HomeMy WebLinkAboutItem C09COUNTY 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: C9
26-0607
BULK ITEM: Yes DEPARTMENT: Engineering Services and Roads
TIME APPROXIMATE: N/A STAFF CONTACT: Tyler Jackson
AGENDA ITEM WORDING: Approval of Amendment 2 to the Agreement with CW3
Engineering, Inc. for engineering design and permitting services for the Key Deer Boulevard (North
of Watson Blvd.) Roadway Project to extend original contract expiration to 60 days after completion
of construction for post design services at no additional cost.
ITEM BACKGROUND:
The northern section of Key Deer Boulevard from Watson Boulevard to the end (approximately 2.6
miles) is in need of repair. CW3 was awarded the engineering design and permitting contract in the
amount of $862,539.38. This amendment revises the original contract duration to allow for FDOT
plan reviews, final design completion, and post design services by providing additional time for these
services to be performed.
PREVIOUS RELEVANT BOCC ACTION:
October 16, 2024-The BOCC approved Amendment 1 to revise the contract to reflect that payment
under the contract will be by lump sum amount by task, except reimbursable expenses.
July 17, 2024 - The BOCC approved contract with CW3 Engineering, Inc. for Engineering Design
and Permitting Services for the Key Deer Boulevard (North of Watson Blvd.) Roadway Project in Big
Pine Key in the amount of $862,539.38.
March 20, 2024 - The BOCC approved negotiations of a contract with CW3 Engineering, Inc. the
highest ranked respondent, for Engineering Design and Permitting Services for the Key Deer
Boulevard (North of Watson Blvd.) Roadway Project.
February 15, 2023 - The BOCC approved submitting an application for a Florida Department of
Transportation (FDOT) Small County Outreach Program (SCOP) grant in the amount of $6,148,052
to partially fund the repair, resurfacing and elevation of Key Deer Boulevard north of Watson
Boulevard on Big Pine Key. The approved grant will be programmed in the FDOT work program
fiscal years 2026, 2027, 2028, and FY 2029 to partially fund construction services
INSURANCE REQUIRED: Yes
CONTRACT/AGREEMENT CHANGES: Amendment
STAFF RECOMMENDATION Approval as Requested
DOCUMENTATION:
CW3 Amendment #2
CW3 Amendment #1 Key Deer BLVD executed
CW3 Engineering Inc_Executed Contract
FINANCIAL IMPACT:
No change from original Agreement
Effective Date: March 11, 2026
Expiration Date: 60 Days after Completion of Construction
Total Dollar Value of Contract: $862,539.38
Total Cost to County: $862,539.38
Current Year Portion: $862,539.38
Budgeted: Yes
Source of Funds: 304-27020
Indirect Costs: N/A
Grant:
County Match:
Insurance Required: Yes
AMENDMENT 2 TO THE CONTRACT FOR ENGINEERING DESIGN AND PERMITTING SERVICES
BETWEEN MONROE COUNTY BOCC AND CW3 ENGINEERING, INC. FOR THE
KEY DEER BOULEVARD (NORTH OF WATSON BLVD.) ROADWAY PROJECT
THIS AMENDMENT 2 to the CONTRACT is entered into this 11th day of March 2026, between Monroe County,
whose address is 1100 Simonton Street, Room 2-216 Key West, Florida 33040, hereafter the "COUNTY" and CW3
Engineering, Inc. whose address is 5783 Bayshore Road, Suite 113, N. Fort Myers, FL 33917, hereafter referred to as
"CONSULTANT".
WHEREAS, on the 17th day of July 2024, the parties executed a contract authorizing the CONSULTANT to
perform Professional Services for the Engineering Design and Permitting Services for the Key Deer Boulevard (North of
Watson BLVD.) Roadway Project, for an estimated not to exceed amount of $862,539.38; and
WHEREAS, on the 16th day of October 2024, the parties executed Amendment 1 in order to amend the
CONSULTANT's compensation from an hourly wage rate to not to exceed lump sum amount of $862,539.38; and
WHERAS, in order to allow for FDOT plan reviews, final design completion, and post design services, the COUNTY
seeks to amend the Agreement to include updated Representation and Warranties section of the contract to provide
additional time for these services to be performed:
NOW THEREFORE, in consideration of the mutual promises contained herein, the COUNTY and CONSULTANT
agree to amend Article I, Representation and Warranties, Section 1.1.8 of the contract as follows:
1.1.8 The Consultant shall complete the scope of services no later than 60 days after final completion of construction for
the design of Key Deer Boulevard (North of Watson BLVD) Roadway Project.
This AMENDMENT 2 is effective March 11th, 2026.
In all other respects, the Contract approved July 17, 2024, as amended by Amendment 2, remains in full force and
effect.
Remainder of Page Left Intentionally Blank
In WITNESS WHEREOF, each party hereto has caused this contract to be executed by its duly authorized
representative,
BOARD OF COUNTY COMMISSIONERS OF
MONROE COUNTY, FLORIDA
CW3 Engineering, Inc.
Consultant
BY: ---Mayor/Chairman
BY.
TITLE:
The foregoing instrument was subscribed and
swam to (or affirmed) before me, by means
(SEAL)
of Ophysical presence or L7 online
Attest: KEVIN MADOK, Clerk
this day of FC 1 2076
?QAO&2�-, by
BY:
(AJ/Z/Gg-j-
As Deputy Clerk
Who is person known to me
orwho( pr du d a driver's iiceW as
identificatio
DATE:
NOTARY B STAT
fill MY Commission HH 38308o
Expires 4/512027
Print, type of stamp commissioned name o no
MONROE COUNTY ATTORNEY
APPROVED AS TO FORM
CHRISTINE LIM8ERT-BARROWS
SR ASSISTANTJ..OU ,,,,�Ty ATTORNEY
DATE: 26__
4
�cou
�GJS COURTS
w
°°fi A Kevin Madok, CPA
o ...... �' Clerk of the Circuit Court & Comptroller — Monroe County, Florida
LROE COVNSy
DATE: November 7, 2024
TO: Judith Clarke, PE, Director
Engineering/Roads & Bridges
Tyler Jackson, Project Manager
Engineering/Roads & Bridges
ATTN: Samantha Yeoman
Executive Assistant
FROM: Liz Yongue, Deputy Clerk
SUBJECT: October 16, 2024 BOCC Meeting
The following item has been executed and added to the record:
C9 1 st Amendment to the Agreement with CW3 Engineering, Inc. for engineering
design and permitting services for the Key Deer Boulevard (North of Watson Blvd.) Roadway
Project to amend consultant compensation method from time and materials using hourly wage
rates to not to exceed lump sum amount. The previously approved contract amount of
$862,539.38 remains unchanged.
Should you have any questions please feel free to contact me at (305) 292-3550.
cc: County Attorney
Finance
File
KEY WEST MARATHON PLANTATION KEY
500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway
Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070
AMENDMENT 1 TO THE CONTRACT FOR ENGINEERING DESIGN AND PERMITTING SERVICES
BETWEEN MONROE COUNTY BOCC AND CW3 ENGINEERING, INC. FOR THE
KEY DEER BOULEVARD (NORTH OF WATSON BLVD.) ROADWAY PROJECT
THIS AMENDMENT 1 to the CONTRACT is entered into this 16th day of October 2024, between Monroe County,
whose address is 1100 Simonton Street, Room 2-216 Key West, Florida 33040, hereafter the "COUNTY" and CW3
Engineering, Inc. whose address is 5783 Bayshore Road, Suite 113, N. Fort Myers, FL 33917, hereafter referred to as
"CONSULTANT".
WHEREAS, on the 17th day of July 2024, the parties executed a contract authorizing the CONSULTANT to
perform Professional Services for the Engineering Design and Permitting Services for the Key Deer Boulevard (North of
Watson BLVD.) Roadway Project, for an estimated not to exceed amount of $862,539.38; and
WHERAS, in order to amend the CONSULTANT compensation from hourly wage rate to not to exceed lump sum
amount, the COUNTY seeks to amend the Agreement to include updated Compensation section of the contract:
NOW THEREFORE, in consideration of the mutual promises contained herein, the COUNTY and CONSULTANT
agree to amend Article VII, Compensation, Section 7.1.1 of the contract as follows:
7.1.1 The COUNTY shall pay the CONSULTANT monthly in current funds for the CONSULTANT'S performance for this
Agreement based on work completed. The total estimated amount of eight hundred and sixty-two thousand, five
hundred thirty-nine dollars and thirty-eight cents ($862,539.38) will apply to this agreement.
The CONSULTANT shall be paid monthly. The total fee of $862,539.38 will apply and is estimated as follows:
CW3 Enaineerina (Lump Sum
Project General Tasks
$71,225
Roadway Analysis & Plans
$439,335
Drainage Analysis & Plans
$50,375
Utility Coordination
$13,135
Permitting
$40,150
Signing & Marking Analysis & Plans
$21,970
Survey Services
$8,750
Geotechnical Services
$13,055
Cost Opinions
$5,725
Prepare Bidding Documents & Bidding Assistance
$10,380
Total
$674,100
Subconsultant Fee (Lump Sum
Utility Coordination — Hurley LP $17,280
Permitting — Cecos $18,829.38
Survey Services — T2 $98,220
Geotechnical Services — UES $44,110
Total $178,439.38
Reimbursable Expenses $10,000
Total Design Fee $862,539.38
This AMENDMENT 1 is effective October 16th, 2024.
In all other respects, the Contract approved July 17, 2024, BOCC, remains in full force and effect.
In WITNESS WHEREOF, each party hereto has caused this contract to be executed by its duly authorized
representative.
11
BOARD OF COUNTY COMMISSIONERS OF
CW3 Engineering, Inc.
MONROE COUNTY, FLORIDA
Consultant
BY:
BY: 6 - ,�
Mayor/Chairman
r
TITLE: p(2 ( IOc-N i
The foregoing instrument was subscribed and
sworn to (or affirmed) before me, by means
of physical presence or o online
Atts§t}
KEVI'I,MADOK, Clerk
k
this _ day of-92024, by
rt
Who is (ram) personally known to me
c ��
q As Oe'u{y CI rk
or who ( ) pr d a driver's li s
�p
identificati rf
NOTA Y PUBLIC, STATE OF FLORIDA
2ANbAL it l
Print, type of stamp commissioned name of notary
Notary Public.Slate of Florida
Randall A Bair
1111 MY CoMMISSIOA NH 363090
ExpireS 4I5I2027
�✓
ia.+' t.. �.
MONROE COUNTY ATTORNEY
/t 1PPRgVkD AS TO FOR A:
`t) ioF.rr f l�r Jo
U—
i
C'.`i ; , r
(Gr t tits rr
CHRISTINE LIMBERT•BARROWS
. ASSISTANT COUNTY ATTORNEY
La.I:
DATE' . _uciz4__
i
2
/
A� o® CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDD/YYYY)
07/03/2024
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 Lauren Caporale
NAME:
The Hilb Group of Florida
PHONE (813} 636-4000 FAX
AtC Na Ext : A/C, No):
5850 TG Lee Boulevard
E-MAIL servicefl@hilbgroup.com
ADDRESS:
INSURER(S) AFFORDING COVERAGE
NAIC #
Suite 340
INSURERA: Phoenix Insurance Company
25623
Orlando FL 32822
INSURED
INSURER B: Travelers Property Casualty Insurance Co
36161
CW3 Engineering, Inc.
INSURER C : Travelers Casualty & Surety Co
19038
5783 Bayshore Rd., #113
INSURER D: National Casualty Company
11991
INSURER E :
North Fort Myers FL 33917
INSURER F :
COVERAGES CERTIFICATE NUMBER: CL247321601 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
MWDDNYYY
POLICY EXP
MWDD/YYYY
LIMITS
X
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
CLAIMS -MADE OCCUR
PREMISES Ea occurrence
----
1,000,000
$ '
MED EXP (Any one person)
$ 10,000
PERSONAL &ADV INJURY
$ 1,000,000
A
Y
660-5N42858A
07/10/2024
07/10/2025
GEN'LAGGREGATE LIMITAPPLIES PER:
GENERAL AGGREGATE
$ 2,000,000
POLICY Fx_1 JECT PRO ❑ LOC
PRODUCTS - COMP/OP AGG
$ 2,000,000
$
OTHER:
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
Ea accident
$ 1,000,000
BODILY INJURY (Per person)
$
ANYAUTO
A
OWNED SCHEDULED
AUTOS ONLY AUTOS
Y
660-5N42858A
07/10/2024
07/10/2025
BODILY INJURY (Per accide nt)
$
X
PROPERTYDAMAGE
Per accident
$
HIRED HNON-OWNED
AUTOS ONLY AUTOS ONLY
X
UMBRELLA LIAB
X
OCCUR
EACH OCCURRENCE
$ 1,000,000
AGGREGATE
$ 1,000,000
B
EXCESS LAB
CLAIMS -MADE
CUP-1S658322
07/10/2024
07/10/2025
DED I X1 RETENTION $ 10,000
$
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
N /A
UB-5R378156
07110t2024
07/10/2025
X SPER
TATUTE ER
E.L. EACH ACCIDENT
1 OOOOOO
$
E.L. DISEASE - EA EMPLOYEE
$ 1000000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
1000000
$
D
Professional Liability
JE00002816
07/10/2024
07/10/2025
Professional Liability
Aggregate
$2,000,000
$2,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
RE: Key Deer Boulevard (north of Watson Blvd.)Professional Liability is written on a claims made and reported basis. Monroe County shall be named as an
Additional Insured on the General Liability & Auto Liability when required by written contract and prior to rendering of services.
JS 'T
r
7.19 24
24
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Monroe County & Monroe County BOCC ACCORDANCE WITH THE POLICY PROVISIONS.
1100 Simonton Street
AUTHORIZED REPRESENTATIVE
,
KeyWest FL 33040
ACORD 25 (2016/03)
@ 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
CONTRACT
AGREEMENT FOR
ENGINEERING DESIGN AND PERMITTING SERVICES FOR THE KEY DEER BOULEVARD
(NORTH OF WATSON BLVD.) ROADWAY PROJECT
This Agreement ("Agreement") made and entered into this 17th day of July ,
2024 by and between Monroe County, a political subdivision of the State of Florida, whose
address is 1100 Simonton Street, Key West, Florida, 33040, its successors and assigns,
hereinafter referred to as "COUNTY," through the Monroe County Board of County Commissioners
("BOCC"),
E
CW3 Engineering, Inc., an Engineering Consultant of the State of Florida, whose address is 5783
Bayshore Road, Suite 113, N. Fort Myers, FL 33917 its successors and assigns, hereinafter
referred to as "CONSULTANT",
WITNESSETH:
WHEREAS, COUNTY desires to employ the professional services of CONSULTANT for
Engineering Design and Permitting Services for the Key Deer Boulevard (North of Watson
Blvd.) Roadway Project; and
WHEREAS, CONSULTANT has agreed to provide professional services which shall include
but not be limited to providing Engineering Design and Permitting services for the Key Deer
Boulevard (north of Watson Blvd) Roadway Project, which services shall collectively be
referred to as the "Project";
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
ARTICLE 1
REPRESENTATIONS AND WARRANTIES
1.1 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 sites and the local conditions
under which the Work is to be completed.
1.1.3 The CONSULTANT shall prepare all documentation required by this Agreement in such a
manner that they shall be accurate, coordinated, and adequate for use in verifying work
completed and 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
Agreement will be adequate and sufficient to document costs in a manner that is acceptable
for reimbursement by government agencies, therefore eliminating any additional cost due to
missing or incorrect information;
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.
1.1.8 The CONSULTANT shall complete the scope of services no later than 18 months after the
award date for the design of Key Deer Boulevard (North of Watson BLVD.) Roadway
Project.
ARTICLE 11
SCOPE OF BASIC SERVICES
2.1 DEFINITION
CONSULTANT'S Scope of Basic Services consist of those described in Attachment A, and as
described in the Agreement.
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.
2.3 NOTICE REQUIREMENT
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: Mr. Kevin Wilson.
Monroe County Administrator
1100 Simonton Street, Room 2-205
Key West, Florida 33040
For the Consultant:
CW3 Engineering, Inc.
5783 Bayshore Road, Suite 113
N. Fort Myers, FL 33917
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.
3.2 If Additional Services are required by 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 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.
5.2 The extent of liability is in no way limited to, reduced, or lessened by the insurance
requirements contained elsewhere within this agreement. Should any claims be asserted
against the COUNTY by virtue of any deficiency or ambiguity in the plans and
specifications provided by the CONSULTANT, the CONSULTANT agrees and warrants
that he shall hold the COUNTY harmless and shall indemnify him 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. Should any claims be asserted against COUNTY by
virtue of any deficiencies or ambiguity in the plans and specifications provide by the
CONSULTANT the CONSULTANT agrees and warrants that CONSULTANT hold the
COUNTY harmless and shall indemnify it from all losses occurring thereby and shall further
defend any claims or action on the COUNTY'S behalf.
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.
ARTICLE VI
6.1 PERSONNEL
The CONSULTANT shall assign only qualified personnel to perform any service concerning the
project.
ARTICLE VII
7.1 PAYMENT SUM
7.1.1 The COUNTY shall pay the CONSULTANT monthly in current funds for the
CONSULTANT'S performance of this Agreement based on the hourly rates outlined in
Attachment B in a not to exceed amount of $862,539.38.
The CONSULTANT shall be paid monthly. The total lump sum fee of $862,539.38 will apply
and is estimated in Attachment A and B.
7.2 PAYMENTS
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.
7.3.1 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;
b. Cost of reproducing maps or drawings or other materials used in performing the scope
of services;
c. Postage and handling of reports;
7.4 BUDGET
7.4.1 The CONSULTANT may not be entitled to receive, and the COUNTY is not obligated to
pay, any fees 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's performance and obligation to pay under this Agreement is contingent 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.
INSURANCE
8.1 The CONSULTANT shall obtain insurance as specified and maintain the required insurance
at all times that this Agreement is in effect. 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.
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 sixty (60) day 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 a
form acceptable to the COUNTY.
8.3 CONSULTANT shall obtain and maintain the following policies:
A. Workers' Compensation insurance as required by the State of Florida, sufficient to
respond to Florida Statute 440.
B. Employers Liability Insurance with limits 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 members of the public and/or damages to property of others arising from use
of motor vehicles, including onsite and offsite operations, and owned, hired or non -
owned vehicles, with $1,000,000 combined single limit and $1,000,000 annual
aggregate.
D. Commercial general liability, including Personal Injury Liability, covering claims for
injuries to members 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 subconsultants, including Premises and/or Operations, Products and
Completed Operations, Independent Contractors; Broad Form Property Damage and
with $1,000,000 per occurrence and annual aggregate.
An Occurrence Form policy is preferred. If coverage is changed to or provided on a
Claims Made policy, its provisions should include coverage for claims filed on or after
the effective date 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. Engineer's Errors and Omissions insurance of $1,000,000 per occurrence and
$2,000,000 annual aggregate. If coverage is provided on a claims made basis, an
extended claims reporting period of four (4) years will be required. Recognizing that the
work governed by this contract involves the furnishing of advice or services of a
professional nature, the CONSULTANT shall purchase and maintain, throughout the life
of the contract, Professional Liability Insurance which will respond to damages resulting
from any claim arising out of the performance of professional services or any error or
omission of the CONSULTANT arising out of work governed by this contract.
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 on
General and Auto Liability. The COUNTY reserves the right to require a certified copy of
such policies upon request.
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.
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 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.
Nothing contained herein shall create any relationship, contractual or otherwise, with or any
rights in favor of, any third party.
9.5 TERMINATION
A. In the event that the CONSULTANT shall be found to be negligent in any 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 by giving the
other party sixty (60) days written notice of its intention to do so.
C. Termination for Cause and Remedies: In the event of breach of any contract terms,
the COUNTY retains the right to terminate this Agreement. The COUNTY may also
terminate this agreement for cause with COSULTANT should CONSULTANT fail to
perform the covenants herein contained at the time and in the manner herein provided.
In the event of such termination, prior to termination, the COUNTY shall provide
CONSULTANT with seven (7) days' notice and provide the CONSULTANT with an
opportunity to cure the breach that has occurred. If the breach is not cured, the
Agreement will be terminated for cause. If the COUNTY terminates this agreement
with the CONSULTANT, COUNTY shall pay CONSULTANT the sum due the
CONTRACTOR under this agreement prior to termination, unless the cost of
completion to the COUNTY exceeds the funds remaining in the contract; however, the
COUNTY reserves the right to assert and seek an offset for damages caused by the
breach. The maximum amount due to CONSULTANT shall not in any event exceed
the amount set forth in paragraph 7.1 Payment Sum. In addition, the COUNTY
reserves all rights available to recoup monies paid under this Agreement, including the
right to sue for breach of contract and including the right to pursue a claim for violation
of the COUNTY's 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, at any time, upon 60 days' notice to CONSULTANT. If the COUNTY
terminates this agreement with the CONSULTANT, COUNTY shall pay CONSULTANT
the sum due the CONSULTANT under this agreement prior to termination, unless the
cost of completion to the COUNTY exceeds the funds remaining in the contract. The
maximum amount due to CONSULTANT shall not exceed the amount set forth in
Paragraph 7.1 Payment Sum.
E. For Contracts of any amount, if the County determines that the Contractor/Consultant
has submitted a false certification under Section 287.135(5), Florida Statutes or has
been placed on a list created pursuant to F.S. 215.473, relating to scrutinized active
business operations in Iran or is found to be placed on the Scrutinized Companies that
Boycott Israel List, or is engaged in a boycott of Israel, the County shall have the
option of (1) terminating the Agreement after it has given the Contractor/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.
F. For Contracts of $1,000,000 or more, if the County determines that the
Contractor/Consultant submitted a false certification under Section 287.135(5), Florida
Statutes, or if the Contractor/Consultant has been placed on the Scrutinized
Companies with Activities in the Sudan List, the Scrutinized Companies with Activities
in the Iran Terrorism 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
Contractor/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 attachments A and B, 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.
9.7 PUBLIC ENTITIES CRIMES
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.
9.8 MAINTENANCE OF RECORDS AND RIGHT TO AUDIT
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 TEN (10) years
from the termination of this agreement. Each party to this 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 four 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 the 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 Contractor pursuant to this Agreement were spent for
purposes not authorized by this Agreement, the Contractor shall repay the monies together
with interest calculated pursuant to Section 55.03, F.S., running form the date the monies
were paid to Contractor. 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 16th 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.
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 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 ATTORNEYS 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 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 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 provision does not negate or waive the provisions of paragraph 9.5
concerning termination or cancellation.
WIWIK! Zi7»C7er1[7r•I
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 party to this Agreement shall be required to enter
into any arbitration proceedings related to this Agreement.
9.17 NONDISCRIMINATION
The parties 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. The parties agree 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 VII of the Civil
Rights Act of 1964 (PL 88-352) which prohibits discrimination in employment on the basis
of race, color, religion, sex, and 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 disabilities; 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 VII I 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 II, which prohibits discrimination on the basis of race,
color, sex, religion, disability, 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 hereto, or the subject matter of,
this Agreement.
9.18 COVENANT OF NO INTEREST
CONSULTANT and COUNTY covenant that neither presently has any interest, and shall
not acquire any interest, which would conflict in any manner or degree 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 of the COUNTY recognize and will be
required to comply with the standards of conduct for public officers and employees as
delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or
acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse
of public position, conflicting employment, or contractual relationship; and disclosure or use
of certain information.
MPTIMLIL •IRLyllIf_ri1Wklf:I-AM►TiWki11
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.
9.21 PUBLIC ACCESS.
Public Records Compliance. The 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
CONSULTANT 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 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 CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS, BRIAN BRADLEY AT PHONE# 305-292-3470
BRADLEY-BRIAN(a,MONROECOUNTY-FL.GOV, MONROE
COUNTY ATTORNEY'S OFFICE 1111 12TH Street, SUITE 408, KEY
WEST, FL 33040.
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 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.
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 as, authorizing the delegation of the constitutional or
statutory duties of the COUNTY, except to the extent permitted by the Florida constitution,
state statute, and case 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 attempt to enforce any third -party claim or entitlement to or benefit
of any service or program contemplated hereunder, and the CONSULTANT and the
COUNTY agree that neither the CONSULTANT nor the COUNTY or any agent, officer, or
employee of either shall have the authority to inform, counsel, or otherwise indicate that any
particular individual or group of individuals, entity or entities, have entitlements or benefits
under this Agreement separate and apart, inferior to, or superior to the community in
general or for the purposes contemplated in this Agreement.
9.26 ATTESTATIONS AND TRUTH IN NEGOTIATION
CONSULTANT agrees to execute such documents as COUNTY may reasonably require,
including a Public Entity Crime 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 compensation pursuant to the Agreement are accurate, complete, and
current at the time of contracting. The original contract price and any additions thereto shall
be adjusted to exclude any significant sums by which the agency determines the contract
price was increased due to inaccurate, incomplete, or concurrent wage rates and other
factual unit costs. All such adjustments must be made within one year following the end of
the Agreement.
9.27 NO PERSONAL LIABILITY
No covenant or agreement contained herein shall be deemed to be a covenant or
agreement of any member, officer, agent, or employee of Monroe County in his or her
individual capacity, 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 E-VERIFY SYSTEM
Beginning January 1, 2021, in accordance with F.S. 448.095, the Contractor and any
subcontractor shall register with and shall 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 Contractor during the term of the Contract and shall expressly require any
subcontractors performing work or providing services pursuant to the Contract to likewise
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 to the provisions of F.S. 448.095
9.29 EXECUTION
This Agreement may be executed electronically and shall be regarded as an original and
shall constitute one and the same instrument of this Agreement.
Remainder of page intentionally left blank.
i
I
IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly
authorized representative on the day and year first above written.
I
(,SEAL)
BOARD OF COUNTY COMMISSIONERS
Att`e'st Kevin Madok, Clerk
OF MONROE COUNTY, FLORIDA
--
ByI'l0
y
As e tit - Clerk
p �'
Mayor/Chairman
-Date: I-1 -1 202-�1
MONROECOUNTYATTOR.NEY ..
4PPR VkO AS TO PQ=��X1+�z�tY1
CHRISTrNE LIMRERT.BARROWS
ASSISTANT COUNTY ATTORNEY
PATE:,-_6/26/24__
CONSULTANT
CVii3 Engineering, Inc.
(feel)
Attest:
By:
Title: P" 51 oi-"-j
Title: ikwi n i j;rret�-
END OF AGREEMENT
C—
M
p
_
CD
T.a
an
I
;�u
HN III S
B: TAB 6: COUNTY FORMS
CW3 I g e el IIII g, II I i c
RFQ for Eng0eenlng Design and Permitting Services for Key Deer Boulevard (north of Watson Blvd.)
Roadway Project
1211
RESPONDTO: MONROECOUNTY BOARD OF COUNTY COMM ISS[ONERS
cto PURCHASING DEPARTMENT
GATO BUILDING, ROOM 2-213
11 100 SIMONTON STREET
KEY WEST, FLORIDA 33040
I acknowledge revel of Addenda No.(s) 01
I have Included. -
el) The Submission Response
(:) t-obbying and Conflict of Interest Clause
* Non-000L)sion; Affidavit
* Drug Firee Workplace Form
* Respondent's Insurance and Indemnification Statement
Insurance Agent's Statement
Public Entity Crime Statemeni—
* Scrufined Companies List
* Minority Owned Business Declaration (ilapplicable),__
* Local Preference Form,
—
In addition, I have incIuded, a Guirrent copy of the following professional and occupational licenses:
j1,Qh2c_k mark items above, as a reminder ffiat thqV are jnclug�d.)
Mailliing Address� 5783 Bayshiore Rd., Ste. 113 Tefephone� 239-2
. florth ForriTtyers,_ FL 33917 _ Fax:
Clair Wright, 1111, P.E.
(Name)
Pfes-ident
(Titte)
-15-
Witness.-
Agngga-g�, 2024
CW!
Engineering, Inc. RF: Q Foe Engin ee� frog, [)esWnae 0 Flee mtdtrrr See Aces foe Xey is ee� Blvd, 63
HN S
B: TAB 6: COUNTY FORMS
CW3 I g e el IIII g, II i c
RFQ for Enginee6ng Design and Permitting Services lot- Key Deer Boulevard (north of Walson, BIvd.)
......... Roadway Project
MONROE COUNTY, FLORf
�DA
ETI-11CS CLAUSE
CW3 Engineering, Inc.
(Coirnparwy)
", warrants that he/it has not empioyed, retalned or otherwise had act on histher behatf any former County
officer or employee in vicqation of Section 2 of Ordinance No, 010-1990 or any County ofter or empioyee fin
violation of Section 3 of Ordinance No. 0,10-1990, For breach of violation of this provision the, County may, In
its discretion,, terminate thus Agreement without iiability and may also, in its discreflon, deduct froirn the
Agreernent or purchase price, or otherwise recover, the full amount of any fee, cornmission, percentage, gift,
or consideration ipaaiid to the former County ofter or employe,e,"
T,qjgnA-tL
Dates. janu2anL23,024
STATE 01`: Rorida
COUNTY OF; LL-e
Subscribed and sworn'to (or affirmed) before me, by means of �rphysical presenoe or 0 onijine notarizabon,
on, January 23, 20,24
(date) by
J�� (name of affiant'She is, personall OW to
me of has produced (type ofj '71ificatioas j4dent"' ation,
kwl ARY PUBLIC
My Commission Expires.
Notary Public State of Florida
Randatt A Sale
.�
, _a
MY C*MMh$$J0n W14 393080, j --*. �
SX,P1181t 41512027
-16-
CW!
Engineering, Inc. RI:Q Fm Engtnee� ing DesWnand Seevn esw fm Xey Dee� Blvd, 64
HN i S
B: TAB 6: COUNTY FORMS
CW3 "iI I g e el ir iill ii°'i g, II iI i c
RIFQ for Engineering Design arid Permittrig Services for Key Deer BouIlevard (north of Watson Blvd.)
Roadway Project
NQN-001AAJS10N AFFMAVIT
I, Clair.YK�aht, III, P�E. of the city of r4, Ff � &HL'e's amorftg to, Iaw on my oath, and
— — - ---------- under penalty of perjury, depose and say that
a, I am President of the firm of
QW3 Engin ein. Inc ...,, the, bidder making the Proposal for
Lhe project described in the Request for Proposals for
and that p executed the said propos i With
full authority to, do so-,, 5 mvtzs�, F,,oa K%-" PtUZ '�LIA> ( P4,0M
Y4 ray:-
j�"'J' 4,'>0 1 )`A0A0WA-r b the prices in this bid have been arrived at independently without collusion, consuftatbri,
communication or agreement for the purpose of restrk.;tIng competition, as to, any matter
relating to such prices wfth any other bidder or with any competitor�
C, unless otherwise required by iaw, the prices which have been qL10ted in this bid have not been
knovyingly disclosed by the bidder and wifl not knowingly be disclosed by the bidder prilor to bid
opening, directly or indirecHy, to any other bidder or to any cornpefitor: and
d' no attempt hias been made or wifl be made by the bidder to induce any other pension,
partnership or corporation to submit, or not to submit, as bid for the purpose of restricting
carripetifion;
e. the Starterrents contained in this affidavit are true and correct, and made with full kn"dedge
that Monroe County relies upon the truth of the statements contained in this, affidavii in
awarding, contracts for said project.
"OV 0
-- - - --------m.
-
iSignaturoyl
Date- - Jan.uary 23, 20,24 -
STATE OF: Radda
COUNTY OF: Lee
Subscribed and sworn to (or affirmed) before me, by means of 5'� hysical presence or [3 online notarization,
on Janitiary 2,3 202" __ (date) by -a (nan)f;l of, affiaint,fil +Ti 11.1 he is
ke_!s_qnj9!IX hrl2ffn_jqj��'(�.,or has produced (type pf"i fificlation) as identification,
NOTARY PUBLIC
My Commission Expires;
ft!6!' Ma aebf
rc 0ROndall A Sa�r
1,1Lamnj�$Sfo� HH 3
830,80
l00S AW2027
-37-
CW!
Engineering, Inc. RI:QFoe Engtnee� frog, DesWnae 0 i:Iee mtdtwrr See vucesw foe XeyDee� Blvd, 65
HN i S
B: TAB 6: COUNTY FORMS
CW3 ',Il I g llIlli e el IIIIr iill illi g, II i c
RFQ for EngMaedng Design and Permitting Services for Key Door Bot4evard (north of Watson Blvd.)
Roadd�way Project
DRU'G-FREE WORKPLACE FORM
The undersigned vendor in, accordance with Florida Statute 287,087 hereby certifies that;
CW3 Engineering, Inc.
(Narne of Business)
1, Publlis,h to statement notifying ernp4oyees that the urilawful manUfaCtUre, d4sirlbUtion, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifyiing the
actions that will tye taken againsterriployees for volalions of such proNbitjor,
2inform employees about the changers of drug abuse in the workplace, the business' policy of
maintaining a drugi-free workplace, any avahable drug counseling,
rehaNlitation, and' employee
assistance programs, and the penalties that, may be imposed upon! employees for drug abuse
Violations.
3Gve each employee engaged in providing the commodities at contraCItUal services that are under bid
a copy of the statement specified in Subsection, (1),
4, In the statement specifiedin subsection (1), notify the employees that, as a condition of working on
the coinniodifies or contractual services that are Under bid, the employee will abide, by the terms of
the statement and wHt notify the employer of any conviction of, or plea of guiRy or nolo rontendere to,
any violation of Chapter 8,93 (Florlda Statutes) or of any controlled substance law of the United
States or any state, for as violation occurring in the workplace no later than five (5) days after such
convilction,
5,, Impose a sanction on, or require the satisfactory participation in as drug abuse assistance, or
rehabiRation program it such is available in the employee's community, or any ernployee who is so
convicted,
6,, Make a good faith effort to continue to rnaintain a drug -free workplace through implementafion of this
section.
As the person authorized to sign the statement, I certlfy that this firm complies fully with the above
requirements. o-,
4�4
(Signaturaf
Dallw _.J.anuary_23 2024
.... . — ---------------------------------
STATE OF,' Florida
COUNTY OF: Lee
SUbscribed arid sworn to (or affirrned) before me, by means of ff$'hyslcal presence or El online notariization,
an iafjya!y_23,2.024 ... . ......... (date)
k
by a e of aftIN �;he is pernown-la-me-,or has
.......... (n m
produced, (type of�( enfification �,asj ritification,
Pen Zft
7,
NOTARY PUBLIC
My Commission Expires:
Notary Pijblfc state of F1 Hda
Pan,dall A .Sr6
MY CaMPAISSion, HH U3,000
Expira's 4);512027 1
M
CW!
Engineering, Inc. RI:Q Foe Engtnee�ing ilesWnand P:Iee .mtdtnrr See Aces foe Xey is ee� Blvd, 66
HN S
B: TAB 6: COUNTY FORMS
CW3 ',Il I g llIlii e el ir iill iii g, II i i c
RFQ for Enguneehng Design and Permitting Services for, Key Deer Boulevard (north of Watson Blvd.,)
project
Respondent's Insurance and Indemnification Statement
Wicirker's, Compensation
Employers" Liability Insurance
MEEMEM
$1,000,000 Accident
$1,000,000 Disease, policy limits
$1,000,000 Disease each employee
General Liability, including $1,000,00,0 Combined Single Limit
Prenilses Operation
Products and Completed Operations
Blainke,t Contractual Liability
Personal, IInjuaury Liability
Expanded: (Definition of Property Damage
Vehicle, Liability
(Ownedl, non -owned and hired vehicles)
Professional, Liability
$1,000,000 per Occurrence
$1,000,000 Combined Single ILirnil
IDEMNIFIQATL R QN.ANQ..HOLQHARlVlLESSFO CONSULTANTS AND SQE3!2,QLq�ULjANTS ........................
The CONSULTANT covenants and agrees to indemnify and hold harmless COUNTY/Monroe County and
Monroe County Board of County Cornmissioners, its officers and employees from Ilabififies, damages, losses
and costs, including but not 0mited to, reasonable attorneys" flees, to the extent caused, by the negioence,
recklessness, or Intentional wrongful conduct of the CONSULTANT, subcontractor(s) and other persons
employed or Litilized by the CONSULTANT in the performance of the contract,
In the event that 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 arnbigulty in the plains and
specifications provided by the CONSULTANT, the CONSULTANT agrees and warrants that CONSULTANT
shall hold the County harmless and shall inderyinify it from all losses occurring thereby and shaft further
defend any claim or action on the County's behalf,
The extent of liability is in no way l4nited to, reduced, or lessened by the insurance requirements contained
elsewhere within this, agreement.
This indemnlficafion shall] survive the expiraUon orear fier termination of the Agreement.
I understand, the insurance that wfli be mandatory if awarded the contract and will' comply in full with all the
requirements,
Qlair
Respondent Signo&
CW!
Engineering, Inc. RFQ Foe Engtnee� frig, E)esWnae 0 Flee mtdtrrr See vu sw foe Xey Dee� Blvd, 67
HN IIl S
B: TAB 6: COUNTY FORMS
CW3 I g e el I, iilI i'i g, II ii c
RE O for Eingineering Design and Permitting Services for Key Deer Boulevard (inorth of Watson Blvd.)
INSURANCE AGENT'S STATEMENT
I have reviewed the above requirements with the bidder named below. The following deductibles
apply to the corresponding policy.
General Liab/Inland Marine
Professional Liability
Umbrella Liability
Woirker/s Compensation
Liability policies are X Occurrence
HlIb Group, FL, LLC
Insurance Agency
DEDUCTIBLES
GIL - N/A IM - $500
10,000
10,000
x Clairns Made (Professional Liability ONLY)
I
ignature
MEM
CW!
Engineering, Inc. RI:Q Foe Engtnee� ing [)esWnand Flee mtdt�rr See Aces foe Xey is ee� Blvd, 68
HN S
B: TAB 6: COUNTY FORMS
CW3 I g e ei IIII g, II i c
RFO for Engineering Deslgn and Permitting Servii for Key Deer, Boulevard (north of Watson Blvd
Roadway Project
PUBLIC ENTITY CRIME STATEMENT
'A person or affiliate who haa been placed on Me convicted vendor list following a conviction foi PUblIC ef-Ifily
crime rinay not, submit a bld on a contract to prov[de any goods or services to a public entity, may not submit
a bld an as contract with ai pUbfic entity for the construction or repair of a public building or plubfic work, may
not subnik i Ids on leases of real property to public entity, may not be awarded, air perform work as, a
CONTRAGI-OR., supplier, ,subcontractor', or CONTRACTOR under a contract with any public entity, and may
not transact business with any public enfity in excess, of the threshold arnount prlavWed in Section 287.017,
for CATEGORY TWO for a period of 36 months from ti-le date of being placed an the convicted vendor list.'
I have read the above and state that nether Clal WrigM,tq_,P, �F, (Respondent's name) nor any
AfflHate has been placedon the convicted vendor list Mftn the last 36 months,
Date- January 23,2024________
STATE OF� Florida
COUNTY OF: Lee
Subscribed and sworn to (or affirrined) betore me, by means of M physical presence or 0 online notarization,
on Japua,ry 23, 2024 (date) by (name of
affiaint), (hpiShe is p, r�qLi&L Jy, -kftp-wn,-tqjTiEe or has produced_.. (type
of identification) as identdioation,
4111, NOTARY PUBLIC
My Commission Expires°
otary public State *1 Florida
Randalli A Ssiti` Nfr MY COMMISSIOM HHU3080
EXPI16S 41V2027
CW!
