Loading...
HomeMy WebLinkAboutItem C15COUNTY 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: C15 26-0654 BULK ITEM: Yes DEPARTMENT: Engineering Services and Roads TIME APPROXIMATE: No STAFF CONTACT: Judy Clarke AGENDA ITEM WORDING: Approval of task order 13 under the continuing services contract with AECOM Technical Services, Inc. for Transportation Planning Services to conduct a speed limit evaluation study on four roads in the Baypoint community in Saddlebunch Keys. The task order fee of $25,669.16 will be funded by gas tax funds. ITEM BACKGROUND: Four roads in the Baypoint community — Beach Drive, Coral Drive, Palm Drive and Shore Drive - are 30 ft wide and have curved geometry. Residents have requested that the community be evaluated to determine whether decreasing the posted speed limit to 15 MPH from 25 MPH is warranted. PREVIOUS RELEVANT BOCC ACTION: BOCC approved the continuing services contract with AECOM Technical Services, Inc. At the April 2023 BOCC meeting. INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: approval of task order 13 to conduct a speed limit evaluation study in the Baypoint Community STAFF RECOMMENDATION Approval DOCUMENTATION: Work Order No. 13 Speed Limit Evaluation Study Baypoint with legal stamp.pdf Item J1_AECOM Contract 2023.pdf 2025 08 COI AECOM GL AL WC PL exp 4.1.26 signed.pdf FINANCIAL IMPACT: Effective Date: March 11, 2026 Expiration Date: 30 days after completion of final report Total Dollar Value of Contract: $25,669.16 Total Cost to County: $25,669.16 Current Year Portion: $25,669.16 Budgeted: yes Source of Funds: 102-22500-SC 00038 CPI: no Indirect Costs: no Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: If yes, amount: Grant: no County Match: Insurance Required: yes Speed Limit Evaluation Study SCOPE OF SERVICES FOR WORK ORDER NO. 13 Speed Limit Evaluation Study Bay Point Community Monroe County, Florida A. INTRODUCTION The Monroe County Engineering Services Department has requested AECOM to conduct a Speed Limit Evaluation Study to determine the feasibility of lowering the speed limit from 25 mph to 15 mph in the Bay Point Community, located in Saddlebunch Keys, Florida. Specific roadways to be evaluated for this study include Beach Drive, Coral Drive, Palm Drive and Shore Drive (see location map below). This study will be conducted based on the guidelines and procedures as outlined in the FDOT Manuals: i) Speed Zoning for Highways, Roads and Streets In Florida, and ii) Manual on Uniform Traffic Studies. The following is a list of tasks included in the scope of services. Any task that is not listed below will be considered out of scope. B. SCOPE OF SERVICES Task 1: Crash Data Analysis and Collision Diagrams • Download crash data and crash reports for the 5-year period (2021-2025) from Signal Four Analytics. Also, contact the Monroe County Sheriff's Office for crash data. • Identify and correct mislocated and miscoded crashes based on crash reports. • Prepare crash summary tables and develop collision diagrams based on the 5-year crash data (2021-2025). • Review collision diagrams and crash reports to identify crash patterns, probable causes, and any speeding -related crashes. Page 1 of 3 Speed Limit Evaluation Study Task 2: Project Progress Meetings AECOM staff will attend one virtual progress meeting with the Monroe County Project Manager (PM) to discuss the study findings/recommendations. Task 3: Speed Data Collection AECOM's subconsultant, CHA, will collect speed data for both directions of travel by means of detection and relay devices, or a radar gun, or cameras, or tubes, or other methods. Based on the roadway characteristics of Bay Point, there may be limitations to acquire speed data to meet typical sample size requirements, especially along Beach Drive, Coral Drive and Shore Drive. Data will be collected at two locations on Palm Drive for four days. Task 4: Field Reviews A field review will be conducted to identify existing conditions, examine the physical features, and traffic control devices. Photographs will be taken to document the findings. Task 5: Speed Data and Field Review Technical Memorandum Speed data collected in Task 3 will be analyzed and the following speed parameters will be determined: 85t" percentile speed, average speed, speed variance, and pace. Additionally, a technical memorandum will be prepared to summarize field observations and speed data analysis results. Task 6: Draft Deliverable Prepare a draft report summarizing the study findings and recommendations and submit it to Monroe County PM for review. The following items will be included in the draft report: • Crash Data Analysis/Summaries • Collision Diagrams • Findings of Field Reviews • Speed Data Summaries • Recommendations Task 7: Final Deliverable • Revise the draft report based on comments received from Monroe County • Submit a PDF of the Final Report C. PROJECT MANAGEMENT Purpose The purpose of this task is to perform all project management related activities that are required as part of this study. Activities Project Management will include the overall management of this study, including project Page 2 of 3 Speed Limit Evaluation Study staffing, scheduling work activities, coordinating with Monroe County PM, attendance at project meetings, and QA/QC reviews of project deliverables. Project Schedule Project schedule will be developed and submitted to Monroe County PM for review and approval. The monthly progress reports will include updates to the original project schedule. Progress Reports Project progress reports will be prepared and submitted to the county on a monthly basis. The progress report will discuss work accomplished during the preceding month, work projected for the following month, and potential project issues and associated impacts to the project schedule or budget. Deliverables Monthly Progress Reports and Invoices D. COMPENSATION FOR SERVICES The Consultant shall be paid a lump -sum amount of $25,669.16, invoiced monthly as percent complete, consistent with progress reports. The staff -hour estimates, and the corresponding costs are based on the Professional Services Agreement between Monroe County and AECOM executed on April 25, 2023. E. SCHEDULE The Draft Report shall be submitted to the County Engineering Department by May 29, 2026. The Final Report shall be submitted within 14 days of receiving review comments from the County Engineering Department. Acceptance and approval of this Work Order by both parties by signatories below constitute authorization for the Consultant to proceed. ACCEPTED AND APPROVED Monroe County (Signature) (Name & Title) MONROE COUNTY ATTORNEY rr APPROVFD AS TO FORM r CHRISTINE IIMBERT-BARROWS SR. ASSISTANT COUNTY ATTORNEY DATE: _3026_ Page 3 of 3 ACCEPTED AND APPROVED AECOM Technical Services, Inc. /'+ Digitally signed by Boucle, Julio Boucle, ON cn-Boucle, Julio, ou=AECOMUsers Date 2026.02.26 17:21:52 - Julio (Signature) Julio Boucle, P.E. / Vice President (Name & Title) N N r of N to 01 � » di tq N 4) 01 N 4) G1 O LL LL LL O f0 0 W ~ Q C O U o � N � � y Efl I� o. s GUR COURT, Kevin Madok, cpA Clerk of the Circuit Court & Comptroller Monroe County, Florida COO DATE: April 25, 2023 TO: Emily Schemper, Senior Director Planning & Environmental Resources FROM: Pamela flancJvc- SUBJECT: April 19'h BOCC Meeting Attached is an electronic copy of each of the following items for your handling: ji Four year Continuing Services Contract, with options for renewal on an annual basis for two additional years, with AECOM Technical Services, Inc. for Transportation Planning Services. J5 Contract with Adventure Environmental, Inc., for the Removal, Refloating and/or Demolition and Disposal of Derelict Vessels, Floating Structures, and Marine Debris. 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 CONTRACT FOR TRANSPORTATION PLANNING PROFESSIONAL SERVICES THIS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN OWNER AND ENGINEER (the "Contract" or "Agreement") is made and entered into this 19th day of April 2023 by and between Monroe County ("Owner" or "County"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, its successors and assigns through the Monroe County Board Of County Commissioners ("BOCC"), AND AECOM Technical Services, Inc., the ("Engineer"), a for -profit corporation authorized to do business in the State of Florida, whose address is 2 Alhambra Plaza, Suite 900, Coral Gables, FL, 33134, its successors and assigns (hereinafter referred to as "CONTRACTOR", "CONSULTANT" or `ENGINEER'. RECITALS: WHEREAS, this contract is issued as a continuing contract pursuant to Florida Statute 287.055(2) (g). The professional services required by this Contract are to be rendered for projects in which the estimated construction costs of each individual project under the contract does not exceed Four Million Dollars ($4,000,000.00), or for study activity if the fee for professional services for each individual study under the contract does not exceed Five Hundred Thousand Dollars ($500,000.00); and WHEREAS, the parties shall enter into a separate task order for each study awarded to the Engineer by the Owner. The specific services to be performed under these separate contracts will be determined by the Owner and agreed to by the Engineer. Each separate task order will contain specific scope of work, time schedule, charges and payment conditions, and additional terms and conditions applicable to that specific task order; and WHEREAS, the terms and conditions of this Contract shall apply to any task order or separate contract, if required, unless expressly modified in the provisions of the separate contract. Where the terms of this Contract differ from the terms of the separate contract, the terms of the separate contract shall take precedence. The separate contract will contain its specific scope of work and it is anticipated by this Contract that the scope of work in the separate contract will be in addition to the scope of work outlined in this Contract; NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated herein, and for other good and valuable consideration, the sufficiency of which hereby acknowledged, the Owner and the Engineer agree: Contract For Transportation Planning Professional Services FORM OF AGREEMENT ARTICLE I 1.1 REPRESENTATIONS AND WARRANTIES By executing this Contract, Engineer makes the following express representations and warranties to the Owner: 1.1.1 The Engineer is a professional qualified to act as the Engineer for the assignment and is licensed to practice Engineering by all public entities having jurisdiction over the Engineer and the tasks/work to be performed; 1.1.2 The Engineer shall maintain all necessary licenses, permits or other authorizations necessary to act as Engineer for the task/work to be performed until the Engineer's duties hereunder have been fully satisfied; 1.1.3 The Engineer shall prepare all documents that may be developed under this Contract including, but not limited to, all contract plans and specifications, transportation plans, design. and opinions/recommendations on transportation projects, in such a manner that they shall be in conformity and comply with all applicable law, codes and regulations. The Engineer warrants that any documents prepared as a part of this Contract will be adequate and sufficient to accomplish the purposes of the task order, therefore, eliminating any additional construction cost or design cost due to missing or incorrect design elements in the contract documents; 1.1.4 The Engineer assumes full responsibility to the extent allowed by law with regards to his performance and those directly under his employ as Engineer of Record. 1.1.5 The Engineer's services shall be performed as expeditiously as is consistent with professional skill and care and the orderly progress of the Work. The Engineer shall submit, for the Owner's and Monroe County Planning & Environmental Resources Department's information, a schedule for the performance of the Engineer's services which may be adjusted as task order proceeds if approved by the Owner, and shall include allowances for periods of time required for the Owner's and Monroe County Planning & Environmental Resources Department's review, and for approval of submission by authorities having jurisdiction over the task order. Time limits established by this schedule and approved by the Owner may not be exceeded by the Engineer except for delay caused by events not within the control of the Engineer or foreseeable by him. 1.1.6 In providing all services pursuant to this agreement, the Engineer shall abide by all applicable statutes, ordinances, rules and regulations pertaining to, or regulating 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 COUNTY to terminate this agreement immediately upon delivery of written notice of termination to the Engineer. Contract For Transportation Planning Professional Services ARTICLE 11 SCOPE OF ENGINEER'S BASIC SERVICE 2.1 DEFINITION Engineer's Basic Services consist of: Task 1 — Annual US 1 Arterial Travel Time and Delay Studies 1. Purpose The travel time studies will be used to monitor the level of service on US I based on Monroe County Comprehensive Plan Policies and Land Development Codes for concurrency management purposes pursuant to Chapter 163, Florida Statutes. The studies will be conducted in accordance with the methodology that was developed by the US I LOS Task Force and approved by the County, the Florida Department of Transportation, and the Florida Department of Community Affairs (now the Florida Department of Economic Opportunity). 2. Minimum Activities to Complete Study A. Using the floating car method, the County will record travel time, speed, and delay data for: L Each of the 24 segments of US I from Florida City to Stock Island, and 2. The length of US I from Miami -Dade County line to Cow Key Channel. B. The data will be recorded by date, day of week, time of day, and direction. C. The study will be conducted over 14 days within the six week period from February 15 to March 31. The study will consist of 14 round trip runs, sampling each day of the week twice. D. The study may be required to include supplemental runs in the southbound direction within Segments I to 4 during AM peak (7 a.m. - 8 a.m.) on Wednesday, Thursday and Friday of the second week and supplemental runs in the northbound direction within Segments I to 4 during the PM Peak (5 p.m. - 6 p.m.) on Wednesday, Thursday, and Friday of the second week. The results of the supplemental runs may be included in the 2023 ATTDS Report for informational purposes only and will not be used in overall LOS calculations. This information will be reviewed to decide if supplemental runs should be incorporated into future ATTDS and LOS calculations, as directed by the Monroe County BOCC. E. The study schedule will be coordinated with seven day, 24 hour traffic counts to be conducted by FDOT in Islamorada, Marathon, and Big Pine Key. F. The study will employ the staggered schedule of departure times previously approved by the Task Force so as to record peak hour conditions in as many different locations as possible. G. The study results will be summarized in a report format including a series of tables and graphs. A statistical analysis of the mean, median, standard deviation, and range of speeds for each segment and for the overall distance will be provided. Excess roadway capacity and deficiencies in capacity will be reported. Task 2: General Transportation Planning Assistance 1. Purpose The purpose of this task is to provide assistance to the Monroe County Planning & Environmental Resources Department staff for the purpose of maintaining and updating the Contract For Transportation Planning Professional Services Long Range Transportation Plan, to ensure that transportation concurrency requirements are met by public and private development, and other tasks necessary to maintain a high level of coordination between land use planning and transportation planning activities in the Florida Keys. This task will provide assistance for general transportation planning and analysis activities, including data collection and technical support. 2. Activities The transportation planning consultant will provide assistance to Monroe County Planning & Environmental Resources Department in the following areas: A. Review of private development site plans for internal traffic flows and access; B. Preparation of traffic impact reports; C. Review of access management issues; D. Development of access management plans; E. Origin -destination studies; F. Attendance at appropriate public meetings and hearings; G. Trip generation rates for land uses; H. Provision of review comments on relevant transportation documents prepared by other agencies; I. Review of transportation element of reports and plans prepared by County staff in. support of the comprehensive plan amendments; J. Systems planning analysis (including running the FSUTMS model or other transportation planning models) deemed as appropriate by Client and Consultant; K. Reevaluation of the level of service methodology for US 1; and L. Special transportation projects to implement the comprehensive plan. M. Special transportation projects to implement the U.S. 1 Transportation Master Plan. ARTICLE III ADDITIONAL SERVICES 3.1 GENERAL 3.1.1 The services described in this Article III are not included in Basic Services. They shall be paid for by the Owner as provided in this agreement as an addition to the compensation paid for the Basic Services but only if approved by the Owner before commencement, and as follows: A. Providing services of Engineer for other than the previously listed consulting scope of Project provided as a part of Basic Services. B. Providing any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted consulting practice. C. Providing representation before public bodies in connection with the task order, upon approval by the Owner. 3.2 If Additional Services are required, such as those listed above, the Owner shall issue a letter requesting and describing the requested services to the Engineer. The Engineer shall respond with fee proposal to perform the requested services. Only after receiving an amendment to the task order and a notice to proceed from the Owner proceed with the Additional Services. ARTICLE IV OWNER'S RESPONSIBILITIES Contract For Transportation Planning Professional Services 4.1 The Owner shall designate Monroe County Planning & Environmental Resources Department to act on the Owner's behalf with respects to the task orders. The Owner or Monroe County Planning & Environmental Resources Department shall render decisions in a timely manner pertaining to documents submitted by the Engineer in order to avoid unreasonable delay in the orderly and sequential progress of the Engineer's services. However, the parties acknowledge that due to Monroe County Policy, Ordinances or State or Federal Statute there may be times when a decision must be made by the BOCC, in which case any delay shall not be attributed to Monroe County or its representative. 4.2 The Owner shall furnish the required information and services and shall render approvals and decisions as expeditiously as necessary for the orderly progress of the Engineer's services and work of the contractors. 4.3 The Owner's review of any documents prepared by the Engineer or its consultants shall be solely for the purpose of determining whether such documents are generally consistent with the Owner's criteria, as and if, modified. No review of such documents shall relieve the Engineer of responsibility for the accuracy, adequacy, fitness, suitability or coordination of its work. product. INDEMNIFICATION AND HOLD HARMLESS 5.1 The Engineer covenants and agrees to indemnify and hold harmless Owner/Monroe County and Monroe County Board of County Commissioners from any and all claims for bodily injury, including death, personal injury, and property damage, including property owned by Monroe County, and any other losses, damages, and expenses, including reasonable attorney's fees, court costs and expenses, which arise out of, in connection with, or by reason of services provided by the Engineer or its Subcontractor(s), occasioned by the negligence, errors, or other wrongful act or omission of the Engineer, their employees, or agents. 5.2 Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the Engineer, the Engineer 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 task assignment is delayed or suspended as a result of the Engineer's failure to purchase or maintain the required insurance, the Engineer 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 Engineer the Engineer agrees and warrants that Engineer 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. Contract For Transportation Planning Professional Services ARTICLE VI 6.1 PERSONNEL The Engineer shall assign only qualified personnel to perform any service concerning the proj ect. ARTICLE VII 7.1 PAYMENT The County shall pay the Consultant in current funds for the Consultants performance of this agreement. Compensation shall be made according to the rates negotiated and agreed upon in Attachment No. 1. Payment will be made in accordance with the Local Government Prompt Payment Act, F. S. 218.70. 7.2 REIMBURSABLE EXPENSES Reimbursable expenses (travel, meals, mileage, or other expenses) are not allowed as part of this contract. 7.3 BUDGET 7.3.1 The Engineer 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 Agreement 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. 7.3.2 AVAILABILITY OF FUNDS. If funding cannot be obtained or cannot be continued at a level sufficient to allow for continued reimbursement of expenditures for services specified in this Contract or in the separate contracts for individual projects, the agreement may be terminated immediately at the option of the County by written notice of termination delivered to the Engineer. The County shall not be obligated to pay for any services provided by the Engineer after the Engineer has received written notice of termination, unless otherwise required by law. 7.3.3 The County does not guarantee Engineer any specific amount of work under this agreement. The parties shall enter into a task order for each assignment awarded to the Engineer by the County. The specific services to be performed under these separate task orders will be determined by the County and agreed to by the Engineer. Each separate task order will contain specific scope of work, time schedule, charges and payment conditions, and additional terms and conditions applicable to that specific contract. 7.3.4 Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the transportation funding agency, the Board of County Commissioners, and the approval of the Board members at the time of contract initiation and its duration. ARTICLE VIII 8.1 APPLICABLE LAW This contract is governed by and construed in accordance with the laws of the State of Florida applicable to contracts made and performed entirely in the State. Venue for any mediation, Contract For Transportation Planning Professional Services dispute conferences or litigation arising under this contract must be in Monroe County, Florida. This Agreement is not subject to arbitration. ARTICLE IX 9.1 SUCCESSORS AND ASSIGNS The Engineer shall not assign its right hereunder, excepting its right to payment, nor shall it delegate any of its duties hereunder without the written consent of the Owner. The Owner and Engineer, respectively, bind themselves, their partners, successors, assigns and legal representatives to the other party to this Agreement and to the partners, successors, assigns and legal representatives of such other party with respect to all covenants of this Agreement. ARTICLE X NO THIRD PARTY BENEFICIARIES AND INDEPENDENT CONTRACTOR RELATIONSHIP Nothing contained herein shall create any relationship, contractual or otherwise, between the parties which creates or gives rise to any rights in favor of, any third party. 10.2 INDEPENDENT CONTRACTOR RELATIONSHIP The Engineer is and shall be an independent contractor in the performance of all work, services, and activities under this Agreement and is not an employee, agent or servant of the County. The Engineer shall exercise control over the means and manner in which it and its employees perform the work and in all respects the Engineer's relationship and the relationship of its employees to the County shall be that of an independent contractor and not as employees or agents of the County. The Engineer does not have the power or authority to bind the County in any promise, agreement or representation other than such power and authority that is specifically provided for in this Agreement. ARTICLE XI 11.1 INSURANCE 11.1.1 The Engineer shall obtain insurance as specified and maintain the required insurance at all times that this Agreement is in effect. Professional Liability Insurance shall also be maintained as specified. In the event the completion of the project (to include the work of others) is delayed or suspended as a result of the Engineer's failure to purchase or maintain the required insurance, the Engineer shall indemnify the County from any and all increased expenses resulting from such delay. 11.1.2 The coverage provided herein shall be provided by an insurer with an A.M. Best Rating of VI or better, that is licensed to do business in the State of Florida and that has an agent for service of process within the State of Florida. The insurance certificate shall contain an endorsement providing thirty (30) days' notice to the County prior to any cancellation of said coverage. Said coverage shall be written by an insurer acceptable to the County and shall be in a form acceptable to the County. Contract For Transportation Planning Professional Services 11.1.3 Engineer shall obtain and maintain the following policies: A. Workers' Compensation insurance as required by the State of Florida. B. Employers Liability Insurance with limits of $100,000 per Accident, $500,000 Disease, policy limits, $100,000 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 Three Hundred Thousand Dollars ($300,000.00) combined single limit and One Hundred Thousand Dollars ($100,000.00) annual aggregate. D. Commercial general 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 Engineer or any of its employees, agents or subcontractors or subconsultants, including Premises and/or Operations, Independent Contractors; Broad Form. Property Damage and a. Contractual Liability Endorsement with. Five Hundred Thousand Dollars ($500,000.00) per occurrence and annual aggregate. E. Professional liability insurance of Five Hundred Thousand Dollars ($500,000.00) per claim and One Million Dollars ($'1,000,000.00) 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 Engineer 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 Engineer arising out of work governed by this contract. F. County shall be named as an additional insured with respect to Engineer's liabilities hereunder in insurance coverage identified in Paragraphs C and D. G. Engineer shall require its subconsultants to be adequately insured at least to the limits prescribed above, and to any increased limits of Engineer if so required by County during the term of this Agreement. County will not pay for increased limits of insurance for subconsultants. H. Engineer shall provide to the County certificates of insurance or a copy of all insurance policies including those naming the County as an additional insured by including any subsection thereunder. The County reserves the right to require a certified copy of such policies upon request. ARTICLE XII 12.1 TERM OF AGREEMENT. the professional services required by this contract will be for services in the form of a continuing contract, commencing on the effective date of this contract and ending four (4) years thereafter, with options for Owner to renew on an annual basis for two additional years. Contract For Transportation Planning Professional Services TERMINATION 12.2 Either party hereto may terminate this contract prior to expiration upon giving seven (7) days written notice to the other in the event that such other party negligently or for any reason substantially fails to perform its material obligations set forth herein. No termination expenses shall be paid by the Owner after the date of notice of termination. 12.3 The Owner may terminate this Contract without cause by giving the other party thirty (30) days written notice of its intention to do so. Termination expenses shall include expenses available under the contract through the date on the notice of termination and shall not include any additional services required in order to stop performance of services, unless agreed to in writing by the County and subject to audit for the purpose of verification. 12.4 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 Engineer should Engineer 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 Engineer with seven (7) days' notice and provide the Engineer 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 Engineer, County shall pay Engineer the sum due the Engineer 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 Engineer shall not in any event exceed the amount in the task orders issued and approved. 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. 12.5 Termination for Convenience: The County may terminate this Agreement for convenience, at any time, upon 30 days' notice to Engineer. If the County terminates this agreement with the Engineer, County shall pay Engineer the sum due the Engineer 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 Engineer shall not exceed the amount in the task orders issued and approved. 12.6 For Contracts of any amount, if the County determines that the Engineer has submitted a false certification under Section 287.135(5), Florida Statutes or has been 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 Engineer 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. 12.7 For Contracts of $1,000,000 or more, if the County determines that the Engineer submitted a false certification under Section 287.135(5), Florida Statutes, or if the Engineer has been placed on the Scrutinized Companies with Activities in the Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, the County shall have the option of (1) terminating the Agreement after it has given the Engineer 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 Contract For Transportation Planning Professional Services Statutes, or (2) maintaining the Agreement if the conditions of Section 287.135(4), Florida Statutes, are met. ARTICLE XIII ENTIRE AGREEMENT 13.1 This contract constitutes of the form of agreement, the exhibits that are attached and made a part of the contract, the response document, and the documents referred to in the form of agreement as a part of this contract. In the event any conflict between any of those contract documents, the one imposing the greater burden on the Engineer will control. 13.2 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 contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the 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 287.01.7 of the Florida. Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.3.3 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: Emily Schemper Senior Director of Planning & Environmental Resources Monroe County 2798 Overseas Highway, Suite 400 Marathon, FL 33050 And: Mr. Roman Gastesi, Jr. Monroe County Administrator 1100 Simonton Street, Room 2-205 Key West, Florida 33040 For the Consultant: Mr. G. Vivek Reddy 110 East Broward Blvd., Suite 700, Fort Lauderdale, Fl. 33301 ARTICLE XIV DISPUTE RESOLUTION 14.1 County and Engineer agree that all disputes and disagreements shall first be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If no resolution can be agreed upon within 30 days after the first meet and confer session, the issue or issues shall be submitted to mediation before a mediator mutually agreed to by the parties. The cost of mediation shall be shared equally. The parties agree that mediation is a condition precedent to the institution of legal or equitable proceedings by either party. Request for mediation shall be in writing and sent to the other party. The parties shall agree on a mediator to hear the dispute. Contract For Transportation Planning Professional Services 14.2 Mediation shall be held in Monroe County, Florida in a location in Key West; the location may be moved only by mutual agreement of the parties. 14.3 Agreements reached in mediation shall be reduced to writing and signed by the representative of each party; however, agreements must be approved by the Board of County Commissioners to be enforceable. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction in Monroe County. 14.4 Nothing in this Agreement shall be construed to interfere with a subsequent order from any court of competent jurisdiction ordering the parties to enter into mediation after institution of legal or equitable proceedings. 14.5 Arbitration is specifically rejected by the parties as a method of settling disputes which arise under this agreement; neither of the parties shall be compelled by the other to arbitrate a dispute which may arise under this Agreement. 1.5.1 The following items are part of this contract: a) Maintenance of Records Engineer 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 years from the termination of this agreement or for a period of three years from the submission of the final expenditure report as per 2 CFR §200.333, whichever is greater. 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 seven years following the termination of this Agreement. If an auditor employed by the County or Clerk determines that monies paid to Engineer pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the Engineer, the Engineer 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. b) 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); back charge 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 Contract For Transportation Planning Professional Services "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 Engineer pursuant to this Agreement were spent for purposes not authorized by this Agreement, the Engineer shall repay the monies together with interest calculated pursuant to Section 55.03, F.S., running form the date the monies were paid to Engineer. The right to audit provisions survives the termination of expiration of this Agreement. c) 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, the County and Engineer agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. The Parties waive their rights to a trial by jury. The County and Engineer agree that, in the event of conflicting interpretations of the terms or a term of this Agreement by or between any of them the issue shall be submitted to mediation prior to the institution of any other administrative or legal proceeding, pursuant to this agreement. d) Severability. If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of 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 Engineer 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. e) Attorney's Fees and Costs. The County and Engineer 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 and court costs expenses, as an award against the non -prevailing party, and shall include attorney's fees and courts costs expenses in appellate proceedings. f) Binding Effect. The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and Engineer and their respective legal representatives, successors, and assigns. Contract For Transportation Planning Professional Services g) 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. Each party agrees that it has had ample opportunity to submit this Contract to legal counsel of its choice and enters into this agreement freely, voluntarily and with advise of counsel. h) Claims for Federal or State Aid. Engineer 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 parry. i) Adjudication of Disputes or Disagreements. County and Engineer agree that all disputes and disagreements shall be attempted to be resolved by meet and confer session between representative of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions Linder this Agreement concerning termination or cancellation. j) Cooperation. In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, County and Engineer 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 Engineer specifically agree that no parry to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. k) Nondiscrimination/Equal Employment Opportunity. Engineer and County agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any parry, effective the date of the court order. Engineer and County agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VII of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title VIII 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, Contract For Transportation Planning Professional Services color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. During the performance of this Agreement, the Engineer, in accordance with Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II, ¶ C, agrees as follows: 1) The Engineer will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Engineer will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Engineer agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2) The Engineer will, in all solicitations or advertisements for employees placed by or on behalf of the Engineer, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3) The Engineer will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Engineer's legal duty to furnish information. 4) The Engineer will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representative of the Engineer's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. Contract For Transportation Planning Professional Services 5) The Engineer will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 6) The Engineer will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7) In the event of the Engineer's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the Engineer may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in. Executive Order 1.1.246 of September 24, 1.965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The Engineer will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Engineer will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for non- compliance; provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. l) Covenant of No Interest. Engineer 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. m) 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. n) No Solicitation/Payment. The Engineer 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, Contract For Transportation Planning Professional Services 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 Engineer 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. o) Public Access. The Engineer and County shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the Engineer and County in conjunction with this Agreement; and the Engineer shall have the right to unilaterally cancel this Agreement upon violation of this provision by County. Public Records Compliance. Consultant must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the Constitution of Florida. The County and Consultant shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other "public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida. Statutes, and made or received by the County and Consultant in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Consultant. Failure of the Consultant to abide by the terns of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. The Consultant is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to F.S. 119.0701 and the terms and conditions of this contract, the Consultant is required to: (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon receipt from the County's custodian of records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Consultant or keep and maintain public records that would be required by the County to perform the service. If the Consultant transfers all public records to the County upon completion of the contract, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contract For Transportation Planning Professional Services 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 Linder section] 19.1.0, 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(u,MONROECOUNTY-FL.GOV, MONROE COUNTY ATTORNEY'S OFFICE 1111 12TH Street, SUITE 408, KEY WEST, FL 33040. p) Non -Waiver of Immunity. Notwithstanding he provisions of Sec. 768.28, Florida Statutes, the participation of the Engineer and the County in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered into by the County be required to contain any provision for waiver. q) 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. r) Legal Obligations and Responsibilities: Non -Delegation of Constitutional or Statutory Duties. This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of Contract For Transportation Planning Professional Services 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. s) 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 - parry claim or entitlement to or benefit of any service or program contemplated hereunder, and the Engineer and the County agree that neither the Engineer 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. t) Attestations. Engineer agrees to execute such documents as the County may reasonably require including a Public Entity Crime Statement, an. Ethics Statement, and a. Drug -Free Workplace Statement. u) 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. v) Americans with Disabilities Act of 1990 (ADA). The Engineer will comply with all the requirements as imposed by the ADA, the regulations of the Federal government issued thereunder, and the assurance by the Engineer pursuant thereto. w) Disadvantaged Business Enterprise (DBE) Policy and Obligation. It is the policy of the County that DBE's, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with COUNTY funds under this Agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The COUNTY and its CONTRACTOR agree to ensure that DBE's have the opportunity to participate in the performance of this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with 2 C.F.R. § 200.321(as set forth in detail below), applicable federal and state laws and regulations to ensure that the DBE's have the opportunity to compete for and perform contracts. The COUNTY and the CONTRACTOR and subcontractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant to this Agreement. 2 C.F.R. § 200.321 CONTRACTING WITH SMALL AND MINORITY BUSINESSES, WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS a. If the CONTRACTOR, with the funds authorized by this Agreement, seeks to subcontract goods or services, then, in accordance with 2 C.F.R. §200.321, the CONTRACTOR shall take the following affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. b. Affirmative steps must include: Contract For Transportation Planning Professional Services (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. (6) Requiring the Prime contractor, if subcontractor are to be let, to take the affirmative steps listed in paragraph (1) through (5) of this section. It is the policy of FDOT to encourage the participation of small businesses and disadvantaged business enterprises ("DBE") in all facets of the business activities of FDOT, consistent with applicable laws and regulations. FDOT has established an. aspiration goal of 1.0.65% DBE usage and an additional 3% non -DBE Small Business usage for the subject Project. Firms proposing for this Project shall aspire to have 1.0.65% or more of the total contract costs performed by DBEs, and an additional three percent (3%) or more of the total contract costs performed by non -DBE small businesses. Although not a contract requirement, FDOT believes that the aforementioned aspiration goal can realistically be achieved based on current availability of DBEs and small businesses. FDOT further believes that the 13.65% overall goal can be achieved through race neutral means, using standard competitive procurement processes. Pursuant to the provisions of Section 339.0805, Florida Statutes, and Rule 14.78.005, Florida Administrative Code, FDOT has adopted rules to provide certified DBEs opportunities to participate in the business activities of FDOT as vendors, contractors, subcontractors, and consultants. FDOT has adopted the DBE definition set forth in Code 49 of Federal Regulations Section 26.5. The Department's DBE directory may be found at the following website: 1;,,(Wal, QPmuurruiiy Q1`f'Jce 11au inns l)irrerr°t�:.:n. Firms agree to apply their best efforts to utilize qualified non -DBE small businesses as vendors, contractors, subcontractors, and consultants for the Project. Qualifications for small businesses may be found at the following website: l,;,lmauurrl 0PPQrWi)! 011'ice Size Standards ............................................................................................................. Firms will submit the Proleoral Services urruuluurru�uurrmu �t luurm�l, as required by the �rrvurry, � advertisement when selecting from Expanded Letters of Response, otherwise it will be required with the Request for Proposal. DBE listing for Professional Services (Check DBE & Small Business column for status): Prrol'essional Services [Zepo a, Non -DBE Small Business listing for Professional Services (Check DBE & Small .�rrurrlv.lurrurr�rr eivices llv,Vo Business column or status 1 Contract For Transportation Planning Professional Services x) Execution in Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by singing any such counterpart. y) 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. z) E-Verify System. The Engineer shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Engineer 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 employment eligibility of all new employees hired by the subcontractor during the Contract term. aa) Energy Efficiency- Engineer will comply with the Energy Policy and Conservation. Act (P.L. 94-1.63; 42 U.S.C. 6201-6422) and with all mandatory standards and policies relating to energy efficiency and the provisions of the state Energy Conservation Plan adopted pursuant thereto. bb) FEDERAL CONTRACT REQUIREMENTS The Engineer and its subcontractors must follow the provisions, as applicable, as set forth in 2 C.F.R. §200.326 Contract provisions and Appendix II to 2 C.F.R. Part 200, as amended, including but not limited to: 1) Davis -Bacon Act, as amended (40 U.S.C. §§3141-3148). When required by Federal program legislation, which includes emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program and Transit Security Grant Program, all prime construction contracts in excess of $2,000 awarded by non -Federal entities must comply with the Davis -Bacon Act (40 U.S.C. §§3141-3144, and §§3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. If applicable, the COUNTY must place a current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The COUNTY must report all suspected or reported violations to the Federal awarding agency. When required by Federal program legislation, which includes emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program and Transit Security Grant Program (it Contract For Transportation Planning Professional Services does not apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program), the contractors, in contracts for construction or repair work above $2,000 in situations where the Davis -Bacon also applies, must also comply with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). As required by the Act, each contractor or subrecipient is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The COUNTY must report all suspected or reported violations to the Federal awarding agency. (1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. Additionally, in accordance with the regulation, each contractor and subcontractor must furnish each week a statement with respect to the wages paid each of its employees engaged in work covered by the Copeland Anti - Kickback Act and the Davis Bacon Act during the preceding weekly payroll period. The report shall be delivered by the contractor or subcontractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency in charge at the site of the building or work. 2) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, which includes all FEMA grant and cooperative agreement programs, all contracts awarded by the COUNTY in excess of $100,000 that involve the employment of mechanics or laborers must comply with 40 U.S.C.§§ 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. §3702 of the Act, each contractor must compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are Contract For Transportation Planning Professional Services unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability far unpaid wa, es; liquidated dama, es. In the event of any violation of the clause set forth in paragraph 29 C.F.R. § 5.5(b)(1) the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 29 C.F.R. § 5.5 (b)(1), in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 29 C.F.R. § 5.5 (b)(1). (3) Withholding for unpaid wages and liquidated damages. The Federal agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and damages as provided in the clause set forth in paragraph 29 C.F.R. § 5.5 (b)(2). (4) Subcontracts.. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph 29 C.F.R. § 5.5 (b)(1) through (4) and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower subcontractor with the clause set forth in paragraphs 29 C.F.R. § 5.5 (1) through (4). Contract For Transportation Planning Professional Services 3) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 4) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387). Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended (42 U.S.C. §§7401-7671q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. §§1251-1.387) and will report violations to FEMA/Federal Agency and the appropriate Regional Office of the Environmental Protection. Agency (EPA). The Clean. Air Act (42 U.S.C. 7401-7671 q.) and the Federal. Water Pollution Control. Act (33 U.S.C. 1.251- 1.387), as amended —applies to Contracts and subgrants of amounts in excess of $1.50,000. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA/Federal agency. The contractor agrees to report each violation to the COUNTY and understands and agrees that the COUNTY will, in turn, report each violation as required to assure notification to FEMA/Federal Agency and the appropriate EPA Regional Office. 5) Debarment and Suspension (Executive Orders 12549 and 12689 . A contract award under a "covered transaction" (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR Part 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension" and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Nonprocurement Debarment and suspension) SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at www.sam.gov. Contractor is required to verify that none of the contractor's principals (defined at 2 C.F.R. §180.935) or its affiliates (defined at 2 C.F.R. §180.905) are excluded (defined at 2 C.F.R. §180.940) or disqualified (defined at 2 C.F.R. §180.935). the contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. This certification is a material representation of fact relied upon by the COUNTY. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the COUNTY, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. Bidders or Proposers agree to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is Contract For Transportation Planning Professional Services valid and throughout the period of any contract that may arise from this offer. The Bidder or Proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 6) Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352).Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency. If award exceeds $100,00, the attached certification must be signed and submitted by the contractor to the COUNTY.) 7) Compliance with. Procurement of recovered materials as set forth in 2 CFR 200.323. CONTRACTOR must comply with section 6002 of the Solid Waste Disposal. Act, as amended, by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CY R part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired 1. Competitively within a timeframe providing for compliance with the contract performance schedule; 2. Meeting contract performance requirements; or 3. At a reasonable price. Information about this requirement, along with the list of EPA -designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensiveprocurement- guideline-cpg-program. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. 8) Prohibition on certain telecommunications and video surveillance services or equipment as set forth in 2 CFR § 200.216. Recipients and subrecipients and their contractors and subcontractors may not obligate or expend any federal funds to (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential Contract For Transportation Planning Professional Services component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (iii) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in. consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. 9) Domestic preference for procurements as set forth in 2 CFR §200.322. The COUNTY and CONTRACTOR should, to the great extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). These requirements of this section must be included in all subawards including contracts and purchase orders for work or products under federal award. For purposes of this section: (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) "Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. THIS SPACE INTENTIONALLY LEFT BLANK SIGNATURES ON FOLLOWING PAGE Contract For Transportation Planning Professional Services As MESS WHEREOF each party cased this Agreement -to be :executed u by its'drily representative Dn'the day and ,year 'first above written. • cou- .'-MADOK Clerk OF M �Vc -, -,0 BOARD OF OMMISSIONERS ONRO��, 91DA 11111111" 7ATIOPN C"MMwMMr,-TJA=0wS A%3TA7jM= VAU 1) WITNESS TO Engineer's Signature: By: — WITNESS Signature G, Vivek Reddy Print Witness Name Dat e,- April 6,2028 2) WITNESSTO, Engineer's,Signatpre: By: WITNESS Signature Haider Talib Print Witness Name Date: April 6,2023 UJI Date: April 19, 2023 APCOM TachoipOU Services, Iric. ............... .............. .. ........ ,(INSE T NAME of trig y Signature. orporate Agent Carlos Garcia PriAt Name of Corporate Agent Date! Ap.ril 6,2023 END OF AGREEMENT Contract For Transportation Planning,Professional gervices, W Ids J 0 i 0 V W a 01 .� L.0 m ri w Ln ri N m O 00 N m M ri M Ln L.0 ri ri O r i N N O rn N O O ri O O o0 r` cn N Ol Ol L.0c'n r-I O N r- Ol r- O 4 4 \ r{ O c'n il)• N in• ri in• ri in• ri in• N in• rn in• N in• rn in• Ln in• Ln C \ M n � cu X ui O N � N l0 ri M m m M O M N (.0 O N O rl ri O N N m w �t w O + O 00 c I 4 Ln r` N r` r` c I c I Q N p r, 00 Ln N O m O L.O 00 Ln O rn rn N ri ri ri ri rn N rn Ln � n O ri m ri d rH m m ri ri m C ct G o a n Ln u'i r� r� c9 Q N p Q0 N d N O m m m Q0 N \ rn M N ri ri ri r1 N N M ui ,r-4\ � h N QJ O .+ N maLO O 00 O e-i ei 00 00 m N m N N ri Ol 00 � In Ln N O aA N p W C +- V \ rn Ln rn Ln N �t ri r�i ri ri w N �t N m M O m ro r14 \ il} il} il} m o U c0 O 4a Ln +' N ri ri M m N M �� m N O rl m m M N Ln -q r` �,: 00 N \ rn � rn ri rl r- M M w rypj M N c I ri i/} i0l} c I N N M � n O N w O r` O N c I O 00 Ln NO r" M w ri Ol ri l0 c'n O N\ � N N c'n O w w N r" \ rn M N c-I c-I ri N N M Ln N C C (0 CL y L N N co •v L O tw N _ L Ln H O L O w C w N U N a au on° o mCL �_ � vn �, E CU N C L +J C O N c� CL 41 LO U _N 'V U O L (0 G N N ~ _ C U N U N (0 L Q v1 (o U_ Q f0 L U 41 L2 Ln N a Ln H U U C7 Ln a C7 — 0 00 r14 r- 4� Ln 00 r,4 CF) 00 r14 L.0 ry) 00 0 r14 rn -i CF) r,4 r-i 0 r,4 -- L.0 rn C N N cI r-i ry) cu X LU c 0 0 41 00 -Z r, N r4 C; ryi CL N O ry) CF) N ry) Ln r-i 0 Ln N � r-i ry) N N r-i 0 Lo Lo r- 41 c6 w r1i r1i C N00 -1 L6 Cl r< 0 rq r-I I�T r-I 0 r4 CL = -V)r rq i^ rq i^ rry)-I i^ 0 "1 0 c cU 4� as rts 0 aA 4� tp "> 0 0 0 Ln N Ll ryi Ln cu 0 0 0 r,4 00 r-i - Cl N ryi 4- O N r-i r-i on rn r-i rn u N E E- ro --- 0 r-i ry) qj,). " V)� V)� E 0 cu cu 0 w u c U 0) u 0 N 00 LU C 41 Lr) 0O r- Y 0 0 0 Ln cu r-i 00 N w CF) O N 4' r-j r-i rn 0 N 4' rj rj I ry) cu 4� cu 4� 0O 0 4' 00 ry) N r-i 0 O Lti O Lti O N O N Lr) w cu U 0 0 L u C 4� cu cu U ro NU -C u cu o 0 4- LU 0 s " " 4V u cu 0 U 2� cu E tw c (U *0 0) N Ntw Ln 0 Y m c C U LU 0 u ro :E CL ro 0 a_ cI r14 (.6 4 06 fyi m r-i r-i r-i cq N ('q Cl m Ln m w C rn rn C rn r1i r-i r-i r- w IZT 00 r-I r-I r1i rl r� �6 06 li 0) Nrlj C r1i rlj "I "I m w r-I Ln (n Izi- m r" 6 r� f'n C5 00 -1 N0 < = N qj,). N-1 -1 U =30M 0 rn r-i O r-i r- Ln M r-i r-i 00 00 L6 CF) LO r-i Ln Ln N rq r-i cI Yi CF) V", cu cu c: cu cu LU 0 LU cu on (13 C: 4� u Non 4� 0 CL C: M 0 - 4� (13 4, 0 CL u -C a (D O (13 < U �pipuooumwl�ill� uuuuumuuuuuu Illpluwiomm4' Pouw 0 0 111 wwuuuuuuuuuuum IIIIIP. c wwwumpl ises AECOM Delivering a better world Monroe County Transportation Planning Professional Services for Monroe County COUNTY FORMS AND LICENSES RFQ- for Transportation Planning Services SECTION THREE: C(71UNTYFORMS Pleosefi)lloiv the emtiplete histiu0im,2s to twspew,7deWs Asp ee�fied iti ,"eaiorl I wwl Eveiltuatiori Pi-ocess " RESPONSEFORM RE'SPONDTO: MONROE COIJNTY BOARD OFCOUTNTY COMM IS SION ERS OMB-BIJ.)S(Ol]Uojlt-oecoullty-fl.go's, I acknowledge receipt of Addenda No.(s) I have included: The Submission Respoiv�e Fom:i X Lobbyingand Conflict oflntere�t claw;e X Non -Collusion Affidavit Drug Free Nk'orkplace Forin_X Rcspondent's Inswranec and Indcninit'reation Staternent x 111SUrance Agent's Slatenient . ....... X ' Minority Owned l3u,,Jnes, Declaration X V 1'ederal Lobbying X In addition, I have included as current copy of' the molls ing pro(essional and OCCUpational licenses: State of Florida En ineering_License. Miami -Dade County ,ppppational license. (Clieck mark items above, as a reinhider that the)at-e fficluded.) Mailing Addi-e-w 2 Alhambra Plaza, Suite 9010, Coral Gables,, Florida, 33134 Teleplione: Fax: N/A I)aLe: 1/11/2022 'iagaaCel..... ............................... t ................ . Robert Edelstein, PhD, PE, PTOE (Name) Senior Vice President / Authorized Signatory (Title) AECOM Technical Services, Inc. -39- AECOM I TAB 4 County Forms and Licenses 105 Monroe County Transportation Planning Professional Services for Monroe County K A SECRETARY'S CERTIFICATE au.com,rECIINICAL 811�RVICFS, INC. it Cidifornia cot-poi-ittion 1, Manav Kumar, DO HEREBY CERTIFY that I am the ditty elected and acting Secretary of AECONITecl-mical Services, Inc., as corporation organized under the laws of the State of California, ("ATS" or "Corporation"), and the keeper of its records and corporate sea]. IUR11111Z CE'.RTIFY that ATSs full legal address is C/o CTCort)oration System, 818 West 711 Street, I xvs Angcics, CA 90017-0000 and that the Corporation's principal place Of I)USiness is 300 South Gtrand Avenue, 9$11 Floor, l.os Angeles, Calil'omia 9,0071. I [JJRTHER CERTIFY that the person named below presently holds the office in the Corl)oration set Forth opposite such persona's tiame, and that the person has the alUIL1101-ity to CXCCLLtC contracts and othcr dOCUTUCIAS on behalf of the company. NAME OFFICE Robert P. Edelstein Senior Vice President IN WITNESS WHEREOF, I have subseribed my mune, and affixed the seal of the Corporation, this 9th day of June, 202 1. Maim, Kumar Sec-etq , 1.7 AECOM I TAB 4 County Forms and Licenses 106 Monroe County Transportation Planning Professional Services for Monroe County LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA -AECOM Technical Services, Inc, (Crimpany) "—warrants that lie/it has not employed, retained or otherwise, had act on his/her behalf any fornior County officerorernpIoyee in violationof Section 2ofOrdinance No.010-l990 or any County officer or etTiployeeinviolatuoiit�,)fSect!ioii3ofO(iinaticeJet. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agrecracrit without firibifity and may also, in its discretion, deduct from the Agreenient or purcluxse price, or otherwise recover, The full artIOUnt ol'any fee, cornnnission, percentage, giift, or consideration paid to the former County officer or employee," (Signature) Date: /111 STATE OF: Florida ffnclzmmmur.._ Subscribed and sworn, to (or affirnied) before rne, by nicans of 0 physical presence or 2 online nota6zation, on 1/11/2023 ------------------------- (date) iy Robert Edelstein, PhD, PE, PTOE -11-1-1 -- - -- --- ----- -------------- .... . . ....... (name of afflant). lle�She is, personally known to rne or has produced personally known (t,pe fideiitil'ication)asicienkificatioti. - - - ----- ------------ - - ---------------- ------------------------------- GENIP04 CAA -HUNT Notary PUNK - State of Florida Cmmfulon # GG 941415 My Comm. EXPIrm FtIt 3, 2024 4 through Nattmal Notary Assn . 40 . / NOTARN PUBPC 1� Z' My Commission Expires: AECOM I TAB 4 County Forms and Licenses 107 Monroe County Transportation Planning Professional Services for Monroe County NON -COLLUSION AFFIDAVIT 1, ..Rob elster n of the city of _Rqmpqn0 Beaph, FL my to law on y oath, .............................Ed................................................. and under penalty of per�iury, depose and say that 1. 1 am Senior Vice President / Authorized Signatgry of the firm of AECO,M Technkie ige_5_lit q, ----------------------- the bidder inaking the Proposal for the project described in the Request for Proposals for Tran§pqrta lip riPla,nning Professiona� Services and that I executed the said proposal . . -- with ful I authad ty to do so; 2. The prices in this bid have been arrived at independently WithOW collusion, consultation, cornmunication or agreement for the purpose of restricting competition, as to any inatter relating to such prices with any other bidder, or with any cornpetitor" 3Unless, otherwise rC(JUired by law, the prices which have been quoled in this, bid have not been knowingly dkclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder, or to any conipelitor; and 4. No attempt has been made or MH be made by the bidder to induce ,,any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; 5. 'rhe statements contained in, this affidavit are true and correct, and made with full knowledge that Monroe County refics, upon the trwh of the statements contained in this affidavit in awarding contracts for said prc�Ject. (Signature) Date: 1/11/2023 COUNTY OF: Miami -Dade SUbscrilbed and sworn to (or affirmed) before rac, by means of 0 physical, presence or N online notarization, on Jan uilary 11, 2023 _(date) by Robert EdeJstein,PhD,,_PE lPTOE (name of affiant). He/She is personally known to me or has produced p (type of identification) as identification. M GENVIEM Not4ri Public - Stake of F "N Commkslw # GG 9411141 15 OTAI PUBLIC My Ccrnm, Expkes Feb 3, 2024T f A" M MI WOUP NatiOnAl 40tary Amumn C' 'o My Corrinnission Expires-. f�r" -41 - AECOM I TAB 4 County Forms and Licenses 108 Monroe County Transportation Planning Professional Services for Monroe County DRUG -FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: AECOM Technical Services, Inc. (Name of Business) I. Publish, a statement notif�ing employees that the unlawfid manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations, of'such prohibition. I Inform employees about the dangers of drug, abuse in the workplace, the business,' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. I Give each enriployee engaged in providing the commodities or contractual services that are under bid a copy of (tic statement specified in subsection (1). 4In the statement specified in subsection (1), notify the employees that, as a condition of working on the Commodities or contractual services that are Linder bid, the eniptoyee will abide by the terms ofthe statement and wilt notify the employe of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or ot'any controlled substance law of the United States or any state, for a violation occurring in, the workplace no later than five (5) days after such conviction. 5. linpose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this tiri-ri complies, fully with the above requirements. (Signature) Date: 1 /11 /2023 s'rATE OF: Florida .......... COUN'ry OF: Miami -Dade � --- ­­ ............................................. Subscribed, and sworn to (or affirmed) before rne, by means of 0 physical presence or XI online notarization, on I /I 1 /.29,2.3 (date) by Robert EdelstejM Ph ,, P , P 0 personally known to me or I ­_1111-1 "___0 _E ­TE_ -1- , (name of afflant). Fie is has produced _ppLqq!jq!jy known of identification) as. . ...... (type identification. /A "I GENIREVE CAVNIUNT Not" PUblk - StAe of Fbdda (01 A'RY' UBUC Commistion # 04 9494 15 Ay Comm. EVIres, Feb 3, 20,24 W thmish Nelonal Notary Assn. 1(yCornmission Expires: -42- AECOM I TAB 4 County Forms and Licenses 109 Monroe County Transportation Planning Professional Services for Monroe County RFQ- for Transportation Planning Services "A person or affiliate who has been placed on the convicted vendor list following a conviction lot- public entity crime may, not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract %vith a public entry for the construction or repair of a public building or public work, may not submit bids on, leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CA'TEGORY TWO for a period of 36 months for the date of being placed on the convicted vendor list." I have read the above and state that neither AECOM Technic M Services, lnc (Respondent's naime) nor any Affiliate has been placed on the convicted vemjaar lust %-,v- 'itI" the -1-a"s-t- 36. t-n—o n t I i s . (Signature) Date1 /11 /2023 STATE OF- Florida COUNTY OF: Miarni-Dade Subscribed and sworn to (or affirmed) before ine, by means of 0 physical presence or IN online notarization, on 1/11/2023 (date) by -1- -------- --------- ------ --- ----- ......... ........... i,n,,,,P,,h,,Dl P11E,,_P11TOE1 ...... ................. . (name of affiant). HeNie is personally known to ine or has produced pg[§qgpljy., known ....-.. . . . (type of idenfification) as --1--... ................................................................................ identification. GENEVIEVE CAA -HUNT N-(Y-rA PUBLIC Notary Pubbt - Stm of Flom& Commiallmi 0 GG 949415 My Comm. Expirens Feb 3, 2024 y hornmissiDn Expires: d OrWO Na,liaftll Nftry Asm, I M AECOM I TAB 4 County Forms and Licenses 110 Monroe County Transportation Planning Professional Services for Monroe County RFQ- for Transportation Plan:ninig Services SECTION FOUR: INSURANCE REQUIREMENTS MONROE COUNTY, FLORIDA RISK A,1ANA(.,,E.N4EN'r POLICY AND PROCEDURES (.'0N'rRA(.:,r ADAIINism.ATION NIANUAL, Judemnificatioti and Ht-)Id Harmless Rw Offiej- Coitti-actom-s anal Subcoiitlt-actoi-s The Contractor covenants and agrees to indcrnnlfy and hold hanuless klonroo County Board of County Commissioners ftorn any and all claims for bodily injury (including death), personal injury, and property damage (iticluding property owned by Monroe County) and any other losses, damages, and expenses (including Atorney's fees) wltich arise out of., in connection Nvith, or by reason of selvices, Provided by the Contractor or any ofils Subcontractor(s) in any, tier, mcasionod by negligence, errors, or other wrongfid act ofomission of"the Contractor or its Subcontractors iii any tier, their employees, oragents. In lho event the completion of The project (to include the work of` others) is delayed or suspended as as restilt of the Contrador"s failure to 1)UNJUSe or mainilain. (tic required insuranue, the Coatraoor shall indemnify the County fi-om any and all increased expen.ses, resulting from such delay. The exient of liability is in no way limited to,, reduced, or lessened by the insurance roquirctnonts contained elsewhere WitW n this agreement, -44- AECOM I TAB 4 County Forms and Licenses 111 Monroe County Transportation Planning Professional Services for Monroe County RFQ- for Transportation Planning Services RISK MANAGEMENT POLICY AND PROCEDURES ( I ISTRATION AIANUAL General Insurance Requirements For Other Contraetors and Subcontractors As a pre -requisite offlic wor1,povcrncd, tile Contractor sliall obtain, al; lils/licl, own expense, insur"Illec as specified in any allaelled schedules, which are made part ofthis contract. The C'unlractor will ensure that flic insuranec obtained will extend prol"llion to all Subcontractors engaged by the Contractor. As an alternalim (lie Contractor may require all Subconlradors to obtain iTISUIrance consistent %vith the allached selle'duics, The Contractor will riot be pen'llittod to conlirionce work goverracd by, Otis Oontvwt until Satisfactory evidence of the required insurance has been Furnished to the County as specified below. Delays in the of work, remilfingfrom dic failure of the C,onlractor to provide satis-faciory evidence of the required insurancQ, shall not extend deadlines spcuificd in dris, contract and any penalties and II-siltire to perform assessments ,hall be, imposed as if tire work commenced oil the specified date and fitne, except for the Contra c f or's failure to provide satisfactory evidence. The C011IT110,01- Shall inairilain the required insurance througboul, the entire terin of' this contract an(] any cxtcnsions. Failure to comply with this provision inay result in the jiumcdiatc suspension of -all work until the required insurance has been reinstated or replaced, Delays in the completion ol"work resulling from the failure of the Contractor to maintain tile required insurance shall riot extend deadlines speolied it] this contract and any penalties and failure to perform assessments shall be imposed as if file work h;id riot been, suspended, except Ibi- the Contractor's failuirt; to illaintain file required insurance. the Contractor shall provide, to the County, as satisfaclorjevidence of the required insurance,. either- 0 Certificate of Insurance Or 0 A Certified copy of the actual insurance policy. 'file County, at its sole option, has the light to request a cerlified copy of any or all insurance policies required by this contract. All insurance policies must specit�, that, they are riot, Subject to cancellation, non -renewal, inaterial change, or reduction in coverage unless a inininlum of thirly (30) days prior notification is given to the Counly by the insurer. The acceptance and/or approval of' the Contractor's insurance sliall riot be construed as, rclicving [lie Contractor froin arly liability or obligation assurned under this contract or imposed by law. The Monroe Count), Board of Countyy Commissioners, its employees and officials will be included Is "Additiollal Insure d" on all policies, except for Workers' Conipensation. -45- AECOM I TAB 4 County Forms and Licenses 112 Monroe County Transportation Planning Professional Services for Monroe County RFQ- for Transportation Planning Services Any deviations from this General Insurance Requirements must be requested in wiifing) on the Counqy prepared fionn entitled "Request 161. Waivcr of 1111SUI-Ince Requirements" and approved by Monroc County Risk Management -46- AECOM I TAB 4 County Forms and Licenses 113 Monroe County Transportation Planning Professional Services for Monroe County RFC- for Transportation Planning Services NVORKERS' COMPENSATION INSIJRiXN('F REQU, IRE N4ENTS Prior to, the conillienceniclit of Work governed by this contract, the Contractor shall obtain Workers' (.,',on-ipcnsa (ion InsuranQu with limits sufficient to respond to the applicable state statues. In addition, the Contractor sliall obtain Fruployers' Liability Insurance with finii1s, of not less than. S100,000 Bodily Injury by Accident $500,000 Bodily Injiny by Disease, policy limits S 100,000 Bodily Injury by 17isease' eacli employee ( I 'overage sliall bv maintained throughout (lie entire (crin oftlic conlract. C',overage shall be provided by as company or conipanies aulhorized to transact business in the state of' Holida. If tile ("ontrador has been approved I)y Ille Florida's Department of Labor, as an anthofized self-insur ir, the County shall reuognizc and honor the Contraulor's status. the Contractor may be required to submit a Letter of Authoiization issued by the Depai-ftnent of Labor and a Certificalle of Instirance, providing details on the Contractor's Excess Insurance Program. 11' (lie Contractor participates in it self-insurance fund, it Certificate of Insurance Nvill be required. In addition, the Contractor may be required to stibinit updated financial statements froin the fillid npon requicst from the (.7ounly. -47- AECOM I TAB 4 County Forms and Licenses 114 Monroe County Transportation Planning Professional Services for Monroe County RFQ- for Transportation Planning Services GENERAL LIABILITY INSURANCE REQUIRFINIENTS Prior to the cerraataaetrceraaerrt of work goverticd by this contract, the Contractor shall obtain General I.Jability Insurance. ('overage sliall be maintained throughout the life of' the contract and include, as a Illillit'nuill: Preinkes Operations Products and Completed Operations Blanket Contractual I.Jabilily llcrsonal hijuq Liability ExpaticiedDefiriitioiiofllt-ol)citv Damage (as per standard ISO policy farm CG 0001 04 13) -rhe inininnin, limits acceptableshall be: $500,000 Conihined Single Limit (C,ST) lfiqplit limits are proOded, the millitnUrn limits acceptable slasall be. 100,000 per Person S500,000 per 0ccurronce S50,000 Property Damage An Occurrence Form policy is prefeffed. If coverage is provided on a Claims Made policy, its provisions should include coverage fbir claims filed on or after the effective date cat' this contract, In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance ol'work by the County. The Monroe County Boat-d of"County Cominissiouers shall be named as Additional Insured on all policies issued to satisfy the above requirements. -49- AECOM I TAB 4 County Forms and Licenses 115 Monroe County Transportation Planning Professional Services for Monroe County RFQ- for Transportation Planning Services VERICI...E LIABILITY INSURANCE REOUIRENIFATS Recognizing that the woj-k gownied by lhis contract i'equifes, the usc of vcWcIQs, the Contractor, I)iiof to (tic commencement of work, shall obtain Vehicle Liability Insurance. Coverap shall be maintained throughout the life of the contract and include, as a minimum, liability co-verage for: a Owned, Non -Owned, and Hired Vehicles The minirrymn firniLs, acceptable sliall be: S300,000 Combined Single Limit ((:U) If split limits are provided, (lie rinininitsm limits nQqAable shall be I- $200,000 per Person $300,000 per Occwl%mco $200,000 Properly Darnage Thc Monroc County Board of' 'ounty comillissionci-s shall be naniod as Additional Insured on all: policics issued to salisfj, the above requirements. -49- AECOM I TAB 4 County Forms and Licenses 116 Monroe County Transportation Planning Professional Services for Monroe County RFQ- for Transportation Planning Services PROFESSIONIAL LIABILITY INSURANCE REQUIRVINIFATS Recognizing that the work govcmed by this conlract involves the furnishing ofadvice or services of as professional nature, the Contrictor shall purchase and maintain, throughout the life of the Conlrict, Professional Liability Insuranec which will respond to daniages resulting fi-oni any dairn arising out ofthe pcirfornun" of professional services or any en -or or omission of' the Contrador arising out of the work go-verned by this Contract. The minimum limits, of liability shall be: Clawn S500,000 pei-Dumm-xiKWI,000,000 Aggregate - 50 - AECOM I TAB 4 County Forms and Licenses 117 Monroe County Transportation Planning Professional Services for Monroe County RFQ- for Transportation Plani-mg Services Respondent's Insurance and Indemnification Statement insurance Reguirelpent Wollkel`s ( I "Ornpellsation and E" rnp] oy ers Liability General Liability Vehicle IJabilily Professional Liabilily RtggiEtcLI taaaiaw. $100, 000 13 olily lqj tify by .Accident $�500,000 Bodily lnjuryby 1)iscase, policy limits $1 00flOO Hodily Itkitiry by F)kcaw, each employee $500,000 Combined Single l.-,irnif ffspl It I I I Eli is .13 c^ pfovkhd, I I w E I Ei In I I I uni I E I In b" acccpha,)Ia s1kill I be: $I 00, 000 per person S500,000 per occuri-crice $50,000 property damage $300,000 Corvibincd Sing1c 1-irinfl 11spfi( I rjiliiw; aiqnovide(I I iw riiiinitit,ali hinits, be: S200,000 porpers(ni $300,000 per occtirrcnce $2001,0,00 property darn age $500,000 per MWKWAX Clawn " 1,000,000 aggregate 14.01,F) TIARNRISS FOR. C ON S IJ LTANTS AT.,jl-) The Respondent covenants and agrees W indcrimiN, hold harmIcss and defend Monroe County, its con,unissionors, officers, ell1ployrCes, a2enbs and scli,,ants, fron'l any and all clairns lbr bodily injury, including dcalb, personal iqjury, and properly daniage, including property owned by N,Iomroe C',ounly, and any cattier losses, damages, and expenses cA any kind, incitiding attorney's Ices, court costs and expenses, which anise out of', in counccition with, or by reason of scirvices provided by the. Contractor or any of' its Subconlraclor(s) in any liur, occaasioned by die, negligcnec, errors, or ollier wrongfill act or onlission of the Respondent, including its Subcontractor(s) in any her, their officerscluployces, slwallt% 01, agents. In the ek,cril that the cornplelion of flie work (lo include the worh ol'olliers) is delayed or suspended as it result of the Respondent's fifflurc to Purclizisc, ur rylilinlain tic required instirancu, the Respondent shall indcrnnily, the County fi-onrl any andall increased expenses resulting ti-oni such delay. flie extent of liability is in no way Ifinited to, reduced, or lessened by llie insurance requirements contained e1scwhere within this agreement. This indernnification shall survive the expiration or earliertermination of'the Agreement. .R E. SPONI) L N'l- S SJ'Al'LN,1L1N'l` I uncle tans the insurance that will be niandatoi�if awarded the contract and will con,rply in fill] with all the requit-criwinis. AECOM Technical Services, inc. Respondent gyla ture Robert Edelstein, PhD, PE, PTOE / Authorized Signatory AECOM I TAB 4 County Forms and Licenses 118 Monroe County Transportation Planning Professional Services for Monroe County RFQ- for Transportation P'lanning Services INSURANCE AMAMN STATEMENT I have reviewed the, above requirements with (tic bidder Tiamed below. The following deductibles apply to the corresponding policy - Likability policies are X Marsh Risk and Insurance Services InsuranceAgMU Broker DEDIA."11BLES AECOM is responsible for all deductibles under its insurance policies. X Made (Professional Liability) Date: 01/16/2023 Signature Piinl Mum: JarnesVogel -52- AECOM I TAB 4 County Forms and Licenses 119 Monroe County Transportation Planning Professional Services for Monroe County RFQ- for Transportation Planning Services MONROE (".101JNTY1 1-4.10RIDA RISK MANAGEMENT POLICY AND PROCEDURES C'ON,rRACT,,kDN,IlNjsj,k,,k'riON MANUAL WAIVER OFINSURANCE REQUIRENIENTS There will be times when it will be necessary, or in the best interest of the County, to deviate from the standard insurance requirement% specified within this manual. Recognizing this potential, and acting on the advice of the C,ounly Attorney, the Board of'County Commissioners has granted authorization to Risk .Management to waive and modjl� various insurance provisions. SpecificallyeNcluded from this authorization is the right to, waive: "Flie County as being wainvd as an Additional Insm-ed 11 as letter firoin the Insurance C'ornpaRy (not the Agont) is prescirled, stating that dicy are unable, or unwilling to 11'anic the Cloun(y as 'in Additional Insured, Risk Management 113S IICCTI granted the ittAlliority to waive this provision, And 0 The hidemnification and Hold Harmless provisions Waiving, ofinsurance provisions could cxpose flic. County to economic loss. For this reason, evci), attempt should lie made to obtain the, standard insurance requirements. If a waiver or a inodifica6on is desired, a Request For Waiver of Insurance Requirement form should be completed and submitted fbi, consideration with the proposal. After consideration by Risk Management and if approved, the forin will be returned, to the Counly Attorney who will subtirit the Waiver with the other Contract documents for exj.�uution by the Clerk ol'tbe Courts. Should Risk Management deny this Waiver Request, the other party may file an appeal with the County Administrator or the Board ot'County Coinmissionc-,rs, who retains the final decision -making autliority. - 53- AECOM I TAB 4 County Forms and Licenses 120 Monroe County Transportation Planning Professional Services for Monroe County RFC - for Transportation Planning Services MONROE COUNI'Y, FLORIDA Request For Waiver of Insurance Requirements It is requested that the insurance requirements, its specified in the County's Schedule of Insurance Itcquirements, bc waived or moctifiod on the following contract: C',ontractor: Contract for: Address of Contractor: Phone: Suope of'Work: Reason for Waiver Policies Waiver will apply to.: Signature of Contractor Approved Not Approved Rish Management: Date: (",ounty, ,Administrator appeal: Approved Not Aplmx)ve(I Date: Board of'C,ounty Coturritissioners appeal: Approved Not Approved Meeting Date: AECOM Technical Services, Inc. BIDDER SIGNATURE Robert Edelstein, PhD, PE, PTOE -54- / Authorized Signatory AECOM I TAB 4 County Forms and Licenses 121 Monroe County Transportation Planning Professional Services for Monroe County RFP for Trans2ortation Plianninq Seroces Worker's C'ornpensation $100,000 Bodily Injury by Ace. S500,000 Bodily In ' j- by Disease, polic�y Irnts $100,000 Bodily Inj, by Discaso, eacli cinp. General LiabiliRy, including S500,000 Combined Single Limit Premises Operation Products and Cornpletcd Operations Wankel ("ontractual Liability Personal IrIjury Liability Expanded Detinition off'roperty, Damage Vehicle I-Jabifity S2001MO per Person (Owncd, non -own od and hi rad vclii cl es) S300,000 per Occurrence $200,000 Proptily Daniage S30000,000 (, I onnbimd Single Idmit Prof&"..ional Liability S500,000 per Occu 1-rence, S1,000,000 AggrQgato The Monroe County Board ofCounty Commissioners shall be named as Addilional insured of) all policies issucd to satisfy the above requircincim. - 55 - AECOM I TAB 4 County Forms and Licenses 122 Terms and Conditions AECOM Technical Services, Inc. ("ATS") has reviewed Monroe County's Request for Qualifications for Transportation Planning Professional Services (RFQ 1-18-2023). In the event of award, ATS respectfully reserves the right to negotiate mutually acceptable terms and conditions of contract, as well as the terms included in the RFQ to the extent same are incorporated into the final contract, in an effort to reach a mutually agreeable contract in line with appropriate industry standards. Monroe County Transportation Planning Professional Services for Monroe County State of Florida Department of State I ccrtifv from the records of this off cc that AL.COM'I LCIIN ICA L SGRV ICL'.9, INC. is a California e—pnration authorized to transact huaVncse in the State of Flohda, qualified on ,August 21. 1995. the documetit number of this corporat hai is I-'950001004014. 1 further certify that said corporation has paid all fees due this office through nc,cember 11,?022, that its most recent annua€ ropon/uniform h-iulass report ,Ps filed on March ?-. 2022, and that its stales is active. I further certify that said corporntion Ilas not filed a Certificate of Withdrn.al. Cih- !lndQr ql r fialld alld iftP Grem .Y"aaf af0u, 57are n/ Flnrfda err TallAdaa'snr+t, the G ipttaf,. thlk Eire ITP-amnlh dry= of.11 rah, 2/r22 'h,.wa i, °�• rt4°I"I,l6t'A;,lt of State .1'—kiiig Nunlhrr: 21.941129411(: 1: Iu"ahcnfi—dhis,urliSi,xfr,visll Ihr. fullu,.iur. sif--u Ihmnuruhcr,and then fnllury the insrru. i.— dirptay si. Alley: t r,.t.slru,rndoRsl('.c YiMaIMlrSlnlurvU:l f,rolc,\, Ihcn4'cnfion ' 4 i a" ar, 4 MI, GABLESAECOMTECHNICAL SERMCES INC RENEWAL CORAL Rank: Registry Lirense Expiration Date: P.rimery Status'. Current Original License Oete: 01122/1999 H6656 Current,CORNISH, KEV➢N MHCHAEL Registry 01/2q/2016 Professional 02/2A'/2023 Aetive Engineer 419DO CLrrent, GARCTA, CARL,OS Registry Prorecional 02f28/2D29 Active Engineer 57637 Current, WITMIEIER, 18EN)AMIN JOSEPH. Registry Preftems. al 02/28/2023 Act'Ive Engineer Rank: A.rehiteet Business Information License Expiration Crate', Primary status: Current original License Date: 08/06/2003 li.tmi heElationsh5jt A0110 toui filpltatN4n i�f gfi stores, "Pat pawky tHds etfe5ti ft IRott Hank ; pate ARD9441 Cannot, DINGES, k:RK T'HOMAS Rit%tonsiti 08/19120IL AnCstcEt WV2../702 Adis! Suj➢Lr4i30r AR;19442 C,,rr rrt, I)I Nf;H$�, ERIC IHOMAc QHVIdying 0710112021 An::n Rc,:t O2/28/202:1 Active Architect 1.6 "al i q ri�-thgtwasdly "ew a q x± , i, l9g, foe, @auk: 0eolaop 0usevmas Inrotinsi 4—Is 17a[Pillon Win: Primary Sta— Current CYrlglnal Lie.nne. Cate'. e2/ 15/1999 .t,minir Indne: Acalne PG239t9 Current, MARSHALL, CHRISTCPHER 0 Prvfecslona�i 13191/202207131/2924 ALGve G'eedoyist Ge,luyist. i1.Fr6M'rscrnrAl4at Ssrw34rf, rnk'" nmAr. , ReHMPnix k lsunn nunryMY � N iryp, h OZ�p� '� u OWNER AECOMTECHNICAL SERNCE5INC 2 2 PAXORP/PARTNERSHIPIFIRM 137ni OF BUSINESS A€aOLLCCRtMrR C/O ESALRERT EB8116 $337. el 07 $337.50 07/26f2022 Ernplayee(s) 75 INT-22-575729 Thislacal Business Tax Rossipptangy confirms payment oftho Local Business Tom. ThrArcriptis Hasa licnnsr, yaRaH,aracartlHca6rnotdkrhotdrCsgnnl"efi aa,�dnbnsineaa.Hatlderretist.comptywRhanygovanimersed rr vaallAvermaemal regidorory laws and requirements which apply to the hasiaRsx. The RECEIPT Ka. above mad he displayed on all coaom m ial vehicles—Mlam"Ado Cede See Ila—M For more information. visit .mirmidadr.dovt°tamcoHsct9r AECOM I TAB 4 County Forms and Licenses 124 Monroe County Transportation Planning Professional Services for Monroe County RFP for Transportation Planning Services rrr Minority Owned Business Declaration Infinite Source Communications Group, ILLC, asub-contractor engaged by VlOnFOC County during the Completion of work associated with the belo", indicated project (Check one) V is as minority business enterprise, as defined in Section 288.703, F'lorida Statutes is not as minority business cnlerprise,as delined in Section 298.703, Florida Statutes. FX 288.703(3) "Minority business en(arfirise" uvans alaysmall husiness eoncern as defined in subsection (6)(see below) which is orgallized to engage in commercial tnlmsactiors, which k domiciled in Florida, and which is at least 5 1 -pet-cent-owned by minority persons wvho are members of an insuhir group that is of particular racial, ethnic., or gender makeup or national origin, which has been sul1jected bistorically to disparate treatment due to ideritification in and with that group resulting in an undeiTepre-,'entaliorl of corniller-cia] enterprises under the gFOUP'S control, and whose management and daily operations are controlled by such persons. A minority bmsiness enteq)rise, may pril-narily involve, the Practice of ea prollessiori. Ownership by a, minority person does not include ownership which is the r0Uh of a transter fron') a nollinillonly pw."on to a ininority person within as related inunediato family group if the combined total net asset value of all 111cillbers ol'such fallifly group exceed,',; $1 million. For purpose.,', of this subsection, the term -rehitcd ininwdiate farnify goup" means one or unorc childre,11 UndQT 10 yea rs of ages and a parent ol'such children or the "Pou'w of such Parent residing in the 541111t 110LAW OF IiVillg Mit. 1','.S 288.703(6)"Small bminem" means an independently ownedand Operated bitsinerss conceni that entph.)ys 200 or fewerpermanctil full-time ernployees ,in(] that, togethervyith its affiliates, has a net wvorth of not niore than S5 million or ally fiiji'n based in this state W)ich has a Sniall Business Administration 8(a) certification- As applicable to sole proprietorships, the $5 million net worth requirement shall include both personal and business investments - Con tractor may refer to F. S. 2 88.703 for more information. Contractor AECOM Technical Services, Inc. DatC: 1/1612023 .................... Signature Print Name: Robert Edelstein, PhD, PE, PTCE Title: Principal -Jq-Charge R qr.Yice President Address: 2 Alhambra Plaza, Suite 900 CitV'1Stat0j'/,1'p,Carat Gables, FL 33134 FOr Monroe County Verificatiow Title( ON413 Department Verified Nfia: littps:llosd.dms.myflorida.com/directories - 56- AECOM I TAB 4 County Forms and Licenses 125 Monroe County Transportation Planning Professional Services for Monroe County RFP for Transportation Ranning Semces APPENDIX A, 44 C.F.R. PART 1.8 — CERTIFICATION REGARDING LOBBYING (To besubmilted with each bid or offer exceeding $100,000) Certification for C(,-)ntra.cts, Oran-ts, Loans, and Cooperative Agreements "I'lic undersigned certifies, to the best of his or her luiowledge and belief, that,: No Federal appropriated funds have been paid or will be paid, by or on belialf of [lie undersig)'ied, to any person for ililluencing 01" attempting to influence an officer or eniployce ol'an agency, as Member of Congress, an ollicer or employee of Congress, or art employee of a Mcniber of' Congress in connection witli the awarding of any Federal contract, the rriaking of any llederal gnant, the niaking of any Federal loan, die entering into ofany cooperative al and the, extension, cont"'Ll""o". reile\Va17 "rilicildnlcntl , , or modification of any Federal contract, grant. loan, or cooperative agreenient. Tfany funds other dian Federal appropriated funds have been IN141 or will be paid to any person ;f'or influeficing or attempting to influctice an Officer or employee of any agency, a metrttrcr ol,congress, 'an officer or employce of Congress, or at) employee. of Member of Congress in connection with this Fedcral Contract, grant, loan, or cooperative agreement, the utidersigned Oiall cornplete and SUbtitit Stanchird Form-1,11, "Disclosure Forni to Deport Lobbv I in aCCOrdHIC0 Willi its ir18ll-HCfi0rS. The undersigntA shall require that the kuliguage ofthis certification be included in (lie award documents lbr all subawards at all tiers (including Subcontracts, subgrants, and contracts under gratits, loans, and cooperative agreenients) and that all SUbrecipients shall certify and disclose accordingly. This ceriffication is a material rcpruseratatican ol, fact upon Milch rQ11micc W11N placed wvllcll flils ti al usach oil wears TriaLk: of entered into. Submission of this cerfificalion is as prerequisite for rnaking or entering into this transaction Iniposed by section E3 52, title 31, t I.S. Code. Ally PCII-S011 Who fillik to file the required certification shall be subJect, to as civil penalty of not less than $1 O,000 and 110t 1110N 111all $100,000 101- eaQ11 SkiQ11 f<lilUrC. The Contractor, AECOM Technical Services, Inc. , certifies or alfirms the trittliftilness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C". Chap. 38., Administrative Remedies for False Clairns, and Staternents, apply to this certification and disclosure, if any. . ........ . . Signature of Contractor's ALIthorized Official Robert Edelstein, PhD, PE, PTOE / Sr. Vice President / AuthOTIZed Signatory 11/11/202'3 Narne and 'rifle of Contractor's ALLfIlorized Official Date -57- AECOM I TAB 4 County Forms and Licenses 126 Monroe County Transportation Planning Professional Services for Monroe County RF P for Transportation Planning Services DISC LOSU'RE OF LOBBYING ACTIVITEES COMPUTE THIS FOlul rO, I.,0BBYD;G Av"TV=5 PIT.MmSUANT TO 3 1 U �S 1'.". 1 �571 1.. Type offederal Acticna.: 2. Stitrrz offederal Actin� a3. Re -'.,port Type: 'I, Carl,= I —XI N.lade ffErIaPVIICk0D F-I 3. oar nal b g7a'l bzrnha2 awayd b matffLal chnue C. Z. peal-a'a;Md d' lam F43T Material aC 'haage OMIT: E. loan gularanlee, y'aar .r. — q,"'lanL f 9DmAnva=e date of Lait report L Name and Addresa of Rkwrfing Ecifity S., Emley Name mad Address of Prime: FX I Pnme Elsulmuardap Der if known, Cangesnarul District, if knowm FederJ Depsrtrr9a ait,4*ury I. Federal Arbon Nambar„, if know'n": 10. a. Name 9,&dIdHressoIfL&bbyEmtJIT (If last name, fimt nune" MIJ Not applicable Ctielgresilonal Du,,tn(I.,, Lf hmawu 1. Federal Program Name"Descriphooll: ,FDA Numbex, Lf appybubie A -ward Ainuumi, if knovim: h. (Mr.,huling adbass ff differed from No. ION) (ImP name, Ent nanae, MI) (anach C=7-lizmatiom Sheet(E) if necessmy) 11. Amoommt of Payment (chm Irc Al that apply) 13. ❑ ar.bal Elpizamed F—I a retaLner F7 b amine-dLue7&,n: of 12. Form Payment (check all that aoy: ) C. COMML.,lor, F-I a, ca&h d . izmtm_eemt fee E-I b. ittAmAl pecu�,-: nmnae e 14. Bnef Descripdan of Serdcm Perfumed utabe peTfarmed and DaWj) of Sernre, includimi; effive#s),.eW3oyW:s),,, ar membez1s) caslacted, for PAyme ®t bAicated im Rem 11: (Millach con=s.t"snim�)mhp) s 1.5. Cauntjnlaxdam!Sheet�s) attach@A: Yes F-I No, F-I ilj�. Itf, tkrom4l Iffil"i'L= �% Vz&mmz4d by TkIPM U,S,rScli,= 1312 rkaii diizIo,=n aflcJ*,'=; Sj'paniTe: . ........... ... . r;Lzzz4; was pb�crhd by tb% tzar abovawPan hzi trainactiou vrm. mach eatgrgi maro 71an Ia�cbvzg iT. mqrirad Prmt INlaale:; Robe rt Ede Isle lk . P k D. P E. PTO E punumtb IZ U,SC, L352 TLiJinfamraban wiUb; CO2F);rL& MmL=mR0lIT azdwll Baal ph,Lc inupaztaa .'Err,Fwo4ho f3fl, ILEL:h, thp Tille: Ge I lo r Vice P reg He k t IA I b ortze d Sig kat ry a3z' b; n7bisct to a 'lai'l FQWity BE mat 6uaG1, &2M TIGK,Yjrj lad mm' == thm 11 00'OCO frar ME1 aUl'l Eaihzg. 9542055109 Dare: 1 A 1 l2023 ALLI�houed fw Local, RepurpAxton Federal 'Use 0mly: Standard Fann. - LLL .2-6c INS TRU U TIONS FOR U OMPLE TION OF SF- LLL, -M- PAR7 2#rGJIN7Y AECOM I TAB 4 County Forms and Licenses 127 Monroe County Transportation Planning Professional Services for Monroe County RFP for Transportation Ranning Serviices DISCIDST-TRE OF 1A)BBYING ACTIVITIFS This, disclosure form Shall he completed by the reporting enfily,, whedrer subawardee lit pi inie Fedend recipient, at the inifiatioli or ieceipit of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for Rich p',1YITICH1, 01" UgICUTTICIA W make pd,fl1ACTTJptilJg to inflUCTICU art officer 01 e1TJpJ0yCC of ally agency, aijunt to lobbying entity for influencing or a Mcnibut uf Cuijgics� an officer or curptuyuc of Coltgics of art culliluyvi; of a Mcirlbei of (%jngfcSs ill C-01 alcut it'll] Willi a cuVocd Fcdclat action. Affach a continuation dicet foi addit i carat intbrination itthe q3kilce ou. the. forni is inadecitrifte- Complete kill items that apply for both the initial filing and niateiial change report- Kefer to the imploilenfing grucNilce published by the Office of Management and Hud�et for additional infoltnation. I. ldcutify the ty,tic of covci-cd 17clicral action for which lubbyiiq; avitivity is, and/or has been secured to influcucc, tire ouieurnu of a covered Fixhandl action. 2. Ickutify the 4atus of [tic cower eel Feder id action. 3. Identify the appropriate vlaseificalion Of dris I upogt, If Ellis is a follow-up i cpoit causud by a ITIUM ilil Ch'dltgC 10 the infoUnadUll [AMULISIV t0j)(111Wfl, CH110 (tic yc-di and quarter in which the change OCCUnud. Ento flic elate of the IWA, PrUVIOUSly 'AII)HRUCd iqnut by dris veporttrig enfityfor this covered Federal action. 4. Friel the full name, ad(bLss, city, .-,title and zip code of the reporting entity. Include Congressional Dishict it' known(Ime& the appropriate cla"mficlitlmi of the reporting entry that designaleq if it is or expects to he a prime or smhawqrd recipient, Identify the tier of the subawirdee, e,g,, the first suNiffardee ofthe pritne isthe firafler. Stbawards include but ai litrifted to s;ubcontirricts, subgaltras and contract 51, Ifille, crnya¢a artt n filing the icport in lion /I dimcks "SubawM&C" flicil clitcl, the full rialliv, addrvsws, city, sloto and Ap codoofthe prinicFelteral rodipicnit. Inclildc Congroislonal Dkrict, ft lown, G. Enter the nrune Of the .rederal agency making the mvard or ➢osu centttutnrerTt. Include at teast one organization Imel below agency name, ifknown, Fern exajnple, OcImirtment cit"Fransportation, United States, Coh.,J Oamrd. 7_ f*tlter file Federal program name or description for the covered Federal action (item I ). If known, enter the full CORIng Of Federal Domestic Assistance (CFDA) nurriber for grants, cooperative agreemerits, loans and loan corlinutillearts. Is. Fillet tile lilo,4 appropriate Peclelal identifying runliber avifflable for the Federal action identification in ftent I (e.g., Request for Proposal (RFP) number, invitation for Hid (IFH) n1rutIff, grant IT)nouncernent rinniber, the contract grant. or Join award number, the assigiie(lbythe Federal -agciicy,). Include, prefmcs,c.g., TdT­P-DE-90 - 00 1. 9. For u covered redo -al action whiacthuichas b"m an uwalrdoi loall C0111116UT11211. by the FiXtUnd UgCUCY, Oiler IhU FCdClid daroulli,of ills aw M ffloan ("Ll all lull tell t S I oi rho phase. un fi t y i dcu I. ifi cd in item 11 or 5, 10 - (a) Fatter (h c lurid n mile, a ddi v-,s, city. state and d Zip code of 9 LC Iflbbyj lig cjit ity engaged by the reporting ig cut i ty i daifificcl in item •I to 11MUCHUd the covered Federal action.. (b) Filter the full naincs of flu: individual(s) PLI-fun-fling sclviccs and include full addo css if diffa-crit fi oin 10 60. Enter UvA Nainc, Nist Ndutc and Middlc Initial (MI). 11. Enter the amount of Coulpell""atiOR paid 01 1 VASORHbly CXpCo[Ud to tw paid by floc rcportinuntil y (item d) to [tic lubbying carity (itcrui I (Di- Indicate whether the paynicift has becii made (actual) or will bc. made (planned). (Beck all boxes that apply. It' this is a niatei jali change report, enter the ciinittlative innount oftilrynietil made or planned to be niade- 12. clicck tile applula iatu box. Cliock all boxes that apply. If IYAyincril is nude flnougli art in-kirld contlibution, spucif y [tic nature and value of due in -kind payment. 13. Clieck the kippropi iate blix. Check fill boxes that apply- Nother,—qieciry nature. 1(1. Ill ovide n specific and detailed description of' th e service,; that the lobbyist has pelfolliled or Nv ill be expected to perroi; in mid the dai[V(Nl Of ally SCI-ViM TVidurcd. Include' all pi-cpai atoi y -and i ctatcd activity ijutjust little spcill, in actual ountict with Feder A officials. I daitify thv, Fctherlil (Iffica (K�) (Ir ciriploycC(s) conlactud ()I [tic officul (s) employcc(s) ur Mcinbur(,.,) ofCongi css that wa C contact"L 15. Check whether or not a continuation shett(s) is attached. 16. The cei-tifying official shall sign and date the form, print his/her narne title and telephone number Public iepolfing burdai for this collection of intbrination is, c5filliated to avaage 30 minutes per response, including nine for iuvicWing instruction, starching exishn?, (1111a soluces, gathering mid maintaining the data needed, find conipleting and reviewing, the collection tit' jnformr'diori. Send cortunenN regarding the harden estimate or any, other aspect of this collection of ofDrInfltinTI, including suggest'ans., fir rtclucingtillis burden, to the Office ofNtanagernent and Budget, Paperwork Reduction Project (0348-00461, Wastnuglon, D.C. 201503. SF-I,LL-Ijjslru0joiiM Rev- 0641- 90l&NDIF?s 2-6d PART 2/C0 UN TY -59- AECOM I TAB 4 County Forms and Licenses 128 /_r About AECOM AECOM is the world's trusted infrastructure consulting firm, delivering professional services throughout the project lifecycle — from planning, design and engineering to program and construction management. On projects spanning transportation, buildings, water, new energy and the environment, our public- and private -sector clients trust us to solve their most complex challenges. Our teams are driven by a common purpose to deliver a betterworld through our unrivaled technical expertise and innovation, a culture of equity, diversity and inclusion, and a commitment to environmental, social and governance priorities. AECOM is a Fortune 500 firm and its Professional Services business had revenue of $13.3 billion in fiscal year 2021. See how we are delivering sustainable legacies for generations to come at aecom.com and @AECOM. "' aecom.com A�--�C 1 �® V � CERTIFICATE OF LIABILITY INSURANCE DATE IYYYY) 03/27/2023/2023 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 Michelle M. de la Cruz NAME: Marsh Risk & Insurance Services FAX PHONE 213-624-5132 CA License #0437153 o Ext : No): AICC No, E-MAIL ADDREss: michelle.m.delacruz@marsh.com 633 W. Fifth Street, Suite 1200 Los Angeles, CA 90071 Attn: LosAngeles.CertRequest@Marsh.Com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: ACE American Insurance Company 22667 CN 10 1 348564-STND-GAU E-23-24 03 2023 INSUREDAECOMINSURER B : N/A N/A INSURER C : Illinois Union Insurance Cc 27960 AECOM Technical Services, Inc. INSURER D : SEE ACORD 101 110 East Broward Boulevard Suite 700 Fort Lauderdale, FL 33301 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: LOS-002671337-01 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. IYEXP LTR TYPE OF INSURANCE ADDL SUBR.... POLICY NUMBER .MM DD/YYYY........ MY EFF M/DD/YYYY LIMITS.... LTRVD A X COMMERCIAL GENERAL LIABILITY HDOG47334275 04/01/2023 04/01/2024 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE .X OCCUR APPROVED BY RISK MANAGEMENT DAMAGE TO RENTED -PREMISES (Ea occurrence) $ 1,000,000 ... ...... ...... ......... ................... ------- .r,. .,+,.., BY-w `.. „r....=�—.m m. DATE 41312O23 MED EXP (Any one person) ...... .PERSONAL & ADV IN -JURY ......... ......... ..... $ 5,000 1 000,000.. $ . ............. GEN'L AGGREGATE LIMIT APPLIES PER: n POLICYEl PRO EI LOC JECT WAIVER N/A_YES_ GENERAL AGGREGATE $ 1,000,000 X PRODUCTS - COMP/OP AGG $ 1,000,000 $ OTHER: A AUTOMOBILE LIABILITY ISA H10735531 04/01/2023 04/01/2024 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY L $ UMBRELLALIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) NIA SEE ACORD 101 04/01/2023 04/01/2024 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 C ARCHITECTS & ENG. EON G21654693 005 04/01/2023 04/01/2024 Per Claim/Agg 2,000,000 PROFESSIONAL LIAB. "CLAIMS MADE" Defense Included DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Transportation Planning Professional Services for Monroe County Monroe County Board of Commissioners, its employees, officials and officers are named as additional insured for GL & AL coverages, but only as respects work performed by or on behalf of the named insured and where required by written contract. CERTIFICATE HOLDER CANCELLATION Monroe County Board of County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Risk Management Administrator ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton Street Key West, FL 33040 AUTHORIZED REPRESENTATIVE %/(1�',�__./ ¢�L @ 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD ACOR" L__ -- AGENCY CUSTOMER ID: CN101348564 LOC #: Los Angeles ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Marsh Risk & Insurance Services AECOM AECOM Technical Services, Inc. 110 East Broward Boulevard POLICY NUMBER Suite 700 Fort Lauderdale, FL 33301 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Workers Compensation/Employer Liability cont. Policy Number Insurer States Covered WLR C50710129 Indemnity Insurance Company of North America - NAIC # 43575 AOS WLR C50710014 ACE American Insurance Company - NAIC # 22667 MA SCF C50710257 ACE Fire Underwriters Insurance Company - NAIC # 20702 WI Retro ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACoR" CERTIFICATE OF LIABILITY INSURANCE DATEYYYY) 03/25/2025 /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 endorsements . PRODUCER CONTACT NAME: Marsh I U.S. Operations Marsh Risk &Insurance Services Ext : 866-966-4664 NE FAX AJC, No. No): 212-948-0533 CA License #0437153 E-MAIL LosAn eles.CertRe uest marsh.com ADDRESS: 9 q @ 633 W. Fifth Street, Suite 1200 Los Angeles, CA 90071 Attn: LosAngeles.CertRequest@Marsh.Com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: ACE American Insurance Company 22667 CN 101 348564-STND-GAUE-25-26 03 2027 INSURED AECOM INSURER B : N/A N/A INSURER C : Illinois Union Insurance Cc 27960 AECOM Technical Services, Inc. 110 East Broward Boulevard Suite 700 INSURER D : Fort Lauderdale, FL 33301 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: LOS-002671337-03 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 OF INSURANCE ADDLTYPE INSD WVDUBR POLICY NUMBER EFF MM/DDIYYYY MPOLICY � ICY EXP DD YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY HDOG48971714 04/01/2025 04/01/2026 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE � OCCUR DAMAGE TRENTED PREM SESOEa c.."ence $ 1,000,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 1,000,000 POLICY PRO JECT LOC X PRODUCTS - COMP/OPAGG $ 1,000,000 $ OTHER: A AUTOMOBILE LIABILITY ISA H11370494 04/01/2025 04/01/2026 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY L $ UMBRELLALIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LAB CLAIMS -MADE DED RETENTION $ $ A A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N❑ (Mandatory in NH) N I A WLR C72792300 (AOS) SCF C72792312 WI Retro ( ) 04/01/2025 04/01/2025 04/01/2026 04101/2026 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 C ARCHITECTS & ENG. EON G21654693 005 04/01/2025 04/01/2026 Per Claim/Agg 2,000,000 PROFESSIONAL LIAB. "CLAIMS MADE" Defense Included DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Transportation Planning Professional Services for Monroe County Monroe County Board of Commissioners, its employees, officials and officers are named as additional insured for GL & AL coverages, but only as respects work performed by or on behalf of the named insured and where required by written contract. APPROVED BY RISK MANAGEMENT BY 6y'a'a' zn, ( &, eea Monroe County Board of County Commissioners Attn: Risk Management Administrator 1100 Simonton Street Key West, FL 33040 DATE 08/26/25 WAIVER N/A X YES _ I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE iiGctW4 ,;'ale & 7Kd6U gele $ewleeQ @ 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD