNTY, FLORIDA ETHICS CLAUSE 11 — warrants that he/it has not employed, retained or otherwise had act on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full arnount of any fee, commission, percentage, gift, or risideration paid to the former County officer or employee". r A 4-, (Si. natul,re), Date:__ STATE OF: Florida was X041Ir . . Subscribed and sworn to (or affirmed) before me, by means of dphysical presence or El online notarization, on jl/q/a025 I/ (date) by &'Illzeyna M-)(;?- (name of affiant). He/She /She is personally known to me or has produced identification. (type of identification) as 4, EMILY MANGIONE NOTARY PUBr Notary Public State of Florida Comm# H14 My commission expires: H5829 Expires 8114/2028 -59- CAIRI50 ool 6-3 P4oiiriro Cc,'ffuir'rty,, I Continuing Contracts for On -Call Professional Engineering Services I RFQ-606 RFQ for On Call Professional Engineering Services i ► f �]ltl��t�7_l�/Fir Guillermo Madriz, PE of the city of Tampa according to law on my oath, and under penalty of perjury, depose and say that: 1. I am Vice President/Director of Corporate Operations of the firm of Kisinger Campo & Associates, Corp. the bidder making the Proposal for the project described in the Notice of Request for Competitive Solicitations for: Continuing Contracts for On -Call Professional Engineering Services and that I executed the said proposal with full authority to do so: 2. the prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3. unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and 4. no attempt has been made or will be made b the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; 5. the scat ments contained in this affidavit are true and correct, and made with full knowle a that Monroe County relies upon the truth of the statements contained in this hdavit i awarding contracts for said project.. r 11 ZOZS (Sign °ture of Respondent) (Date) STATE OF: Florida COUNTY OF: Hillsborough Subscribed and sworn to (or affirmed) before me, by means of E physical presence or ❑ online notarization, on Il /q/)o;�' (date) by 51A servio N1a�f'`a (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. EMILY MANGIONE Notary Public NOTARY PUBLIC state of Florida vlow_ Comm#HH582914 My Commission Expires: Expires 8/14/2028 on 1 , l lllh lllllll rtlll 11 CAIM050 6-4 `44oiiriroe Cc,,ffuiirty,, I Continuing Contracts for On -Call Professional Engineering Services I RFQ-606 RFQ for On Call Professional Engineerina Services AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES Entity/Vendor Name: Kisinger Campo & Associates, Corp. Vendor FEIN: _59-1677145 _ _ Guillermo Madriz, PE, Vice President/Director of Vendor's Authorized Representative: Corporate Operations (Name and Title) Address: 201 N. City: _Tampa Phone Number: Email Address: Franklin Street, Suite 900 State: FL _813_871.5331 marketing(d)kcaeng.com Zip: 33602 As a nongovernmental entity executing, renewing, or extending a contract with a government entity, Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor does not use coercion for labor or services in accordance with Section 787.06, Florida Statutes. As defined in Section 787.06(2)(a), coercion means: 1. Using or threating to use physical force against any person; 2. Restraining, isolating, or confining or threatening to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or service are not respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or purported government identification document, of any person; 5. Causing or threating to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit; or 7. Providing a controlled substance as outlined in Schedule I or Schedule II of Section 893.03 to any person for the purpose of exploitation of that person. As a person authorized to sign on behalf of Vendor, I certify under penalties of perjury that Vendor does not use coercion for labor or services in accordance with Section 787.06. Additionally, Vendor has reviewed Section 787.06, Florida Statutes, and agrees to abide by same. Certified Bv: Guillermo Madriz, PE , who is authorized to sign on behlf of the above referenced company. Authorized Signature: '.. " J'� Print Name: Guillermo Madriz, PE Title:_ Vice PresidentDiirector of Corporate Operations �yrw"'��� ia, VGIIIh IIIIIII Qwlll III C MPO 6-6 P4oiirir ae Cc,,ffuiirty,, I Continuing Contracts for On -Call Professional Engineering Services I RFQ-606 RFQ for On Call Professional Engineerinq Services VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Project Description(s):_ Continuing Contracts for On -Call Professional Engineering Services Respondent Vendor Name: Kisinger Campo & Associates, Corp. Vendor FEIN. 59-1677145 Guillermo Madriz, PE, Vice President/ Vendor's Authorized Representative Name and Title. Director of Corporate Operations Address: 201 N. Franklin Street, Suite 900 City: Ta State: FL Phone Number: 813.871.5331 Email Address: marketinq(a-�kcaenq.com Zip: 33602 Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel Last, created pursuant to Section 215.472.5, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of $1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to s. 