Engineering, Inc. RI:Q Foe Engtnee�ing [)esWnand P:Iee mtdtrr See vsw foe Key Dee� Blvd, 69
HN S
B: TAB 6: COUNTY FORMS
CW3 I g e el IIII g, II i c
RFQ for Engineering Design and Permitfinq SeMae s for Key Deer Boulevard (north of Watson Blvd.)
. ........ Roadway Project
VENDOR C,'Elt'["IFICA']"'ION.R.(,ARI)J,NG SCRU'rINIZED ('QNIJPANIF.,S LtSTS
RFQ1 for Erigineering Design and Permilting Services for Key
I'voicet noaci-we a ...... ....
Respondent Vc.ridor Nanie: C - W3 E ' ngi '' neeringinc, — . .......
Vendor F"E'M 81,311-350770
Vendor'q Atrthori�;,zd Representative Nanic and TitieQlair'Wdght, 11j,_f!rqtdent . ............. ....... .....
Address:
City. Korth E.orlMyer's stateiorida.- . --- ................... zipM-9.17
Phone Ntnnbex� 239-205-6473
............. .
f,",mad Address�:_p wrightCaDcw-3-.-com
Scefillii 287,115, Florkhi Statutes pro'hib0sa company fi-om hidding on, subriii1fin:g a pr0'j)0SaJ 2'0l', Or CMOTJEfilito or
renewing to contract for, goclds or services of atnoum it; ' ,,it the tone ofconn-acting or renewal, the comininy is- on the
Scrutinized Gonipanies thai Boycou Isr-ael last,creawd pursuant to Section 215.4725, Florida Swrute, or is engaged in
�t [30YCO(t OfAIMWL SCC60n 287,1135, Vlorit.hi Statutes, also prohibits a corripany koin bidding (:)it, SLANW116JIg 11 PM�U�',�fl
(lsl�' rat entering into or ronown-Ag rk contrnei ter goods or services of S1,000,000 or more. that are on either the
Scru,6nixvd Colnpartics witb Activi6cs in Sudan List or the Scrutinized Cornpanies with Activities in Thc Iran Terrorhmn
t Asts whicl,,i were created ptu-suant w s, 21 5,47 3, Florida Statutes, or is engaged in bua�,a4iness operations in ( ' 'uha, or Syria,
ALIS' thh' PCIN'(Hl R"111(wized taw sign on behalf of Respondent, I fv=by cerlify that the ccyrnpany idenfified ahove in tho
scefion, evfitlM "Respondent Vendor Narne" is not listed on the Scrutinized Climparfics drat Boycoft Israel List or
engaged in a boycott offmael and for of $1,000,000 or wore is not listed on either the Scrutinized Coinpaxnes
wah Activities in Sudan LiA, the Scrutinized Companies with Activities in the Iran Tt�rrenisan List, or orgaged in
KN'in"S' uj,)eralions in Cutia or Sy ri al.
I undorswid that purstiant to Section 287 135, Florida Straintes, ffic submission of as false ccrtification may subject
cornpany to ci-vil penaffies, attorney 1`ees, arid/ur costs. I further understand that ray contract w4b theCounty unary be
terTninatod, at the option of the C:"c)Ujjty' if the Ccjyjpajny is Found to have submitted as false cerfification or has been
placvd rin the Scrutinizcd Cornpanies that Boyco(l Israel List or engaged in a boycon of Israel or pilaecd on [lie
Scrutinized Companies wRh Activiti4s in sudan Lisa or the Senntinized Comparties with Activirics in the Iran Terroristri
inCuba or Syria,
CertHied fly� . . ............ . . . ......... w,ho is, aulhori?Qd to sign on
behall'offlie above refemn,aood o�xlpany'
AwfiorizedSiguawre�
PTiul Nrniw_Clair woght, M
............. ... -
ritie- President
Note� Hite Ust are availableat the following Department of Mana-gement Services Site
M➢'Ila it'
'.�Lu
..... ....... b
-42-
CW!
Engineering, Inc. RI:QFoe Engtnee�frog, i lesWnae 0 P:Iee m�tdtrr See Aces foe Xeyl)ee� Blvd, 70
HN S
B: TAB 6: COUNTY FORMS
CW3 I g e el IIII g, II i c
RFQ for EngineeHng Design and Permitting Services for Key Deer BoWevard (north of Watson Blvd.)
Roadway Project
Minority Owited Husinos flecluration
in e j6ng,j,pp,,, as uii-collft2crot engag
� 11 .. Q. . .......... W3 --E n g mi�- _
as,,mcialed %vfth flne befon,, indicarod, project
(0,1"k One)
XW
r:s a E Id no Ihy bushwss enterprise, as det'hied in Sonorm 28,8.703, Florida 'SlatuIes
is uolu rninority business enterpHse, as defined in Section 29R,70-3, Filorida Sutftfts.
F.S. 288.7030) "Mirtority busdness enterpriw" ruearn, any small business concern as defined bi Kobsection (6)(see
below) W11iich is orgaaixcd u.) cngagw in cornnier6al transactions, which is dotniefled in Florida, and which is al least. 51-
pereera-owned Ky minority persorks Who are rnionbers offin in'sulaq, group that is of a particular racial, cifinic, or gender
'nakeup or na6onal origin, which has been subjeoed historically to disparate treatment due to idendficafion In and wilh
that group restflkin� irt star of comancreW enicilmises under the group's oontrol, and Wbose
ntanago'ncrr ,jad (Wily operations are controlled by such persons, A ininority buMness enterprise nuty pfirnarfly involve
the practice (.),f a profession. (.),wnership by a minorily person does not 4kcltade, ownership Miieh is Che result ol'a winsfer
ft-nnt a nomninority person to a Ininority person Within a related immediate faknfly group, if the combined total nep asset,
vnh,ic or alp mornbers of such family gro-up exceeds $1 million. FOr PUTPOIWS' 041116' SLI1-VSCC6011, 11W telli'l "related
immediate family group" means one or more rhildrol undcr 16 ycars of age and a parcrit of suet chfldroi of the
Of synch pai,,vm residiny, in the same house or living unit,
RS 289,703p'O "inn all bushiess- nicans an independently{ owned and of rated btmincss concern chat amploys 200 or
1"bwer permanent fall -time ernployees and that, mgethcr whh its affiliates, has a net wort13 of not ruorc than S5 milfion Or
any firni, based in this state which has a Small Business Administratickn 8W certificatiom As applicalfle to %—slc
pro prictorships, ffic $5 nailhon net warth rcqairement sbaH include both personal and busin"s invesiments,
C reltr to FS, 298 J03 fbr naorg inibrination.
Address,: 5783,Rqy,§hprqj3d. Ste. 1,1
F-1-339117
For Mounn�, Counly Verifkation..,
Title/ OMB
Verified vitro httv-,Wejq,d-deans ,myfJn0d .4- fi 1 e SILL -
a orw I rtt.tj
-43-
Signature
CW!
Engineering, Inc. RFQ Fm Engtnee� ing i lesWnand Flee mtdtrr SenAces for Xey Dee� Blvd, 71
RFQ for Engineering Design and Permitting Services for Key Deer Boulevard (north of Watson Blvd.)
Roadway Project
LOCAL PREFERENCE FORM
A. Vendors claiming a local preference according to Ordinance 023-2009, as amended by Ordinance 004-2015 must
complete this form,
Name of Bidder/Responder CW3 Engineering, Inc. Date: January 23, 2024
1. Does the vendor have a valid receipt for the business tax aid to the Monroe County Tax Collector dated at least one
year prior to the notice of request for bids or proposals? (Please furnish copy.)
2. Does the vendor have a physical business address located within Monroe County from which the vendor operates or
performs business on a day to day basis that is a substantial component of the goods or services being offered to Monroe
County? No
(The physical business address must be registered as its principal place of business with the Florida Department of State
for at least one year prior to the notice of request for bid or proposal.)
List Address: N/A
Telephone Number: N/A
B. Does the vendor/prime contractor intend to subcontract 50% or more of the goods, services or construction to local
businesses meeting the criteria above as to licensing and location? No
If yes, please provide:
1. Copy of Receipt of the business tax paid to the Monroe County Tax Collector by the subcontractor dated at least one
year prior to the notice or request for bid or proposal.
2. Subcontractor's physical business address within Monroe County from which the subcontractor operates:
(The physical business address must be registered as its principal place of business with the Florida Department of State
for at least one year prior to the notice of request for bids or proposals)
Address fq. - MqtOS 1:1-
Signature -Snd Title of Authorized Signatory for
Bidder/Responder
STATE OF Florida
COUNTY OF Lee
Tel.Number
Print Name: C_tAile tAJ216"7—d-T
On this I eq day of 3'JLf -20-7-'q--before me, by means of Elphys!'Cal pr or online no ' tion , the
undersigned notary public, peSaaa@ear C1,A%a- W/21&14r a wn to me to be the n whose
name is subscribed above or who produced as identific w edged t h ie-e- he
7
is the person who executed the above Local Preference Form uses therein contained. N
My commission expires:
(Seal)
Print j
'ri v
ROSIN E. BEHRENS
MyCOMMISSION# HH 315sog
EXPIRES. October
1, 2026
-44-
Attachment A
Scope of Services
EXHIBIT A
Date: May 17, 2024
SCOPE OF SERVICES
ENGINEERING DESIGN AND PERMITTING SERVICES FOR THE KEY DEER BLVD. (NORTH OF WATSON BLVD.)
ROADWAY PROJECT
CW3 Engineering, Inc. (hereinafter referred to as CONSULTANT) is to provide Monroe County (hereinafter referred
to as the COUNTY) the following Civil Engineering Services for the design improvements for the Key Deer Blvd.
Roadway Improvements project. Plans preparation and permitting of roadway, pedestrian, and drainage
improvements are anticipated. The following items will comprise the scope of work anticipated for the project.
1. PURPOSE
The purpose of this Exhibit is to describe the scope of work and the responsibilities of the CONSULTANT and the
COUNTY in connection with the design and preparation of a complete set of construction contract documents
and incidental engineering services, as necessary, for improvements to the transportation facility described
herein. The Scope of Services establishes which items of work are specifically prescribed to accomplish the work
included in this contract, and also indicate which items of work will be the responsibility of the CONSULTANT
and/or the COUNTY,
The CONSULTANT shall demonstrate good project management practices while working on this project. These
include communication with the COUNTY and others as necessary, management of time and resources, and
documentation. The CONSULTANT shall provide qualified technical and professional personnel to perform to
COUNTY standards and procedures, the duties and responsibilities assigned under the terms of this agreement.
The CONSULTANT shall minimize to the maximum extent possible the COUNTY's need to apply its own resources
to assignments authorized by the COUNTY.
The COUNTY will provide contract administration, management services, and technical reviews of all work
associated with the development and preparation of contract documents, including construction documents.
The COUNTY's technical reviews are for high-level conformance and are not meant to be comprehensive
reviews. The CONSULTANT shall be responsible for all work performed and work products developed under this
Scope of Services. The COUNTY may provide job -specific information and/or functions as outlined in this
contract, if favorable.
2. PROJECT DESCRIPTION
This project shall consist of analyzing the corridor to repave and raise the pavement profile according to the Sea
Level Impact Projection analysis that will be performed with the project. The project assumes that the profile
transition will commence south of the Watson Blvd. and Key Deer Blvd. to be at proposed profile elevation
though this intersection. The project will terminate and include the cul-de-sac at the northern terminus of Key
Deer Blvd. The roadway will consist of a two lane (10' lanes), two way rural section, one 6' sidewalk/pathway
(existing pathway shall remain unless impacted by the proposed roadway construction), no paved shoulders
with anticipated open. It is anticipated that the roadway construction will consist of new construction
characteristics.
The project shall also consist of intersection improvements at:
• Watson Blvd.
• Coconut Palm Dr.
• Balsa Ln.
• Wildwood Ln.
• Mahogany Ln.
CW3 No. 23-006S Page 1 of 13 S/17/24
• Palm Ave.
• Higgs Ln.
• Big Pine St.
• Gulf Blvd.
• Kyle Blvd.
The intersection improvements will consist of roadway profile transitions to existing sidestreet profile elevations
only. No pedestrian improvements on each quadrant are desired by the COUNTY.
It is understood that additional services outside of or inconsistent with the above referenced improvements are
not included in this scope of services.
3. PROJECT GENERAL TASKS
Project Common Tasks, as listed below, are work efforts that are applicable to many project activities. These
tasks are to be included in the project scope in each applicable activity when the described work is to be
performed by the CONSULTANT.
• Proiect kick-off - One (1) meeting
• Project Scheduling (Initial Project Schedule and Subsequent Quarterly Updates), anticipate 18months.
• Coordination Meetings (PRIME CONSULTANT MEETINGS)
o Fifteen (15) Miscellaneous meetings at the COUNTY's discretion (virtual)
o Two (2) Coordination/pre-applications meetings with SFWMD. (virtual)
o Four (4) Plan Submittal Review meeting with the COUNTY (30%, 60%, 90%, Final)(virtual)
o Five (5) Meetings with Public Utilities (virtual)
• 4 Misc Field Reviews
• No Independent Peer Review is included.
3.1. Public Involvement
• Public Involvement services are not included at this time.
4. ROADWAY ANALYSIS & PLANS
• Access Management Design Support
No modifications to existing intersection types, layouts or alternatives.
• Intersection Control Evaluation (ICE)
No modifications to existing intersection types, layouts or alternatives.
• Roadway Design/Plans Preparation
The CONSULTANT will provide a roadway design for the limits as described in the Project Description above.
No new sidestreet connections and/or intersections are included. The CONSULTANT will design the
geometrics using the design standards consistent with the design traffic volumes, design speed, functional
classification, adjacent land use, design consistency and driver expectancy, aesthetics, etc.
The new construction profile grade line will be designed according to the Sea Level Impact Projections, to
encourage positive drainage with anticipated proposed typical section, meeting the FDOT FDM and/or the
Florida Greenbook requirements.
No wildlife fencing along the R/W or proposed wildlife crossings are desired by the COUNTY at this time.
• Traffic Data Collection
CW3 No. 23-006S Page 2 of 13 S/17/24
Traffic Data Collection/analysis is not included. No additional turn lanes or intersection
imp rovements/a Iterations are anticipated/included, therefore traffic analysis is not deemed necessary.
Pavement design will utilize minimum pavement thicknesses identified below.
°Typical Section Package
CONSULTANT will develop upto:
0 Key Deer Blvd. Up to three (3) typical sections total.
It is anticipated that the constructability will potentially govern the location of the proposed roadway within
the existing R/VV' however the County desires the alignment to remain to the maximum extent possible.
Evaluating areas outside of the existing R/W for roadway improvements is not included. CONSULTANT will
provide typical section package to the COUNTY for review and approval near the 30% submittal stage.
Typical sections are anticipated to6ecomprised of:
n Key Deer Blvd.
� Two lane rural, two way.
� 1O'travel lanes, 1O'turn lanes ifincluded.
� Nopaved shoulders.
�o 6'Sidewalks onone side ofthe roadway
� Qpen-drainageconveyance
� Linear stormwatermanagement isnot anticipated.
� No bike lanes.
° Design Speedi
o Posted Speed limit is3Omph.
o Design Speed will utilize 4Omph.
°Pavement Design Analysis
Nopavement design package isincluded. Below isthe pavement design tobeutilized.
o New Construction/Widening
� CONSULTANT to utilize minimum pavement design thicknesses, assuming a Traffic C level with a
Z0yearESAL(equivalent single axle load) ofgreater than 3,5OO,0OO. Pavement design used will be:
� 12"Type 86tabiUzation o/equivalent black base inlieu ofstabilization
� Optional Base Group 9
� 3^ofstructural asphalt/friction course
o Milling and Resurfacing
� CONSULTANT will coordinate with COUNTY and Geotechnica| su6consukant to determine
recommended depths where appropriate.
41- School Bus Stops
Not included atthis time.
• Pedestrian Midblock/Uncontrolled Crossings
Not included atthis time.
° Temporary Traffic Control Plans
CONSULTANT will prepare TTCP plans on a Level 11 basis which will include typical sections, general notes,
phasing notes, advanced warning signa, and plan views for each phase of construction. Elevation
differences/considerations between the proposed profile grade line and the existing roadway will be
considered in the design, however TTCP cross sections will not be included.
• Roadway Plans
0 Key Sheet
o Signature Sheet
o Optional Culvert Material
o Summary of Pay Items
o Typical Sections
o General Notes/Pay Item Notes
o Project Layout
o Plan/Profile Sheets
o Special Profiles
o Intersection Layout Details
o Special Details
o Drainage Structure Sheets
o Cross Sections
o Roadway Soil Survey
o Temporary Traffic Control Plans
• Utility Adjustment Sheets
S. DRAINAGE ANALYSIS AND PLANS
This task includes the analysis of roadway and surrounding area drainage system(s) that will be impacted by the
roadway improvements. Anticipated drainage systems include open and closed conveyance for onsite/offsite
runoff conveyance(s). No floodplain evaluation and compensation is anticipated.
• Base Clearance:
CONSULTANT will review base clearance from the proposed roadway profile grade line, however the
proposed profile grade line will predominately rely on the results of the Sea Level Rise Projections.
Consideration of pavement base and stabilization types will be reviewed with the geotechnical information
when selecting the specific pavement design components recommended for use.
• Existing Permit Analysis:
CONSULTANT will review existing SFWMD/FDEP permit files in effort to gain a better understanding of the
adjacent systems, if any. COUNTY to provide CONSULTANT with any development plans for the
existing/proposed adjacent developments.
• Temporary Drainage Analysis
Not included.
• Preliminary Stormwater Analysis
Not included at this time.
• Design of Minor Cross Drains
Not included at this time.
• Design of Ditches and Side Drains
CONSULTANT will design roadway conveyance and outfall ditches as determined necessary. This includes
determining ditch cross sections, grades, selecting suitable channel lining, designing the side drain pipes,
and documentation. (Design of linear stormwater management facilities in separate task.)
• Design of Stormwater Management Facilities
Not included at this time.
• Design of Flood Plain Compensation
At the time of contract, the project does not lie within the floodplain, therefore no compensation analysis
is included.
• Design of Storm Drains
CW3 No. 23-006S Page 4 of 13 S/17/24
CONSULTANT will design stormdrain conveyance/collection systems and provide storm tabulations
according to FDOT criteria for including hydraulic calculations for pipe size, hydraulic gradelines, velocities,
etc.
• Design of Cross Drains
Major cross drain design is not anticipated nor included at this time.
• Optional Culvert Material
Not included at this time.
• Drainage Design Documentation Report
CONSULTANT will compile drainage design documentation including stormwater components into report
format. Include documentation for all the drainage design tasks and associated meetings and decisions.
• Drainage Plans
The CONSULTANT shall prepare Drainage plan sheets, notes, and details. The plans shall include the
following sheets necessary to convey the intent and scope of the project for the purposes of construction.
o Summary of Drainage Structures
o Drainage Structures
o Swale Profiles if they cannot be added to roadway profiles
o Erosion Control Plan Sheets
o SWPPP Sheets
6. UTILITY COORDINATION
This task will include contacting and providing information to utility providers that own or maintain facilities
within and adjacent to the project area, all utility conflicts will be identified by UAO's. CONSULTANT will:
• Collect/Prepare contact letters to all affected utility owners, beginning with the design survey for markups
by the respective utility owners.
• Conduct/Attend Utility Coordination Meetings (virtual).
• Prepare utility conflict matrices.
• Attempt to resolve all conflicts with the proposed improvements or with individual utility relocations.
• Existing utility facilities requiring relocation will be designed by the utility owner. Utility relocation plans
are not included in this scope of services.
7. UTILITY ANALYSIS & PLANS
No utility analysis or design is included.
8. PERMITTING (Services provided by Sub -Consultant)
• Environmental Permits and Environmental Clearances.
The CONSULTANT shall notify the COUNTY Project Manager and other appropriate COUNTY personnel in
advance of all scheduled meetings with the regulatory agencies to allow a COUNTY representative to
attend. The CONSULTANT shall copy in the Project Manager on all permit related correspondence and
meetings. The CONSULTANT shall use current regulatory guidelines and policies for all permits required.
o Preliminary Protect Research
The CONSULTANT shall perform preliminary project research and shall be responsible for regulatory
agency coordination to assure that design efforts are properly directed toward permit requirements.
The CONSULTANT shall research any existing easements or other restrictions that may exist both within
or adjacent to the proposed project boundary. Project research may Data gathering, including desktop
CW3 No. 23-006S Page 5 of 13 5/17/24
analysis from relevant sources including Monroe County, SFWMD, USACE, FDEP, USFWS, FWC, etc.
Research existing permits, conservation easements, listed species, Biological Opinions, land cover,
soils, etc.
o Field Work
Establish Wetland Jurisdictional Lines and Assessments
The CONSULTANT shall be responsible for, but not limited to, the following activities:
o This task includes assessing existing conditions and determining wetland lines to ensure that
the roadway alignment/improvements do not encroach into them in the event that the
alignment is required to shift for constructability to facilitate raising the profile It includes one
field review (2 biologists) to determine wetland presence and/or delineate jurisdictional
wetland lines, as applicable. Wetland assessments will be completed in conformance with the
USACE manual. Natural areas within and adjacent to the R/W will be defined using the Florida
Land Use Cover Classification System (FLUCCS) (2019). Jurisdiction wetland lines will be
provided in CAD format to incorporate into the plans and avoid impacts during design.
➢ Species Surveys
The CONSULTANT shall conduct wildlife field surveys, including endangered and threatened (E/T)
species general surveys, in conjunction with the wetland survey and field documentation. Species -
specific surveys are not anticipated.
Y Agency Verification of Wetland Data
Not anticipated.
Y Complete and Submit All Required Permit Applications
The CONSULTANT shall collect the data and information necessary to prepare the permit
applications and obtain the environmental permits required to construct the project. The
CONSULTANT shall prepare each permit application in accordance with the rules and/or
regulations of the regulatory agency responsible for issuing a specific permit and/or authorization
to perform work. The permit application packages must be approved by the COUNTY prior to
submittal to regulatory agencies.
The CONSULTANT will submit all permit applications, as directed by the COUNTY, and the COUNTY
will be responsible for payment of all permit and public noticing fees, unless directed otherwise by
the COUNTY.
Complete and Submit all Required Wetland Permit Applications
Wetland impacts not anticipated.
➢ Complete and Submit all Required Species Permit Applications
Not anticipated.
o Coordinate and Review Dredge and Fill Sketches
The CONSULTANT will review project plans to assess/confirm no impacts.
o Mitigation Plan(s)
Not anticipated.
o Preparation of Environmental Clearances and Reevaluations
Y NEPA/SEIR Reevaluation Not included at this time.
Wetland Impact Analysis
CONSULTANT will prepare a mini NRE per FDOT requirements including documentation of field
results, analysis, mapping and results of agency coordination (e.g., USFWS).
CW3 No. 23-006S Page 6 of 13 S/17/24
Protected Species and Habitat Impact Analysis
CONSULTANT will coordinate, review available data from NKDR, meet in the field with USFWS and
document the meetings and outcomes.
• Cultural Resource Assessment Survey
Not included in this scope of services.
• Other Permits
o Monroe County — No site plan revisions/permitting is included at this time for modification of offsite
properties. COUNTY permitting for the roadway improvements is not required. Therefore, no COUNTY
permits will be pursued at this time.
o FDOT Review/Approvals
CONSULTANT understands that FDOT will be reviewing the project plans and associated reports/data
prepared as part of this project. CONSULTANT will review, coordinate, respond and address applicable
comments from FDOT as necessary.
o FDEP Sea Level Impact Proiection
CONSULTANT will generate a SLIP report and will submit for associated approvals with FDEP and the
COUNTY. Results of the study will be utilized to set the proposed profile grade line of the project
corridor.
o FDEP (Water) — Not included.
o FDEP (Sewer) — Not included.
9. SIGNING & MARKING ANALYSIS AND PLANS
CONSULTANT shall analyze and document Signing and Pavement Markings Tasks in accordance with applicable
manuals, guidelines, standards, handbooks, procedures, and current design memorandums. It is assumed there
will be no overhead or guide signs included. No green pavement is included.
• Signing and Marking Plans (to be prepared as a component set)
o Key Sheet
o Signature Sheet
o General Notes/Pay Item Notes
o Project Layout
o Plan Sheet
o Typical Details
o Special Details
10. SIGNALIZATION ANALYSIS & PLANS
Not included in this scope of services.
11. LIGHTING ANALYSIS & PLANS
No corridor lighting is desired by the COUNTY, therefore lighting is not included in this scope of services.
12. LANDSCAPING ANALYSIS & PLANS
Not included in this scope of services.
13. SURVEY SERVICES (Services provided by Sub -Consultant)
Consultant will provide survey services within the project limits as follows. A topographical survey will be
provided in NAVD,
CW3 No. 23-006S Page 7 of 13 S/17/24
• Project Corridor
o Key Deer Blvd.
South Limits - 0.25mile south of Watson Blvd.
y North Limits —to and include cul-de-sac north of Kyle Blvd.
o Watson Blvd.
➢ 1000' from Key Deer east and west
Include injection well details west of Key Deer Blvd.
o Paved Side Streets with T-Intersections with Key Deer Blvd.
500' from Key Deer Blvd.
o Unpaved Side Streets with T-Intersections with Kev Deer Blvd.
➢ 100' from Key Deer Blvd.
o St. Francis Episcopal Church
Obtain driveway entrance to east edge of paver parking area
o Blue Hole Observation Platform
Y Entire Parking Lot and sidewalk limits and striping
Obtain 50' of connecting pathways offsite.
o Watson and Mannilo Nature Trail Parking
Y Obtain driveway entrance to east edge of paver parking area
o Big Pine Lions Club
Entire parking lot between R/W line and eastern side of building
Include eastern limits of building and detailed building entrance components
• Topographic and Design Data
o Survey Effort - Office
➢ Assemble record plats, deeds, maps and other documents.
i. Identify corners necessary for establishing approximate street rights -of -way.
Research available published horizontal & vertical control.
i. Make copies of nearest control for use on this design survey.
ii. Find at least two independent control points to tie into.
Review assembled land records with field and office staff.
Process control field notes.
i. Run closures on level runs. Balance and finalize project benchmark elevation.
ii. Review GPS check on published control marks.
Process property and right-of-way ties.
i. Compute and establish approximate road rights -of -way and easements based on field located
monumentation. Property lines will not be surveyed but shall be shown for informational
purposes.
ii. Calculate project base line and stationing.
f. Process field collected data.
i. Register and analyze laser scan data.
ii. Process conventional data collection files.
Y Map features from field collected data.
i. Above ground features will be mapped between the rights -of -way
CW3 No. 23-0065 Page 8 of 13 5/17/24
ii. Add symbols for all located above ground utilities.
Develop unified base map.
i. Map right-of-way and known easements.
ii. Label plat information, parcel identification and address for properties located along project
corridor.
Generate DTM from field data.
i. Establish DTM limits.
ii. Create DTM from elevation data and format for design engineer. Topographic points will be
provided along corridor at approximately 50-foot intervals.
Perform office Quality Assurance and Quality Control checks of mapping.
Deliverable
i. Deliverable will be a digital AutoCAD file and Surveyor's Report
o Survey Effort - Field
➢ Set project control points.
i. Establish horizontal control using RTK GPS procedures. All horizontal data will be in the North
American Datum of 1983 (2011 adjustment), Florida State Plane Coordinates, East Zone, U.S.
Survey Feet. Project control points will be established every 500 — 600 feet along the corridor.
ii. Level run through project control points based on published benchmark data. All values will be
in the North American Vertical Datum of 1988 (NAVD88).
Y Recover and locate existing right-of-way, property and land monumentation to re-establish
approximate rights -of -way and easements.
Y Locate drainage structures and driveway culverts
i. Horizontal location will be mapped with invert elevations.
y Locate above ground visible utilities.
➢ UAS LiDAR
i. UAS LiDAR procedures will be utilized for primary data collection throughout the project.
Conventional data collection
i. Conventional data collection methods may be utilized to supplement LiDAR data if required in
obscured areas and to collect specific feature data.
Geotechnical Borings
i. Locate up to forty (40) geotechnical borings as conducted by others.
➢ Utility Flagging
i. Locate flagging/paint for underground utilities as marked on the ground by others.
Reference survey base line.
i. Base line will be referenced by station and offset and tied to the project control.
Y Field review
i. A field review will be conducted comparing final survey base map data to existing project
conditions.
ii. Map mark-ups will be created noting any changes or differences. Any missed items will be field
collected at the time of field review.
• SUE Investigation
Not included at this time.
• Deliverables
CW3 No. 23-006S Page 9 of 13 5/17/24
o Digital CAD file containing survey base map and design data.
o Digital surface o/project corridor.
o Surveyors Report signed and sealed by a Professional Surveyor and Mapper registered in the State of
Right of Way Mapping is not proposed.
14. GEOTECHNICAL SERVICES (Services Provided by Sub -Consultant)
CONSULTANT will collect site and subsurface data within the project site and summarize test results inthe form
of a Roadway Soil Survey Report. The following services will be provided:
° CONSULTANT will locate the borings in the field based on measured and estimated distances from existing
site features.
• CONSULTANT will contact Sunshine State One Call to have any known utilities atthe test boring locations
identified, Utility locates will take a minimum of 72 hours for completion. CONSULTANT cannot be
responsible for underground utilities orstructures not identified.
• Mobilize a truck -mounted drilling rig and assumes the entire corridor will be accessible to CONSULTANT'S
drilling equipment.
° CONSULTANT will perform up to one twenty-eight (28) PowerAuger borings advanced to depths of five feet
below existing site grade, or practical refusal. Borings will be spaced at GOO -feet on'centeron alternating
sides of the designed roadway alignment. The proposed alternating sides of the roadway and use of
continuous flight augers is based on review ofaccessible soil data presented on FD07s Public Soil Boring
Viewer and the USDA Web Soil Survey. Note that the number and depths ofborings may beadjusted inthe
field based onexisting soil conditions.
° CONSULTANT will perform up to ten (10) pavement section cores (to evaluate underlying rock conditions)
and power auger borings, advanced to depths offive feet below the existing roadway grade, or practical
refusal. The test locations will be spaced at 2,SDO-feet on -center in alternating lanes of the roadway, with
the remaining four tobelocated within select failure mode locations. Note that the number and depths of
borings may beadjusted inthe field based onexisting soil conditions.
° CONSULTANT will visually classify and stratify the soil/rock samples recovered and perform laboratory
testing as necessary (and per minimum FDOT requirements) to facilitate classification of samples.
° CONSULTANT will provide services for roadway design specialty implementation and coordination for
incorporation of geotextiles/options for the pavement and embankment areas of the roadway corridor.
° CONSULTANT will summarize geotechnica| activities on this project in the form of a Gentechnica|
Engineering Report, which will include the test procedures used, the data collected, a discussion of project
specific geotechnical concerns, engineering evaluation and recommendations, a site plan showing the test
locations, and asoftware generated log ofeach test boring, and aroadway soils survey.
Phase I Environmental Site Assessment
Not included inthis scope ofservices.
15. COST OPINIONS
CONSULTANT is to develop opinion of probable construction costs at the 60, 90 and Final plans submittal stages.
16. PREPARE BIDDING DOCUMENTS AND BIDDING ASSISTANCE
CONSULTANT will provide services toinclude:
Prepare Final Construction Plans, final engineer's construction cost opinion in accordance with the contract
documents, and documents required to build the roadway, utilities and related features.
Prepare technical specifications required to construct the roadway, using the FDOT LAP "big four" specifications
on local roads with FDOT Division II and III specifications incorporated by reference.
CONSULTANT will respond to bidders' inquiries as supplied by the COUNTY. COUNTY staff to prepare and issue
addenda, as appropriate. Up to two addenda are included.
Bid reviews, bid tabulations and recommendations of award by CONSULTANT are not included.
17. SCHEDULE
The CONSULTANT will assist the COUNTY in the development of a project timeline. Once a schedule is developed
for the project, the Consultant will assist the COUNTY to meet the various schedule milestones.
Note: The time frames included in this scope are approximate, and adjustments may be necessary due to
circumstances outside the Consultant's control.
• Design Phase Approximately 18 months
• Bid Assistance Approximately 3 months
18. PROVISIONS OF WORK
The CONSULTANT shall furnish one electronic set of 11"x17" size plans for all COUNTY plan reviews, to
coordinate the design approvals. It is anticipated that design submittals will be made at the 30%,60%, 90% and
the final plans phase. The CONSULTANT shall furnish one (1) complete set of the final (11"x17") electronic plans
in .pdf and .dwg or Agn format as appropriate. Project and design documentation will be provided in written
and electronic format as appropriate throughout the project. Consultant will supply written response to review
comments after every plans phase submittal. If additional hard copy plan sets are desired or larger prints such
as 24x36, they can be issued as additional services.
19. PLAN ASSEMBLY
It is anticipated the plan assembly will follow the typical plans assembly as identified in FDOT procedures,
modified to fit the project development and criteria. Only the sheets necessary to convey the design intent will
be included in the plan set in conjunction with typical COUNTY Standards.
20. CONSTRUCTION ADMINISTRATIVE SERVICES AFTER BID AWARD
Detailed Construction Administrative Services scope and fees will be negotiated in the future but are anticipated
to generally include the below.
The COUNTY desires to assure that the planned Key Deer Blvd. improvements are constructed in conformance
with the approved plans and specifications. The COUNTY desires that the CONSULTANT, through limited
construction administration services, endeavor to provide protection for the COUNTY against defects and
deficiencies in the work of the Contractor. However, the furnishing of these services during construction does
not guarantee the work of the Contractor, or the performance of the Contractor. CONSULTANT will not, during
such visits or as a result of such observations of Contractor's work in progress, supervise, direct or have control
over Contractor work, nor shall CONSULTANT have authority over or responsibility for the means, methods,
techniques, sequences or procedures of construction selected by the Contractor for safety precautions and
programs incident to the work of the Contractor or for any failure of the Contractor to comply with laws, rules,
regulations, ordinances, codes, or orders applicable to Contractor furnishing and performing their work.
The following are not included in this construction administration scope of services; Geotechnical testing
services and materials testing, Subsurface Utility Engineering (SUE) investigative services during construction,
CW3 No. 23-006S Page 11 of 13 S/17/24
full time construction engineering and inspection, as -built survey information, additional survey data as may be
required for responding to RFI's or to prepare plan revisions, survey for easements or easement coordination,
permit conditions coordination, permit modifications for field changes, public involvement services and
coordination with the public for any service interruptions, etc., warranty inspections.
A 16-month construction schedule is assumed forthis scope. If the construction time frame extends beyond this
time frame, the continued services provided by consultant will be considered as additional services.
The Consultant shall perform the following tasks:
Protect Management / Coordination
Provide project coordination with the COUNTY, their field staff and the Contractor as required. This task
includes general project management and other administrative services including but not limited to
supervision, quality control, email correspondence, contract file set up and maintenance, phone
conversations, staff coordination and direction, etc.
• Protect Meetings
The Consultant shall participate with the COUNTY and Contractor and attend periodic project meetings as
requested during the construction phase. The preconstruction meeting is included in this task.
This task assumes:
Pre -construction meetings
Misc project coordination meetings
Progress Meetings
Shop Drawings
The CONSULTANT shall review, reject and/or approve related shop drawings, which the Contractor is
required to submit, but only for conformance with the design concept of the project and compliance with
the contract documents. Also, the CONSULTANT will determine the acceptability, subject to COUNTY
approval, of substitute materials and equipment proposed by contractors. All this work will be scheduled,
transmitted and received by the CONSULTANT with and through the COUNTY and/or the Contractor.
Clarifications/Interpretations/RFI's
The CONSULTANT will respond to requests of the COUNTY for necessary clarifications and interpretations
of the contract documents.
This task assumes addressing requests for additional information (RFI) and associated plan revisions (if
required). The Contractor will supply any additional survey data if required to address the RFI or plan
revisions.
• Site Visits
CONSULTANT will provide site observations in order for CONSULTANT to provide project and agency
certifications. Documentation of each observation will be provided in electronic format to the COUNTY.
• Substantial Completion Walk Through
Participate in a pre -final inspection for the purpose of determining if the project is substantially complete
and participate with the COUNTY and the Contractor in the preparation of a written "punch list" of all
incomplete, defective or deficient items.
• Final Completion Walk Through
Participate in a final inspection for the purpose of determining if the project is complete and all "punch list"
items have been completed. Final Walk through will be performed in conjunction with the COUNTY and the
Contractor. This walk through is part of the process to assist the CONSULTANT and Contractor in the
preparation of the various documents needed to certify the project complete.
CW3 No. 23-006S Page 12 of 13 S/17/24
Record Drawings
CONSULTANT shall prepare record drawings, utilizingthe original contract drawings as a base, and delineate
changes (locations, materials, products, etc.) from the original plans as indicated by COUNTY'S Contractor
as -built drawings (and supplemented by appropriate observations by COUNTY and/or the CONSULTANT).
Components anticipated to be included in the record drawings include drainage items only. CONSULTANT
will review roadway as -built data supplied by the COUNTY'S contractor to verify profiles, and roadway cross
sections. No drafting or record drawings redocumenting the profile elevations is included.
Contractor will coordinate all subcontractor's as -built information to CONSULTANT as the single point of
contact for the Record Drawings for the project. It is not the intent for the CONSULTANT to provide QA/QC
of the as -built data for the Contractor and/or their subcontractors. Fee identified is for CONSULTANT to
review data no more than two times and draft record drawings accordingly. Any additional analysis,
coordination, meetings, data review, drafting, etc. due to insufficient as -built data provided by Contractor
will be provided as additional services to the COUNTY.
The CONSULTANT shall provide the COUNTY with an electronic CAD file(s) in .dwg and/or Agn format
respectively along with a PDF copy.
• Agency Certifications
• Monroe County
• SFWMD/FDEP for stormwater improvements
21. COMPENSATION
Certain assumptions have been made in developing the fee for services. To the extent possible, they are stated
in this scope of services. If changes to the project result in changes in the level of effort presented in this scope
of services, the Scope of Services and fee budget will be revised by mutual agreement. All work is subject to
Work in Progress Payments and will be invoiced on a monthly basis.
ADDITIONAL ITEMS NOT INCLUDED IN THIS SCOPE OR SERVICES TO BE PROVIDED BY THE COUNTY
• Permit Fees
• Other permits and related application fees not stated in this scope
• Permit renewals, updates and/or modifications of permits obtained within this scope
• Pursuit of permits other than services specified above
• Protected Species Survey update or renewal upon expiration
• All fees associated with environmental mitigation
• Any title work (Opinions, O & E reports, etc.)
• Right of Way Map development
• Easement Sketches and Descriptions
• Vegetation Removal Permits
• COUNTY Right of Way Permits. Contractor will obtain
• Special traffic signs or guide signs
• Front end letting documents
• Bid advertisement and letting coordination and printing of letting plans and documents for contractors
• Public Information Meetings
• BOCC presentations
CW3 No. 23-006S Page 13 of 13 S/17/24
Attachment B
Hourly Rates
Project: Key Deer Blvd.
Project No. 23-006S
Fee Sheet Summary
Scale
Unit
Unit Rate
Total Hours
Comments
Item
lPhase
PROJECT GENERAL TASK* %
,,,,,,,,
Subconsultant Coordination
1
24
24
Gen, Survey, Env.
Project Kick Off Meeting
1
12
12
Includes prep and minutes, 2ppl
Schedule Development/Maintenance
1
40
40
16 initial setup, monthly updates @4hrs x 6
updates
Coordination Meetings
26
4
104
Includes prep, attendance and minutes
BOCCMeetings
0
0
0
Not Included
Field Reviews
4
16
64
6 visits x 2ppl each at 8hrs/ea
Digital Delivery
1
4
4
Project File Maintenance
1
70
70
16 initial setup, 3/mo. Maintenance x 18mo
PROJECT GENERAL TASKS TOTAL 318
4
ROADWAY ANALYSIS & PLANS'
Typical Section Package
1
24
24
6 hours cover, 6 hours x 3 typicals each
Pavement Design Analysis
1
40
40
For incorporation of geotextiles options only
Uncontrolled Pedestrian Crossings
0
0
0
Not Included
Estimated Quantities Report Preparation
1
120
120
Includes quantities
Key Sheet
1
4
4
Signature Sheet
1
2
2
Typical Sections
3
4
12
General Notes/Pay Item Notes
1
12
12
Project Layout
1
6
6
Plan/Profile Sheet
40
30
40
1200
3 miles, low complexity, 30 initial, 175/ mile,
21.5/sheet
Special Profiles
10
3.5
35
driveways/ sidestreets
Intersection Layout Details
4
6
24
Church, Blue Hole, Manilla Trail, Big Lions
Special Details
2
6
12
mist.
Cross Sections
100,
159
2
318
3 miles @ 100' intervals
Roadway Soil Survey
1
2
2
Temporary Traffic Control Analysis
1
272
272
40 hrs mid complexity analysis, level 2, 20 hrs/
mile/ phase x 3 phases, 16 hrs/ mile plans, 4 hrs
notes+typicals
UtilityAdjustmentSheets
30
2
60
2hrs/sht x 4 submittals, includes matrix
Supervision
1
86
86
4%
QA/QC
1
86
86
4%
ROADWAYANALYSIS & PLANS TOTAL 2315
DRAINAGE ANALYSISANDPLANS
,,,,,,,,,
Base Clearance
1
20
20
Existing Permit Analysis
1
16
16
Preliminary Stormwater Analysis
1
0
0
Not Included
Design of Minor Cross Drains
0
0
0
Not Included
Design of Ditches and Side Drains
1
45
45
15 hours/ mile, assume one side
Design ofStormwoter Management Facilities
1
0
0
Not Included
Design of Storm Drains
12
3
36
assumed limited structures
Optional Culvert Material Analysis
1
0
0
Not Included
Drainage Documentation Report
1
60
60
minimal improvements only
Drainage Map
1
0
0
Not Included
Drainage Structures
1
24
24
1/ structure plus 12 hrs
Erosion Control Plan Sheets
8
2.5
20
double stack 80 scale
SWPPP
3
6
18
Supervision
1
12
12
5%
QA/QC
1
12
1 12
5%
DRAINAGE ANALYSIS AND PLANS TOTAL 263
6
UtIUTY COORDINATION (Public Utilities)
Subconsultant Coordination
1 12 12
Prepare Contact Letters
1 0 0
By Hurley LP
Collect and Input RGB's into plans
1 1 60 1 60
14 submittals x 6 hrs/submittal x 4 utilities
Utility Coordination Meetings
1 0 0
1 Included in task 3 above
8
UTILITY COORDINATION (Public Utilities) TOTAL 72
PERMITTING/COORDINATION
Subconsultant Coordination
1
12
12
SFWMD/FDEPStormwater
1
60
60
GP or Exemption Verification only, includes
submittals, 2 mtgs and RAI
USACE
1
0
0
Not Included
USFWS
1
0
0
Not Included
FDOT
1
120
120
includes submittals and RAI
S.L.I.P. (FDEP)
1
20
20
includes submittals and RAI
QA/QC
1
12
12
PERMITTING/COORDINATION TOTAL 224
SIGNING,MARKING ANALYSIS & PLAh15„�';
Field Review
1
0
0
Included in task 3 above
Key Sheet
1
4
4
Signature Sheet
1
2
2
General Notes/Pay Item Notes
1
6
6
Project Layout
1
6
6
Plan Sheet
30
23
75
16 setup, 8/ mile analysis, 14/ mile plans
Typical Details
2
4
8
Special Details
4
4
16
Church, Blue Hole, Manillo Trail, Big Lions
Supervision
1
5
5
5%
QA/QC
1
5
5
5%
SIGNING& MARKING ANALYSIS & PLANS TOTAL 127
1
SU(t1/FY SERVICES
Subconsultant Coordination
1 16 16
Topographical Data Processing
1 24 24
QA/QC
1 2 2
SURVEYSERVICES TOTAL 42
14
GEOTECHNICAL SERVICES
Subconsultant Coordination 1 60 60
QA/QC 1 4 4
GEOTECHNICAL SERVICES TOTAL 64
19
COST OPINIONS' i
1017rs/subrnittal,(60, 90, final) Incorporate all
Cost Opinions 1 30 30subs
COST OPINIONS TOTAL 30
16
PREPARE WDOINCr DOCUMENT6AND BIDDING ASSISTANCE
Subconsultant Coordination
1
8
8
Technical Specifications
1
40
40
Pre -Bid Conference
0
0
0
Not Included
Addenda
2
6
12
Review Bids
0
0
0
Not Included
Bid Tabulation
0
0
0
Not Included
Recommendation cfAword
0
0
0
Not Included
PREPARE BIDDING DOCUMENTS AND BIDDING ASSISTANCE TOTAL 60
20
CONSTRUCTION ADMINISTRIATIVEStRVICES
Subconsultant Coordination
0
0
0
TBD
Project Management
0
0
0
TBD
Meetings
0
0
0
TBD
Shop Drawings
0
0
0
TBD
Clarifications/Interpretations/RFIs
0
0
0
TBD
Plan Revisions
0
0
0
TBD
Site Visits
0
0
0
TBD
Substantial Completion Walk Through
0
0
0
TBD
Final Completion Wolkthrough
0
0
0
TBD
Record Drawings
0
0
0
TBD
Agency Certifications
0
0
0
TBD
CONSTRUCTION ADMINISTRATIVE SERVICES TOTAL 0
Totals 3515
/
A� o® CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDD/YYYY)
07/03/2024
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 Lauren Caporale
NAME:
The Hilb Group of Florida
PHONE (813} 636-4000 FAX
AtC Na Ext : A/C, No):
5850 TG Lee Boulevard
E-MAIL servicefl@hilbgroup.com
ADDRESS:
INSURER(S) AFFORDING COVERAGE
NAIC #
Suite 340
INSURERA: Phoenix Insurance Company
25623
Orlando FL 32822
INSURED
INSURER B: Travelers Property Casualty Insurance Co
36161
CW3 Engineering, Inc.
INSURER C : Travelers Casualty & Surety Co
19038
5783 Bayshore Rd., #113
INSURER D: National Casualty Company
11991
INSURER E :
North Fort Myers FL 33917
INSURER F :
COVERAGES CERTIFICATE NUMBER: CL247321601 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
MWDDNYYY
POLICY EXP
MWDD/YYYY
LIMITS
X
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
CLAIMS -MADE OCCUR
PREMISES Ea occurrence
----
1,000,000
$ '
MED EXP (Any one person)
$ 10,000
PERSONAL &ADV INJURY
$ 1,000,000
A
Y
660-5N42858A
07/10/2024
07/10/2025
GEN'LAGGREGATE LIMITAPPLIES PER:
GENERAL AGGREGATE
$ 2,000,000
POLICY Fx_1 JECT PRO ❑ LOC
PRODUCTS - COMP/OP AGG
$ 2,000,000
$
OTHER:
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
Ea accident
$ 1,000,000
BODILY INJURY (Per person)
$
ANYAUTO
A
OWNED SCHEDULED
AUTOS ONLY AUTOS
Y
660-5N42858A
07/10/2024
07/10/2025
BODILY INJURY (Per accide nt)
$
X
PROPERTYDAMAGE
Per accident
$
HIRED HNON-OWNED
AUTOS ONLY AUTOS ONLY
X
UMBRELLA LIAB
X
OCCUR
EACH OCCURRENCE
$ 1,000,000
AGGREGATE
$ 1,000,000
B
EXCESS LAB
CLAIMS -MADE
CUP-1S658322
07/10/2024
07/10/2025
DED I X1 RETENTION $ 10,000
$
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
N /A
UB-5R378156
07110t2024
07/10/2025
X SPER
TATUTE ER
E.L. EACH ACCIDENT
1 OOOOOO
$
E.L. DISEASE - EA EMPLOYEE
$ 1000000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
1000000
$
D
Professional Liability
JE00002816
07/10/2024
07/10/2025
Professional Liability
Aggregate
$2,000,000
$2,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
RE: Key Deer Boulevard (north of Watson Blvd.)Professional Liability is written on a claims made and reported basis. Monroe County shall be named as an
Additional Insured on the General Liability & Auto Liability when required by written contract and prior to rendering of services.
JS 'T
r
7.19 24
24
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Monroe County & Monroe County BOCC ACCORDANCE WITH THE POLICY PROVISIONS.
1100 Simonton Street
AUTHORIZED REPRESENTATIVE
,
KeyWest FL 33040
ACORD 25 (2016/03)
@ 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
ACC)R " CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
8/13/2025
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
AWA Insurance Agency
13700 Six Mile Cypress Pkwy
Suite 1
CONTACT
NAME: Alefa Kerr
PHONE FAX
A/c No EXt : 239-418-1100 AC,No): 239-418-1164
ADDRESS: aefa@awainsurance.com
INSURER(S) AFFORDING COVERAGE
NAIC #
Fort Myers FL 33912
INSURERA: Southern -Owners Ins Co
10190
INSURED CW3ENGI-01
CW3 Engineering Inc
5783 Bayshore Rd Unit 113
INSURER B : National Casualty Company
11991
INSURERC: Progressive Express Ins Company
10193
INSURER D :
North Fort Myers FL 33917
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER:556792991 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
A
X
COMMERCIAL GENERAL LIABILITY
Y
20877061
7/10/2025
7/10/2026
EACH OCCURRENCE
$ 1,000,000
CLAIMS -MADE OCCUR
DAMAGE TO RENTED
PREMISES Ea occurrence
$ 300,000
MED EXP (Any one person)
$ 10,000
PERSONAL & ADV INJURY
$ 1,000,000
GEN'L
AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$2,000,000
POLICY PRO-
JECT1:1 LOC
PRODUCTS - COMP/OP AGG
$ 2,000,000
$
OTHER:
C
AUTOMOBILE
LIABILITY
997457884
5/14/2025
5/14/2026
COMBINED SINGLE LIMIT
Ea accident
$ 1,000,000
BODILY INJURY (Per person)
$
ANY AUTO
OWNED X SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
$
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
PIP
$ 10,000
A
X
UMBRELLALIAB
X
OCCUR
5607050300
7/10/2025
7/10/2026
EACH OCCURRENCE
$ 1,000,000
AGGREGATE
$ 1,000,000
EXCESS LIAB
CLAIMS -MADE
DED RETENTION $
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANYPROPRIETOR/PARTNER/EXECUTIVE
A106671373
7/10/2025
7/10/2026
X PER OTH-
STATUTE ER
E.L. EACH ACCIDENT
$ 1,000,000
OFFICER/MEMBER EXCLUDED? [-W]
NIA
E.L. DISEASE- EA EMPLOYEE
$ 1,000,000
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
B
Professional Liability
ADP0000745
7/10/2025
7/10/2026
Each Occurrence
2,000,000
Aggregate
2,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: Key Deer Boulevard (north of Watson Blvd.) Monroe County & Monroe County BOCC is listed as additional Insured with respects to General Liability per
the attached endorsement.
Ae €K
.T
,,T2. .SL.1C L.
WAMW MA, 7
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 & Monroe County BOCC
1100 Simonton Street
Key West FL 33040
AUTHORIZErPREPRESENTATIVE
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
Agency Code 12-0644-00
Policy Number 254612-20877061
55373 (5-17)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Under SECTION II - WHO IS AN INSURED is
amended. The following provision is added.
A person or organization is an Additional Insured,
only with respect to liability caused, in whole or in
part, by "your work" for that Additional Insured by or
for you:
1. If required in a written contract or agreement; or
2. If required by an oral contract or agreement only
if a Certificate of Insurance was issued prior to
the loss indicating that the person or organiza-
tion was an Additional Insured.
B. SECTION III - LIMITS OF INSURANCE is
amended. The following provision is added.
The limits of liability for the Additional Insured are
those specified in the written contract or agreement
between the insured and the owner, lessee or con-
tractor or those specified in the Certificate of Insur-
ance, if an oral contract or agreement, not to exceed
the limits provided in this policy. These limits are
inclusive of and not in addition to the limits of
insurance shown in the Declarations.
C. SECTION IV - COMMERCIAL GENERAL
LIABILITY CONDITIONS is amended.
1. The following condition is added to 4.Other
Insurance.
This insurance is primary for the Additional
Insured, but only with respect to liability caused,
in whole or in part, by "your work" for that Addi-
tional Insured by or for you. Other insurance
available to the Additional Insured will apply as
excess insurance and not contribute as primary
insurance to the insurance provided by this
endorsement.
2. The following condition is added.
Other Additional Insured Coverage Issued By
Us
If this policy provides coverage for the same
loss to any Additional Insured specifically shown
as an Additional Insured in another endorsement
to this policy, our maximum limit of insurance
under this endorsement and any other endorse-
ment shall not exceed the limit of insurance in
the written contract or agreement between the
insured and the owner, lessee or contractor, or
the limits provided in this policy, whichever is
less. Our maximum limit of insurance arising
out of an 'occurrence", shall not exceed the limit
of insurance shown in the Declarations, regard-
less of the number of insureds or Additional
Insureds.
All other policy terms and conditions apply.
55373 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1
ACC)R " CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
8/13/2025
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
AWA Insurance Agency
13700 Six Mile Cypress Pkwy
Suite 1
CONTACT
NAME: Alefa Kerr
PHONE FAX
A/c No EXt : 239-418-1100 AC,No): 239-418-1164
ADDRESS: aefa@awainsurance.com
INSURER(S) AFFORDING COVERAGE
NAIC #
Fort Myers FL 33912
INSURERA: Southern -Owners Ins Co
10190
INSURED CW3ENGI-01
CW3 Engineering Inc
5783 Bayshore Rd Unit 113
INSURER B : National Casualty Company
11991
INSURERC: Progressive Express Ins Company
10193
INSURER D :
North Fort Myers FL 33917
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER: 1082084863 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
A
X
COMMERCIAL GENERAL LIABILITY
Y
20877061
7/10/2025
7/10/2026
EACH OCCURRENCE
$ 1,000,000
CLAIMS -MADE OCCUR
DAMAGE TO RENTED
PREMISES Ea occurrence
$ 300,000
MED EXP (Any one person)
$ 10,000
PERSONAL & ADV INJURY
$ 1,000,000
GEN'L
AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$2,000,000
POLICY PRO-
JECT1:1 LOC
PRODUCTS - COMP/OP AGG
$ 2,000,000
$
OTHER:
C
AUTOMOBILE
LIABILITY
Y
997457884
5/14/2025
5/14/2026
COMBINED SINGLE LIMIT
Ea accident
$ 1,000,000
BODILY INJURY (Per person)
$
ANY AUTO
OWNED X SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
$
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
PIP
$ 10,000
A
X
UMBRELLALIAB
X
OCCUR
5607050300
7/10/2025
7/10/2026
EACH OCCURRENCE
$ 1,000,000
AGGREGATE
$ 1,000,000
EXCESS LIAB
CLAIMS -MADE
DED RETENTION $
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANYPROPRIETOR/PARTNER/EXECUTIVE
A106671373
7/10/2025
7/10/2026
X PER OTH-
STATUTE ER
E.L. EACH ACCIDENT
$ 1,000,000
OFFICER/MEMBER EXCLUDED? [-W]
NIA
E.L. DISEASE- EA EMPLOYEE
$ 1,000,000
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
B
Professional Liability
ADP0000745
7/10/2025
7/10/2026
Each Occurrence
2,000,000
Aggregate
2,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: Key Deer Boulevard (north of Watson Blvd.) Monroe County & Monroe County BOCC is listed as additional Insured with respects to General Liability and
Auto Liability per the attached endorsements.
APP8.1315K BN7
m
WAiM KA ,
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 & Monroe County BOCC
1100 Simonton Street
Key West FL 33040
AUTHORIZErPREPRESENTATIVE
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
Form 2366 (02/11) M_CL
Blanket Additional Insured Endorsement
This endorsement modifies insurance provided by the Commercial Auto Policy, Motor Truck Cargo Legal
Liability Coverage Endorsement, and/or Commercial General Liability Coverage Endorsement, as appears
on the declarations page. All terms and conditions of the policy apply unless modified by this
endorsement.
If you pay the fee for this Blanket Additional Insured Endorsement, we agree with you that any person
or organization with whom you have executed a written agreement prior to any loss is added as an
additional insured with respect to such liability coverage as is afforded by the policy, but this insurance
applies to such additional insured only as a person or organization liable for your operations and then
only to the extent of that liability. This endorsement does not apply to acts, omissions, products, work,
or operations of the additional insured.
Regardless of the provisions of paragraph a. and b. of the "Other Insurance" clause of this policy, if the
person or organization with whom you have executed a written agreement has other insurance under
which it is the first named insured and that insurance also applies, then this insurance is primary to and
non-contributory with that other insurance when the written contract or agreement between you and
that person or organization, signed and executed by you before the bodily injury or property damage
occurs and in effect during the policy period, requires this insurance to be primary and non-
contributory.
In no way does this endorsement waive the "Other Insurance" clause of the policy, nor make this policy
primary to third parties hired by the insured to perform work for the insured or on the insured's behalf.
ALL OTHER TERMS, LIMITS, AND PROVISIONS OF THE POLICY REMAIN UNCHANGED.
Agency Code 12-0644-00
Policy Number 254612-20877061
55373 (5-17)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Under SECTION II - WHO IS AN INSURED is
amended. The following provision is added.
A person or organization is an Additional Insured,
only with respect to liability caused, in whole or in
part, by "your work" for that Additional Insured by or
for you:
1. If required in a written contract or agreement; or
2. If required by an oral contract or agreement only
if a Certificate of Insurance was issued prior to
the loss indicating that the person or organiza-
tion was an Additional Insured.
B. SECTION III - LIMITS OF INSURANCE is
amended. The following provision is added.
The limits of liability for the Additional Insured are
those specified in the written contract or agreement
between the insured and the owner, lessee or con-
tractor or those specified in the Certificate of Insur-
ance, if an oral contract or agreement, not to exceed
the limits provided in this policy. These limits are
inclusive of and not in addition to the limits of
insurance shown in the Declarations.
C. SECTION IV - COMMERCIAL GENERAL
LIABILITY CONDITIONS is amended.
1. The following condition is added to 4.Other
Insurance.
This insurance is primary for the Additional
Insured, but only with respect to liability caused,
in whole or in part, by "your work" for that Addi-
tional Insured by or for you. Other insurance
available to the Additional Insured will apply as
excess insurance and not contribute as primary
insurance to the insurance provided by this
endorsement.
2. The following condition is added.
Other Additional Insured Coverage Issued By
Us
If this policy provides coverage for the same
loss to any Additional Insured specifically shown
as an Additional Insured in another endorsement
to this policy, our maximum limit of insurance
under this endorsement and any other endorse-
ment shall not exceed the limit of insurance in
the written contract or agreement between the
insured and the owner, lessee or contractor, or
the limits provided in this policy, whichever is
less. Our maximum limit of insurance arising
out of an 'occurrence", shall not exceed the limit
of insurance shown in the Declarations, regard-
less of the number of insureds or Additional
Insureds.
All other policy terms and conditions apply.
55373 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1
ACC)R " CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
8/13/2025
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
AWA Insurance Agency
13700 Six Mile Cypress Pkwy
Suite 1
CONTACT
NAME: Alefa Kerr
PHONE FAX
A/c No EXt : 239-418-1100 AC,No): 239-418-1164
ADDRESS: aefa@awainsurance.com
INSURER(S) AFFORDING COVERAGE
NAIC #
Fort Myers FL 33912
INSURERA: Southern -Owners Ins Co
10190
INSURED CW3ENGI-01
CW3 Engineering Inc
5783 Bayshore Rd Unit 113
INSURER B : National Casualty Company
11991
INSURERC: Progressive Express Ins Company
10193
INSURER D :
North Fort Myers FL 33917
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER: 1082084863 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
A
X
COMMERCIAL GENERAL LIABILITY
Y
20877061
7/10/2025
7/10/2026
EACH OCCURRENCE
$ 1,000,000
CLAIMS -MADE OCCUR
DAMAGE TO RENTED
PREMISES Ea occurrence
$ 300,000
MED EXP (Any one person)
$ 10,000
PERSONAL & ADV INJURY
$ 1,000,000
GEN'L
AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$2,000,000
POLICY PRO-
JECT1:1 LOC
PRODUCTS - COMP/OP AGG
$ 2,000,000
$
OTHER:
C
AUTOMOBILE
LIABILITY
Y
997457884
5/14/2025
5/14/2026
COMBINED SINGLE LIMIT
Ea accident
$ 1,000,000
BODILY INJURY (Per person)
$
ANY AUTO
OWNED X SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
$
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
PIP
$ 10,000
A
X
UMBRELLALIAB
X
OCCUR
5607050300
7/10/2025
7/10/2026
EACH OCCURRENCE
$ 1,000,000
AGGREGATE
$ 1,000,000
EXCESS LIAB
CLAIMS -MADE
DED RETENTION $
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANYPROPRIETOR/PARTNER/EXECUTIVE
A106671373
7/10/2025
7/10/2026
X PER OTH-
STATUTE ER
E.L. EACH ACCIDENT
$ 1,000,000
OFFICER/MEMBER EXCLUDED? [-W]
NIA
E.L. DISEASE- EA EMPLOYEE
$ 1,000,000
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
B
Professional Liability
ADP0000745
7/10/2025
7/10/2026
Each Occurrence
2,000,000
Aggregate
2,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: Key Deer Boulevard (north of Watson Blvd.) Monroe County & Monroe County BOCC is listed as additional Insured with respects to General Liability and
Auto Liability per the attached endorsements.
APP8.1315K BN7
m
WAiM KA ,
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 & Monroe County BOCC
1100 Simonton Street
Key West FL 33040
AUTHORIZErPREPRESENTATIVE
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
Form 2366 (02/11) M_CL
Blanket Additional Insured Endorsement
This endorsement modifies insurance provided by the Commercial Auto Policy, Motor Truck Cargo Legal
Liability Coverage Endorsement, and/or Commercial General Liability Coverage Endorsement, as appears
on the declarations page. All terms and conditions of the policy apply unless modified by this
endorsement.
If you pay the fee for this Blanket Additional Insured Endorsement, we agree with you that any person
or organization with whom you have executed a written agreement prior to any loss is added as an
additional insured with respect to such liability coverage as is afforded by the policy, but this insurance
applies to such additional insured only as a person or organization liable for your operations and then
only to the extent of that liability. This endorsement does not apply to acts, omissions, products, work,
or operations of the additional insured.
Regardless of the provisions of paragraph a. and b. of the "Other Insurance" clause of this policy, if the
person or organization with whom you have executed a written agreement has other insurance under
which it is the first named insured and that insurance also applies, then this insurance is primary to and
non-contributory with that other insurance when the written contract or agreement between you and
that person or organization, signed and executed by you before the bodily injury or property damage
occurs and in effect during the policy period, requires this insurance to be primary and non-
contributory.
In no way does this endorsement waive the "Other Insurance" clause of the policy, nor make this policy
primary to third parties hired by the insured to perform work for the insured or on the insured's behalf.
ALL OTHER TERMS, LIMITS, AND PROVISIONS OF THE POLICY REMAIN UNCHANGED.
Agency Code 12-0644-00
Policy Number 254612-20877061
55373 (5-17)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Under SECTION II - WHO IS AN INSURED is
amended. The following provision is added.
A person or organization is an Additional Insured,
only with respect to liability caused, in whole or in
part, by "your work" for that Additional Insured by or
for you:
1. If required in a written contract or agreement; or
2. If required by an oral contract or agreement only
if a Certificate of Insurance was issued prior to
the loss indicating that the person or organiza-
tion was an Additional Insured.
B. SECTION III - LIMITS OF INSURANCE is
amended. The following provision is added.
The limits of liability for the Additional Insured are
those specified in the written contract or agreement
between the insured and the owner, lessee or con-
tractor or those specified in the Certificate of Insur-
ance, if an oral contract or agreement, not to exceed
the limits provided in this policy. These limits are
inclusive of and not in addition to the limits of
insurance shown in the Declarations.
C. SECTION IV - COMMERCIAL GENERAL
LIABILITY CONDITIONS is amended.
1. The following condition is added to 4.Other
Insurance.
This insurance is primary for the Additional
Insured, but only with respect to liability caused,
in whole or in part, by "your work" for that Addi-
tional Insured by or for you. Other insurance
available to the Additional Insured will apply as
excess insurance and not contribute as primary
insurance to the insurance provided by this
endorsement.
2. The following condition is added.
Other Additional Insured Coverage Issued By
Us
If this policy provides coverage for the same
loss to any Additional Insured specifically shown
as an Additional Insured in another endorsement
to this policy, our maximum limit of insurance
under this endorsement and any other endorse-
ment shall not exceed the limit of insurance in
the written contract or agreement between the
insured and the owner, lessee or contractor, or
the limits provided in this policy, whichever is
less. Our maximum limit of insurance arising
out of an 'occurrence", shall not exceed the limit
of insurance shown in the Declarations, regard-
less of the number of insureds or Additional
Insureds.
All other policy terms and conditions apply.
55373 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1