Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item C19
C19 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein,District 5 Board of County Commissioners Meeting September 10, 2025 Agenda Item Number: C 19 2023-4524 BULK ITEM: Yes DEPARTMENT: Project Management TIME APPROXIMATE: STAFF CONTACT: Cary Vick N/A AGENDA ITEM WORDING: Approval of a Third Amendment to a Task Order with CPH, LLC in the amount of$7,500.00 for Professional Architectural and Engineering Services for the New Storage Buildings at three (3) Monroe County Transfer Stations. This Third Amendment adds the determination of open space calculations for the Cudjoe Key and Long Key properties to the scope of work as required in order to obtain building permits. This project is funded by the Solid Waste Department (Fund 414). ITEM BACKGROUND: Monroe County Solid Waste Department is in need of having maintenance storage buildings installed at three(3) transfer stations located on Cudjoe Key, Long Key, and Key Largo to better serve employees and the public. A Task Order for Phase I was approved by the County Administrator on July 21, 2023. Phase I services included preliminary design and surveying services for each location. The First Amendment was approved by the BOCC on 3/20/24 and added full construction design drawings, permitting assistance, bidding support, and construction administration services to the Task Order. The Second Amendment was approved by the BOCC on 8/21/24 and added surveying services to determine the Mean High-Water Line(MHWL) for the Cudjoe Key Transfer Station property in order to meet the requirements of the Monroe County Planning and Building Departments. Upon further review, the Monroe County Planning Department has now requested existing and proposed open-space calculations in order to support the open space percentage change determination. This Third Amendment adds those services to the scope of work for the Cudjoe Key and Long Key Transfer Station locations. PREVIOUS RELEVANT BOCC ACTION: 7/21/2023 - County Administrator approved a Task Order under the CPH continuing service contract which was subsequently ratified by BOCC as a small contract 3/20/24 - BOCC approved a First Amendment to the Task Order with CPH, LLC for the full construction design and engineering services through construction administration of new storage buildings at 3 transfer stations. 3328 8/21/24 - BOCC approved a Second Amendment to the Task Order w/CPH for addition of a survey of the Cudjoe Key location. INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: Adds existing and proposed open space calculations for the Cudjoe Key and Long Key Transfer Station properties as an additional task. STAFF RECOMMENDATION: Approval of Third Amendment DOCUMENTATION: 3rd Amend Task Order_ CPH—Transfer Stations_signed.pdf Task Order&Amends_ CPH—Transfer Stations—EXEC.pdf COI—CPH—exp. 12.31.25.pdf FINANCIAL IMPACT: 414-40000 Original Task Order: $43,500.00 First Amendment: $137,000.00 Second Amendment: $5,500.00 Third Amendment: $7,500.00 Total Contract w/Amend.: $193,500.00 Insurance on file 3329 THIRD AMENDMENT TO TASK ORDER FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES BETWEEN MONROE COUNTY AND CPH CONSULTING, LLC dba CPH, LLC FOR NEW STORAGE BUILDINGS AT TRANSFER STATIONS In accordance with the Agreement for Professional Architectural and Engineering Services, made and entered into on January 18, 2023, between MONROE COUNTY, ("County") and CPH CONSULTING, LLC dba CPH, LLC, ("Consultant"), where professional services are allowed if construction costs do not exceed $7,500,000.00, or for study activity if the fee for professional services for each individual study under the contract does not exceed$500,000.00 ("Agreement"), as provided in Subsection 287.055(2)(g),Florida Statutes, as amended by Section 2, Chapter 2024- 204, Laws of Florida, pursuant to which Recital No. 2 and Attachment A, Subsection 1.01 of the Agreement are hereby modified, the parties enter into this Third Amendment to Task Order. All terms and conditions of the Agreement apply to this Third Amendment to Task Order, unless this Third Amendment amends, adds, or modifies a provision or an Article of the Agreement, in which case, the provision or Article will be specifically referenced in this Third Amendment and the amendment, addition, or modification will be precisely described. This Third Amendment is effective on the 10" day of September 2025. WHEREAS, the Solid Waste Department desires to have new maintenance storage buildings constructed at the three transfer stations owned and operated by Monroe County; and WHEREAS,the parties executed a Task Order on July 21,2023,whereby the Consultant provided Phase I services including surveys and preliminary design for each location; and WHEREAS, the parties executed a First Amendment to the Task Order on March 20, 2024, whereby the Consultant provided Phase II services including full construction drawings, permitting assistance, and construction administration for the project; and WHEREAS, the parties executed a Second Amendment to the Task Order on August 21, 2024, whereby the Consultant provided a signed and sealed topographic survey of the building site at the Cudjoe Key Transfer Station location showing the Mean High-Water Line (MHWL) as required by the Monroe County Building Department; and WHEREAS,in order for the County to receive building permits,existing and proposed open space calculations for each property are required to be submitted to the Monroe County Building Department. Page 1 of 3 3330 NOW, THEREFORE, in consideration of the mutual promises and covenants set forth below, the parties agree as follows: 1. In accordance with Article II, SCOPE OF BASIC SERVICES of the Agreement, the Consultant shall provide the following: a. The Consultant shall prepare a detailed open space exhibit with supporting calculations for the Cudjoe Key Transfer Station location. The scope shall include preparation of an exhibit illustrating zoning districts, a conservative estimate of the upland boundary for the site, and individual callouts for each impervious item on site. Detailed calculations shall be provided to support the open space percentage change determination. b. The Consultant shall prepare a detailed open space exhibit with supporting calculations for the Long Key Transfer Station location. The scope shall include preparation of an exhibit illustrating zoning districts, a conservative estimate of the upland boundary for the site, and individual callouts for each impervious item on site. Detailed calculations shall be provided to support the open space percentage change determination. 2. In accordance with Article VII, Paragraph 7.1.1 of the Agreement, the County shall pay the Consultant a lump sum amount of Seven Thousand, Five Hundred and 00/100 dollars ($7,500.00)paid on a percent complete basis for the following phases: a. Cudjoe Key Transfer Station Location- $3,750.00 lump sum paid upon completion of and submission to Monroe County Building Department and approval by the Director of Project Management. b. Long Key Transfer Station Location - $3,750.00 lump sum paid upon completion of and submission to Monroe County Building Department and approval by the Director of Project Management. The total not-to-exceed amount of this Task Order including the First Amendment and this Second Amendment is One Hundred, Ninety-Three Thousand, Five Hundred and 00/100 dollars ($193,500.00). All other Terms and Conditions of the Agreement remain unchanged and in full force and effect. Page 2 of 3 3331 IN WITNESS WHEREOF,each party caused this Third Amendment to Task Order to be executed by its duly authorized representative. (SEAL) BOARD OF COUNTY COMMISSIONERS Attest: KEVIN MADOK, Clerk OF MONROE COUNTY,FLORIDA B By: As Deputy Clerk Mayor/Chairman Date: MONROE COUNTY ATTORNEYS OFFICE APPROVED AS TO FORM Jubem MUM _ ANT COt1NTYATTORfVEY IRATE: 8-?R_?0?5 CONSULTA T: Consultant's Witness Attest: CPH CONS 1LTIN :; LC DBA CPH,LLC Printed Name: _ �v Prmte """N�t'me ww .,..m ame_....._.mm._.........__...., _ Title: ... W Title ..� Page 3 of 3 3332 SECOND AMENDMENT TO TASK ORDER FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES BETWEEN MONROE COUNTY AND CPH CONSULTING, LLC dba CPH, LLC FOR NEW STORAGE BUILDINGS AT TRANSFER STATIONS In accordance with the Agreement for Professional Architectural and Engineering Services, made and entered into on January 18, 2023, between MONROE COUNTY, ("County") and CPH CONSULTING, LLC dba CPH, LLC, ("Consultant"), where professional services are allowed if construction costs do not exceed $7,500,000.00, or for study activity if the fee for professional services for each individual study under the contract does not exceed$500,000.00 ("Agreement"), as provided in Subsection 287.055(2)(g),Florida Statutes, as amended by Section 2, Chapter 2024- 204, Laws of Florida, pursuant to which Recital No. 2 and Attachment A, Subsection 1.01 of the Agreement is hereby modified, the parties enter into this Second Amendment to Task Order. All terms and conditions of the Agreement apply to this Second Amendment to Task Order,unless this Second Amendment amends, adds, or modifies a provision or an Article of the Agreement, in which case,the provision or Article will be specifically referenced in this Second Amendment and the amendment, addition, or modification will be precisely described. These additions apply only to the project referenced in this Second Amendment to Task Order. This Second Amendment is effective on the 21st Day of August 2024. WHEREAS, the Solid Waste Department desires to have new maintenance storage buildings constructed at the three transfer stations owned and operated by Monroe County; and WHEREAS,the parties executed a Task Order on July 21,2023,whereby the Consultant provided Phase I services including surveys and preliminary design for each location; and WHEREAS, the parties executed a First Amendment to the Task Order on March 20, 2024, whereby the Consultant provided Phase II services including full construction drawings, permitting assistance, and construction administration for the project; and WHEREAS, due to the location of the proposed building site at the Cudjoe Key Transfer Station a survey needs to be completed to ensure the proposed building location meets shoreline setback requirements in order to obtain a building permit. NOW, THEREFORE, in consideration of the mutual promises and covenants set forth below, the parties agree as follows: 1. In accordance with Article II, SCOPE OF BASIC SERVICES of the Agreement, the Consultant shall perform field work at the Cudjoe Key Transfer Station in order to collect additional topographic data including confirmation of the Mean High-Water Line Page 1 of 2 3333 (MHWL) in order to meet the planning,zoning, and building requirements necessary to obtain a Monroe County building permit. Consultant shall provide a signed and, sealed topographical survey as the deliverable. 2. In accordance with Article V 1,Paragraph 7.1,1 of the Agreement,the County shall pay the Consultant a lump sum amount of Five Thousand,Five Hundred,and 00/100 dollars ($$;500.00)upon completion(if the field work,receipt of the signed and sealed survey,and approval by the Director of Project Management The total not-to-exceed amount of this Task Order including the First Amendment and this Second Amendment is One Hundred,Eighty-Sk Thousand and 001100 dollars($186,0,00.00). All other Terms and Conditions ofthe Agreement remain unchanged and in full force and effect. IN WITNESS WHEREOF, each party caused this Second Amendment to Task Order to be executed by.its duly authorized representative: BOARD OF COUNTY C0MISSIONERS .y MADOK,Clerk OF MONROE COUNTY;FLORIDA I� M66 Clerk Mayor/Chairman Date: ) MONROE couN iY Anomm oFmE -= APPROVED AS TO FORM j GOUNNATTOANEY C' c DATE: 7-24-21124 ta. - CONSULTANT: Consultant's Witness Attest: CPH CONS LTI ,L C`°DBA CPH,LLC By: — $y, Printed.Name: t .. Prime ame: c.� f� tJ e t inn �$ Title: , ~ r Title: AJ Rage 2 of 2 3334 FIRST AMENDMENT TO TASK ORDER FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES BETWEEN MONROE COUNTY AND CPH CONSULTING, LLC dba CPH, LLC FOR NEW STORAGE BUILDINGS AT TRANSFER STATIONS In accordance with the Agreement for Professional Architectural and Engineering Services, made and entered into on January 18, 2023, between MONROE COUNTY, ("County") and CPH CONSULTING, LLC dba CPH, LLC, ("Consultant"), where professional services are allowed if construction costs do not exceed $4,000,000.00, or for study activity if the fee for professional services for each individual study under the contract does not exceed $500,000.00 ("Agreement"). All terms and conditions of the Agreement apply to this First Amendment to Task Order, unless this First Amendment amends, adds, or modifies a provision or an Article of the Agreement, in which case, the provision or Article will be specifically referenced in this First Amendment and the amendment, addition, or modification will be precisely described. These additions apply only to the project referenced in this Fist Amendment to Task Order. This First Amendment is effective on the 20t' day of March 2024. WHEREAS, the Solid Waste Department desires to have new maintenance storage buildings constructed at the three transfer stations owned and operated by Monroe County; and WHEREAS, the parties entered into a Task Order on July 21, 2023, whereby the Consultant provided Phase I services including surveys and preliminary design for each location; and WHEREAS, Phase I of the project has been completed and the parties are prepared to proceed with the next phase of the project. NOW, THEREFORE, in consideration of the mutual promises and covenants set forth below, the parties agree as follows: 1. In accordance with Article II, SCOPE OF BASIC SERVICES of the Agreement, the Consultant will provide engineering and design, bidding, and construction administration services. Services provided shall include: a. Task A—Design Documents and Permitting i. Consultant shall provide individual design packages for each building site. The design package shall include the following: 1. Final Floor Plan 2. Elevations 3. Building Criteria and Specifications Page 1 of 3 3335 4. Civil Site Plan 5. Civil Grading and Drainage 6. Erosion and Sediment Control Plan 7. Mechanical and Electrical Plan ii. Consultant shall prepare design packages for review and approval by the County prior to submission for permitting. iii. Consultant shall provide signed and sealed documents for permit submittals. iv. Consultant shall respond to comments from applicable permitting agencies. v. Consultant shall provide revised drawings and specifications for modification, clarification, or additional documents as needed for obtaining permits. b. Task B —Bid Phase Services i. Upon County's request, Consultant shall attend pre-bid meetings at each site location. ii. Consultant shall respond to pre-bid Requests for Information (RFIs) and assist with issuance of addenda as needed. c. Task C—Construction Administration Services i. Consultant shall review shop drawings, respond to RFIs, issue field change exhibits, and produce plan addenda to address major RFIs. ii. Consultant will coordinate with Contractor on progress of project and perform site visits as needed to verify field conditions. iii. Consultant shall be available for virtual monthly progress meetings as needed to coordinate with County and Contractor. iv. Consultant shall review, evaluate, and issue responses to all change order requests. v. Consultant shall perform substantial completion walk, generate punch list, and perform final walk of each site to certify completion of construction. vi. Consultant shall review as-builts, prepare close-out documents, and coordinate with permitting agencies to finalize construction activities. 2. In accordance with Article VII, Paragraph 7.1.1 of the Agreement, the County shall pay the Consultant a not-to-exceed amount of One Hundred Thirty-Seven Thousand and 00/100 dollars ($137,000.00)paid on a percent complete basis for the following phases: a. Design Documents and Permitting - $105,000.00 lump sum paid upon County acceptance of plans and approval by the Director of Project Management. b. Bid Phase Services - $4,000.00 lump sum paid upon completion of bidding phase and approval by the Director of Project Management. c. Construction Administration - $24,000.00 not-to-exceed paid upon construction progress and approval by the Director of Project Management. d. Reimbursable Expenses - $4,000.00 not-to-exceed paid upon receipt of backup documentation and approval by the Director of Project Management. Page 2 of 3 3336 The total not-to-exceed amount of this Task Order.including this First Amendment is One Hundred Eighty Thousand,Five-Hundred and 00/I00($180,500.00). All other Terms and Conditions of the Agreement remain unchanged and in full force and effect. IN WITNESS WHEREOF,each party caused this First Amendment to Task Order to be executed by its duly authorized representative. ,� iL- BOARD OF COUNTY COMMISSIONERS ' z s s KFy Il l ZVZADOK,Clerk OF MONROE COUNTY,FLORIDA -y� �� � By: �..,�..� DejpkClerk Mayor/Chairman Date: "3 20 'ZC 2-LA moNRoEcouwTATroPNEysomm APPROVED ASTO FORM TANT+CCKJNT YF A1"I'tRNEY DATE' 2-3 6=202 € i CONSULTANT: Consultant's Witne Atte$ t: CPH CONSULTING,LLC TUBA CP%LLC `- - By: By: Prin ame: ; Printed Name: ¢. Title:�r-z,r� o re1' Title: Z <-� rza Page 3 of 3 3337 DATE(MM/DD/YYYY) ACOR" CERTIFICATE OF LIABILITY INSURANCE 7/1/2024 6/30/2023 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). CONTACT PRODUCER LOckton Companies NAME: 444 W.47th Street,Suite 900 PHO fAIC,NEo FAX Kansas City MO 64112-1906 E-MAIL Ext: A/C No (816)960-9000 ADDRESS: kcasu@lockton.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Liberty Insurance Co oration 42404 INSURED CPH CONSULTING,LLC INSURER B:Allied World Surplus Lines Insurance Company 24319 1521250 DBA CPH,LLC INSURER C:Liberty Mutual Fire Insurance Company 23035 500 WEST FULTON STREET INSURER D:American Guarantee and Liab. Ins. Co. 26247 SANFORD FL 32771 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 1941 1204 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY C X COMMERCIAL GENERAL LIABILITY Y N TB2-641-446t61-033 7/1/2023 7/1/2024 EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 1000 000 MED EXP(Any one person) $ 25,000 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY PRO- LOC PRODUCTS-COMP/OP AGG $ 4 000 000 OTHER: $ A AUTOMOBILE LIABILITY Y N AS7-641-446t61-013 7/1/2023 7/1/2024 COMBINED SINGLE LIMIT $ Ea accident 2,000,000 X ANY AUTO BODILY INJURY(Per person) $ XXXXXXX OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS XXXXXXX HIRED NON-OWNED PROPERTY DAMAGE $ XXXXXXX AUTOS ONLY AUTOS ONLY Per accident L I I $ XXXXXXX D X UMBRELLA LIAB OCCUR Y N AUC 3845324-00 7/1/2023 7/1/2024 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED RETENTION$ $ XXXXXXX PER WORKERS COMPENSATION N X I STATUTE EERH A AND EMPLOYERS'LIABILITY WC7-641-446161-023 7/1/2023 7/1/2024 A Y/N EXCEPT FOR OH,ND,WY,WA ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? � N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1000 000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1000 000 B PROFESSIONAL N N 0313-8987 7/1/2023 7/1/2024 $5,000,000 PER CLAIM;$5,000,000 LIABILITY AGGREGATE DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) CERTIFICATE HOLDER IS AN ADDITIONAL INSURED WITH REGARDS TO GENERAL LIABILITY,AUTO LIABILITY AND UMBRELLA LIABILITY WHEN REQUIRED BY WRITTEN CONTRACT. mr:: A 16K BY- . 26 23 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 19411204 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN MONROE COUNTY BOARD OF ACCORDANCE WITH THE POLICY PROVISIONS. COUNTY COMMISSIONERS PO BOX 1026 AUTHORIZED REPRESENTATIV. KEY WEST FL 33041 ? rt:: ©1988 015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 3338 TASK ORDER FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES BETWEEN MONROE COUNTY AND CPH CONSULTING, LLC dba CPH, LLC FOR NEW STORAGE BUILDINGS AT TRANSFER STATIONS In accordance with the Agreement for Professional Architectural and Engineering Services, made and entered into on January 18, 2023, between MONROE COUNTY, ("County") and CPH CONSULTING, LLC dba CPH, LLC, ("Consultant"), where professional services are allowed if construction costs do not exceed $4,000,000.00, or for study activity if the fee for professional services for each individual study under the contract does not exceed$500,000.00 ("Agreement"). All terms and conditions of the Agreement apply to this Task Order, unless this Task Order amends, adds, or modifies a provision or an Article of the Agreement, in which case,the provision or Article will be specifically referenced in this Task Order and the amendment, addition, or modification will be precisely described. These additions apply only to the project referenced in this Task Order. This Task Order is effective on the 21 st day of July 2023. WHEREAS, the Solid Waste Department desires to have new maintenance storage buildings constructed at the three transfer stations owned and operated by Monroe County. NOW, THEREFORE, in consideration of the mutual promises and covenants set forth below, the parties agree as follows: 1. In accordance with Article II, SCOPE OF BASIC SERVICES of the Agreement, the Consultant will provide Preliminary Floor Plans, Conceptual Site Plans, Topographic and Boundary Surveys, and Geotechnical Surveys for each transfer station location. Services provided shall include: a. Task A—Preliminary Floor Plan and Conceptual Site Plan i. Consultant shall attend one kick-off meeting with the County to evaluate specific needs for the proposed maintenance buildings. ii. Consultant shall prepare preliminary floor plan and conceptual site plan for each location for review and approval by the County. b. Task B —Pre-Design i. Topographic and Boundary Survey—Consultant shall perform Topographic Survey at each location to verify information from prior surveys in order to create a base for drawing files. Deliverables shall include a signed and sealed survey for each location. Page 1 of 2 3339 ii. Geotechnical Survey — Consultant shall coordinate with subconsultant to perform up to three (3) standard penetration test bores up to fifty (50) feet each for use in design of foundations at each site. 2. In accordance with Article VII, Paragraph 7.1.1 of the Agreement, the County shall pay the Consultant a not-to-exceed amount of Forty-Three Thousand Five-Hundred and 00/100 dollars ($43,500.00)paid on a percent complete basis for the following phases: a. Preliminary Floor Plan and Site Plan - $6,500.00 lump sum paid upon County acceptance of plans and approval by the Director of Project Management. b. Topographic & Boundary Survey - $22,000.00 lump sum paid upon receipt and acceptance of stamped and sealed surveys and approval by the Director of Project Management. c. Geotechnical Survey-$14,000.00 not-to-exceed paid upon receipt and acceptance of survey and approval by the Director of Project Management. d. Reimbursable Expenses - $1,000.00 not-to-exceed paid upon receipt of backup documentation and approval by the Director of Project Management. All other Terms and Conditions of the Agreement remain unchanged and in full force and effect. IN WITNESS WHEREOF,each parry caused this Task Order to be executed by its duly authorized representative. MONROE COUNTY FLORIDA MONROE COUNTY A OFMCE APPROVED AS TO FORM By �.. 07.21.2023 ,�m County Administrator or Designee ..._ rXT aMY A" RNEy MATE: 7-1 M0 .3 CONSULT T-, CPH CO M. U G, LLC DBA CPH,LLC By: _ .. .. ate... _ ......... m Printe Name:_.� . ................` ............. w Title: OAD t „ Page 2 of 2 3340 Page 1 of 2 ' CERTIFICATE OF LIABILITY INSURANCE DATE 12/30/2024 /2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT WTW Certificate Center NAME: Willis Towers Watson Insurance Services West, Inc. c/o 26 Century Blvd PHONE 1-877-945-7378 FAX 1-888-467-2378 AIC No Ext: (A/C,No): E-MAIL certificates@wtwco.corn P.O. Box 305191 ADDRESS: Nashville, TN 372305191 USA INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Liberty Mutual Fire Insurance Company 23035 INSURED INSURERB: Liberty Insurance Corporation 42404 CPH Consulting, LLC 500 West Fulton Street INSURERC: American Guarantee and Liability Insurance 26247 Sanford, FL 32771 INSURERD: Allied World Surplus Lines Insurance Compa 24319 INSURERE: Indemnity National Insurance Company 18468 INSURERF: RSUI Indemnity Company 22314 COVERAGES CERTIFICATE NUMBER:W37157617 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 ADDLSUBRTYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF POLICY EXP LTR MM/DDIYYYYJ fMM1DDIYYYYJ LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE � OCCUR DAMAGE TO RENTED 1,000,000 PREMISES Ea occurrence $ A MED EXP(Any one person) $ 25,000 Y TB2-641-446161-054 12/31/2024 12/31/2025 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 X POLICY❑ PRO ❑ LOC PRODUCTS-COMP/OP AGG $ 4,000,000 JECT OTHER: $ AUTOMOBILE LIABILITY COMBINEDSINGLELIMIT $ 2,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED Y AS7-641-446161-044 12/31/2024 12/31/2025 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident C X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 10,000,000 EXCESS LIAB CLAIMS-MADE Y AUC 8344746-01 12/31/2024 12/31/2025 AGGREGATE $ 10,000,000 DED RETENTION$ $ WORKERS COMPENSATION X PER PER EMPLOYERS'LIABILITY YIN STATUTE ER B ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? No NIA WC7-641-446161-064 12/31/2024 12/31/2025 1,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ D Professional Liab incl Pollution 0313-8987 12/31/2024 12/31/2025 Each Claim Limit $5,000,000 Policy Aggregate $5,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) I .. SEE ATTACHED y 4.7.25 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. MONROE COUNTY BOARD OF COUNTY COMMISSIONERS AUTHORIZED REPRESENTATIVE PO BOX 1026 4, KEY WEST, FL 33041 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 3341 SR ID: 26998488 BATCH: 3756610 AGENCY CUSTOMER ID: LOC#: ACCOR 0 ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Willis Towers Watson Insurance Services West, Inc. CPH Consulting, LLC 500 West Fulton Street POLICY NUMBER Sanford, FL 32771 See Page 1 CARRIER NAIC CODE See Page 1 See Page 1 EFFECTIVE DATE: See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance CERTIFICATE HOLDER IS AN ADDITIONAL INSURED WITH REGARDS TO GENERAL LIABILITY, AUTO LIABILITY AND UMBRELLA LIABILITY WHEN REQUIRED BY WRITTEN CONTRACT. INSURER AFFORDING COVERAGE: Indemnity National Insurance Company NAIC#: 18468 POLICY NUMBER: XS001814 24 EFF DATE: 12/31/2024 EXP DATE: 12/31/2025 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Excess Automobile Liability Each Occurrence $1,500,000 excess $2,000,000 INSURER AFFORDING COVERAGE: RSUI Indemnity Company NAIC#: 22314 POLICY NUMBER: NRA604323 EFF DATE: 12/31/2024 EXP DATE: 12/31/2025 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Excess Automobile Liability Each Occurrence $1,500,000 excess $2,000,000 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 3342 SR ID: 26998488 13ATCH: 3756610 CERT: W37157617