Loading...
Item B08BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meering Date- 02-17-00 Division: Growth-X4=geineut Bull: Item:YES X NO Deparunenc:Marine Resources AGENDA ITEM WORDING: Approval of the Resolution and the Contract Agreement between Monroe County and A_S.A.P.. Inc. for the installation of aid.t to naviption and regulatory markers. COtumUniTY Harbor, Key Largo, Monme County. ITEM: The Marine and Port Advisory Committee has reviewed and approved the prcric:,t and all permits have been issued. Two quotes received American Underwater Contractors-SI3,940 and A S.A.P., Inc.-S9,750. P1.Ev1vUS RELEVANT BOCC ACTION: None STAFF RECONEVIENDATION: Approval TOTAI. COST: S9.750.00 BUDGMTETS: COST TO COUNTY -Staff Timc Oply DIF REVENUE PRODUCING: YES NO X AMT. PER MO. YEAR APPROVED BY:COATTY X OMB,PURCHASING X RTS AGEMEN'T X DEPARTMENT HEAD APPROVA Garrett- t xane Resources DIVTSTON DIRECTOR APPROVAL: Timothy I. Mc arty-Divisio iT 1r6wth Manage=nt DOCUhIENTATION: INCLUDED: X TO FOLLOW:_ NOT REQLWED. DISPOSITION: AGENDA ITEM 14-r MONROE COUNTY BOARD Of' COUNTlc' COMIMISSIONERS CONTRACT SUMMARY Contract # Effccttvc Da(c:_/ 1 Expiration Contract Purpo5c/Dc5cr1pt1011: Installation of Aids to NavigaGton1RegulatoLvy���r, COn=unity Harbor. Contract Matia er: Kim NcGeo 4Sl 1 -Marine Prviscrs (Name) (Ext.) (Departmeat) for BOCC meeting on 2.1 171 Oo Agenda Deadline. 1 / 31 / CONTRACT COSTS Total Dollar Value of Contract: $ 9.750.00 Current Year Portion: $_9�75n_na Budgeted? Yes No Account Codes: - MUT Grath: $ 9.750X0 ME) 6253I . - - - County Match: $ NT / .� k _ ADDITIONAL COSTS Estimated Ottguiug Costs: S X/A /yr For: _ (Not lacluded in dollar valua above) ft. maiatt:nancc, uiililil!%. 'anir�,rial, sat,:ies, etc.) CONTRACT REVIEW Changes Date In Needed Rev* a Date Out Yes No Division Director I�i�o t y! 00 (4"' L CAIAL, I O. B./.Pup n8 ( ) (✓) n --- — C .Gt�� �l 3 tf � County Attorney IL-1,00 Comments Form Nc-nwd Growth Management Division RESOLUTION NO. 2000 RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, AUTHORIZING AN ALLOCATION FROM THE BOATING IMPROVEMENT FUND FOR THE INSTALLATION OF AIDS TO NAVIGATION AND REGULATORY MARKERS, COMMUNITY HARBOR, KEY LARGO, MONROE COUNTY. BE IT RESOLVED, by the Board of County Commissioners of Monroe County, Florida, as follows: 1. That said Board has been notified of the availability of funds from the Monroe County Boating Improvement Fund for the installation of aids to navigation and regulatory markers, Community Harbor, Key Largo, Monroe County. 2. That the Growth Management Division, Marine Resources -Marine Projects Section acting for Monroe County has determined the eligibility of this project for the use of Boating Improvement Funds in the amount of $9,750. 3. That said Board hereby directs the implementation of this project by the Marine Projects Coordinator. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on day of A.D., 2000. (Seal) Attest: MAYOR Shirley Freeman COMMISSIONER Wilhelmina Harvey COMMISSIONER George Neugent COMMISSIONER Nora Williams COMMISSIONER Mary Kay Reich BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA BY: MAYOR/ COMMISSIONERS AAPPROVE,) AS t Clerk LEGAL sc; . RO o�T� Z Z w U a Q 0 00 0 o O, � Q W o cqj O c� U U d d cu b 2 0 w 0 a� Cd V) a� c co on 03 -b x U N U C N N N � cad 4:. > 0. oV) E •- c En �cz b� Cd c� U Cd U a � „ � 3 • o � oco -o c Cd Cdcn (� O �co N co o cd � U O bA • U V) C W 7 a� w G o 0 d c 9 N �+ .4 > Env a� a W CO a� GO �? U � o U 0 CONTRACT AGREEMENT AGREEMENT, MADE THIS day of 2000, by and between, A . S . A . P . , Inc. . (" Contractor "), and the BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, of the County of Monroe, State of Florida (Board). The Contractor and the Board, for the consideration named, agree as follows: 1. The Contractor shall furnish all the materials for the installation of regulatory markers and aids to navigation Community Harbor, Key Largo, Monroe County as specified by the maps and specifications attached as exhibits A and B. 2. The work performed under the Contract shall commence immediately from the date the Liaison provides the Notice to Proceed and shall be completed by May 31, ►m 3. The work performed under the Contract is contingent upon grant funding from the Florida Department of Environmental Protection Boating Improvement Fund. The Contractor understands the rules of the Florida Department of Environmental Protection and shall comply with said rules, along with the rules and procedures instituted by the Board to ensure an orderly progress to the project. 13oth the intent and the requirements of the Specifications attached as Exhibit B are understood by the Contractor. 4. The Board shall pay the Contractor the total sum of $ 9,750.00 for the work listed in Exhibit A and B of this Contract. Payment shall be upon completion by the Contractor and review and approval of the close out documentation by the Marine Projects Coordinator. No Change Orders will be allowed. 5. The attached List, Chart, and Specifications together with this Agreement, form the Contract. They are fully a part of this Contract as if repeated herein verbatim. 6. The Contractor covenants and agrees to indemnify and hold harmless Monroe County Board of the County Commissioners from any and all claims for bodily injury (including death), personal injury, and the property damage (including property owned by Monroe County) and other losses, damages, and expenses (including attorney's fees) which arise out of, in connection with, or by reason of services provided by the Contractor or any of its subcontractor(s) in any tier, their employees or agents. The purchase of the insurance required in the paragraph 11 does not vitiate this indemnification provision. 7. The Contractor acknowledges his/ her intention to comply with the need to coordinate all work with the appropriate environmental agencies, the U.S. Coast Guard, and the County. 8 . The Contractor agrees to supply the County with a set of photographs of the complete work along with a letter certifying completion of work. ` The Contractor will be responsible for the camera, film, and development , costs. The Contractor also agrees to provide transportation for the Liaison to inspect the completed work. 9. The Contractor understands and agrees that no payment will be made for this project without required photographs and written certification of completion. 10. Due to the use of heavy equipment and, at times, dangerous work environment, the Contractor understands and agrees to maintain an alcohol and drug free work environment. 11. The CONTRACTOR will be responsible for all necessary insurance coverage as indicated by the an "X" on the attached forms of Exhibit C identified as General Insurance Requirements and INSKLST 1-4, as further detailed on forms WC1, WCJA, GL1, VL1, & WLL All policies must list Monroe County as additional insured with the exception or the Workers Compensation policy. 12. The Contractor warrants that it has not employed, retained or otherwise had act on its behalf any former County officer or employee subject to the prohibition of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 020-1990. For breach or violation of this provision, the owner may, in its discretion, terminate this contract without liability and may also, in its direction, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee. 13. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO ( $10,000.00 ) for a period of 36 months from the date of being placed on the convicted vendor list. 14. The Board may terminate this Agreement with or without cause at any time upon giving the Contractor up to 10 days notice in writing. The Contractor, upon receipt of the notice, shall immediately cease work. The Board must pay the Contractor the percentage of the contract price which is satisfactory to the Board up to date the contractor received the notice of termination. 14. This Contract is governed by the laws of the State of Florida. Venue for any litigation arising under this contract must be in Monroe County. IN WITNESS WHEREOF the parties here to have executed this agreement by the day and year first written above. (SEAL) Attest: DANNY L. KOLHAGE, CLERK La Deputy Clerk Witness: Witness: BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA L-W Mayor/Chairman \` Business Name: A.S. . P . Inc. By: Title: AN PROVED AS TO FORM SWIEBY. DATE