Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item C01
CI 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 December 10, 2025 Agenda Item Number: C 1 2023-4813 BULK ITEM: Yes DEPARTMENT: Project Management TIME APPROXIMATE: STAFF CONTACT: Cary Vick n/a AGENDA ITEM WORDING: Approval of a Task Order with Bender and Associates Architects, P.A. in the amount of$334,388.00 for the Monroe County Detention Center Spalling Repairs project. This project is funded by the Fine & Forfeiture Fund (Fund 101) ITEM BACKGROUND: The Monroe County Detention Center on Stock Island was built in the early 1990s, and the adjacent Department of Juvenile Justice building was built in 2001. Both structures are experiencing concrete spalling due to corrosion of the reinforcing rebar in the concrete, necessitating repairs. Bender and Associates' services under this Task Order includes full construction drawings through project closeout. PREVIOUS RELEVANT BOCC ACTION: N/A INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: n/a STAFF RECOMMENDATION: Approval of Task Order DOCUMENTATION: Task Order_Bender_MCDC Spalling_signed.pdf COI—Bender—exp. 2.10.26.pdf 21 FINANCIAL IMPACT: Total Dollar Value of Contract: $334,388.00 Total Cost to County: $334,388.00 Current Year Portion: $200,000.00 Budgeted: Yes Source of Funds: 101-20505 22 TASK ORDER FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES BETWEEN MONROE COUNTY AND BENDER&ASSOCIATES ARCHITECTS, P.A. FOR THE MONROE COUNTY DETENTION CENTER SPALLING REPAIRS In accordance with the Agreement for Professional Architectural and Engineering Services, made and entered into on January 18, 2023, between MONROE COUNTY, ("County") and BENDER & ASSOCIATES ARCHITECTS, P.A., ("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 Contract is hereby modified, the parties enter into this Task Order("Task Order"). 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 10' day of December 2025. WHEREAS, both the Monroe County Detention Center built in the early 1990s, and the adjacent Department of Juvenile Justice building built in 2001 located on Stock Island are concrete structures and experiencing spalling damage necessitating repairs; and WHEREAS, both buildings provide essential services and cannot be closed during the repairs necessitating extensive phasing of the construction phase of the work. 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 Professional Architectural and Engineering Services Agreement, the Consultant will provide architectural and engineering services to facilitate the spalling repairs of the Monroe County Detention Center and Department of Juvenile Justice building on Stock Island. The scope of work shall include: • Investigative site visit with Structural Engineer to identify and test for spalling concrete at entire interior and exterior. • Field verify and draft existing conditions drawings. • Provide 100% Construction documents and Specifications. • Provide bidding support services including attending pre-bid conference, responding to pre-bid RFIs, and reviewing bid proposals. • Provide Construction Administration services. Page 1 of 2 23 0 Complete Project Closeout. 2. In accordance with Article VII, Paragraph 7.1.1 of the Agreement, the County shall pay the Consultant a lump sum total of Three Hundred, Thirty-Four Thousand, Three Hundred Eighty-Eight and 00/100 Dollars ($334,388.00) paid on a percent complete basis for the following phases: 0 Spalling Assessment / Schematic Design - $148,638.00 lump sum upon receipt of documentation and approval by the Director of Facilities& Project Management. 0 100%Construction Documents-$64,640.00 lump sum upon receipt of documentation and approval by the Director of Facilities& Project Management. * Bidding Phase - $15,390.00 lump sum upon completion of bid process and approval by the Director of Facilities& Project Management. Construction Administration - $105,720.00 lump sum upon completion of project and approval by the Director of Facilities& Project Management. All other Terms and Conditions of the Agreement remain unchanged and in full force and effect. IN WITNESS WHEREOF, each party caused this Task Order to be executed by its duly authorized representative. (SEAL) BOARD OF COUNTY COMMISSIONERS Attest: KEVIN MADOK, Clerk OF MONROE COUNTY,FLORIDA By:...................................... BY .......... ........................... � As Deputy Clerk Mayor/Chairman MONROE COUNTY ATTORNEYS OFFICE Date: APPROVED AS TO FORM STA.hY'T4:0'1.,INTY ATTORNEeY DATE: ..__......1-0"--3 1=2.0251__..— CONSULTANT: Consultant's Witness Attest: BENDER& ASSOCIATES ARCHITECTS,P.A. Y ....... Yr �.......� B Printed 1" a� e Davi a� y Printed Name:� �� 'w t� �t �' . .�...�. Title: .. . .. Title: Architect Partin e iim ......... .. Page 2 of 2 24 ACoR" CERTIFICATE OF LIABILITY INSURANCE 702(MMIDD/Y/12/2OYY)Y 2s 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 NAME: Erinn E Collinsworth Collinsworth Ins & Risk Mgmt Services In PHONE FAX P.O. Box 661628 A/C No Ext: (786) 930-4795 A/C ,No: (786) 930-4794 E-MAIL Miami Springs FL 33266 ADDRESS: caitlyn@collinsworthinsurance.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: The Phoenix Insurance Company 25623 INSURED INSURER B: Travelers Cas & Surety Co 19038 Bender & Associates Architects, P.A. INSURERC: Travelers Property Casualty of 25674 410 Angela Street INSURER D: RLI Insurance Co. 13056 Key West FL 33040 INSURER E7 (305) 296-1347 INSURERF: COVERAGES CD CERTIFICATE NUMBER:Cert ID 18756 (36) 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 INSD WVD POLICY NUMBER MMIDD/YYYY MMIDD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE IX I OCCUR Y 660-8178X318 02/10/2025 02/10/2026 1 R E M SEE SOEaoN. ,D.nce $ 1,000,000 MED EXP(Any one person) $ 51000 PERSONAL&ADV INJURY $ 11000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY� jRO- ECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident 1,000,000 p, ANY AUTO Y 660-8178X318 02/10/2025 02/10/2026 BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident $ C X UMBRELLA LIAB X OCCUR CUP-4K489840 02/10/2025 02/10/2026 EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 2,000,000 DED X RETENTION$ 10,000 $ WORKERS COMPENSATION PER OTH- B AND EMPLOYERS'LIABILITY Y/N UB-OK197735 02/10/2025 02/10/2026 X STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? F_N] N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 11000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 D Professional Liability RDP0057373 02/10/2025 02/10/2026Each Claim $ 2,000,000 Claims Made Basis Policy Aggregate $ 3,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) If required by written contract, Monroe County Board of County Commissioners is an additional insured, excluding professional services, on the General & Auto Liability. XppFlta T 13 Y_ .18�.25 A ". 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 Attn: Project Manager 1100 Simonton St., AUTHORIZED REPRESENTATIVE Roo KeymWest6FL 33040 V vJh,�i( ` ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 25 Page 1 of 1