Loading...
HomeMy WebLinkAbout16. 14th Task Order 02/18/2026 GVS COURTq° o: A Kevin Madok, CPA - �o ........ � Clerk of the Circuit Court& Comptroller Monroe County, Florida �z cooN DATE: February 20, 2026 TO: Rhonda Haag Chief Resilience Officer FROM: Liz Yongue, Deputy Clerk SUBJECT: February 18, 2026 BOCC Meeting The following items have been executed and added to the record: 04 Task Order 414 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 422-FRP-131. 08 Task Order 415 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 422-FRP-132. Should you have any questions please feel free to contact me at(305) 292-3550. cc: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 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 181h day of February 2026, in accordance with the Continuing Contract for On-Call Professional Environmental Engineering Services made and entered on the 181h day of May 2022, Amendment No.1 dated November 151h, 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 b 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. 2 3.3 A copy of final permit documents from all applicable local, state, and federal regulatory agencies for all permits required for the Project: • IThis 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: A 3.5: Completion signed Certificate• of Comp e n� s by a Florida-registered Professional Engineer. 3.6: Coordinate final site visit with County and DEP and submit the Closeout:.. loseou Site Visit Form received from :DEP. 3..7: Project administration. and management report(s)..signed by. a Florida-regi t red Professional Engineer or authorized individual in. .. responsible charge of, project. The report(s) must cover the performance period of the task, and include: . .. . a) which A summary of: project administration activities w c� may. also sitei • include�project and• � inspections; ns b) Meeting minutes to all attended meetings, as applicable; and c Field:notes, as applicable: Total 49,999.00 .err, :•-,. IN WITNESS WHEREOF, each party caused the Task Order #14 to be execi ted by it ): duly authorized representative: n CONSULTANT: •.. : � • : . WITNE S• S: w.. ,:� -r�WSP USA INCINC : . ' • ddd!!! /._ 03/ 026 �15 � /0 026 m. _°° ` Sig ature Date Signature Date c Assistant Vice President; FL Civil Design Team Lead Title 0* °cc'. O EAL. • ,� COMIIOIISSIONERS: : • .•• : RD F•COUNTY �� ' '� KEVIN MADOK, CLERK OF:MONROE COUNTY, FLORIDA ,gili, .°6, 1.---;..-7i---:--- 2- '.--:------.:-:-=-_---1:7,e 1 p ratiff,, O 4. ---,,-.---,-,), .--„,... . , (4,..4: • , if- s )1 r°ar „, by: g eputy. Clerk/ Mayor/Chairman MONROE COUNTY'ATTO�!'IAl�Y`S'OFFICE ' APPROVED ASTO FORM r ,/- -•A' 1 �'`,dh ''t�-fir'" Date Q2 2 � ':: 61 :y.F. ,... ANT COUNTY ATTORNEY DATE:.'1-30-2026 3 DATE(MM/DD/YYYY) ACCOR" CERTIFICATE OF LIABILITY INSURANCE 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): E-M28th Floor ADDRESS: GGB.WSPUS.CertRequests@ajg.com New York NY 10017 INSURER(S)AFFORDING COVERAGE NAIC# 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: 1075 Big Shanty Rd. Suite 100 INSURERD: Kennesaw GA 30144 INSURERE: 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD MM/DD B X COMMERCIAL GENERAL LIABILITY Y GL09835819-12 5/1/2025 5/1/2026 EACH OCCURRENCE $3,500,000 CLAIMS-MADE OCCUR PREMISES DAMAGE TO PREMISES Ea occurrence) ccurrence $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 PRODUCTS-COMP/OP AGG $7,000,000 X OTHER: $ A AUTOMOBILE LIABILITY Y AS7-621-094060-035 5/1/2025 5/1/2026 COMBINED SINGLE LIMIT $5,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS lSt" HIRED NON-OWNED A� T PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY oy �7 I� - _' u� Per accident o0F__�_724.Z5__ _._....__- $ UMBRELLA LIAB OCCUR WAI A . A' ~.' EACH OCCURRENCE $ EXCESS LAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ A WORKERS COMPENSATION WA7-62D-094060-015 5/1/2025 5/1/2026 X PER OTH- A AND EMPLOYERS'LIABILITY Y/N WA7-62D-095609-075 5/1/2025 5/1/2026 STATUTE ER A ANYPROPRIETOR/PARTNER/EXECUTIVE WC7-621-094060-915 5/1/2025 5/1/2026 E.L.EACH ACCIDENT $2,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $2,000,000 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,maybe 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 AUTHORIZED PRESENTATIVE Duluth GA 30096 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD 710/27/2025 E(MM/DDYYY) ACCORD® /Y CERTIFICATE OF LIABILITY INSURANCE 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 Ave 28th Floor A/C No Ext: 212-994-7020 A/C,No): E-MNew York NY 10017 ADDRESS: ggb.wspus.certrequests@ajg.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: QBE Specialty Insurance Company 11515 INSURED WSPGLOB-01 INSURER B: WSP USA Inc. f/k/a WSP USA Environment& Infrastructure Inc. INSURERC: 1075 Big Shanty Rd. Suite 100 INSURERD: Kennesaw GA 30144 INSURERE: 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD MM/DD COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR PREMISES DAMAGE TO PREMISES Ea occurrence) ccurrence $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY❑ PRO- ❑ JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident UMBRELLALIAB A 16ht OCCUR ,„. EACH OCCURRENCE $ EXCESS LABI9Y,_„_., ""'— CLAIMS-MADE .. . AGGREGATE $ DAI .n-..._.,,r..,..,.�. .,.�.�.._- . DED RETENTION$ W�"A N+M._ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional Liability QPL0022630 11/1/2025 10/31/2026 Per Claim $1,000,000 CLAIMS-MADE Aggregate $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 Duluth GA 30096 AUTHORIZ�PRESENTATIVE USA - @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD