Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
03/11/2026 Agreement
DATE: March 12, 2026 TO: Judith Clarke, PE, Director Engineering/Roads & Bridges ATTN: Clarke Briggs, Senior Project Administrador FROM: Brynn Morey, Deputy Clerk SUBJECT: March 11, 2026 BOCC Meeting The following item has been executed and added to the record: C7 Approval of a Task Order with Kisinger Campo & Associates, Corp., for Engineering Design and Permitting Services in the total not to exceed amount of $365,648.70 for the Caribbean Drive Bridge #904250 Repairs Project. This project is partially funded by a Small County Outreach Program (SCOP) grant agreement with the Florida Department of Transportation (FDOT). The Engineering Design and Permitting Services are funded at $266,194.00 with FDOT State Funds with a local match of $99,454.70 funded with County funds. C9 Approval of Amendment 2 to the Agreement with CW3 Engineering, Inc. for engineering design and permitting services for the Key Deer Boulevard (North of Watson Blvd.) Roadway Project to extend original contract expiration to 60 days after completion of construction for post design services at no additional cost. Should you have any questions please feel free to contact me at (305) 292-3550. cc: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 TASK ORDER FOR ENGINEERING DESIGN AND PERMITTINGSERVICES BETWEEN MONROE COUNTY AND KISINGER CAMPO & ASSOCIATES, CORP. FOR CARIBBEAN DRIVE BRIDGE#904250 REPAIRSPROJECT In accordance with the Continuing ContractforOn Call Professional Engineering Services made and entered on the 28th day of January, 2026 between Monroe County hereinafter referred to as the “County” and Kisinger Campo & Associates, Corp., hereinafter referred to as “Consultant” where professional services are allowed if construction costs do not exceed “$7.5 million, as adjusted each July 1 thereafter by the June-to-June Consumer Price Index for All Urban Consumers in accordance with F.S. 287.055 (as amended per Chapter 2020-127). All terms and conditions of the referenced Contract for On Call Professional Engineering Services apply to the Task Order, unless the Task Order modifies an Article of the Agreement of which will be specifically referenced in this Task Order and the modification shall be precisely described. This Task Order is effective on the 11th Day of March, 2026 and shall expire 60 days after construction is complete. Article II Scope of Basic Services, Paragraph 2.1 is amended as follows: The scope of services for the Caribbean Drive Bridge #904250 Repairs Project will include delivering construction plans and specifications, permitting, support during the bidding of the project and post design services required for the repairs of the Caribbean Drive Bridge and associated roadway reconstruction. The Design for Construction shall include, but shall not necessarily be limited to, plans and specifications which describe all systems, elements, details, components, materials, equipment, and other information necessary for construction. The Design for Construction shall be accurate, coordinated and in all respects adequate for construction and shall be in conformity, and comply, with all applicable law, codes, permits, and regulations. Products, equipment and materials specified for use shall be readily available unless written authorization to the contrary is given by the County. Details of the scope of services are outlined below and included in the Consultant’s proposal that is attached to this task order as Exhibit A. 1.0 DESIGN DEVELOPMENT 1.1 The Engineer shall prepare a Design Development Letter Report for the County’s approval. The Design Development Report shall consist of a written document that establishes and describes the size and character of the proposed bridge replacement, materials and such other elements as may be appropriate. The report will contain a conceptual cost estimate. 2.0 CONSTRUCTION DOCUMENTS PHASE 2.1 Based on the approved Design Development Documents and any further adjustments authorized by the County in the scope or quality of the Project, the Consultant shall prepare, for approval by the County, Construction Documents consisting of Drawings and Specifications Caribbean Drive Bridge Repairs Task Order Kisigner Campo & Associates, Corp. March 2026 Page 1 of 8 setting forth in detail the requirements for the construction of the project. Construction documents shall conform to the standards contained in the most current version of the following: 1.Florida Department of Transportation Design Manual. 