Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item C13
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: C13 26-6341 BULK ITEM: Yes DEPARTMENT: Project Management TIME APPROXIMATE: N/A STAFF CONTACT: Suzi Rubio & Cheryl Sullivan AGENDA ITEM WORDING: Approval of a Fourth Amendment to a Task Order with CPH, LLC in the amount of$39,500.00 for Professional Architectural and Engineering Services for the New Storage Buildings at three (3) Monroe County Transfer Stations. This Fourth Amendment adds the production of a boundary/topographic survey and determination of open space calculations for the Key Largo site to the scope of work as required to obtain a building permit and funding communication tower. This Amendment is funded 75% by the Solid Waste Department (Fund 414) and 25%by the Infrastructure Sales Tax (Fund 304-22001) 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. The Third Amendment added open-space calculations in order to support the open space percentage change determination to the Scope of Work for the Cudjoe Key and Long Key Transfer Station locations. The Key Largo Transfer Station is the last remaining site that has not received a building permit at this time. This Fourth Amendment adds the production of a boundary and topographic survey and determination of open space calculations for the Key Largo site to the scope of work as required in order to obtain a building permit. 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. 8/21/24 - BOCC approved a Second Amendment to the Task Order w/ CPH for addition of a survey of the Cudjoe Key location. 9/10/25—BOCC approved a Third Amendment to the Task Order w/CPH for the creation of open space calculations for the Cudjoe Key and Long Key properties. INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: Production of a boundary and topographic survey and determination of open space calculations for the Key Largo site to the Scope of Work as required in order to obtain a building permit. STAFF RECOMMENDATION: Approval of Fourth Amendment DOCUMENTATION: FINANCIAL IMPACT: Effective Date: 5/20/2026 Expiration Date: N/A Total Dollar Value of Contract: 414-40000 Original Task Order: $43,500.00 First Amendment: $137,000.00 Second Amendment: $5,500.00 Third Amendment: $7,500.00 Fourth Amendment: $39,500.00 (paid 75% from 414-40000 and 25% from 304-22001) Total Contract w/Amend.: $233,000.00 Not-To-Exceed Total Cost to County: $233,000.00 Current Year Portion: Budgeted: Yes Source of Funds: This 41h Amendment: 75% from 414-40000 and 25% from 304-22001 CPI: N/A Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: N/A If yes, amount: Grant: N/A County Match: N/A Insurance Required: Yes FOURTH 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. ("Consultant"), where professional services are allowed if construction costs do not exceed$7,725,000.00, 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 are hereby modified, the parties enter into this Fourth Amendment to Task Order ("Fourth Amendment"). All terms and conditions of the Agreement apply to this Fourth Amendment to Task Order, unless this Fourth 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 Fourth Amendment and the amendment, addition, or modification will be precisely described. This Fourth Amendment is effective on the 20th day of May 2026. 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, the parties executed a Third Amendment to the Task Order on September 10, 2025, whereby the Consultant provided open space calculations for the Cudjoe Key and Long Key Transfer Station locations as required by the Monroe County Building Department; and Page I of 4 WHEREAS, the Key Largo Transfer Station is the last remaining location that has yet to receive a building permit and in order to obtain the permit, the site requires additional surveying, engineering exhibits, and permitting in order to comply with the comments received from the County's Planning Department. 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 services for the Key Largo Transfer Station location: a. Task A—Boundary and Topographic Survey i. The Consultant shall provide a signed and sealed Boundary and Topographic Survey of Parcel Identification Numbers 00082680-000000 and 00439500-000100. The survey shall include the following: • Recover/set boundary corners. • Collect topographic data within project area up to either the mean high-water line or mangrove line. • Location of existing visible above ground improvements and visible utilities within the project area up to either the mean high-water line or mangrove line. • The project will be based vertically on the National Geodetic Vertical Datum of 1929 (NGVD29) • The project coordinate system will be based horizontally on the North American Datum 83(1990) (NAD 83/90). b. Task B —Open Space Exhibit i. The Consultant shall review the topographic survey to determine the limits of non-open space within the existing site and create an Open Space Exhibit. The Consultant will work with the County staff to modify the exhibit to meet the needs of the site,while maintaining the allowable thresholds based on the Native area zoning. The Consultant will coordinate approval of the Open Space Exhibit with the County Planning Department prior to resubmitting the application for the building permit. c. Task C—Additional Permitting Coordination i. The Consultant shall modify existing plans based on the final approval of the Open Space Exhibit and re-submit for building permit approval. The Consultant will coordinate between County Project Manager and County Building Department to make the necessary changes to the existing plan set in order to obtain approval. Page 2 of 4 2. In accordance with Article VII, Subparagraph 7.1.1 of the Agreement,the County shall pay the Consultant a not-to-exceed amount of Thirty-Nine Thousand, Five-Hundred and 00/100 dollars ($39,500.00)paid on a percent complete basis for the following phases: a. Task A — Boundary & Topo Survey - $25,000.00 lump sum paid upon receipt of signed and sealed survey and approval by the Director of Facilities and Project Management. b. Task B— Open Space Exhibit- $5,500.00 lump sum paid upon completion of and submission to Monroe County Building Department and approval by the Director of Facilities and Project Management. c. Task C—Permitting Coordination-$6,000.00 lump sum paid upon receipt/issuance of building permit from Monroe County Building Department and approval by the Director of Facilities and Project Management. d. Reimbursable Expenses - $3,000.00 not-to-exceed paid upon receipt of documentation and approval by the Director of Facilities and Project Management. The total not-to-exceed amount of this Task Order including the First, Second, Third, and this Fourth Amendment is Two-Hundred Thirty-Three Thousand and 00/100 dollars ($233,000.00). All other Terms and Conditions of the Agreement remain unchanged and in full force and effect. [signature page to follow] Page 3 of 4 IN WITNESS WHEREOF, each party caused this Fourth 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 By: ___ _ __................ .........w... BY: w . .......... .... ..... .... As Deputy Clerk Mayor/Chairman Date: MONROE COUNTY ATTOM&n OFFICE _..... .... APPROVED AS TO FORM iT g d FANT COUNTY ATTORNEY we CONSULTANT: Cons LLC D Consultant's Witness Attest: CPH CONSULTING, BA CPH,LLC B Y B .._ _. ......... _.......... Y .µ... p Printed Name: �1 ��, Smawfz..... ..... Printed Name'....°.. Title. fro ,. .�... Title: . ......_ :.. .. ...... Page 4 of 4 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 I of 3 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 Lone Kcy 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 IN WITNESS WHEREOF,each party caused this Third Amendment to Task Order to be executed by its duly authorized representative. Qb BOARD OF COUNTY COMMISSIONERS VIN MADOK, Clerk OF MONROE COUNTY,FLORIDA A „t K�r By: As puty Clerk Mayor/Chairman Date: ju I gas MONMECOUNTYATTOMRSOME APPROM AS TO FORM f ff ,; r +ANT00UNWATT0ANEY DATE: ROR-9-m5 CONSULTA 'Ts Consultant's Witness Attest: CPFI CONS LTIN LC DBA CPH,LLC r By By: Printed Name:4 Kt1 *�' Printe me: �nGt✓N2 j f r Title: / Q!K� �j !�`1 ('y ✓' Title: '1•/GG Z/~ r 47 �. p Page 3 of 3 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 21" 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 11 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 11, SCOPE OF BASIC SERVICES of the Agreement, the Consultant shall perform field work at the Cudjoe Key Transfer Station inn order to collect additional topographic data including confirmation of the Mean High-Water Line Page 1 of 2 (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 VII, 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 ($55500.00)upon completion of 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-Six Thousand and 00/100.dollars($186,000.00). All other Terms and Conditions of the 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 COMIISSIONERS MADOK,Clerk OF 1lIONROE COUNTY,FLORIDA µ �A A. � De ty Cler—� Mayor/Chairman Date Q7cn )21 MONROE COUNTY ATTORNEYS OFFICE APPROVED AS TO FORM C) lzS 'X: 1l- / ry STA �0 �s �1tT COUNTY ArfORNEY o Eta r DATE. 7_9-4-2024CML _ � f - CONSULTANT: Consultant's Witness Attest: CPH CONS LTI LL '-DBA CPH,LLC By: By. _ //�/ I Printed Name: *�h'/r-««�. Printe rame. JiNSbtj nn5 Title• �1 , ` r� 2 .� Title: ca,Cj, r �rP� Page 2 of 2 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 20' 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 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 T 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 fsxRcnses - $4,000.00 not-to-exceed paid upon receipt of backup documentation and approval by the Director of:Project Management. Page 2 of 3 The total not-to-exceed amount of this Task Order including this First Amendment is One Hundred Eighty Thousand,Five-Hundred and 00/100($180400.00). All other Terms and Conditions of the Agreement remain unchanged and in fiill force and effect. IN WITNESS WHEREOF,each party caused this First Amendment to Task Order to be executed by its duly authorized representative. k, �Ct 1 4. 4 d � J✓✓ .owl 'A'IL MVO BOARD OF COUNTY COMMISSIONERS 4 Attgst: K, M MADOK,Clerk OF MONROE COUNTY,FLORIDA f zr r De *Clerk ---- Mayor/Chairman Date: '3 2d -ZC2,L- MDMFIOE C0UN7Y ATMMK OFFICE APPROVE®AS TO FORM y s�ra+a COtlN Y�4T OFINEY DATE* _2-i 6=20?4 CONSULTANT: Consult is Witne Attest: CPH CONSULTING,LLC DBA CPH,LLC Prin ame: Printed Name: Title: „ ' Title: - bit/c-e S _ 220 s a +%a r* 0 Page 3 of 3 DATE(MM/DDIYYYY) 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). PRODUCER L,Ockton Companies NAME:CONTACT 444 W.47th Street,Suite 900 PHONE FAX Kansas City MO 64112-1906 E-MAIL o Ext: A/c No): (816)960-9000 ADDRESS: kcasu@Iockton.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Liberty Insurance Corporation 42404 INSURED CPH CONSULTING,LLC INSURER B:Allied World Surplus Lines Insurance Company 24319 1521250 DBA CPH,LLC INSURER C:LibertyMutual 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 ADDLTYPE OF INSURANCE INSO WVD SUER POLICY NUMBER MM/DD,YYYY POLICY DD/YYYY LIMITS LTR COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,00 000 (' X Y N 'CI32-fi41-44f161-033 7!1/2O23 7/L/20�4 DAMAGE O ��_ CLAIMS-MADE a OCCUR PREMISES Ea occurrence $ 1,000,000 ..... ......... ......._ MED EXP(Anyone person) $ 25,000 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY PE LOC PRODUCTS-COMP/OP AGG $ 4 000 000 OTHER: $ A AUTOMOBILE LIABILITY Y N AS7-641-446t61-013 7/1/2023 7/1/2024 COMB NED SINGLE LIMIT $ Ea.;,IN 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 $ 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 WORKERS COMPENSATION X STATUTE EORH PER A AND EMPLOYERS'LIABILITY WC7-641-446161-023 7/1/2023 7/1/2024 A YIN N 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 $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 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 I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER IS AN ADDITIONAL INSURED WITH REGARDS TO GENERAL LIABILITY,AUTO LIABILITY AND UMBRELLA LIABILITY WHEN REQUIREll BY WRITTEN CONTRACT. mr:: 1° K — . . 26 . 23 — y CERTIFICATE HOLDER CANCELLATION ------------------------------------------------------- SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 19411204 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN MONROF,COUNTY BOARD OF ACCORDANCE WITH THE POLICY PROVISIONS. COUNTY COMMISSIONI!RS PO BOX 1026 AUTHORIZED REPRESENTATIVE?✓I KEY WEST FL 33041 ( i r ©19884015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 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 I of 2 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 party caused this Task Order to be executed by its duly authorized representative. MONROE COUNTY FLORIDA MONROE COUNTY ATT OFFICE APPROVED AS TO FORM , By. 07.21.2023 County Administrator or Designee �Ems MYAtTORNEY DATE: 7-1 R_?071 CONSULT N CPH CO `"U ' " G, LLC DBA CPH,LLC By: Printe Name . _...... .._.gym... ....,. Title: ° Page 2 of 2 Page 1 of 2 ^^t'"7.�7r ' " DATE(MM/DDYYYY) .�l r`sC/Y i CERTIFICATE OF LIABILITY INSURANCE 12/30/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER CONTACT WTW Certificate Center NAME: Willis Towers Watson Insurance Services West, Inc. PHONE 1-877-945-7378 FAX 1-888-467-2378 c/o 26 Century Blvd A/C No Ext: A/C No P.O. Box 305191 A DRIESS: certificates@wtwco.com Nashville, TN 372305191 USA INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: National Union Fire Insurance Company of P 19445 INSURED INSURERB: Allied World Insurance Company 22730 CPH Consulting, LLC 500 West Fulton Street INSURERC: AIU Insurance Company 19399 Sanford, FL 32771 INSURERD: Allied World Surplus Lines Insurance Compa 24319 INSURERE: Lexington Insurance Company 19437 INSURER F: COVERAGES CERTIFICATE NUMBER:W43360875 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 ADDLTYPE OF INSURANCE INSD WVDUBR POLICY NUMBER MM/DDIYYYY MPOLICY EFF �ICY EXP LTR D YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE � OCCUR PREMISES DAMAGE TORENTED 2,000,000 PREMISES Ea occurrence $ A MED EXP(Any one person) $ 10,000 Y Y 042670158 12/31/2025 12/31/2026 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 X POLICY PRO LOC PRODUCTS-COMP/OPAGG $ 4,000,000 JECT OTHER:El $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 5,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED Y Y 042670159 12/31/2025 12/31/2026 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident B X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE Y 0314-9729 12/31/2025 12/31/2026 AGGREGATE $ 5,000,000 DED X RETENTION$ 10,000 $ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER C ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUDED? NO NIA Y 042670162 12/31/2025 12/31/2026 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 12/31/2025 12/31/2026 Each Claim Limit $5,000,000 Policy Aggregate $5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) SEE ATTACHED APPRrt 1 By WNM WAXyfts_,. 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 BOCC INSURANCE COMPLIANCE AUTHORIZED REPRESENTATIVE PO BOX 100085 - FX DULUTH, GA 30096 `._._,�„ .'".... "..-.-...'.'__......'..."._ ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 29127467 —CH: 4258614 AGENCY CUSTOMER ID: LOC#: ACC))?" 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 MONROE COUNTY BOCC IS AN ADDITIONAL INSUREDS WITH REGARDS TO GENERAL & AUTO LIABILITY WHEN REQUIRED BY WRITTEN CONTRACT. A WAIVER OF SUBROGATION APPLIES IN FAVOR OF THE CERTIFICATE HOLDER FOR ALL POLICIES WHEN REQUIRED BY WRITTEN CONTRACT AND ALLOWED BY STATE LAW. INSURER AFFORDING COVERAGE: National Union Fire Insurance Company of Pittsburgh NAIC#: 19445 POLICY NUMBER: 042670160 EFF DATE: 12/31/2025 EXP DATE: 12/31/2026 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Auto Liability - MA Combine Single Limit $5,000,000 Any Auto Each Accident INSURER AFFORDING COVERAGE: AIU Insurance Company NAIC#: 19399 POLICY NUMBER: 042670161 EFF DATE: 12/31/2025 EXP DATE: 12/31/2026 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation (WI) E.L. EACH ACCIDENT $1,000,000 & Employers Liability E.L. DISEASE - EA EMP $1,000,000 Per Statute E.L. DISEASE-POL LMT $1,000,000 INSURER AFFORDING COVERAGE: Lexington Insurance Company NAIC#: 19437 POLICY NUMBER: 012147867 EFF DATE: 12/31/2025 EXP DATE: 12/31/2026 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Excess Liability Each Occurrence $5,000,000 excess of $5,000,000 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID: 29127467 BATCH: 4258614 CERT: W43360875