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the Section entitled "Respondent Vendor- Name" is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of $1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged iii business operations in Cuba or Syria. I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the County may be terminated, at the option of the County, if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria. Certified By: Guillermo Madriz, PE _ who is authorized to sign on behalf of the above referenced company. j Authorized Signature:_ Print Name: Guillermo Madriz, PE Title: Vice President/Director of Corporate Operations Note: The List are available at the following Department of Management Services Site: krtp//wwwdrr.g v_ rrc[eermrlrNfcauraair sn/c s vrct cl s spende c:1 discrnminatolr cram laints vendor lists �y/w""'� ia, VGIIIL IIIIIIIItwlll IIP t MPO 6-7 P4oiiriroe Cc,,ffuiirty,, I Continuing Contracts for On -Call Professional Engineering Services I RFQ-606 RFQ for On Call Professional Engineering Services v Minority Owned Business Declaration Kisinger Campo & Associates, Corp. , a sub -contractor engaged by Monroe County during the completion of work associated with the below indicated project (Check one) zi is a minority business enterprise, as defined in Section 288.703, Florida Statutes V, is not a minority business enterprise, as defined in Section 288.703, Florida Statutes. F.5. 288.703(3) "Minority business enterprise" means any small business concern as defined in subsection (6)(see below) which is organised to engage in commercial transactions, which is domiciled in Florida, and which is at least 5 1 -percent-owned by minority persons who are members of an insular group that is of a particular racial, ethnic, or gender makeup or national origin, which has been subjected historically to disparate treatment due to identification in and with that group resulting in an underrepresentation of commercial enterprises under the group's control, and whose management and daily operations are controlled by such persons. A minority business enterprise may primarily involve the practice of a profession. Ownership by a minority person does not include ownership which is the result of a transfer from a nonminority person to a minority person within a related immediate family group if the combined total net asset value of all members of such family group exceeds $1 million. For purposes of this subsection, the tern "related immediate family group" means one or more children under 16 years of age and a parent of such children or the spouse of such parent residing in the same house or living unit. F.S 288.703(6) "Small business" means an independently owned and operated business concern that employs 200 or fewer permanent full-time employees and that, together with its affiliates, has a net worth of not more than $5 million or any firm based in this state which has a Small Business Administration 8(a) certification. As applicable to sole proprietorships, the $5 million net worth requirement shall include both personal and business investments. Contractor may refer to F.S. 288.703 for more information. r Contractor Signature Date: 11/4/2025 PrintName:Guillermo Madriz, PE Title: Vice President/Director of Corporate Operations Address: 201 N. Franklin Street, Suite 900 City/State/Zip Tampa, FL 33602 For Monroe County Verification: Title/ OMB Department:_ Verified via: httas://osd.dms.myflorida.com/directories �y/w"M, ia, VGIIIL IIIIIII twill III t AI' II O 6_8 P4oiiriroe Cc,,ffuiirty,, I Continuing Contracts for On -Call Professional Engineering Services I RFQ-606 RFQ for On Call Professional Engineering Services Respondent's Insurance and Indemnification Statement Insurance Requirement Worker's Compensation Employer's Liability General Liability Vehicle Liability Professional Liability Required Limits Statutory Limits $1,000,000/$1,000,000/$1,000,000 $1,000,000 Combined Single Limit $1,000,000 Combined Single Limit per Occurrence/$1,000,000 Aggregate $1,000,000 per occurrence $2,000,000 aggregate IDEMNIFICATION AND HOLD HARMLESS FOR CONSULTANTS AND SUBCONSULTANTS The CONSULTANT covenants and agrees to indemnify and hold harmless COUNTY/Monroe County and Monroe County Board of County Commissioners, its officers and employees from liabilities, damages, losses, and costs, including but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the CONSULTANT, subcontractor(s) and other persons employed or utilized by the CONSULTANT in the performance of the contract. In the event the completion of the project (to include the work of others) is delayed or suspended as a result of the CONSULTANT's failure to purchase or maintain the required insurance, the CONSULTANT shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the COUNTY by virtue of any deficiency or ambiguity in the plans and specifications to the extent caused by the negligence, rechlessness, or intentially wrongful conduct of the CONSULTANT, the CONSULTANT agrees and warrants that CONSULTANT shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. This indemnification shall survive the expiration or earlier termination of the Agreement. 4-9101111 INNIATINIMOTTAN• To the extent provided by law, CONSULTANT shall indemnify, defend, and hold harmless the COUNTY and the State of Florida, Department of Transportation, -65- �y/w""'� ia, VGIIIL IIIIIII �wlll IIF C AllMPO 6_9 P4oiiriroe Cc,,ffuiirty,, I Continuing Contracts for On -Call Professional Engineering Services I RFQ-606 RFQ for On Call Professional Engineering Services including the Department's officers, agents, and employees, against any actions, claims, or damages arising out of, relating to, or resulting from negligent or wrongful act(s) of CONSULTANT, or any of its officers, agents, or employees, acting within the scope of their office or employment, in connection with the rights granted to or exercised by CONSULTANT. The foregoing indemnification shall not constitute a waiver of the Department's or COUNTY's sovereign immunity beyond the limits set forth in Florida Statutes, Section 768.28. Nor shall the same be construed to constitute agreement by CONSULTANT to indemnify COUNTY for the negligent acts or omissions of COUNTY, its officers, agents, or employees, or third parties. Nor shall the same be construed to constitute agreement by CONSULTANT to indemnify the Department for the negligent acts or omissions of the Department, its officers, agents, or employees, or third parties. This indemnification shall survive the termination of this Agreement." RESPONDENT'S STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all the requirements. Guillermo Madriz, PE, Vice President/ Director of Corporate Operations Respondent Signature VGIIIh IIIIIII4GII II C MPO 6-10 P4r4oirriro Cc,,ffuiirty,, I Continuing Contracts for On -Call Professional Engineering Services I RFQ-606 Docusign Envelope ID: OOD1DOEO-OB08-4ED4-A89A-31846E3DADA9 RFQ for On Call Professional Engineerino Services INSURANCE AGENT'S STATEMENT have reviewed the above requirements with the bidder named below. The following deductibles apply to the corresponding policy. POLICY Workers' Compensation General Liability Vehicle Liability Liability policies are X Occurrence Brown & Brown of Florida, Inc. Insurance Agency DEDUCTIBLES F, RE "� /ili • • - - r r Claims Made �- DocuSigned by: C V: Vim. W --..47AEE=3D6CBE9471— Print Name: Vicky Van Wormer �yrw"'M, ia, VGIIIh IIIIIII Qwlll III C MPO 6-11 `4oii riroe Cc,'ffuir'rty,, I Continuing Contracts for On -Call Professional Engineering Services I RFO-606 RFQ for On Call Professional Engineering Services INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the bidder named below. The following deductibles apply to the corresponding policy, POLICY Professional Liability Insurance Liability policies are Occurrence EPIC Insurance Brokers & Consultants Insurance Agency DEDUCTIBLES $250,000 per claim made X Claims Made Signat Print Name: Roger C. Guilian -67- CAIIMIII PO 6-12 P4oiiriroe Cc,,ffuiirty,, I Continuing Contracts for On -Call Professional Engineering Services I RFQ-606 RFQ for On Call Professional Engineering Services Faf����Klllllll "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." I have read the above and state that neither Kisinger Campo & Associates, Corp. (Proposer's name) nor any Affiliate has been placed on the convicted vendor list within the It 36 months, (Signature) Date: 11 Z5_ STATE OF: Florida COUNTY OF: Hillsborough Subscribed and sworn to (or affirmed) before me, by means of 13physical presence or ❑ online notarization, on l l/Ll/ao') S —(date) / by & Iir , (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. EMILY MANGIONE Notary Public State of Florida Comm# HH582914 b " Expires 8/14/2028 NOTARY PUBLIC My Commission Expires° Of t All ll ool , l lllh lllllll5rtlll l,,, E 6-13 fioniroe tojj,.)An'lContinuing Contracts for On -Call Professional Engineering Services I RFO-606 RFQ for On Call Professional Engineering Services DRUG -FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: Kisin er Cam o & Associates Corp. (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify ip at th firm complies fully with the above requirements. Date: // 1 / 7-0 Z.S STATE OF: Florida COUNTY OF: Hillsborough Subscribed and sworn to (or affirmed) before me, by means of Q physical presence or ❑ online notarization, on II/H/9-oaS (date) J by &iA,11err-o AA-Jf ?- (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. EMILY MAN00NE Notary Public State of Florida Comm# HH582924 ~ apt Expires 9/14/2028 NOTARY PUBLIC My Commission Expires:/fif;t0 M /i :IIII� IIIIIII Nr III 'III t AJl`41113 t Illl,1,, i I ����� < 6-5 'olfionroe Continuing Contracts for On -Call Professional Engineering Services I AFO-606 RFOfor OnCall Professional Engineering Services APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING (To besubmitted with each bid oroffer exceeding $100,000) Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or atternpt/mgto influence an officer or employee ofamagency, aMenoberof Congress, amofficer mremployee ofCongress, or an employee ofa Member mfCongress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into Qfany cooperative agreement, and the extension, continuation, renewal, arnemcirnemt, or modification of any Federal contract, grant, loan, or cooperative agreermemt. 2. Ufany funds other than Federal appropriated fUnds have been paid orwill be paid 10any person for influencing ora1ternp1i0gtoinfluence Bnofficer or employee Ufany agency, aKqeDMberCf Congress, a0off iCeroremployee Cf Congress, or@0employee ofa MernberofCongress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions., 3. 11"hmzundersigned shall requinethatthelanguage ofthis certification be included in the award docurnentsfor all subawards at all tiers (including subcontracts, subgnamts and contracts under grants, loans, arid cooperative agreements) and that all subrecipient shall certify and disclose eccordimgk/�"11"his certification is a material representation of fact Upon which reliance was placed when this transaction was made orentered into, Subrnissimmofthis certification isa prerequisite 'for making or entering intmthigtramsactimm imposed by section 2352, title 32,U.S. Code�Any person vvhofa||stof[|ethe requiredcertification shall be subject 1oacivil penalty ofnot |essthan$10,Q00arid not more than $200,000for each such fai|ure� KisingerCampo & The Contractor, Associates, Corp.certifies oraffirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if Signature of Contractor's Authorized Official Guillermo Madhz. PE, Vice President/Di rector ofCorporate O ti 11/4/3035 Name and Title ofContractor's Authorized Official Date CA��0 6�4 w��o�/���� / A� o® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 01 /13/2026 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 Vicky Van Wormer NAME: Brown & Brown Insurance Services, Inc. PHONE CExt: (727) 461-6044 a/c, No): (727) 442-7695 140 Fountain Parkway N E-MAIL Vicky.VanWormer@bbrown.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # Suite 600 St. Petersburg FL 33716 INSURERA: The Charter Oak Fire Insurance Company 25615 INSURED INSURER B: The Travelers Indemnity Company ofAmerica 25666 Kisinger Campo & Associates, Corp. KCCS, Inc., DBA: Campo & INSURER C : Travelers Property Casualty Company ofAmerica 25674 201 N Franklin St, Suite 900 INSURER D: Travelers Casualty and Surety Company ofAmerica 31194 INSURER E : Tampa FL 33602 INSURER F: COVERAGES CERTIFICATE NUMBER: Master 25-26 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 LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF MWDD/YYYY POLICY EXP MWDD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR PREMISES Ea occurrence ---- 300 000 $ ' MED EXP (Any one person) $ 10,000 PERSONAL &ADV INJURY $ 1,000,000 A Y 630-8254A604 10/01/2025 10/01/2026 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY Fx_1 JECT PRO ❑ LOC PRODUCTS - COMP/OP AGG $ 2,000,000 Employee Benefits $ 1,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANYAUTO B OWNED SCHEDULED AUTOS ONLY AUTOS Y 810-5N338364 10/01/2025 10/01/2026 BODI LY I NJ U RY (Pe r accide nt) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY Uninsured motorist $ 1,000,000 UMBRELLA LIAB X OCCUR EACH OCCURRENCE 2,000,000 $ AGGREGATE $ 2,000,000 C EXCESS LAB CLAIMS -MADE CUP-7J748484 10/01/2025 10/01/2026 DED I X1 RETENTION $ 10,000 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABI LI TY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N /A UB-7J070308 10103/2025 10/03/2026 SPER TATUTE EORH X1 E.L. EACH ACCIDENT SOO,000 $ E.L. DISEASE - EA EMPLOYEE $ 500,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 500,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Certificate holder is an additional insured with respect to general liability & auto liability when required by written contract. Endorsements available upon request. Monroe County, On Call Professional Engineering Contract, KCA#1250214.00AIB, Rt T 11 WAIVO N,A .., 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 AUTHORIZED REPRESENTATIVE 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 Additional Named Insureds Other Named Insureds Campo & Associates, FILL(' Campo & Associtates LLC Campo & Associtates, FILL(' CS, Inc Doing Business As OFAPPINF (02/2007) COPYRIGHT 2007, AMS SERVICES INC ADDITIONAL COVERAGES Ref # Description Employee Benefits AGG Coverage Code Form No. Edition Date Limit 1 2,000,000 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Rental Reinbursement Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description PIP -Basic Coverage Code PIP Form No. Edition Date Limit 1 Statutory Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Medical payments Coverage Code MEDPM Form No. Edition Date Limit 1 5,000 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Underinsured motorist combined single limit Coverage Code UNCSL Form No. Edition Date Limit 1 1,000,000 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Experience Mod Factor 1 Coverage Code EXP01 Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Increased employer's liability Coverage Code INEL Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium OFADTLCV Copyright 2001, AMS Services, Inc. ACCORD® CERTIFICATE OF LIABILITY INSURANCE '11I FDATE(MM/DD/YYYY) 1 /13/2026 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 Edgewood Partners Ins. Center 3780 Mansell Rd. Suite 370 GA 30022 CONTACT NAME: Greyling COI Specialist PHONE FAX AtC Na Ext: 770.552.4225 A/C, No E-MAlpharetta ADDRESS: greylingcerts@greyling.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Admiral Insurance Company 24856 INSURED KISICAMP INSURERB: Kisinger Campo & Associates, Corp. 201 N Franklin St Ste 900 INSURERC: INSURER D7 Tampa FL 33602-5218 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER:1270957425 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS 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 MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM1DDtYYY MM/DDtYW COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS -MADE ......I OCCUR PREMISES(Ea occurrence) $ ........................................... MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PRO- JECT LOC PRODUCTS - COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY COMBINEDSINGLELIMIT Ea accident $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS _��pf`t��6�'K T Sy_,_,__,y� �4�,—°---^' 1.14.26 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY DATF�,„,,,,m.,--.---_=----"""--'"" WAI . „X ' — PROPERTY DAMAGE Per accident $ UMBRELLA LAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LAB CLAIMS -MADE DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ A Professional/Pollution Liability Y E000002720512 10/1/2025 10/1/2026 Per Claim $5,000,000 Aggregate $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) Monroe County, On Call Professional Engineering Services Contract / KCA #1250214.00 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County 1100 Simonton Street AUTHORIZED REPRESENTATIVE Key West FL 33040 0 O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD ACC)R " CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 1/13/2026 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 Edgewood Partners Ins. Center 3780 Mansell Rd. Suite 370 Alpharetta GA 30022 CNAOMENTACT : Gre llng COI Specialist PHONE FAX A/c No Ext : 770.552.4225 A/C No): ADDRESS: greylingcerts@greyling.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Admiral Insurance Company 24856 INSURED KISICAMP INSURER B Kisinger Campo & Associates, Corp. 201 N Franklin St Ste 900 INSURERC: INSURERD: Tampa FL 33602-5218 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1270957425 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS 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 MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL I SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DDIYYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑ PRO - POLICY ❑ LOC PRODUCTS - COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO Aid 1'b OWNED SCHEDULED AUTOS ONLY AUTOS ,N. , ( pY„_,.�,._ "" - 1.14.26 BODILY INJURY (Per accident) $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY _ DATE-,..,_."...._.,. _.- � """'"" WPAI }�pp;,"wr 6_.,, PROPERTY DAMAGE Per accident $ UMBRELLALIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? NIA E.L. EACH ACCIDENT $ E.L. DISEASE- EA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ A Professional/Pollution Liability Y E000002720512 10/1/2025 10/1/2026 Per Claim $5,000,000 Aggregate $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Monroe County, On Call Professional Engineering Services Contract / KCA #1250214.00 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County 1100 Simonton Street AUTHORIZED REPRESENTATIVE 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 / ACCOR " CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 01 /13/2026 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 Vicky Van Wormer NAME: Brown &Brown Insurance Services, Inc. aICNNo Ext : (727) 461-6044 /X No : (727) 442-7695 140 Fountain Parkway N E-MAIL Vicky.VanWormer@bbrown.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # Suite 600 INSURERA: The Charter Oak Fire Insurance Company 25615 St. Petersburg FL 33716 INSURED INSURER B : The Travelers Indemnity Company of America 25666 Kisinger Campo & Associates, Corp. KCCS, Inc., DBA: Campo & INSURER C : Travelers Property Casualty Company of America 25674 201 N Franklin St, Suite 900 INSURER D : Travelers Casualty and Surety Company of America 31194 INSURER E 1INSURER F Tampa FL 33602 COVERAGES CERTIFICATE NUMBER: Master 25-26 REVISION NUMBER: THIS IS TO CERTIFYTHAT 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 LTR TYPE OF INSURANCE ADDL INSD UBR WVD POLICY NUMBER MM/DD YYYYMPOLICY EFF ICY EXP O DD YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE Fx_] OCCUR DAMAGE TO PREMISES(Ea occu«Dence) $ 300,000 _7 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 A Y 630-8254A604 10/01/2025 10/01/2026 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY PRO ❑ JECT LOC PRODUCTS - COMP/OPAGG 2,000,000 $ Employee Benefits $ 1,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANYAUTO B OWNED SCHEDULED AUTOS ONLY AUTOS Y 810-5N338364 10/01/2025 10/01/2026 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY Uninsured motorist $ 1,000,000 UMBRELLA LIAB OCCUR V`"'V"'�""�"'y'""""` EACH OCCURRENCE 2,000,000 $ AGGREGATE $ 2,000,000 C EXCESS LIAB CLAIMS -MADE CUP-7J748484 10/01/2025 10/01/2026 DED I X1 RETENTION $ 10,000 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) NIA UB-7J070308 10/03/2025 10/03/2026 X STATUTE EORH E.L. EACH ACCIDENT SOO,000 $ E.L. DISEASE- EA EMPLOYEE $ 500,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE- POLICY LIMIT 500,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate holder is an additional insured with respect to general liability & auto liability when required by written contract. Endorsements available upon request. q hilt T' Monroe County, On Call Professional Engineering Contract, KCA #1250214.00 DAIT WAMIK WA_° _ 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 AUTHORIZED REPRESENTATIVE Key West FL 33040 w @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Additional Named Insureds Other Named Insureds Campo & Associates, PLLC Campo & Associtates LLC Campo & Associtates, PLLC KCCS, Inc Doing Business As OFAPPINF (02/2007) COPYRIGHT 2007, AMS SERVICES INC ADDITIONAL COVERAGES Ref # Description Employee Benefits AGG Coverage Code Form No. Edition Date Limit 1 2,000,000 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Rental Reinbursement Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description PIP -Basic Coverage Code PIP Form No. Edition Date Limit 1 Statutory Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Medical payments Coverage Code MEDPM Form No. Edition Date Limit 1 5,000 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Underinsured motorist combined single limit Coverage Code UNCSL Form No. Edition Date Limit 1 1,000,000 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Experience Mod Factor 1 Coverage Code EXP01 Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Increased employer's liability Coverage Code INEL Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Copyright 2001, AMS Services, Inc. 1HE