Loading...
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