Loading...
HomeMy WebLinkAboutItem R03 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor Michelle Lincoln,District 2 The Florida. Keys Mayor Pro Tem David Rice,District 4 p Craig Cates,District I James K. Scholl,District 3 Holly Merrill Raschein,District 5 Regular Meeting April 15, 2026 Agenda Item Number: R3 26-0667 BULK ITEM: Yes DEPARTMENT: Resilience Office TIME APPROXIMATE: N/A STAFF CONTACT: Rhonda Haag (305) 453-8774 AGENDA ITEM WORDING: Approval of$0 Amendment #3 to the professional services on-call contract with WSP USA, Incorporated under the Category B canal infrastructure engineering services contract, for a one-year renewal, retroactive from February 16, 2026, to February 27, 2027. ITEM BACKGROUND: This item approves a one-year renewal to the contract with WSP USA, Incorporated, to provide on-call professional engineering services for Category B canal infrastructure engineering services as part of the County's canal restoration program. The contract terms and conditions authorize this one-year renewal. 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. 02-16-22: Approval to enter into $0 contract with Wood Environment & Infrastructure Solutions, Incorporated for on-call professional engineering services for the canal restoration program for Category B -Canal Infrastructure Engineering Services. 06-15-22: Approval to enter into $99,796.00 Task Order#1, with Wood Environment& Infrastructure Solutions, Incorporated for on-call professional engineering services for the canal restoration program to provide Construction Engineering & Inspection (CEI) services for the Canal 25 Key Largo Backfill Project under the contract for Category B- Canal Infrastructure Engineering Services,funded by Florida Stewardship Grant#LPA-0249. 06-15-22: Approval to enter into a $173,716.00 Task Order #2, with Wood Environment & Infrastructure Solutions, Incorporated for on-call professional engineering services for the canal restoration program to provide CEI services for Canal 28 Key Largo Backfill Project under the contract for Category B-Canal Infrastructure Engineering Services,funded by Florida Stewardship Grant#LPA- 0241. 11- 11-15-22: Approval to enter into a $0 Amendment #1 to the contract with Wood Environment & Infrastructure Solutions, Incorporated for on-call professional engineering services for the Category B - Canal Infrastructure Engineering Services to effect a name change from Wood Environment & Infrastructure Solutions, Incorporated to WSP USA Environment & Infrastructure, Incorporated, retroactive to September 26, 2022. 12-07-22: Approval to enter into a $49,166.00 Task Order #3 to the contract with WSP USA Environment & Infrastructure, Incorporated (formerly Wood) for on-call professional engineering services to provide Construction Engineering & Environmental Site Inspection (CEI) services for the Canal 259 Backfill Project under the contract for Category B - Canal Infrastructure Engineering Services, funded by RESTORE Grant#RDCGR-170099-01-00 and Grant Amendment#1. 12-07-22: Approval to enter into a $100,000.00 Task Order #4 to the contract with WSP USA Environment & Infrastructure, Incorporated for the design of a canal restoration for Canal 293 under the contract for on-call professional engineering services for the Category B -Canal Infrastructure Engineering Services,funded by Florida Department of Environmental Protection(FDEP)Grant#SED- 001 12-15-23: Approval to enter into a $79,973.00 Task Order #5 to the contract with WSP USA Environment & Infrastructure, Incorporated for CEI services to oversee the installation of two submerged concrete culverts to hydraulically connect Canals #475 and#470 on Geiger Key under the contract for on-call professional engineering services for Category B—Canal Infrastructure Engineering Services, funded by FDEP Grant#LPA-0249. 9-20-23: Approval to enter into a$59,226.00 Task Order#6 to the contract with WSP USA Environment & Infrastructure, Incorporated for CEI services to oversee the installation of a demonstration injection well on Canal#58 in Key Largo and Canal#278 in Big Pine Key and to perform pre and post monitoring to evaluate the effectiveness of both under the contract for on-call professional engineering services for Category B Canal Infrastructure Engineering Services, funded by FDEP Grant#LPA-0428. 02-21-24: Approval to enter into a $88,668.00 Task Order #7 to the contract with WSP USA Environment and Infrastructure, Incorporated for CEI services to oversee the backfrlling project on Canal #90 in Key Largo under the contract for Category B Canal Infrastructure Engineering Services, funded by FDEP Grant#LPA-0241 (Amendment#2). 07/14/24: Approval to enter into a $41,000.00 Task Order #8 to the contract with WSP USA Environment and Infrastructure, Incorporated for field data collection and processing services for Canals 470,472,474,475 and 476 on Geiger Key under the contract for Category B Canal Infrastructure Engineering Services, funded by FDEP Grant#SED-24,retroactive to June 3, 2024. 08/20/25: Approval to enter into a$10,000 Task Order#9 to the contract with WSP USA,Incorporated to obtain temporary staging authorizations from residents for the completion of the Canal 82 Restoration Project in Key Largo under the contract for Category B Canal Infrastructure Engineering Services, funded by FDEP Grant#KG-006. INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: One year renewal STAFF RECOMMENDATION: Approval DOCUMENTATION: Category B Amendment 3 WSP— signed 2025 11 COI WSP PL exp 10.31.26 signed 2025 06 COI WSP Canal Restoration exp 5.1.26 signed FINANCIAL IMPACT: Effective Date: February 16, 2026 Expiration Date: February 15, 2027 Total Dollar Value of Contract: $701,545 Total Cost to County: N/A Current Year Portion: N/A Budgeted: N/A Source of Funds: N/A CPI: No Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: None Revenue Producing: No If yes, amount: Grant: No County Match: N/A Insurance Required: Yes, attached. AMENDMENT NO. 3 TO THE AGREEMENT BETWEEN MONROE COUNTY BOARD OF COUNTY COMMISSIONERS AND WSP USA INC. FOR ON CALL PROFESSIONAL ENGINEERING SERVICES FOR CATEGORY B CANAL INFRASTRUCTURE ENGINEERING SERVICES THIS AMENDMENT NO. 3, dated April 15, 2026 is entered into between the COUNTY and the CONSULTANT, to the Contract For On Call Professional Engineering Services For Category B Canal Infrastructure Engineering Services, dated the 16th day of February, 2022, as amended November 15, 2022 (Amendment #1) and January 15, 2025 (Amendment #2) by and between Monroe County Board of County Commissioners, "COUNTY," and WSP USA Inc., "CONSUL- TANT". WITNESSETH: WHEREAS, the CONSULTANT has performed professional services satisfying the requirements of this Contract; and WHEREAS, the parties desire to extend the AGREEMENT for 12 months from February 16, 2026, to February 15, 2027. NOW, THEREFORE, in consideration of mutual promises, covenants and contracts stated herein, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged, COUNTY and CONSULTANT agree as follows: 1..1 TERM OF AGREEMENT The AREEMENT is extended by one year, retroactive from February 16, 2026, to February 15, 2027. All other provisions of the On Call Professional Engineering Services for Category B Canal Management Program and Master Planning Services, dated the 16th day of February 2022, as amended November 15, 2022, and January 15, 2025, not inconsistent herewith, shall remain in full force and effect. Page 1 of Amendment No.3 IN WITNESS WHEREOF, each party caused this AMENDMENT NO. 3 to be executed by its duly authorized representative on the day and year first above written. (SEAL) BOARD OF COUNTY COMMISSIONERS Attest: KEVIN MADOK, CLERK OF MONROE COUNTY, FLORIDA By: By: Deputy Clerk Mayor/Chairman Date: WSP USA INC. M4ONROE COUNTY ATTORNEYS OFFICE APPROVED AS TO FORME r SISTANT COUNTY ATTORNEY DATE, 3-09-2 26 Print name: Christine Mehle Title: Vice President, Local Business Lead Date: March 6, 2026 STATE OF FLORIDA COUNTY OF MIAMI-DADE On this 6 day of March 2026, before me ,the undersigned notary public, Personally appeared Christine Mehle , known to me to be the Person whose name is subscribed above or who produced known to rnP As identification, and acknowledged that he/she is the person who executed the above Amendment #3 to On Call Professional Engineering Services For Category A Canal Management Program and Master Planning Services agreement with Monroe County for the purposes therein contained. r� By: Note ublic 1µv'i° MAGGIE PROENZAKANAKIS Ma ie PrnP.n7A-Kanakis 1 ': NotaryPublic-StateofFlorida Commission#HH 336656 Print Name '?ar r� My Comm.Expires Mar 20,2027 Bonded through National Not Assn. My commission expires: 03/20/2027 Seal Page 2 of Amendment No.3 74/25/2025 (MM/DD/YYYY) A�" 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 Avenue A/c No EXt: 212-994-7020 A/c No): 28th 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 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:921648579 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 I POLICY NUMBER MM/DD/YYYY MM/DDIYYYY 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 ❑ $7,000,000 LOC PRODUCTS-COMP/OP AGG X JECT 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 HIRED NON-OWNED A ISK T PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY 1 �.:_U --• Per accident MY_ 7 $ 6 13.25 OCCUR UMBRELLALIAB r— -^-•- "�- � .�y� - EACH OCCURRENCE $ EXCESS LIAB 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 YIN 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? MN NIA (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,may be attached if more space is required) THIRTY(30)DAYS NOTICE OF CANCELLATION. RE:Project Description:Canal Restoration Program.The Monroe County Board of County Commissioners,the municipalities,its employees and officials are 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 1100 Simonton Street, Suite 2-205 AUTHORIZED PRESENTATIVE Key West FL 33040 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 710/27/2025 E(MM/DD/YYYY) ACOR" 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): New 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 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:80275317 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 I POLICY NUMBER MM/DD/YYYY MM/DDIYYYY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ OCCUR DAMAGE,( RENTED CLAIMS-MADE 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 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 A T $ UMBRELLALIAB OCCUR V"`�..... EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE OAS AGGREGATE $ DED RETENTION$ WA N?k ­ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA (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 $5,000,000 CLAIMS-MADE Aggregate $5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) THIRTY(30)DAYS NOTICE OF CANCELLATION. 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 Board of County Commissioners 1100 Simonton Street, Suite 205 AUTHORIZED PRESENTATIVE Key West FL 33040 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD