HomeMy WebLinkAboutItem O08COUNTY 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: 08
26-0403
BULK ITEM: Yes DEPARTMENT: Resilience Office
TIME APPROXIMATE: N/A STAFF CONTACT: Rhonda Haag (305) 453-8774
AGENDA ITEM WORDING: Approval of Task Order #15 for $63,421.00 with WSP USA,
Incorporated under the Category C resilience on -call contract, for Construction Engineering and
Inspection (CEI) Services for the Duck Key Living Shoreline and Breakwater Repair project, funded
by Florida Department of Environmental Protection (FDEP) Grant #22-FRP-132.
ITEM BACKGROUND: The Consultant will assist in monitoring the Duck Key Living Shoreline and
Breakwater Repair Project by providing CEI services to Monroe County. This work is funded through
Department of Environmental Protection Grant #22-FRP-132. The grant will fund all 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 $200,000.00 Task Order #1 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 funded 50% by FDEP 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 $50,000.00 from the Florida Department of Economic Opportunity (DEO) Community Planning
Technical Assistance program.
03/15/23: Approval to enter into a $150,000.00 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 FDEP Grant #22-FRP-67 and 50% by budgeted funds.
03/15/23: Approval to enter into a $50,000.00 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 #P0467.
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 $100,000.00 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 FDEP 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 $236,483.00 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 FDEP Resilient Florida Grant #22-FRP-132.
03/20/24: Approval to enter into a $21,519.00 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 $11,692.00 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 $9,950.00 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 $440,000.00 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, Inc. 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: Not applicable
STAFF RECOMMENDATION: Approval
DOCUMENTATION:
.Task Order No. 15 WSP CEI for Duck Key — attorney stamped
2025 10 WSP USA INC exp 10.31.26 signed
Category_C_WSP-USA-Environ_24-25-PROF-1 M-3_10-29-2024_-_approved
FINANCIAL IMPACT:
Effective Date: February 18, 2026
Expiration Date: June 30, 2026
Total Dollar Value of Task Order 915: $63,421
Total Cost to County: $0
Current Year Portion: $63,421
Budgeted: Yes
Source of Funds: DEP Grant #22-FRP-132
CPI: No
Indirect Costs:
Estimated Ongoing Costs Not Included in above dollar amounts: None
Revenue Producing: No If yes, amount:
Grant: N/A
County Match: N/A
Insurance Required: Yes
08. Approval of Task Order #15 for $63,421.00 with WSP USA, Incorporated under the
Category C resilience on -call contract, for Construction Engineering and Inspection (CEI)
Services for the Duck Key Living Shoreline and Breakwater Repair project, funded by
Florida Department of Environmental Protection (FDEP) Grant #22-FRP-132.
TASK ORDER #15 FOR CATEGORY C
ON -CALL PROFESSIONAL ENGINEERING SERVICES
FOR ENVIRONMENTAL ENGINEERING SERVICES
BETWEEN MONROE COUNTY AND
WSP USA INC.
FOR
DUCK KEY BREAKWATER RESTORATION AND LIVING SHORELINE
PROJECT
IN MONROE COUNTY, FLORIDA
This Task Order #15 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 181" day of May 2022, Amendment No. 2 dated
January 15t", 2025, between Monroe County, hereinafter referred to as the "County" and
WSP USA 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.
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 of which will be specifically referenced in this Task Order and the
modification shall be precisely described.
WITNESSETH
WHEREAS, the purpose of this project is to provide coastal flood control to more than
200 low lying homes on one of the islands, Duck Key, by rebuilding and enhancing the
breakwater wall that protects these homes from powerful storm surge that can readily
destroy them; and
WHEREAS, the County submitted a grant request for funding to Florida Department of
Environmental Protection (FDEP) for the Resilient Florida Grant Program; and
WHEREAS, the project will include a combination of structural and nature -based
solutions to allow the 2-mile-long shoreline behind the breakwater to become more
resilient to coastal erosion. The features will include the evaluation of the following: Rock
Riprap installation with mangrove plantings to stabilize the shoreline, Seagrass, sponges
and coral out crops installation to provide fish and mammal habitat recruitment for these
sensitive waters classified as "Outstanding Florida Waters" and design of strategic
breaks along the structure to allow for increased flushing within the free -flowing canal
system and provide additional shallow water habitat and water quality improvement.; and
WHEREAS, the County completed the design and received all environmental permits for
the project; and
WHEREAS, the County selected LPS Contracting 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 consisting of a budget of $63,421, with 100% of the funds being
provided by FDEP Grant #22-FRP-132, which is incorporated into this task order by
reference.
NOW, THEREFORE, in consideration of the mutual promises, covenants, and
agreements stated herein, and for other good and valuable consideration, the sufficiency
of which is hereby acknowledged, County and Consultant agree as follows:
ARTICLE 1.1 TERMS OF AGREEMENT:
This Task Order is effective on February 18, 2026, and shall expire June 30, 2026.
ARTICLE II SCOPE OF BASIC SERVICES, PARAGRAPH 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 4-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 closeout 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 (CEI) 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 Sixty -Three Thousand, Four Hundred and Twenty -One Dollars
and Zero cents ($63,421.00) 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
$16,141.00
Provide weekly field reports and photographs and
written status reports of construction progress.
2
3
$16,140.00
Provide weekly field reports and photographs and
written status reports of construction progress.
4
$16,140.00
Provide weekly field reports and photographs for the
status of construction progress. Provide final CEI
Report, copy of final permit documents from all
applicable regulatory agencies, copies of any record
(as -built) drawings, certificate of completion singed by
a Florida -registered professional engineer, coordinate
a final site visit with he County and FDEP and submit a
closeout site visit form, prepare administration and
management reports signed by a Florida -registered
professional Engineer. 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
$63,421.00
IN WITNESS WHEREOF, each party caused the Task Order #15 to be executed by its
duly authorized representative.
CONSULTANT:
WSP USA INC.
WITNESS:
02/04/2026-����� 02/04/2026
Sig aturev-" Date Signature Date
Assistant Vice President,
FL Civil Design Team Lead
Title
(SEAL)
ATTEST: KEVIN MADOK, CLERK
By:
Deputy Clerk
Date:
BOARD OF COUNTY COMMISSIONERS
OF MONROE COUNTY, FLORIDA
by:
Mayor/Chairman
MONROE COUNTY ATTORNEY'S OFFICE
APPROVED AS TO FORM
rCOUNTYJDINOV '4 `'...,L.
,_ SISTANT „w A1TORNEY
3 DATE: 2-n4-2026
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
ACOR" CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
10/29/2024
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
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 Environment & Infrastructure Inc.
INSURER B
f/k/a Wood Environment & Infrastructure Solutions
INSURERC:
INSURERD:
1075 Big Shanty Rd. Suite 100
Kennesaw GA 30144
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER:2012238810 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
$
PRO -
POLICY ECT LOC
PRODUCTS -COMP/OP AGG
$
$
OTHER:
AUTOMOBILE
LIABILITY
E COMBaccidINEDSINGLE$
ANY AUTO
'I""" ...„.
BODILY INJURY (Per person)
$
OWNED SCHEDULED
AUTOS ONLY AUTOS
�"
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
$
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
122624
�,,,,,,,,,„,„„,,�,„���
UMBRELLALIAB
OCCUR
EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LIAB
CLAIMS -MADE
DED RETENTION $
$
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
11/1/2024
10/31/2025
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