Loading...
Item C07Coun of Mo rf A p si ,�1 BOARD OF COUNTY COMMISSIONERS Mayor George Neugent, District 2 T he Fl orida Keys ) �i� h Mayor Pro Tem David Rice, District 4 Danny L. Kolhage, District I Heather Carruthers, District 3 Sylvia J. Murphy, District 5 County Commission Meeting April 12, 2017 Agenda Item Number: C.7 Agenda Item Summary #2806 BULK ITEM: Yes DEPARTMENT: Airports TIME APPROXIMATE: STAFF CONTACT: Donald DeGraw (305) 809 -5200 none AGENDA ITEM WORDING: Approval of First Amendment to contract with GOC, Inc d /b /a Island Fence for perimeter fence maintenance, repair and modification at Key West International Airport, renewing the agreement for one (1) year and increasing hourly contract amount by 2.1% CPI -U from $25.00 /hr. to $25.53/hr. for fence installer /lead crewman and from $20.00 /hr. to $20.42/hr. for fence installer /helper. Financial funding for any service provided will be paid by Airport Operating Fund 404, FAA and FDOT grant sources. ITEM BACKGROUND: The County held a bid opening on April 14, 2016, following the issuance of a notice of competitive solicitation for perimeter fence maintenance, repair & modification at KWIA. GOC, Inc. d /b /a Island Fence was the sole bidder, and on May 18, the BOCC awarded the bid and contract to GOC, Inc. d /b /a/ Island Fence for one -year with two (2) one -year renewal options. PREVIOUS RELEVANT BOCC ACTION: Approved request to advertise for bids for perimeter fence maintenance, repair & modification on July 15, 2015, and awarded bid and contract to GOC, Inc. d /b /a Island Fence on May 18, 2016. CONTRACT /AGREEMENT CHANGES: Renews contract for one year from 5/18/17 to 5/17/2018 and hourly contract amount increases from $25.00/hr. to $25.53/hr. for fence installer /lead crewman and from $20.00 /hr. to $20.42/hr. for fence installer /helper for annual CPI adjustment of 2.1 %. STAFF RECOMMENDATION: Approval. DOCUMENTATION: Island Fence FINANCIAL IMPACT: Effective Date: 5/18/2017 Expiration Date: 5/17/2018 Total Dollar Value of Contract: lead crewman $25.53/hr., helper $20.42/hr. and 10% markup for cost of materials. Total Cost to County: n/a Current Year Portion: Budgeted: Yes Source of Funds: Airport fund 404, FAA and /or FDOT grants CPI: 2.1% Indirect Costs: Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: Grant: County Match: Insurance Required: Additional Details: If yes, amount: REVIEWED BY: Beth Leto Completed 03/24/2017 1:53 PM Donald DeGraw Completed 03/24/2017 1:57 PM Pedro Mercado Completed 03/24/2017 2:42 PM Budget and Finance Completed 03/24/2017 3:18 PM Maria Slavik Completed 03/27/2017 8:00 AM Kathy Peters Completed 03/27/2017 9:40 AM Board of County Commissioners Pending 04/12/2017 9:00 AM VAMENDMENT to CONTRACT FOR JP-F1V'JtfF1T IV, FFVCE R KEY WEST INTERNATIONAL AIRPORT ISLAND FENCE MONROE COUNTY 'jnL'-5'3!y' I $20.42 per hour, fence install er/helper Such costs must be documented for each maintenance, repair and/or modification job and included with all Applications for Payment. SECTION 2. Article 4. TERM OF AGREEMENT of the original agreement is amended to read as follows: 4. TERM OF AGREEMENT. This agreement shall commence on May 18, 2017 and terminates on May 17, 2018 unless terminated earlier under paragraph 18 of this Agreement. The County shall have the option to renew this Agreement for up to one (1) zdditional one-year period at terrns and conditions mutually agreeable to the parties, exercisable upon written notice given at least 30 days prior to the end of the terrn in this OMMEW, The contract amount may be adjusted annually in accordance with the percentage change in the U.S. Department of Commerce Consumer Price Index (CPI-U) for all Urban Consumers as reported by the U.S. Bureau of Labor Statistics at December 31 of the previous calendar year using the most recently published indicator. SECTION 3. All other provisions of the May 18, 2016 original agreement not inconsistenl herewith shall remain in full force and effect. IN WITNESS WHEREOF, the parties have caused this First Amendment to be executed by the respective officer • representative thereunto duly authorized the day and year first above written. I (SEAL) ATTEST: KEVIN MADOK, CLERK LCM E93 OF MONROE COUNTY, FLORIDA M ME= L*X011,41tworms By: Danny Galvin c. ......... . . . Title ti I P.O. Box 1026 Key West, FL 33041-1026 (305) 292-3470 * • l •, * *, HOURS @ HOURS @ $ EQUIPMENT LABOR & TOTAL DESCRIPTION OF WORK Date Authorized Signature / Title Contractor must provide a copy of Invoice/ Receipts for manufacturer's cost of parts, materials Refrigerants, freight for transportation /shipping costs, equipment rental amounts and services supplied by others. !• i 11( MEM=11 I W D) I-li 13 1 py V D1 1114 01 Ij i III III I 1 11 MD�� KEY WEST INTERATIONAL AIRPORT ISLAND FENCE MONROE COUNTY This Agreement is made and entered into this 18 1h day of May, 2016, between MONROE COUNTY, FLORIDA ("COUNTY"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and GOC, Inc. d/b/a ISLAND FENCE ("CONTRACTOR"), a Florida corporation, whose address is 1109 17 th Terrace, Key West, Florida 33040 'N'AE'2 COUNTY desires to have a service provider on call and available fri, perform emergency and non-emergency perimeter fence maintenance, repairs & modifications at Key West International Airport; and WHEREAS, CONTRACTOR desires and is able to provide emergency and non- emergency perimeter fence maintenance, repairs & modifications at Key West International Airport; and WHEREAS, it serves the best interests of the public to maintain a secure perimeter at Key West International Airport, now therefore, IN CONSIDERATION of the mutual promises and covenants contained herein, it is agreed as follows: I �p V . I mxm y D1 plo I N" equipment rental), plus percentage indicated in section 3D. below, that is used in thc. maintenance, repair or modification of perimeter fencing at Key West International Airport. Manufacturer's invoice must accompany all requests for payment. All parts and materials shall be of equal or greater quality as compared to existing parts and materials in use. E. On all orders that require shipping or transportation of parts or materials whether the part is under warranty or not, freight invoices must accompany requests for payment. sm Such costs must be documented for each maintenance, repair and/or modification job and included with all Applications for Payment. 4. TERM OF AGREEMENT This Agreement shall commence on May 18, 2016 and terminates May 17, 2017 unless terminated earlier under paragraph 18 of this Agreement. 2 clearly indicates otherwise, references to the "term" of this Agreement shall mean the initial term of one (1) year. The Contract amount may be adjusted annually in accordance with the percentage change in the U.S. Department of Commerce Consumer Price Index (CPI-U) for all Urban Consumers as reported by the U.S. Bureau of Labor Statistics at December 31 of the previous calendar year using the most recently published indicator. 5. ACCEPTANCE OF CONDITIONS BY CONTRACTOR CONTRACTOR has, and shall maintain throughout the term of this Agreement, appropriate licenses. Proof of such licenses shall be submitted to the COUNTY upon execution of this Agreement. 11 MEM=11 The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. Failure of CONTRACTOR to comply with the requirements of this section shall be cause for immediate termination of this agreement. Prior to execution of this agreement, CONTRACTOR shall furnish the COUNTY Certificates of Insurance indicating the minimum coverage limitations in the following amounts: WORKERS COMPENSATION AND EMPLOYER'S LIABILTIY INSURANCE. Where applicable, coverage to apply for all employees at minimum statutory limits as required by Florida Law. COMPREHENSIVE AUTOMOBILE VEHICLE LIABILITY INSURANCE. Motor vehicle liability insurance, including applicable no-fault coverage, with limits of liability of not less than $100,000.0 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles. COMMERCIAL GENERAL LIABILITY. Commercial general liability coverage with limits of liability of not less than $300,000.00 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. 