2.Florida Department of Transportation Design Standards 3.Florida Department of Transportation Surveying Procedure 4.Florida Department of Transportation Drainage Manual 5.Florida Department of Transportation Soils and Foundations Handbook 6.Florida Department of Transportation Structures Manual (625-020-018) including Temporary Design Bulletins 7.Manual of Uniform Traffic Control Devices (MUTCD). 8.American Disabilities Act 9.Florida Department of Transportation Pavement Coring and Evaluation Procedure 10.Florida Department of Transportation Flexible Pavement Design Manual 11.Florida Department of Transportation Rigid Pavement Design Manual 12.Federal Highway Administration Checklist and Guidelines for Review of Geotechnical Reports and Preliminary Plans and Specifications 13.Florida Department of Transportation Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways 14.Florida Statutes 15.Florida’s Bicycle Facilities Planning and Design Handbook. 16.AASHTO Guide for the Development of Bicycle Facilities 17.Florida’s Quality/Level of Service Handbook for Planning 18.A Policy on Geometric Design of Highways and Streets, American Association of State Highway and Transportation Officials (AASHTO Green Book) (GDHS-5 AASHTO Bookstore). 19.The Highway Capacity Manual (Transportation Research Board) 20.FDOT Standard Specifications for Road and Bridge Construction (with supplemental specifications). 21.Facilities Design Manual (Topic No. 625-020-016-a) 22.AASHTO Load and Resistance Factor Design (LRFD) Bridge Design Specifications 23.Right of Way Mapping Procedure (Topic No. 550-030-015-e) Caribbean Drive Bridge Repairs Task Order Kisigner Campo & Associates, Corp. March 2026 Page 2 of 8 24.Project Development and Environmental Manual Parts 1 and 2 (Topic No. 650- 000-001). Where FDOT design standards cannot be met the Consultant will request a design variance or exception. 2.2. The Consultant shall provide Drawings and applicable Technical Special Provisions to the County for the County’s review (the Florida Department of Transportation Standard Specifications will be incorporated by reference) at the 30%, 60%, 90% and 100% stages of the project. The Consultant shall respond to questions resulting from County review and incorporate any required revisions to the construction drawings and specifications. Design calculations package will be submitted with the 100% phase construction drawings. 2.3 The Consultant will provide a construction cost estimate and a project schedule at each phase submittal. 2.4 Upon completion of the Construction Documents Phase, the Consultant shall provide Construction Documents for the County’s approval. Upon approval by the County the Consultant shall provide the County up to 5 sets of Construction Documents that have been signed and sealed by the Consultant. The Consultant shall also provide an electronic version of the construction documents. 2.5 The Consultant shall assist the County in the preparation of the necessary bidding information for the production of bidding forms, the Conditions of the Contracts, and the forms of Agreements between the County and the Contractors by providing supporting information as to the projects scope, bid items, estimated quantities and construction duration. The County shall prepare all Bidding Forms, Conditions of the Contract, and Forms of Agreement. 2.6 The Consultant’s construction documents (plans, specifications, etc.) will conform to all codes and regulations of the federal government, county, state, municipalities, agencies and state departments, in effect at the date of this Agreement, and shall be of such completion as to be acceptable for review and ruling by said agencies when permits are applied for. The Consultant shall use due care in determining permit requirements and shall meet with regulatory agencies as necessary to coordinate specific permit requirements. The Consultant shall document all meetings and conversations with said regulatory agencies. If permits are denied for incompleteness or for lack of following said codes or regulations, or permit requirements, then the Engineer will conform the construction documents in such manner to receive permits upon such plans. Work required by the Consultant to conform documents to federal, state, city, county, or agency specifications to allow them to be approved shall be completed at no charge or cost to the County, unless said requirements are changed during the course of the project. 2.7 The Consultant shall file (through the County) all documents required for the approval of governmental authorities having jurisdiction over the project. The Consultant shall file (through the County) the necessary documents to obtain Environmental Resource Permits and all other permits required for construction. The County shall be responsible for the timely submittal of all permit application fees. Caribbean Drive Bridge Repairs Task Order Kisigner Campo & Associates, Corp. March 2026 Page 3 of 8 2.8 As needed by the County, the Consultant will provide clarification and answers to questions from prospective bidders during the construction bid process. Answers will be provided in a timely manner in order to facilitate bidding. 3.0 CONSTRUCTION DOCUMENTS PHASE REQUIREMENTS To satisfactorily perform the Construction Documents phase requirement, the Engineer must complete the tasks set forth in items 3.1 through 3.4. 3.1 Construction Plans – This consists of, at a minimum, Key Sheet, Summary of Pay Items and Quantities, Drainage Map, Project Layout, Plan and Profile sheets, Typical Sections, Detail sheets, General Notes, Environmental Notes, Traffic Control Plan. Construction plans shall be in accordance with FDOT Design Manual. 3.2 Specifications –specifications will conform to the most recent version of the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction or the Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (Florida Greenbook). Comprehensive, abbreviated methods, materials and systems descriptions in tune with the drawings will be developed as necessary with Technical Special Provisions. 3.3 Schedules – Prepare an estimate of the Construction Time. 3.4 Estimate of Construction Cost – Estimate of anticipated cost in accordance with the Construction Documents. 4.0 CONSTRUCTION COST Contemporaneously with the submission of each phase of the Design, the Consultant shall submit to the County in writing its final estimate of the contractor’s anticipated bid price for constructing the Project. Once submitted, the final anticipated price estimate shall be adjusted by the Engineer to reflect any increase or decrease in anticipated price resulting from a change in Design. 4.1 The Construction Cost shall be the total estimated bid cost to the County of all elements of the Project designed or specified by the Engineer. 4.2 The Construction Cost shall include the cost at current market rates of labor and materials and Equipment designed, specified, selected or specially provided for by the Engineer, plus a reasonable allowance for Contractor’s overhead and profit. 4.3 Construction cost does not include the compensation of the Consultant and the subconsultants, the costs of land, rights-of-way, financing or other costs which are the responsibility of the County. Caribbean Drive Bridge Repairs Task Order Kisigner Campo & Associates, Corp. March 2026 Page 4 of 8 5.0 CONSTRUCTION PHASE The Consultant shall, without additional compensation, promptly correct any errors, omissions, deficiencies, or conflicts in the work product of the Consultant or its consultants or both. The Consultant must reimburse the County for any “added costs” paid by the County for additional construction costs that were incurred as a direct result of any error, omission, deficiency, or conflict in the work product of the Consultant, its consultants, or both. “Added costs” is defined as the cost incurred from any additional work required on the project that was necessitated solely by the error, omission, deficiency, or conflict in the work project. The added cost is limited to the increase to the construction cost for additional work and does not include costs that are normally incurred as part of the project or would have been incurred had no error, omission, or deficiency occurred, and addressed by a change order of already established unit costs. The Consultant shall not be held responsible for additional deficiencies found due to a delay in the construction of the project or for those hidden deficiencies that could not reasonably be determined through a review of documentation or physical inspection of the site by the Consultant. . REMAINDER OF PAGE LEFT BLANK Caribbean Drive Bridge Repairs Task Order Kisigner Campo & Associates, Corp. March 2026 Page 5 of 8 Article VII Compensation, Paragraph 7.1 is amended to read: The Consultant shall be paid monthly. The total Not To Exceed lump sum fee of $359,048.70 in accordance with the rates in the On Call Agreement, plus estimated expenses of $6,600.00 (actual itemized amount) will apply and is estimated as follows: KCA FEE Structures $261,030.00 Roadway $42,304.00 Environmental $40,454.00 TOTAL $343,788.00 SUBCONSULTANT FEE PSI Asbestos Survey $2,600.00 Janus Research (Cultural) $12,660.70 TOTAL $15,260.70 ESTIMATED EXPENSES Project Manager (Site Visit, Bridge Inspection) $1,650.00 Structures Roadway/MOT $3,300.00 Environmental $1,650.00 TOTAL $6,600.00 TOTAL FEE GRAND TOTAL $365,648.70 Caribbean Drive Bridge Repairs Task Order Kisigner Campo & Associates, Corp. March 2026 Page 6 of 8 ATTACHMENT A CONSULTANT DETAILED SCOPE OF SERVICES/PROPOSAL Caribbean Drive Bridge Repairs Task Order Kisigner Campo & Associates, Corp. March 2026 Page 8 of 8 Proposal Number: 0784-470516 February 12, 2026 Professional Service Industries, Inc. th 7950 NW 64 Street, Miami, Florida 33166 Phone: (305) 471-7725 Fax: (305) 593-1915 Mr. Austin Black, PE KCA Kisinger Campo & Associates 201 North Franklin Street, Suite 900 Tampa, FL 33601 Email: ablack@kcaeng.com Phone: 813.766.8626 Re.:Asbestos & Lead-Based Paint Renovation Survey Caribbean Drive Bridge No. 904250 Caribbean Drive, over Summer Land Key Cove Monroe County, Florida DearMr. Black: Professional Service Industries, Inc. (PSI), an Intertek company,is pleased to submit this proposal to perform an asbestos and lead-based paint renovationsurvey for the above referenced project. BACKGROUND PSI understands that the asbestos and lead-based testing survey is for the planned renovations of the Caribbean Drive, Bridge No. 904250. The purpose of the asbestos survey is to assist the facility owner and contractor performing the demolitionin complying with requirements of 40 CFR Part 61, the Environmental Protection Agency (EPA) National Emission Standards for Hazardous Air Pollutants (NESHAP) and 29 CFR 1926.1101, the Occupational Safety and Health Administration (OSHA) Asbestos Construction Standard. The purpose of the lead-based paint survey is to assist the facility owner and contractor performing the demolitionin ĭƚƒƦƌǤźƓŭ ǞźƷŷ ƩĻƨǒźƩĻƒĻƓƷƭ ƚŅ h{I! ЋВ /Cw ЊВЋЏ͵ЏЋ Α\[Ļğķ źƓ /ƚƓƭƷƩǒĭƷźƚƓͲ wĻƭƚǒƩĭĻ /ƚƓƭĻƩǝğƷźƚƓ and Recovery Act (RCRA), Toxic Substances Control Act (TSCA), Comprehensive Environmental Response Compensation and Liability Act (CERCLA), and the Universal Waste Rule (UWR) governing the disposal of hazardous waste. SCOPE OF SERVICES Given our understanding of the project requirements, the following services are proposed: Asbestos Survey An EPA-accredited inspector, working under the direction of a Florida Licensed Asbestos Consultant, will perform a visual assessment of the space to identify suspected asbestos-containing materials (ACM). The location, quantity, and condition of each suspect material will be noted. The walls, flooring www.intertek.com/building Proposal Number: 0784-470516 Caribbean Drive Bridge No. 904250 February 12, 2026 Page 2 materials and above the ceiling may be cut in order to investigate the possibility of ACM located in the wall spaces as necessary.The building owner will be responsible to patch the areas where samples are collected. The inspector will conduct bulk sampling of the suspect materials in accordance with the sampling requirements listed in 40 CFR Part 763, the Asbestos Hazard Emergency Response Act (AHERA). Samples will be shipped to a NVLAP accredited environmental laboratory for analysis by the EPA recommended method, Polarized Light Microscopy (PLM). LŅ t\[a ƩĻƭǒƌƷƭ źƓķźĭğƷĻ ƌĻǝĻƌƭ ĬĻƷǞĻĻƓ ͻƷƩğĭĻͼ and 10% asbestos in friable or non-friable materials, the Client has the option to analyze the samples further by PLM Point Count Analysis to better quantify the asbestos content or assume the material to be ACM. Materials having point count results <1% asbestos are considered non-ACM. If the Client chooses this analysis, an additional charge of $40.00 per sample will be added for each sample analyzed by Point Counting. The client will be notified prior to performing any point count analysis. Lead Based Paint Survey (LBP) A staff industrial hygienist, working under the direction of a U.S. Environmental Protection Agency (EPA) certified lead-based paint professional,will perform a visual inspection of the site to assess the condition and identify the location of painted surfaces to be sampled. The inspector will collect paint chip samples to assess the potential presence of LBP hazards that may exist on the interior surfaces affected by the planned renovation. PSI will collect one paint chip sample from each of the different interior building components observed. All samples will be analyzed for total lead using Flame Atomic Absorption Method.(SW 846 3050B*/7000B). Detailed records will be kept describing each sampling location selected, the condition of the substrate and paint for each sample, and anything unusual about the testing conditions. SURVEY REPORT Upon completion of the project, the client will be provided electronic copies of the draft assessment report detailing the services provided and the results of the investigation. The inspection report will include a summary of results included in an executive summary, information obtained during the assessment regarding the findings at the subject site, documentation and copies of the data obtained, and conclusions based upon this information. The report will be reviewed by PSI Principal Consultants for each section. SCHEDULE PSI proposes to begin work within two days after authorization to proceed has been received. A draft report will be available within one week after notice to proceed is received. SPECIAL INSTRUCTIONS Arrangements for access, including notification of tenants, will be the responsibility of the client. Completion of the project may be affected by access to the property, the availability of information, and other factors. FEES www.intertek.com/building Proposal Number: 0784-470516 Caribbean Drive Bridge No. 904250 February 12, 2026 Page 3 The cost to conduct the survey will be $2,600.00. PSI expects to be able to deliver the finalized report within 3 business days of the inspection. PSI appreciates the opportunity to provide this proposal. After your review of this proposal, if you have any questions, please feel free to contact us. The project can be scheduled upon receipt of a signed copy of this proposal. The work will be performed pursuant to the General Conditions, attached herewith and incorporated into the proposal. We look forward to working with you. Respectfully submitted, Professional Service Industries, Inc. Diana PlaceresE. John Emerson, CSP, CIEC, FLAC #AX121 Project Manager Department Manager/Principal Consultant South Florida Environmental GroupSouth Florida Environmental Group Attachments:Project Authorization General Conditions www.intertek.com/building Proposal Number: 0784-470516 Caribbean Drive Bridge No. 904250 February 12, 2026 Page 4 PROPOSAL AUTHORIZATION AND PAYMENT INSTRUCTIONS AUTHORIZATION To execute this proposal, please sign and complete the authorization information below along with applicable payment instructions andreturn one copy of the authorized proposal to our office. Authorized By (please print)Signature TitleFirm Address CityStateZip CodeTelephone DatePurchase Order No./Project Tracking No. (if applicable) PAYMENT INSTRUCTIONS If invoice payment is to be made by a party other than the authorizing party above, please provide the following information for whom the invoices are to be billed: FirmAttention AddressTitle CityStateZip CodeTelephone !ǒƷŷƚƩźǩźƓŭ tğƩƷǤƭ wĻƌğƷźƚƓƭŷźƦ Ʒƚ LƓǝƚźĭĻ tğǤƒĻƓƷ tğƩƷǤ If invoices are to be approved other than by the payment party above, please provide the following information for whom the invoices are to be mailed for approval: FirmAttention AddressTitle CityStateZip CodeTelephone !ǒƷŷƚƩźǩźƓŭ tğƩƷǤƭ wĻƌğƷźƚƓƭŷźƦ Ʒƚ LƓǝƚźĭĻ tğǤƒĻƓƷ tğƩƷǤ www.intertek.com/building Proposal Number: 0784-470516 Caribbean Drive Bridge No. 904250 February 12, 2026 Page 5 www.intertek.com/building Proposal Number: 0784-470516 Caribbean Drive Bridge No. 904250 February 12, 2026 Page 6 www.intertek.com/building CULTURAL RESOURCES SCOPE OF WORK Caribbean Drive Bridge Repair Monroe County, Florida Janus Research February , 2026 Please find the following scope to perform Cultural Resources tasks for the repair of the Caribbean Drive Bridge. The tasks will include a Cultural Resources Assessment Survey (CRAS) due to the unrecorded arch deck type bridge. This assessment will comply with Section 106 of the National Historic Preservation Act (NHPA) of 1966 (Public Law 89-665, as amended), as implemented by 36 CFR 800 -- Protection of Historic Properties (incorporating amendments effective August 5, 2004); Stipulation VII of the Programmatic Agreement among the Federal Highway Administration (FHWA), the Advisory Council on Historic Preservation (ACHP), the Florida Division of Historical Resources (FDHR), the State Historic Preservation Officer (SHPO), and the FDOT Regarding Implementation of the Federal-Aid Highway Program in Florida (Section 106 Programmatic Agreement, September 27, 2023); Section 102 of the National Environmental Policy Act (NEPA) of 1969, as amended (42 USC 4321 et seq.); Section 4(f) of the Department of Transportation Act of 1966, as amended (49 USC 303 and 23 USC 138); the revised Chapters 267 and 373, Florida Statutes (F.S.); and the standards embodied in the FDHRÓs Cultural Resource Management Standards and Operational Manual (February 2003), and Chapter 1A-46 (Archaeological and Historical Report Standards and Guidelines), Florida Administrative Code. In addition, the report will be prepared in conformity with standards set forth in Part 2, Chapter 8 (Archaeological and Historical Resources) of the FDOT Project Development and Environment (PD&E) Manual (effective July 31, 2024). All work will also conform to professional guidelines set forth in the Secretary of InteriorÓs Standards and Guidelines for Archaeology and Historic Preservation (48 FR 44716, as amended and annotated). Background Research A historical literature and background information search pertinent to the project areas will be conducted. This will include a search of the Florida Master Site File (FMSF), County and local site inventories, books and journal articles, unpublished CRM reports, and the like. Every effort will be made to solicit historic and site location information from other professionals, amateur archaeologists and collectors, lay historians, and the residents near the project area. Janus Research Page 1 In addition to reviewing the previously compiled archaeological site data for the project area, environmental variables known to be associated with prehistoric and historic sites will be reviewed for the purpose of developing a predictive model of archaeological site occurrence. Predictive models enable the researcher to stratify a study area into areas of high site potential based on the co-occurrence of relevant environmental variables. Data from archaeological surveys throughout Florida have repeatedly demonstrated the validity of using environmental variables as predictors of prehistoric site location. Archaeological Desktop Because the project is an in-kind bridge replacement, the archaeological APE will be small and limited to locations already disturbed by the construction of the existing bridge. Therefore, the archaeological portion of the study will consist of a desktop analysis. The archaeological desktop analysis will focus on evaluating the potential effects of the project on archaeological resources located within or adjacent to the project area. The objective is to determine the potential for unrecorded archaeological sites as well as identify any previously recorded archaeological sites and evaluate their eligibility for listing in the National Register of Historic Places according to the criteria listed in 36 CFR part 60.4. The desktop analysis will include a search of the Florida Master Site File (FMSF) to identify previous surveys and evaluate their sufficiency according to current State Historic Preservation Office (SHPO)/FDHR standards. This analysis will also include a review of Government Land Office historic maps and historic aerials. The review will assess archaeological probability within the project Area of Potential Effect (APE). The results of the desktop analysis will include maps showing the archaeological APE, the locations of any previously recorded resources, areas of archaeological probability, and the locations of any potential National RegisterÎeligible cultural resources. Historic Resources Survey Additionally, a historic resource field assessment survey will be conducted. Based on this project, an architectural historian will conduct a historic resources survey to ensure that resources are identified, properly mapped, and photographed. If needed, the forms will include field data, including notes from site observations and informant interviews. The estimated date of construction and distinctive features will also be noted. Photographs will be taken with a digital camera. A log will be kept that records the resourcesÓ physical location and compass direction of each photograph. The resourcesÓ significance will then be evaluated for their potential eligibility for listing on the National Register. Historic physical integrity will be determined from site observations, field data, and photographic documentation. If possible, informant interviews with individuals knowledgeable about local history will be conducted, and this will assist with known significant historical associations. At this time, the survey will cover the historic bridge and that resource will be recorded and evaluated. Janus Research Page 2 Report A CRAS report presenting the methods, findings, evaluations, and recommendations of the cultural resource assessment survey will be prepared and submitted to the client for review and comment. After receiving the comments, Janus Research will revise the document and prepare a final that will be submitted to the SHPO/FDHR for concurrence. We will provide a digital version of the report on CD.As Janus Research has prepared documentation in the immediate area, information from those reports will be utilized in the preparation of the current reports. Effects Evaluation If possible, due to the minor nature of the improvements, the effects evaluation will be included within the CRAS report. Janus Research Page 3 JANUS RESEARCH Cost Proposal Cultural Resources Tasks for the Caribbean Drive Bridge Repair Project, Monroe County February 3, 2026 POSITIONHOURSRATETOTAL Project Manager16165.00$ 2,640.00$ Project Archaeologist24125.00$ 3,000.00$ Senior Architectural Historian30125.00$ 3,750.00$ Architectural Historian14125.00$ 1,750.00$ Graphics Specialist7147.00$ 1,029.00$ Clerical180.00$ 80.00$ $ 12,249.00 Total Direct Labor DIRECT EXPENSES Printing / Photocopies58.50 Project Supplies16.00 Per Diem60.00$60/day (1 person, 1 day) Mileage & Travel235.20 336 miles round trip @ $0.70/mile Express Mail42.00 Total Direct Expenses411.70$ TOTAL LABOR & DIRECT EXPENSES 12,660.70$ DATE (MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 01/13/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER Vicky Van Wormer NAME: FAX PHONE Brown & Brown Insurance Services, Inc.(727)461-6044(727)442-7695 (A/C, No): (A/C, No, Ext): E-MAIL 140 Fountain Parkway NVicky.VanWormer@bbrown.com ADDRESS: Suite 600 INSURER(S) AFFORDING COVERAGENAIC # St. PetersburgFL33716The Charter Oak Fire Insurance Company25615 INSURER A : INSURED The Travelers Indemnity Company of America25666 INSURER B : Kisinger Campo & Associates, Corp. KCCS, Inc., DBA: Campo &Travelers Property Casualty Company of America25674 INSURER C : Associates, PLLC 201 N Franklin St, Suite 900Travelers Casualty and Surety Company of America31194 INSURER D : INSURER E : TampaFL33602 INSURER F : Master 25-26 COVERAGESCERTIFICATE NUMBER:REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY 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. ADDLSUBR INSRPOLICY EFFPOLICY EXP TYPE OF INSURANCELIMITS POLICY NUMBER LTR(MM/DD/YYYY)(MM/DD/YYYY) INSDWVD COMMERCIAL GENERAL LIABILITY 1,000,000 EACH OCCURRENCE$ DAMAGE TO RENTED 300,000 CLAIMS-MADEOCCUR$ PREMISES (Ea occurrence) 10,000 MED EXP (Any one person)$ AY630-8254A60410/01/202510/01/20261,000,000 PERSONAL & ADV INJURY$ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE$ PRO- 2,000,000 POLICYLOCPRODUCTS - COMP/OP AGG$ JECT Employee Benefits1,000,000 $ OTHER: COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY 1,000,000 $ (Ea accident) ANY AUTOBODILY INJURY (Per person)$ OWNEDSCHEDULED BY810-5N33836410/01/202510/01/2026 BODILY INJURY (Per accident)$ AUTOS ONLYAUTOS HIREDNON-OWNEDPROPERTY DAMAGE $ (Per accident) AUTOS ONLYAUTOS ONLY Uninsured motorist1,000,000 $ combined single limit UMBRELLA LIAB 2,000,000 OCCUREACH OCCURRENCE$ C EXCESS LIAB CUP-7J74848410/01/202510/01/20262,000,000 CLAIMS-MADEAGGREGATE$ 10,000 DEDRETENTION$$ PEROTH- WORKERS COMPENSATION STATUTEER AND EMPLOYERS' LIABILITY Y / N 500,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT$ DN N / A UB-7J07030810/03/202510/03/2026 OFFICER/MEMBER EXCLUDED? 500,000 (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE$ If yes, describe under 500,000 DESCRIPTION OF OPERATIONS belowE.L. DISEASE - POLICY LIMIT$ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate holder is an additional insured with respect to general liability & auto liability when required by written contract. Endorsements available upon request. Monroe County, On Call Professional Engineering Contract, KCA #1250214.00 CERTIFICATE HOLDERCANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County 1100 Simonton Street AUTHORIZED REPRESENTATIVE Key WestFL33040 © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03)The ACORD name and logo are registered marks of ACORD Additional Named Insureds Other Named Insureds Campo & Associates, PLLCDoing Business As Campo & Associtates LLC Campo & Associtates, PLLC KCCS, Inc. OFAPPINF (02/2007)COPYRIGHT 2007, AMS SERVICES INC ADDITIONAL COVERAGES Ref #DescriptionCoverage CodeForm No.Edition Date Employee Benefits AGG Limit 1Limit 2Limit 3Deductible AmountDeductible TypePremium 2,000,000 Ref #DescriptionCoverage CodeForm No.Edition Date Rental Reinbursement Limit 1Limit 2Limit 3Deductible AmountDeductible TypePremium Ref #DescriptionCoverage CodeForm No.Edition Date PIP-BasicPIP Limit 1Limit 2Limit 3Deductible AmountDeductible TypePremium Statutory Ref #DescriptionCoverage CodeForm No.Edition Date Medical paymentsMEDPM Limit 1Limit 2Limit 3Deductible AmountDeductible TypePremium 5,000 Ref #DescriptionCoverage CodeForm No.Edition Date Underinsured motorist combined single limitUNCSL Limit 1Limit 2Limit 3Deductible AmountDeductible TypePremium 1,000,000 Ref #DescriptionCoverage CodeForm No.Edition Date Experience Mod Factor 1EXP01 Limit 1Limit 2Limit 3Deductible AmountDeductible TypePremium Ref #DescriptionCoverage CodeForm No.Edition Date Increased employer's liabilityINEL Limit 1Limit 2Limit 3Deductible AmountDeductible TypePremium Ref #DescriptionCoverage CodeForm No.Edition Date Limit 1Limit 2Limit 3Deductible AmountDeductible TypePremium Ref #DescriptionCoverage CodeForm No.Edition Date Limit 1Limit 2Limit 3Deductible AmountDeductible TypePremium Ref #DescriptionCoverage CodeForm No.Edition Date Limit 1Limit 2Limit 3Deductible AmountDeductible TypePremium Ref #DescriptionCoverage CodeForm No.Edition Date Limit 1Limit 2Limit 3Deductible AmountDeductible TypePremium OFADTLCVCopyright 2001, AMS Services, Inc. DATE (MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 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). CONTACT PRODUCER NAME: FAX PHONE (A/C, No): (A/C, No, Ext): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGENAIC # INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGESCERTIFICATE NUMBER:REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY 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. ADDLSUBR INSRPOLICY EFFPOLICY EXP TYPE OF INSURANCELIMITS POLICY NUMBER LTR(MM/DD/YYYY)(MM/DD/YYYY) INSDWVD COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE$ DAMAGE TO RENTED CLAIMS-MADEOCCUR$ PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY$ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE$ PRO- POLICYLOCPRODUCTS - COMP/OP AGG$ JECT $ OTHER: COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY$ (Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNEDSCHEDULED BODILY INJURY (Per accident)$ AUTOS ONLYAUTOS NON-OWNED HIREDPROPERTY DAMAGE $ (Per accident) AUTOS ONLYAUTOS ONLY $ UMBRELLA LIAB EACH OCCURRENCE$ OCCUR EXCESS LIAB CLAIMS-MADEAGGREGATE$ $ DEDRETENTION$ PEROTH- WORKERS COMPENSATION STATUTEER AND EMPLOYERS' LIABILITY Y / N ANYP ROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT$ N / A OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE$ If yes, describe under E.L. DISEASE - POLICY LIMIT$ DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDERCANCELLATION 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 © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03)The ACORD name and logo are registered marks of ACORD