Loading...
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