2 MEM=11 I FA 12. ASSIGNMENT/SUBCONTPACT CONTRACTOR shall not assign or subcontract its obligations under this agreement to others, except in writing and with the prior written approval of the Board of County Commissioners of Monroe County and CONTRACTOR, which approval shall be subject t* 0 such conditions and provisions as the Board may deem necessary. This paragraph shall be, incorporated by reference into any assignment or subcontract and any assignee or sub shall comply with all of the provisions of this agreement. Unless expressly provided for therein, such approval shall in no manner or event be deemed to impose any additional obligation upon the board. 15. NO PLEDGE OF CREDIT CONTRACTOR shall not pledge the COUNTY'S credit or make it a guarantor of payment or surety for any contract, debt, obligation, judgment, lien, or any form of indebtedness. CONTRACTOR further warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this contract. 5! MEM=11 16. NOTICE REOUIREMENT Any notice required or permitted under this agreement shall be in writing and hand delivered or mailed, postage prepaid, to the other party by certified mail, returned receipt requested, to the following: - it" R Key West International Airport 3491 South Roosevelt Blvd. Key West, Fl. 33040 and Daniel Galvan GOC, Inc. d/b/a Island Fence 1109 17 1h Terrace Key West, FL 33040 Monroe County Attorney Post Office Box 1026 Key West, FL 33041-1026 it TERMINATION A. The COUNTY or CONTRACTOR «y ® © ©— this Agreement f>p... th ® (7) days notice to CONTRACTOR. Cause shall constitute a breach of the obligations of either party to perfo» »2e!£ z 4 » <enmerated under this Agreement. B. Either of the parties hereto may cancel this agreement without cause by giving the other party sixty (60) days written notice of its intention to do so. ■ 25. BINDING EFFECT The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of COUNTY and CONTRACTOR and their respective legal representatives, successors, and assigns. 26. AUTHORITY Each party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary COUNTY and corporate action, as required by law. 8 27. CLAIMS FOR FEDERAL OR STATE AID CONTRACTOR and COUNTY agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement; provided that all applications, requests, grant proposals, and funding solicitations shall be approved by each party prior to submission. 31. ATTESTATIONS CONTRACTOR agrees to execute such documents as the COUNTY may reasonably require, to include a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace Statement. 33. EXECUTION IN COUNTERPARTS This Agreement may be executed in any number of counterparts, each of which shall be w arded as an oriiinal, all of which taken toiether shall constitute one and the same instrument rullowuly ' ALIJE I I U-M oil I a I r-g-M I r-JIMUM 11 NFAWAG-i I UM I I hjW!4 K%M 1117-111 M 34. SECTION HEADINGS Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. This agreement has been carefully reviewed by Contractor and the County therefore; this agreement is not to be construed against either party on the basis of authorship 1 11 l�11111 im soma T 10 11111HIMIN MITIRTIM111 I � m . 4 1 -ff7 'M EMME3195ROMM K& aOWKN W.-A W W The County's performance and obligation to pay under this agreement is contingent upon an annual appropriation by the Board of County Commissioners. In the event that the County funds on which this Agreement is dependent are withdrawn, this Agreement is terminated and the County has no further obligation under the terms of this Agreement to the Contractor beyond that already incurred by the termination date. 0 V: 1:4 ti Will MIMMKOV am 1 .101 DIN ION I Diem I [130r.1 a a a D1 W 0 1 .3 MAIN "If H MEM=11 V. w m9p. Signature . .......... . Date — - - - - - - ------- - ------------ f 2h Signature Date BOARD OF C 0 0M T OMMISSIONERS - - OF MONO A By: Mayor Date: GOC, Inc. d/b/a ISLAND FENCE Dip �or Date: Address: 1109 17"' Terrace Key eLst,FL33040 N o- 1911 l 01, N - -r--7 V-, II Date: 1- 8 2 0 15 II Date: 1- * • l •, * *, HOURS @ HOURS @ $ EQUIPMENT LABOR & TOTAL DESCRIPTION OF WORK Date Authorized Signature / Title Contractor must provide a copy of Invoice/ Receipts for manufacturer's cost of parts, materials Refrigerants, freight for transportation /shipping costs, equipment rental amounts and services supplied by others. !• i 11(