HomeMy WebLinkAboutItem O04COUNTY of MONROE
The Florida Keys
BOARD OF COUNTY COMMISSIONERS
Mayor Michelle Lincoln, District 2
Mayor Pro Tem David Rice, District 4
Craig Cates, District 1
James K. Scholl, District 3
Holly Merrill Raschein, District 5
Regular Meeting
February 18, 2026
Agenda Item Number: 04
26-0334
BULK ITEM: Yes DEPARTMENT: Resilience Office
TIME APPROXIMATE: N/A STAFF CONTACT: Rhonda Haag, (305) 453-8774
AGENDA ITEM WORDING: Approval of Task Order #14 for $49,999 with WSP USA, Incorporated
under the Category C resilience on -call contract, for Construction Engineering and Inspection (CEI)
Services for the Long Key Living Shoreline Project, funded by Florida Department of Environmental
Protection Grant #22-FRP-131.
ITEM BACKGROUND: The Consultant will assist in monitoring the Long Key Living Shoreline
Project by providing CEI services to Monroe County. This work is funded through Department of
Environmental Protection Grant #22-FRP-131. The grant will fund work performed through June 30,
2026.
PREVIOUS RELEVANT BOCC ACTION:
08-18-21: Approval to advertise on -call professional engineering services for the Resilience and Canal
Restoration Programs, including Category A - Canal Master Plan Program Planning Services, Category
B -Canal Infrastructure Engineering Services for Projects and Category C - Resilience/Environmental
Engineering Services.
03-16-22: Approval to enter into negotiations in rank order with one or more of the respondents for on -
call professional engineering services for the Category C- Resilience and Environmental Engineering
Services.
05/18/22: Approval to enter into a $0 contract with Wood Environment & Infrastructure Solutions,
Incorporated for on -call professional engineering services for the Category C- Resilience and
Environmental Engineering Services.
11/15/22: Approval to enter into a $0 Amendment No. 1 to the contract with Wood Environment &
Infrastructure Solutions, Incorporated for on -call professional engineering services for the Category C-
Resilience and Environmental Engineering Services for a name change to WSP USA Environment &
Infrastructure, Incorporated; retroactive to September 26, 2022.
11/15/22: Approval to enter into a $200,000 Task Order #I to the contract with WSP USA Environment
& Infrastructure Solutions, Incorporated (formerly Wood) under the Category C on -call Resilience and
Environmental Engineering Services contract for the Harry Harris Park Resilient Redesign Project,
funded 50% by DEP Grant #22-FRP-64 and 50% by budgeted funds.
02/15/23: Approval of Revenue Grant #PO-467 to create a Pigeon Key Resilience and Adaption Plan
for $50,000 from the Florida Department of Economic Opportunity (DEO) Community Planning
Technical Assistance Program.
03/15/23: Approval to enter into a $150,000 Task Order #2 to the contract with WSP USA Environment
& Infrastructure Solutions, Incorporated (formerly Wood) under the Category C on -call Resilience and
Environmental Engineering Services contract to develop a Natural Resources Adaptation Plan, funded
50% by DEP Grant #22-FRP-67 and 50% by budgeted funds.
03/15/23: Approval to enter into a $50,000 Task Order #3 to develop a Resilience and Adaptation Plan
for Pigeon Key with WSP USA Environment & Infrastructure Solutions, Incorporated (formerly Wood)
under the Category C on -call Resilience and Environmental Engineering Services contract, funded by
Department of Economic Opportunity Grant #PO-467.
05/17/23: Approval to enter into a not -to -exceed $59,483.27 Task Order #4 to develop and submit a
grant application for an electric vehicle charging station corridor in the County and municipalities, with
WSP USA Environment & Infrastructure Solutions, Incorporated (formerly Wood) under the Category
C on -call Resilience and Environmental Engineering Services contract; retroactive to May 4, 2023.
09/20/23: Approval to enter into a not -to -exceed $17,616.96 Task Order #5 to develop and submit a
grant application for the Federal Highway Administration (FHWA) program for Promoting Resilient
Operations for Transformative Efficient, and Cost -Saving Transportation (PROTECT) Discretionary
Program, with WSP USA Environment & Infrastructure Solutions, Incorporated (formerly Wood) under
the Category C on -call Resilience and Environmental Engineering Services contract; retroactive to July
23, 2023.
10/18/23: Approval to enter into a $100,000 Task Order #6 to design and permit the Long Key Living
Shoreline Project, with WSP USA Environment & Infrastructure Solutions, Incorporated (formerly
Wood) under the Category C on -call Resilience and Environmental Engineering Services contract;
funded by DEP Resilient Florida Grant #22-FRP-131.
09/20/23: Approval to enter into Grant #22-FRP-132, in the amount of $3,327,266.00 with $0 match,
for the Duck Key living shoreline resilience work with the Florida Department of Environmental
Protection; and authorize the County Administrator to execute the grant.
10/18/23: Approval to enter into a $236,483 Task Order #7 to design and permit the Duck Key Living
Shoreline Project, with WSP USA Environment & Infrastructure Solutions, Incorporated (formerly
Wood) under the Category C on -call Resilience and Environmental Engineering Services contract;
funded by DEP Resilient Florida Grant #22-FRP-132.
03/20/24: Approval to enter into a $21,519 Task Order #8 for the preparation of a grant application for
$12.5 Million with $0 match, to purchase 20 electric transit vehicles and commensurate infrastructure,
with the Federal Transit Administration's FY24 Section 5339(c) Low or No Emission Grant Program,
with WSP USA Environment & Infrastructure Solutions, Incorporated (formerly Wood) under the
Category C on -call Resilience and Environmental Engineering Services contract; retroactive to
February 28, 2024.
03/14/24: Approval to enter into a $11,692 Task Order #9 to develop and submit a Round 2 grant
application for an electric vehicle charging station corridor in the County and municipalities, with WSP
USA Environment & Infrastructure Solutions, Incorporated (formerly Wood) under the Category C on -
call Resilience and Environmental Engineering Services contract.
05/12/25: Approval to enter into a $9,950 Task Order #10 to conduct a limited environmental site
assessment to determine if widespread or high magnitude environmental contamination is present in
lots one through six of Block 3 of Cudjoe Ocean Shores which comprises an area of 1.37 acres, with
WSP USA Environment & Infrastructure Solutions, Incorporated (formerly Wood) under the Category
C on -call Resilience and Environmental Engineering Services contract.
08/20/25: Approval to enter into a $440,000 Task Order #11, to develop a multijurisdictional update to
the Monroe County and municipalities' vulnerability assessments as required for statutory compliance
and development of an adaptation plan for each, with WSP USA, Incorporated under the Category C
on -call Resilience and Environmental Engineering Services contract, funded by FDEP Stewardship
Resilient Florida Grant #25-PLN-38.
12/10/25: Approval of Task Order #13 for a not -to -exceed amount of $131,791.00 for Construction,
Engineering and Inspection (CEI) services by WSP USA, Incorporated for the Rock Harbor Breakwater
Repair Project under the Category C on -call Resilience and Environmental Engineering Services
contract, funded by Florida Department of Commerce (formerly Department of Economic Opportunity)
Grant #IR-036.
INSURANCE REQUIRED: Yes
CONTRACT/AGREEMENT CHANGES: Task Order
STAFF RECOMMENDATION: Approval
DOCUMENTATION:
WSP Long Key CEI Services Task Order #14 — signed
2025 10 WSP USA INC exp 10.31.26 signed
2025 07 WSP-USA-Inc Category C Resilience and Environmental exp 5.1.26 signed
FINANCIAL IMPACT:
Effective Date: Upon execution
Expiration Date of Task Order #14: June 30, 2026
Value of Task Order #14: $ 49,999.
Total Cost to County: $ 0 Current Year Portion: $49,999.
Budgeted: Yes Source of Funds: Commerce Grant #22-FRP-131
CPI: no Indirect Costs: None
Estimated Ongoing Costs Not Included in above dollar amounts: None
Revenue Producing: No
If yes, amount: Grant: No
County Match:
Insurance Required: Yes.
Additional Details: None
04. Approval of Task Order #14 for $49,999 with WSP USA, Incorporated under the Category
C resilience on -call contract, for Construction Engineering and Inspection (CEI) Services
for the Long Key Living Shoreline Project, funded by Florida Department of Environmental
Protection Grant #22-FRP-131.
TASK ORDER #14 FOR CATEGORY C
ON -CALL PROFESSIONAL ENGINEERING SERVICES
FOR ENVIRONMENTAL ENGINEERING SERVICES
BETWEEN MONROE COUNTY AND
WSP USA INC. FOR
LONG KEY TRANSFER STATION LIVING SHORELINE PROJECT
IN MONROE COUNTY, FLORIDA
This Task Order #14 is entered into on this 181" day of February 2026, in accordance
with the Continuing Contract for On -Call Professional Environmental Engineering
Services made and entered on the 18t" day of May 2022, Amendment No.1 dated
November 15t", 2022, between Monroe County, hereinafter referred to as the "County"
and WSP USA Environment & Infrastructure Inc. hereinafter referred to as "Consultant"
where design 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 of the Contract is hereby modified, the parties
enter into this Task Order ("Task Order")..
All terms and conditions of the referenced Contract for On -Call Professional Engineering
Services apply to the Task Order unless the Task Order modifies an Article of the
Agreement which will be specifically referenced in this Task Order, and the modification
shall be precisely described.
WITNESSETH
WHEREAS, in 2021, the County updated its Vulnerability Assessment from 2015 and
developed draft Adaptation Action Areas that are currently moving through the
Comprehensive Plan transmittal and adoption process, with one focused on Long Key
and the Solid Waste Transfer Station; and
WHEREAS, the County submitted a grant request for funding to the Florida Department
of Environmental Protection (FDEP) for the Resilient Florida Grant Program; and
WHEREAS, the project provides coastal resiliency for a critical and regionally significant
asset, the County's Long Key Transfer Station, through construction of a 1,282-foot-long
Living Shoreline. The purpose is to provide resilience benefits to the asset while also
environmentally benefiting the Florida Keys National Marine Sanctuary, designated as
among Florida's Outstanding Waters. The County will maximize the nature -based
features to increase water quality and habitat for the numerous threatened and
endangered marine species in the area.; and
WHEREAS, the County completed the design and received all environmental permits for
the project; and
WHEREAS, the County selected Sea and Shoreline, Incorporated for construction
through a competitive bid process and selection committee ranking; and
WHEREAS, this Task Order covers the construction engineering and administration
services for the project with a budget of $49,999, with 100% funds being provided by
FDEP Grant #22-FRP-131, which is made a part of this Task Order by reference.
NOW, THEREFORE, in consideration of the mutual promises, covenants, and
agreements stated herein, and for other good and valuable considerations, the
sufficiency of which is hereby acknowledged, County and Consultant agree as follows:
ARTICLE 1.1 TERMS OF AGREEMENT:
This Task Order is effective as of February 18, 2026, and shall expire on June 30, 2026.
ARTICLE II SCOPE OF BASIC SERVICES, SUBPARAGRAPH 2.1.1 IS AMENDED AS
FOLLOWS:
TASK 1: CONSTRUCTION ADMINISTRATION AND INSPECTION SERVICES
The Consultant will provide construction engineering and environmental site inspections
and construction administration services for the project. The contractor for the Project
provided a 3-month construction schedule for completion. The Consultant will provide up
to eight hours bi-weekly site inspections for the construction schedule, Monday
through Friday, during field construction activities, and prepare daily work reports
showing contractors' activities, equipment, maintenance of traffic, and environmental
compliance.
The Consultant will provide consultation and advice to the County regarding the
Contractor's performance of the Contract. The Consultant will review construction
submittals and provide utility coordination. The Consultant will provide permit
certification and close upon completion. The Consultant will liaise with the County,
homeowners, and other stakeholders as necessary to administer the construction
contract.
The Consultant will provide a Construction Engineering and Inspection Report
(Electronic in PDF format) to document the completion of the project under the plans,
specifications, and permits.
Article VII, Paragraph 7.1.1 is amended to include the following:
The Consultant shall be paid Forty -Nine Thousand, Nine Hundred and Ninety -Nine Dollars
and Zero cents ($49,999.00) on a lump sum basis for the services described above.
The Consultant shall invoice every month with deliverables as detailed below:
Month
Budget
Deliverable
1
$15,000.00
Review Contractor submittals and coordinate with temporary staging
areas. Weekly field reports and photographs for the status of
construction progress.
2
$17,499.50
Weekly field reports and photographs for the status of construction
progress.
3
$17,499.50
3.1 Weekly field reports and photographs for the status of construction
progress. CEI Report, permit, and grant close-out documents.
3.2 All final design documents as signed by a Florida -registered
Professional Engineer or other applicable Florida Licensed
Professional in responsible charge of the design.
I
3.3: A copy of final permit documents from all applicable local, state,
and federal regulatory agencies for all permits required for the Project.
This should include any permits listed in the original project application
and as required by Attachment 8.
3.4: A copy of the record (as -built) drawings.
3.5: A Certificate of Completion signed by a Florida -registered
Professional Engineer.
3.6: Coordinate final site visit with County and DEP and submit the
Closeout Site Visit Form received from DEP.
3.7: Project administration and management report(s) signed by a
Florida -registered Professional Engineer or authorized individual in
responsible charge of project. The report(s) must cover the
performance period of the task, and include:
a) A summary of project administration activities which may also
include project and site inspections;
b) Meeting minutes to all attended meetings, as applicable; and
c) Field notes, as applicable.
Total
$49,999.00
IN WITNESS WHEREOF, each party caused the Task Order #14 to be executed by its
duly authorized representative.
CONSULTANT:
WSP USA INC.
r 7 02/03/2026
Sig aturew Date
Assistant Vice President, FL Civil Design Team Lead
Title
(SEAL)
ATTEST: KEVIN MADOK, CLERK
By:
Deputy Clerk
Date:
11
WITNESS:
Signature
02/03/2026
Date
BOARD OF COUNTY COMMISSIONERS
OF MONROE COUNTY, FLORIDA
by:
Mayor/Chairman
MONROE COUNTY ATTORNEYS 0FFICE
APPROVED AS TO FORM
ccyuOWWO
rY ATTrt�RNr
DATE: 11-:ice,
ACOR" CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
10/27/2025
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 endorsement(s).
PRODUCER
Arthur J. Gallagher Risk Management Services, LLC
300 Madison Ave 28th Floor
New York NY 10017
CONTACT
NAME: AJG Service Team
PHONE FAX
A/c No EXt : 212-994-7020 A/c No):
ADDRESS: ggb.wspus.certrequests@ajg.com
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURERA: QBE Specialty Insurance Company
11515
INSURED WSPGLOB-01
WSP USA Inc.
INSURER B
f/k/a WSP USA Environment & Infrastructure Inc.
INSURERC:
INSURERD:
1075 Big Shanty Rd. Suite 100
Kennesaw GA 30144
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER:691396637 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
LTR
TYPE OF INSURANCE
ADDL
I
SUBR
POLICY NUMBER
POLICY EFF
MM/DD/YYYY
POLICY EXP
MM/DDIYYYY
LIMITS
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$
CLAIMS -MADE OCCUR
DAMAGE TO RENTED
PREMISES Ea occurrence
$
MED EXP (Any one person)
$
PERSONAL & ADV INJURY
$
GEN'L
AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$
POLICY ❑ PRO -
POLICY ❑ LOC
PRODUCTS - COMP/OP AGG
$
$
OTHER:
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
Ea accident
$
BODILY INJURY (Per person)
$
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
$
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
UMBRELLALIAB
OCCUR
iSK T
EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LIAB
CLAIMS -MADE
SY---
�l
DIED RETENTION $
WAYS
WA
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
PER OTH-
STATUTE ER
ANYPROPRIETOR/PARTNER/EXECUTIVE
E.L. EACH ACCIDENT
$
OFFICER/MEMBER EXCLUDED? ❑
NIA
E.L. DISEASE- EA EMPLOYEE
$
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$
A
Professional Liability
CLAIMS -MADE
QPL0022630
11/1/2025
10/31/2026
Per Claim
Aggregate
$1,000,000
$3, 000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
THIRTY (30) DAYS NOTICE OF CANCELLATION.
RE: Project Description: Category C Resilience and Environmental Engineering Services, Project Number: 600837.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Monroe County BOCC
ACCORDANCE WITH THE POLICY PROVISIONS.
PO Box 100085 - FX
AUTHORIZEDB PRESENTATIVE
Duluth GA 30096
USA
w
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
ACC)R " CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
4/25/2025
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 endorsement(s).
PRODUCER
CONTACT
NAME: AJG Service Team
Arthur J. Gallagher Risk Management Services, LLC
PHONE FAX
300 Madison Avenue
A/c No EXt : 212-994-7020 A/c No):
ADDRESS: GGB.WSPUS.CertRequests@ajg.com
28th Floor
INSURER(S) AFFORDING COVERAGE
NAIC #
New York NY 10017
INSURERA: Liberty Insurance Corporation
42404
INSURED WSPGLOB-01
INSURERB: Zurich American Insurance Company
16535
WSP USA Inc.
f/k/a WSP USA Environment & Infrastructure Inc.
INSURERC:
INSURERD:
1075 Big Shanty Rd. Suite 100
Kennesaw GA 30144
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER:53907612 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
LTR
TYPE OF INSURANCE
ADDL
I
SUBR
POLICY NUMBER
POLICY EFF
MM/DD/YYYY
POLICY EXP
MM/DDIYYYY
LIMITS
B
X
COMMERCIAL GENERAL LIABILITY
Y
GLO9835819-12
5/1/2025
5/1/2026
EACH OCCURRENCE
$ 3,500,000
CLAIMS -MADE OCCUR
DAMAGE TO RENTED
PREMISES Ea occurrence
$ 3,500,000
MED EXP (Any one person)
$ 10,000
PERSONAL & ADV INJURY
$ 3,500,000
GEN'L
AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$14,000,000
POLICY ❑ PRO ❑
JECT LOC
X
PRODUCTS - COMP/OP AGG
$ 7,000,000
$
OTHER:
A
AUTOMOBILE
LIABILITY
Y
AS7-621-094060-035 5/1/2025
5/1/2026
COMBINED SINGLE LIMIT
Ea accident
$5,000,000
X
BODILY INJURY (Per person)
$
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
,.7 M. 3
y -� .� .. ,;�....�....�
By,W,.
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
$
$
WAY
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LIAB
CLAIMS -MADE
DED RETENTION $
$
A
A
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANYPROPRIETOR/PARTNER/EXECUTIVE
WA7-62D-094060-015
WA7-62D-095609-075
WC7-621-094060-915
5/1/2025
5/1/2025
5/1/2025
5/1/2026
5/1/2026
5/1/2026
X OTH- PER
STATUTE ER
E.L. EACH ACCIDENT
$2,000,000
OFFICER/MEMBER EXCLUDED? MN
NIA
E.L. DISEASE- EA EMPLOYEE
$ 2,000,000
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$ 2,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
THIRTY (30) DAYS NOTICE OF CANCELLATION.
RE: Project Description: Category C Resilience and Environmental Engineering Services. County is included as Additional Insured with respect to the General
Liability and Automobile Liability policies as required by written agreement, pursuant to and subject to the policy's terms, definitions, conditions and exclusions.
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
PO Box 100085 - FX
Duluth GA 30096
AUTHORIZEDB PRESENTATIVE
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD