Loading...
HomeMy WebLinkAboutItem R04 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 1 James K. Scholl,District 3 Holly Merrill Raschein,District 5 Regular Meeting April 15, 2026 Agenda Item Number: R4 26-0668 BULK ITEM: Yes DEPARTMENT: Resilience Office TIME APPROXIMATE: N/A STAFF CONTACT: Rhonda Haag AGENDA ITEM WORDING: Approval of$0 contract Amendment#3 with WSP USA,Incorporated for on-call professional services for the Category C — Resilience and Environmental Engineering Services, to extend the contract from May 18, 2026 to May 18, 2027. ITEM BACKGROUND: This item approves a $0 one-year contract renewal with WSP USA, Incorporated for on-call professional engineering services for Category C resilience and environmental services professional services. 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 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 to effect a name change from Wood Environment & Infrastructure Solutions, Incorporated 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. 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#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 (fonnerly 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. 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. 10/10/25: Approval of Task Order#12 for not to exceed$181,138.00 for Construction,Engineering and Inspection CEI services of the Tavernier Breakwater Repair project by WSP USA, Inc. under the Category C on-call Resilience and Environmental Engineering Services contract, funded by Florida Department of Commerce Grant#IR-045. 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. 02/18/26: 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 Services for the Long Key Living Shoreline project, funded by Florida Department of Environmental Protection Grant #22-FRP- 131. 02/18/26: 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. INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: One year renewal STAFF RECOMMENDATION: Approval DOCUMENTATION: Amendment 3 Category C contract renewal WSP— signed 2025 06 COI WSP Canal Restoration exp 5.1.26 signed 2025 11 COI WSP PL exp 10.31.26 signed FINANCIAL IMPACT: Effective Date: May 18, 2026 Expiration Date: May 18, 2027 Total Dollar Value of Contract: $1,723,093.23 ($0 for Amendment 3 renewal) Total Cost to County: N/A Current Year Portion: N/A Budgeted: N/A Source of Funds: NA 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: No Insurance Required: Yes, attached. AMENDMENT NO. 3 TO THE AGREEMENT FOR ON CALL PROFESSIONAL ENGINEERING SERVICES FOR CATEGORY C ENVIRONMENTAL ENGINEERING SERVICES THIS AMENDMENT NO. 3, dated this 15th day of April, 2026 to the Agreement for On Call Professional Engineering Services for Category C Environmental Engineering Services ("Agreement") by and between Monroe County Board of County Commissioners ("COUNTY') and WSP USA Inc. (collectively, "the parties") executed on May 18, 2022, as amended on November 15, 2022 (Amendment#1) and amended on January 15, 2025 (Amendment #2), is en- tered into as follows. WITNESSETH: WHEREAS, Article II, Section 2.4 of the Agreement executed between the parties on May 18, 2022, set forth a four-year term for the Agreement beginning on May 18, 2022, and ending on May 18, 2026; and WHEREAS, Article II, Section 2.4 of the Agreement further provides that, at the election of the COUNTY, the Agreement may be extended for one (1) additional year; and WHEREAS, the COUNTY desires to exercise the option to extend the Agreement for one (1) additional year as set forth in Article II, Section 2.4 of the Agreement; and WHEREAS, the COUNTY and CONSULTANT agree to amend the Agreement to extend the period of performance to May 18, 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, the COUNTY and CONSULTANT agree as follows: 1. The Agreement is extended from May 18, 2026 to May 18, 2027. 2. Both of the signatories to this Amendment have the full requisite authority to enter into this Amendment on behalf of their respective bodies. 3. In all other respects, the terms and conditions of the Agreement remain unchanged. IN WITNESS WHEREOF, each party caused this AMENDMENT NO. 3 is to be executed by its duty authorized representative as of the dates indicated below. Page 1 of Amendment No.3—On Call Professional Engineering Services,Category C (SEAL) BOARD OF COUNTY COMMISSIONERS Attest: KEVIN MADOK, CLERK OF MONROE COUNTY, FLORIDA By: By: As Deputy Clerk Mayor/Chairman Date: Attest, Witness: WSP USA Inc. By: By: CXA& Print Name: Soraya Gomez Print Name: Christine Mehle Date: March 6, 2026 Title: Vice President, Local Business Lead Date: March 6, 2026 Approved as to form and legal sufficiency: Monroe County Attorney's Office MONROE COUNTY ATTORNEYS OFFICE APPROVED AS TO FORM d COUNTY ATTORNEY DATE; 3-Q-2U26 Page 2 of Amendment No.3—On Call Professional Engineering Services,Category C 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