Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item M04
BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor Michelle Lincoln,District 2 The Florida. Keys Mayor Pro Tem David Rice,District 4 p Craig Cates,District I James K. Scholl,District 3 Holly Merrill Raschein,District 5 Regular Meeting May 20, 2026 Agenda Item Number: M4 26-7027 BULK ITEM: Yes DEPARTMENT: Planning and Environmental Resources TIME APPROXIMATE: STAFF CONTACT: Devin Tolpin AGENDA ITEM WORDING: Approval of Amendment to Scope of Services for Work Order No. 5 to Extend Project Schedule at No Extra Cost for AECOM to Develop a Bus Stop Improvement Plan, Project No. 162 from the Transportation Master Plan ("TMP") for Project Completion by August 31, 2026. ITEM BACKGROUND: AECOM Work Order No. 5 for a Bus Stop Improvement Plan ("BSIP") is Project No. 162 from the potential solutions list in the Transportation Master Plan ("TMP") and is part of the primary priority recommendations to the Florida Department of Transportation ("FDOT"). An extension to the project schedule is required in order to complete the project. The initial 12-month schedule is being proposed to be extended from September 30, 2025, to August 31, 2026. The delay in completion was due to delays in receiving information from outside organizations and out of control of the contractor. It is anticipated that the remaining work to be completed(feasibility analysis of stops recommended by Key West Transit and Miami Dade Transit, updating the draft report and BOCC presentation)will take an additional 2-3 months from this date to complete. The draft report is anticipated to be submitted to Monroe County by May 31, 2026. The Final Report will be submitted within 21 days of receiving review comments from the County Planning Department. After the report is finalized, the study recommendations will be presented to the BOCC. The deadline for project completion is being extended to August 31, 2026. All other terms and conditions of the work order will remain, and no changes are being made to the cost under the order. Monroe County Comprehensive Plan Policy 401.3.1 requires Monroe County to complete a Transportation Strategy Master Plan ("TSMP") to enhance mass transit for all residents and visitors, in coordination with municipalities and Miami-Dade County. On May 20, 2020, the Monroe County BOCC approved AECOM Work Order No. 10 to complete the U.S. 1 Transportation Master Plan which was subsequently adopted on October 20, 2021. The TMP was developed to identify the County's transportation needs, goals/objectives and an action plan to meet the goals. Through data collection, analysis, and stakeholder and public involvement, a list of 179 potential solutions was developed and categorized into short-term (1-5 years), mid-term (5-10 years), and long-term (10-20 years) solutions. The Florida Keys Transportation Coordination Committee ("FKTCC"), comprised of representatives from each municipality, discussed and prioritized the list of potential solutions. That list was categorized into primary priority recommendations and secondary priority recommendations which were recommended to the BOCC through FKTCC Resolution No. 01-2022. At its regularly scheduled February 16, 2022,public meeting, the BOCC discussed the prioritization recommendations made by the FKTCC and adopted Resolution No. 075-2022, which prioritized and forwarded the priority recommendations to the FDOT. The purpose of the Bus Stop Improvement Plan study is to determine the feasibility of 1) Adding,relocating,removing, or consolidating bus stops along US Highway 1 ("U.S. 1") in the areas mentioned in the TMP, and 2) Improving the existing stops with amenities that improve the safety and experience for transit riders, such as shelters, seating, lighting, bike racks, or driver notification push buttons. Currently, two primary transit routes operate within Monroe County along U.S. 1: • Route 301 Dade-Monroe Express: Operated by Miami-Dade Transit from Florida City to Marathon. • Lower Keys Shuttle: Operated by the City of Key West, servicing stops along U.S. 1 from Key West to Marathon. The Monroe County Transit Existing Conditions Analysis recommends the consolidation of these routes to prevent lengthy and inconvenient transfers in Marathon. The Bus Stop Improvement Plan will consider both current services and the proposed new service model during the course of this study. PREVIOUS RELEVANT BOCC ACTION: On September 30, 2024, Work Order No. 5 was approved by the BOCC to Develop a Bus Stop Improvement Plan, Project No. 162 from the Transportation Master Plan (TMP). INSURANCE REQUIRED: N/A CONTRACT/AGREEMENT CHANGES: Extension of project completion deadline to August 31, 2026. STAFF RECOMMENDATION: Approval DOCUMENTATION: Work Order 5—Amendment Jl AECOM Technical Services, Inc. FINANCIAL IMPACT: N/A Effective Date: Expiration Date: Total Dollar Value of Contract: Total Cost to County: Current Year Portion: Budgeted: Source of Funds: CPI: Indirect Costs: Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: If yes, amount: Grant: County Match: Insurance Required: Bus Stop Improvement Plan AMENDMENT ONE TO SCOPE OF SERVICES FOR WORK ORDER NO. 5 Bus Stop Improvement Plan Monroe County, Florida In accordance with the Contract for Transportation Planning Professional Services made and entered on the 191" of April, 2023, by and between Monroe County and AECOM Technical Services, Inc. ("Consultant"), Monroe County and Consultant entered into the Scope of Services for Work Order No. 5 ("Work Order No. 5"), dated the 30t" of September, 2024, for the Bus Stop Improvement Plan. All terms and conditions of the referenced Contract for Transportation Planning Professional Services shall apply to this Amendment One to Scope of Services for Work Order No. 5 ("Amendment One"), unless the Work Order modifies an Article of the Contract which will be specifically referenced in the Work Order and the amendment, addition or modification shall be precisely described. 1. This Amendment One modifies Scope of Services for Work Order No. 5 as shown below: B. SCOPE OF SERVICES The Scope of Services for US-1 Bus Stop Improvement Plan (Reference TMP Project#162) ("Scope of Services"), as attached to Scope of Services for Work Order No. 5 is amended as follows: 2. Scope of Services Task 1 — Project Management Project Schedule The Draft BSIP will be developed and submitted to Monroe County with sufficient time for review by the County prior to the final project completion deadline of August 31, 2026. Monroe County staff requires 30 days for comments and shall provide comments within 30 days of submission of the Draft BSIP. The feasibility study will be finalized within 30 days after comments are received. A detailed project schedule will be developed and submitted to the county project manager for review and approval. The monthly progress reports will include updates to the original project schedule. All other terms of the Scope of Services shall remain, including all other terms stated under Task 1 — Project Management except as amended above. E. Schedule The initial 12-month schedule assumed is hereby extended. It is estimated that the remaining work (feasibility analysis of stops recommended by Key West Transit and Miami- Dade Transit, updating the draft report and BOCC presentation) will take an additional 2-3 months from this date to complete. It is anticipated that the updated draft report will be submitted to Monroe County by May 31, 2026. The Final Report will be submitted Page 1 of 2 Bus Stop Improvement Plan within 21 days of receiving review comments from the County Planning Department. After the report is finalized, the study recommendations will be presented to the BOCC. The deadline for project completion is August 31, 2026. 2. This Amendment One shall be effective retroactively to September 30, 2025, and shall remain in effect until such services are no longer required or in accordance with Article XII of the Contract. 3. All other Terms and Conditions of the Work Order shall remain, in accordance with the Contract. Acceptance and approval of this Amendment One by both parties by signatories below constitute authorization for the Consultant to proceed. ACCEPTED AND APPROVED ACCEPTED AND APPROVED Monroe County AECOM Technical Services, Inc. Digitally signed by Boucle,Julio Boucle, DN cn=Boude,Julio, c-AECOMUsers Data 2026.05.04 15:35:05- Julio (Signature) (Signature) Julio Boucle, P.E. /Vice President (Name & Title) (Name & Title) Date Date MONROE COUNTY ATTORNEY APPROVED AS TO FORM Digitally signed by Kelly Dugan Kelly Dugan Date:2026.05.0410:50:47 KELLY DUGAN ASSISTANT COUNTY ATTORNEY Page 2 of 2 cou 00 Kevin Madok, CPA o' RTS A A i M ....L.... Clerk of the Circuit Court& Comptroller— Monroe County, Florida oz COVNSy DATE: September 30, 2024 TO: Emily Schemper, Senior Director Planning & Environmental Resources ATTN: lize Aguila, Planning Commission Supervisor FROM: Liz Yongue, Deputy Clerk SUBJECT: September 11, 2024 BOCC Meeting The following item has been executed and added to the record: JI 5th Work Order for AECOM to Develop a Bus Stop Improvement P1 an, Project No. 162 from the Transportation Master Plan ("TMP"), In the Amount of$206,811.02 Under the Transportation Planning Services Contract with AECOM Technical Services, Inc., a Contract Funded at 87.5% ($180,959.64)through a Joint Participation Agreement("JPA") from the Florida Department of Transportation ("FDOT"). The County's Share for This Work Order is $25,851.38. 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 Bus Stop Improvement Plan SCOPE OF SERVICES FOR WORK ORDER NO. 5 Bus Stop Improvement Plan Monroe County, Florida A. INTRODUCTION The Monroe County Planning & Environmental Resources Department requested the development of a Bus Stop Improvement Plan (BSIP) as a follow-up to the Transportation Master Plan (TMP) and the Monroe County Transit Existing Conditions Analysis. The purpose of this study is to determine the feasibility of 1) adding, relocating, removing, or consolidating bus stops along US-1 in the areas mentioned in the TMP, and 2) improving the existing stops with amenities that improve the safety and experience for transit riders, such as shelters, seating, lighting, bike racks, or driver notification push buttons. 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 See attached scope of services document. C. Project Management Purpose The purpose of this task 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 staffing, scheduling work activities, coordinating with Monroe County PM, attendance at project meetings, and QA/QC reviews of project deliverables. Proiect Schedule Project schedule will be developed and submitted to the County Project Manager 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 $206,811.02, invoiced monthly as percent complete, consistent with progress reports. The staff-hour estimates, and the Page 1 of 2 Bus Stop Improvement Plan corresponding costs are based on the Professional Services Agreement between Monroe County and AECOM executed on April 25, 2023. E. Schedule A 12-month schedule is assumed for this study. A detailed schedule will be prepared as part of the Project Management Plan and will be submitted to the Monroe County Project Manager for review and approval. The Final Deliverables shall be submitted within 21 days of receiving review comments from the County Planning Department. Acceptance and approval of this Work Order by both parties by signatories below constitute authorization for the Consultant to proceed. ACCEPTED AND APPROVED ACCEPTED AND APPROVED Monroe County AECOM Technical Services, Inc. (Signature) (S' na re) Holly Merrill Raschein, Mayor M. Janet Everett,P.E. l Vice President (Name & Title) (Name & Title) MONROE COUNTY ATTORNEY 2Z' ED 5 TO ORM F ,1 L 1 �ttestr Kyin Madok, Clerk �p Gi �� fir; 1 Clerk Page 2 of 2 Scope of Services for US-1 Bus Stop Improvement Plan (Reference TMP Project#162) Tcable 1 . Introduction .............................................................................................................. 1 2. Scope of Services..................................................................................................2 Task1 -Project Management..................................................................................................................................2 Task 2-Meetings with Stakeholders...................................................................................................................2 Task3-Initial Public Outreach.................................................................................................................................3 Task 4-Gather and Evaluate Existing Data and Develop Existing Conditions Report...........4 Task 5 - Develop BSIP Goals and Objectives..................................................................................................4 Task 6-Field Assessments and Improvement Identification................................................................5 Task 7-Funding Analysis and Project Prioritization...................................................................................6 Task 8-Prepare US-1 Bus Stop Improvement Plan...................................................................................6 Task 9-Progress Meetings/ Presentations........................-........................................................................7 US 1 Bus Stop Improvement Program Introduction ■ The Monroe County Planning & Environmental Resources Department requested the development of a Bus Stop Improvement Plan (BSIP) as a follow-up to the Transportation Master Plan (TMP)and the Monroe County Transit Existing Conditions Analysis.The purpose of this study is to determine the feasibility of 1) adding, relocating, removing, or consolidating bus stops along US-1 in the areas mentioned in the TMP, and 2) improving the existing stops with amenities that improve the safety and experience for transit riders,such as shelters, seating, lighting, bike racks, or driver notification push buttons. Currently,two primary transit routes operate within Monroe County along US-1: • Route 301 Dade-Monroe Express:Operated by Miami-Dade Transit from Florida City to Marathon. • Lower Keys Shuttle: Operated by the City of Key West, servicing stops along US-1 from Key West to Marathon. The Monroe County Transit Existing Conditions Analysis recommends the consolidation of these routes to prevent lengthy and inconvenient transfers in Marathon.The Bus Stop Improvement Plan will consider both current services and the proposed new service model during the course of this study. Figure 1:Transit Service in Monroe County on US-1 %oif/fr;. r �Nf n'i v� u m 9 AECOM 1 US 1 Bus Stop Improvement Program ■ Z. '%'.)c0P'-Pe OPA ces I IIIk 1 11��)�rpject III ii i To guide all project management activities,the Consultant will draft a Project Management Plan that outlines coordination activities, quality review process, study methodologies, data collection techniques, and project schedule. Additional project management activities include managing and coordinating client and third-party interfaces, attendance at project meetings, documentation of meeting notes, and quality assurance/quality control reviews of project deliverables. i)uu°, jIec't Sdlli°io t, llllo The Draft BSIP will be developed and submitted to Monroe County within 10 months of NTP. Monroe County staff will provide comments within 30 days, and the feasibility study will be finalized within 30 days after comments are received. A detailed project schedule will be developed and submitted to the county project manager for review and approval. The monthly progress reports will include updates to the original project schedule. i° uu m ss: uum.: Il rfl uum.t airld ihirivoices Project progress reports will be prepared and submitted to the county project manager on a monthly basis. The progress report will discuss work performed during the preceding month,work projected for the following month,and potential project issues and associated impacts to the project schedule and budget. Invoices will be submitted monthly in concurrence with the progress reports. The amount of each invoice will be based on the percentage of work completed during the billing period. IIIII IIIII liiii iiii IIIIIIIII ��� ■ Project Management Plan ■ Project Schedule ■ Monthly Progress Reports and Invoices I sIk 2 III Ifi6 iiii fill° nn h l it The Consultant will work with Monroe County to identify key stakeholders that can provide insight on current bus stop issues and improvement opportunities. The stakeholder list will be created in coordination with county staff. The Consultant will schedule and lead one (1) stakeholder meeting in coordination with county staff. This meeting will use interactive collaboration software such as Miro or Mentimeter to solicit information about bus stop needs and garner feedback about potential improvements. The Consultant will present stakeholders with examples of bus stop amenities currently in use along US-1 and facilities used in other areas. Feedback on these examples will AECOM 2 US 1 Bus Stop Improvement Program be used to inform the creation of planning-level Design Alternatives in future tasks. It is anticipated that the following agencies will provide representatives: ■ Monroe County Transit ■ Monroe County Planning and Environmental Resources Department ■ Monroe County Engineering Services Department ■ Monroe County Tourism Development Council ■ Monroe County School Board ■ Florida Department of Transportation (FDOT) District 6 Transportation Planning Office ■ Miami-Dade County Transportation and Public Works Department ■ Florida Department of Environmental Protection ■ Key West Transit • Miami-Dade Department of Transportation and Public Works ■ Municipalities in Monroe County IIIII' IIIII liiii iuu� lllllllll � ■ Meeting Agenda ■ Meeting Presentation Materials (such as PowerPoint presentations and graphics/exhibits) ■ Meeting Minutes "I° sIIII Outreadh The purpose of this task is to conduct one virtual public meeting to inform the public about the study and to get their input on bus stop and mobility issues. To ensure that ample opportunities for input are provided to the community, a project website will be created and maintained. A project survey will be developed and a response period (to be determined during the study)will be provided.The web survey will use an interactive tool such as ESRI's Surveyl 23 to solicit location data,allowing respondents to pinpoint where additional stops or changes may be needed.Input received regarding transit and bus stop issues will be incorporated into the BISP report. IIIII IIIII liiii iiii IIIIIIIII ��� ■ Meeting Agenda ■ Meeting Presentation Materials ■ Meeting Minutes ■ Project Survey ■ Project Survey Summary Report ■ Project Website AECOM 3 US 1 Bus Stop Improvement Program Gather iiind IEvdIuate EkIstkrig IIIII3ata &ii liiii iiii i iiiii° l IIIII IIIII '°° IIII � � � °°� IIIII' �IIIII""'� ������� IIII i� ��� The Consultant will review relevant and available transit, safety, and traffic data to assess the existing transit system. The Consultant will begin by summarizing information and analyses published in the US-1 Transportation Master Plan and Monroe County Transit Existing Conditions Analysis, including demographic data, key destinations, gap identification analysis, and on-board origin-destination survey results. Following this, the consultant will gather any additional data needed for the analysis and assessment of bus stops along US-1,which may include: ■ Existing GIS files on bus stop locations, sidewalk infrastructure, and points of interest. ■ Route and stop-level ridership data for the Lower Keys Shuttle and Dade-Monroe Express. • Demographic data on relevant population and employment densities and categories. • Planned transit, roadway, sidewalk,and trail projects along US-1 that may affect proposed stop locations. The Consultant will prepare an existing conditions report summarizing relevant aspects of this data and documenting current conditions to inform future tasks. IIIII� IIIII IIIII iiii IIIIIIIII ��� ■ Draft Existing Conditions Report ■ Final Existing Conditions Report I IIII IIIII IIII Goals IIIII°° IIIII° ° iiiii The purpose of this task is to develop a list of attainable goals and objectives to address existing and anticipated bus stop issues, drawing on data from the existing conditions report and incorporating feedback from the public and stakeholders. These established goals and objectives will help guide the development of BSIP and prioritize projects. IIIII� IIIII IIIII iiii IIIIIIIII ��� ■ Draft Goals and Objectives ■ Final Goals and Objectives AECOM 4 US 1 Bus Stop Improvement Program I�asIk 6 Assess m e rits aiid IIIIII iiin IIIII' The Consultant will conduct field activities and develop a list of improvements to address issues, such as gaps in pedestrian or bicycle facilities, unsafe conditions near transit stops, lack of lighting and other bus stop amenities, or bus stops in need of relocation. These identified improvements will later be evaluated and prioritized to provide a framework for enhancing bus stops within the county. Prior to field work, the Consultant will conduct a ridership and gap analysis using data gathered in Tasks 2, 3 and 4 to identify underperforming existing stops, potential stops for relocation or removal, and potential new stops.This analysis will be informed by the work completed for the US-1 TMP and the Monroe County Transit Existing Conditions Analysis to ensure consistency and comprehensiveness.This analysis will result in a list of potential new, modified, or eliminated stop locations. Members of the consultant team will ride the 301 and the Lower Keys Shuttle, making note of service conditions and issues relevant to the BSIP. The team will note locations where riders board the bus, including riders that board or alight in non-designated areas. The data, findings, and photographs from these trips will be collected in a brief Rider Experience Memorandum. The Consultant will conduct field reviews to gather relevant data for each bus stop. The Consultant will develop a standardized bus stop audit checklist (or digital equivalent), which will be used in field reviews to document conditions at the existing stops. The field observations will be used to verify and update the collected data and inform the study team of bus stop conditions in the study area.These data will be used to create an interactive bus stop inventory GIS map that denotes the location of each bus stop, a recent photo of the stop, any known ADA issues, existing utilities, and a listing of all amenities provided at the stop. Through synthesis of the ridership analysis, route observations, and bus stop field audits, the Consultant will create a list of stops to be added, improved, relocated, or eliminated. Bus stops will be ranked based on ridership and other relevant factors, and a list of stops will be identified for further evaluation and prioritization. The Consultant, in coordination with Monroe County Transit, DPTW, Key West Transit, and FDOT,will develop a decision matrix to determine the needed amenities and improvements at bus stops. Improvements include but are not limited to: ■ Solutions to address any bus stop ADA issues. ■ Pedestrian/bicycle facility improvements(additional sidewalks and/or bicycle lanes, pedestrian crossing improvements). ■ Bus pull-offs or bus bays. ■ Individual bus stop amenities,such as: ■ Installation of signage and route/schedule information. AECOM 5 US 1 Bus Stop Improvement Program ■ Trash receptacles. ■ Concrete pads. ■ Benches. ■ Covered shelters. ■ Landscaping. ■ Bicycle racks. ■ Lighting. The identified improvements will be used to develop alternative bus stop designs to meet the needs of stops.These alternative designs will provide differing levels of amenities but maintain consistency in materials to promote uniformity within the study area. Using the decision matrix, each stop will be assigned a design alternative that best suits its needs. The requirements of these designs, including footprint, needed utility access, and right- of-way demands,will inform the Project Prioritization and Feasibility tasks. IIIII IIIII IIIII iuu� lllllllllo�� ■ Draft Rider Experience Memorandum ■ Final Rider Experience Memorandum ■ Draft Bus Stop Improvements Memorandum ■ Final Bus Stop Improvements Memorandum ■ Draft Project Map(s) ■ Final Project Map(s) • GIS files " """' IIII IIIIII'°°°°° liiii IIIII IIIII IIIII IIIII° IIIReView For up to fifteen (15) of the highest need stops, the Consultant will perform a further review to ensure that proposed stop improvements are feasible at each location. The Consultant will consider a broad range of issues, including but not limited to availability of right-of-way, sidewalk access, utility impacts, and user safety needs. For locations with significant feasibility concerns,alternate locations will be considered. IIIII IIIIII IIIII iiii IIIIIIIII ��� ■ Draft Feasibility Review Report ■ Final Feasibility Review Report IIIIII'°°°°° iiii IIII iiiiAndlysis allid IIIII During this task,the Consultant will conduct a high-level economic and market analysis to determine planning-level costs and funding needs to implement bus stop improvements reviewed in Task 7.Following the funding analysis,the Consultant will use AECOM 6 US 1 Bus Stop Improvement Program the cost estimates and the decision matrix to prioritize the recommendations into a Bus Stop Improvement Prioritization Framework. The Consultant will prepare planning-level costs for the proposed improvements. The Consultant will also perform an assessment of available transit funding of potential state, local, or federal funding sources, including eligible federal discretionary grant programs relevant to bus stop infrastructure improvements. Using these cost estimates, ridership data, and other relevant factors, the Consultant will prepare a Bus Stop Improvement Prioritization Framework that analyzes the feasible improvements from Task 7 based on cost-effectiveness and feasibility, dividing these prioritized solutions into two phases:solutions for short-term implementation(one year) and mid-term implementation (two to five years). IIIIIIIIII IIIII iiiu� IIIIIIIII ���� ■ Draft Funding and Improvement Prioritization Report ■ Final Funding and Improvement Prioritization Report III RI°I im °' ��II uii ui IIIIII IIIII I The consultant will prepare a draft report documenting the study findings and results from all previous tasks. This draft report will be submitted to the County Project Manager for review and comment. The report will be finalized based on the comments received from Monroe County. One digital copy (PDF) of the final report will be submitted to the County Project Manager. IIIII IIIII IIIII iiii IIIIIIIII ��� ■ Draft US-1 Bus Stop Improvement Plan ■ Final US-1 Bus Stop Improvement Plan s IIIII l I�, � IIII IIIIII������� IIIII IIIII IIIIII���)IIIII iiii iiiii iiiis As part of this task, the consultant will attend the following meetings and prepare necessary meeting material: ■ Kickoff meeting ■ Bi-weekly progress calls ■ Up to two meetings to discuss draft and final project results with Monroe County staff, stakeholders, or the public. IIIII IIIII IIIII iiiu� lllllllll ���� ■ PowerPoint Presentations ■ Meeting Minutes AECOM 7 v rn n r rn m u�i coo tO ro m n v v �i w o 0 N (00 (r0 O LLr-1 �_ K�J LLM'i V r (O [O c6 (00 M m of oc (O N V (O O (O f0 O O O N N LL l0 F fA fA fA ffl ffl ffl ffl E9 E9 E9 ffl Ffl Fn KS Fn K} fA fA fA EFS fF5 fF5 fF5 fA f9 f9 (9 F V M LLI M LLI M t� N [O �tY W M O I� c6 N V of O) O S M o rn � n Z5 ur va N N w �N 0 V3 E9 4fY W (V 40 CO NJ O n 10 w m m cW m c M N s o ir v m v co u7 v � o 0 c r Y N J 0.. (O O aEiLL wW � � a� E U O O N N r a o m d d ai ri a WN m O j � O of N of (O N N of N W N C W N N (O V o3 of of � O O T a� W a m K U � U m � m m B � m o m r m o U E ) o �1 � 10 m � .m m m � .- o O o w E 1 a g U m o o m 16 m 'm d � � O O l v,lo O O .L 1. ami � o � a w in ' '-' m m E Uc.� S � o � a a O tl tl � m a` u. u. a a 4 a�a U '- tk _ N M ro N M N NH H H 7OT3120/2026 (MM/DD/YYYY) A�" 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). PRODUCER CONTACT Marsh Risk&Insurance Services NAME: Marsh I U.S.Operations FAX CA License 40437153 (PA/C. A/C HONE Ext: 866-966-4664 (A/C No: 212-948-0533 633 W.Fifth Street,Suite 1200 E-MAIL LosAn eles.CertRe uest marsh.com Los Angeles,CA 90071 ADDRESS: 9 q @ Attn:LosAngeles.CertRequest@Marsh.Com INSURER(S)AFFORDING COVERAGE NAIC# CN 101 348564-STND-GAUE-26-27 03 2027 INSURERA: ACE American Insurance Company 22667 INSURED AECOM INSURER B: N/A NIA AECOM Technical Services,Inc. INSURER C: Illinois Union Insurance Co 27960 110 East Broward Boulevard INSURER D: Suite 700 Fort Lauderdale,FL 33301 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: LOS-002671337-04 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR I POLICY NUMBER MM/DD/YYYY MM/DDIYYYY A X COMMERCIAL GENERAL LIABILITY HDO G48947852 04/01/2026 04/01/2027 EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X� OCCUR PREM SES Ea ooTI cur ence) $ 1,000,000 MED EXP(Any one person) $ 5,000 s PERSONAL&ADV INJURY $ 1,000,000 �y GEN'L AGGREGATE LIMIT APPLIES PER: .,....___.. GENERAL AGGREGATE $ 1,000,000 PRO- DAv _..-_.._3.3D.26.----..._w..,�.. X POLICY JECT LOC WAPVW N1A._;`, PRODUCTS-COMP/OPAGG $ 1,000,000 OTHER: $ A AUTOMOBILE LIABILITY ISA H11370445 04/01/2026 04101/2027 COMBINED SINGLE LIMIT $ 1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ A, WORKERS COMPENSATION WLR C72619973(AOS) 04/01/2026 04/01/2027 X PER oTH- AND EMPLOYERS'LIABILITY STATUTE ER ECUTIVE A YIN SCFC7262001A(WI WlRetro) 04/01/2026 04101/2027 1,000,000 OFFICER/MEMBER EXCLUDED? � NIA E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,OOD,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C ARCHITECTS&ENG. EON G21654693 005 04/01/2026 04/01/2027 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. 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 ZtVa lZ'iQl &�r�¢una�ue Se�wieeQ ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD