Loading...
Item K27 Revised 2/27/01 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: 5-1 Ii '()2 Bulk Item: Yes ~ No 0 Division: Growth Manaaement Department: Marine Resources AGENDA ITEM WORDING: Approval of the Contract Agreement between Monroe County and Spirit Marine Towing and Assistance for the Emergency removal of DV3A360610cated off of Big Pine Key. ITEM BACKGROUND: The F.W.C.C. requested immediate removal of this vessel due to it posing a serious threat to navigation. Two quotes received, Arnold' Auto & Marine Repair, Inc.-$2,500, and Spirit Marine Towing & Assistance-$900. PREVIOUS RELEVANT BOCC ACTION: None CONTRACT/AGREEMENT CHANGES: New Contract STAFF RECOMMENDATIONS Approval TOTAL COST: $900.00 BUDGETED: Yes ~ No 0 COST TO COUNTY: Staff Time Onlv 100% Grant Funding REVENUE PRODUCING: Yes 0 No ~ AMOUNT PER: MO $ YR $ DIVISION DIRECTOR APPROVAL: NT~ APPROVED BY: COUNTY A TTY~ OMB/ DOCUMENTATION: INCLUDED ~ DISPOSITION: AGENDA ITEM #: ~17 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARy Contract with: Spirit Marine Towin2 COntract # & Assistance Effective Date: Expiration Date: Contract Purpose/Description: Emer2enev r@mnval n~"."LnL Rio P;n,. Ir..~ Contract Manager: Kim McGee 4511 u . .... u . (Name) (Ext. ) (Department/Stop #) Projects Section #9 for BOCC meeting on 5-16-02 Agenda Deadline: 5-1-02 CONTRACT COSTS Total Dollar Value of Contract: $ 900.00 Budgeted? YesiJ No 0 Account Codes: ~:$ 900.00 County Match: $ Staff Time Only Current Year Portion: $ 900.00 125 _ 5370 - 62512 5304VOGB0212-530340 ADDITIONAL COSTS Estimated Ongoing Costs: $ N/A /yr For: (Not included in dollar value above) (~. maintenance. utilities. ianitorial salaries. etc.) CONTRACT REVIEW Changes Date In ~eeded_~ Division Director ~I tz1~esO No~ _ Risk Management Lti1-h 'Or YesO NaB O.M.B.lPurchasing 1/J; 107...- YesO NoQ.--- County Attorney "/~l// /) oz...... YesO N'p Comments: Date Out f -02 OMB Fonn Revised 2/27/01 MCP #2 el/le/1999 16:3e 3e58725613 COFFIN PAGE €H 24 Hr. Service S~roWm*ASs~ Our Experience will save you Time and Money VHF Ch. 16 Man:h 12, 2002 Kim McGee Marine Projects Coordinator At fu#: 295-4317 PBOPOSAL Salvage and properly dispose of derelict vessel described as DV-3A-3606. This vessel is of unknown size and location, thought to be a 25-foot fiberglass boat. capsized and partially subm~ged in the vicinity of Spanish Harbor Bridge. The vessel is a moving hazard to navigation. It may Dot be possible to locate this vessel. This proposal is for recovering the vessel immediately upon receiving an accurate and current location. Spirit Marine will not be held liable fOT any damages caused by this vessel until it is in our care and control. COST: $900.00 t~L o r DUKE PONTIN . P.O. Box 244 . Big Pine Key, Florid. 33043 (305) 872-2752 ARNOLD'S AUTO .. MARINE REPAIR., INC. S540 ]... Ava.eo, Stock ....1Id Key wea, FL 33040 (305) 296-3832 FAX 292-9112 MAltCH J2, 2002 KIM McGI!E MAlUNE PkOmClS COORDINATOR 5100 COll.PQ!, aOAD 'KEY WEST. PL 33GW DEAR MRS, McGEE. OUR. BID POIt 11m JU!MOV AI. AND DISPOSAL OF 11IE 2S' DV3A-3CiQ6 LOCA'I1!D % MILS SOUTH OF SPANlSH IIAKBOR. SlUDGE IS $2,SOO.OO. ~v..~ ItJCHARD w, AltNOW CONTRACT AGREEMENT AGREEMENT, MADE TillS day of 2002, by and between, Spirit Marine Towing & Assistance ("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 foUows: 1. The Contractor shaU furnish aU the materials and perform aU the work as required by the Specifications for the emergency removal ofDV3A3606 for which a Florida Fish and Wildlife Conservation Commission Derelict Vessel Report is attached as Exhibit A. 2. The work to be performed under this contract must be completed by Mav 31. 2002. 3. The Contractor understands the rules of the Florida Department of Environmental Protection and shall comply with those rules, along with the rules and procedures instituted by the Board to ensure an orderly progress to the project. Both the intent and the requirements of the Specifications, attached as Exhibit B, are understood by the Contractor. 4. The Board shall pay the Contractor $ 900.00 for the removal and legal disposal of DV3A3606. Payment will be upon completion of work by the Contractor and review and approval by the Marine Projects Coordinator. 5. The attached Derelict Vessel Reports, Specifications, and the Monroe County Insurance Requirements 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 the Monroe County Board of County Commissioners from any and all claims for bodily injury (including death), personal injury and property damage (including property owned by the County) and other losses, damages, and expenses (including attorney's fees) which arise out of, in connection with, or by 1 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 paragraph 11 does not vitiate this indemnification provision. 7. The Contractor agrees to supply the County with a set of photographs of each vessel in all phases of the removal and disposal process. The Contractor will be responsible for the camera, film, and development costs. 8. The Contractor must inform the County and the Florida Marine Patrol prior to initiation of work. 9. The parties agree that a timely performance of this agreement is essential due to possible damage to the natural resources, hazards to navigation, or threats to human health and welfare. Therefore, the parties agree that the Contractor shall be liable to the Board for $100 per day of liquidated damages for each day after 5-31-02 that the Contractor's obligations under this agreement remain unperformed. The parties agree that such amount is by the way of compensatory damages and does not constitute a penalty. 10. Due to the use of heavy equipment and, at times, dangerous work environment, the Contractor understands and agrees to maintain an alcohol an drug free work environment. 11. The Contractor will be responsible for all necessary insurance coverage as indicated by an "X" on the attached forms identified as INSCKLST 1-4, as further detailed on forms VLl, WC1, WCJA, GLl, WLl, & POLl attached as Exhibit C. All policies must list Monroe County as additional insured with the exception of the Worker's 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 discretion, deduct from the contract or purchase 2 price, or otherwise recover the full amount of any fee, COmnuSSIOn, 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 of real property to public entity, may not perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. IN WITNESS WHEREOF each party hereto have executed this Agreement the day and year first written above. (SEAL) Attest: DANNY L. KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Deputy Clerk By: Mayor/Chairman Witness:_~~~~ .&~~ Witness:-Y BUSffi=N~~P~~/~C ~ -- Tite! lU11. . / ' 3 EXHIBIT A e. DERELICT OR ABANDONED VESSEL REPORT . DV-3A- 3""b OR AV-3A- ..... . INCIDENT NO. "-M - 02 - SE 4f t..I - 2-UQ2. A.')P~ 1. REGJDOCi Not.J~ LENG'DI '1.'5 Fr MAn UJ.J~tt.,j, TIPE UJJJQJof.u,J - . IS VESSEL ctJRREN1L Y REGlST.EI.EO? YES_ NO'- LAST REGISl1lAnON DAn. STAlE_ RULLMAn:RIAL: WOOD_ FIG V" METAL(mcsm llUBBER._ O'mER. ALIEN: COLOR: c.v..- r 1"E. MOTOR ATTACHED: NO_ YES_ TYPE _ H.LN.: Uk) ~t.J()WtoJ NAME ON VESSEL: ~0tJ~ OTRI:R IDENTIFIERS: ~ot.J ~ i"LOATINC STRUC'rollt: 2. VESSEL OWNI:RICUSTODIAN: UI.:lr.u~.J D.0.8.: BOAT REG. ADDlU!SS: CITYISTATEIZIP: DIUVml'S LlC'ENSE NO.: OTHER ADDRESS' 3. PHYSICAL LOCATION OF VESSEL: "3/", 1-1. u.. SOu'TJ.\ OF- $9~~ k~BOfZ- 8~06fe LA TlTlJDElLONCrrUDE (DEGREES, MINtJT'!S. SECONDS): 2'1" 3B. 0 S '9 . IJ - 81 0 I q. "2.0 3 t IJJ 4. CONDITION OF DERELICT VESSEL: WRECKED_ JUNKED ~ SUBSTANI1AU.Y DISMANn.ED_ SUNK_ AGROUND_ BROICENUP "'BtJRNED_ CAPSIZED "-USTING_ FULLOfWAlER_OlHER CONDmON OF ABANDONI.D VESSEL: ABANDONED_ INOPERAnvE_ PARnALLY 1)ISMANTLE_ NO APPARENr INTR1NSIC V ALUE_ PERSONAL ITEMS ONBOARD_ 5. SUBMERGED: 80 % DEPTH:~Ff. DAMAGING SUBMERGED LANDS: YES ./ NO_ OTHER PROPERTY DAMAGE: NO~ YES_EXPLAIN AFLOAT_ ADRIFT'/' IN WEn..A.NDS_ WASHED ASHORE_ OTHER TIED TO DOCK_ 'I'1ED TO OBJECT (D'I.C:lPV) SECURED ANCHORED _ Ptl'I.ll!D TO SHORE_ BELOW MIl W.L ABOVE Mli W.L. OTHElt ,. CAUSE: UNKNOWN ./ NATURAL D1SASlER _ OnIER (IXK.AIN\ 7. PROPERTY OWNER: $1' ATE SUBMERGED L.a.ND..... FEDERAL PROPERTY _ ()"l"IiER ($f>ECII'Y) OWNER/ADDRESS 8. THREAT TO NAVIGATION: YES~ NO_ UNK_ HOW II/..JLIT - '/ftoI7U/)JtJ4 ,,' A50u.E.. ~(;.~ 9. DANGER TO ENVIRONMENT: YES~NO_ liNK_ HOW 11/ mNfs Bo1Tl>M to. TOWI:D WrnlOtJT UPAIR: YES_ NO_ UNK"::" onmR n. RECOMMENDED DlSPOsmON: REMOVE 'fkOM W ATER~T~ TO LANDFILL'" RECYCLE METAL_ HAVE 'THE OWNElVCUSTODIAN REMOVE IT_ TI1R.N OVER TO ANOnIER AGENCY_ LEAVE AS IS CREATE MARINE HABITAT OR ARl1FlCIAL REEF_ OtHE.lt 12. NARRATIVE I DILIGENT SEARCH: (EXPLAIN) IJD 1/Ji:Ni'1FtrJ.5 , ~ /..JAu~ I-1A~A/1-0! j.Jo UblfT 'T 1>Po 11ZuOIlJ(, " ~ A(1(;uL .s~~. 08iCCl'" and Ape)- R~lt (please print) S~. <<"oIEN-# ~By~/J/r e'~ ~ rIVe. ,/, MD D\"om-'..- o.l.cpuI\~ ",C 2D-4SA IOJIOI) VL !Wl& I c.- J 7(" '.. ,', , r'o ~.~".Ji'.: . ~ . .', .. . '. " "J' 4',. l, .... ~ Hi: j',T7n 0 JP!;) Q7( 7 -~,97 -c:n;:,: XP.:l H3';.!H -:It-,J3 lHTl3dO: lfll.:l '. :t:'~'" '. ~ -..,. ~_:o>- I- - .9":" I .., .' -" '0' ~ --2l~:. :o-.r-,... : ,.</.,.... r:~.:::'J .. o i/ .., .'. !.-- .- II'> "",//~ .-:C-. /'~ )! I // ~ ~ ~'f' _.~,.-J7( 1~ ~ I;.:: ~ ~ ~ -~! \: _fi.116~!l.lO(.. ~. ~;/ ~ "$;i: L:_ y': '~~p CBl @ .~ ./ .".~d. R ,.. .. ,.. .. - ... J~ ... N ,-....1 ,-.;~.; _ Lo'"I' - -. /' ......'- ~....{ ... ~......<C. ~~.. ~ ... _::t ... <"l - ) .., @; .' . .. t rr', '-1 7n:t>r 7(1 0 J1?t.! -_.- -'~~^Ni>' Q?-\\~> -....i'- tl~O' " ,-...~ . r' ~\..~~~~.?,:,:, . '....~:rl.. -:: _ "."?: ! .. .......~ ~.': ~ -..:~,-_..\- -:;"'0 -, ('\ r.".. . ':," ',s""". 0-,: . ' 0 "---:/ -- -~.h.t;;~,; _! '2 (-,- ~;-T>~~,,~: , if. .~, - -:-.. ~~';".~~~f "/ "<<'.i\ \'\~;S~;..?~-:t~:'C_t\.~~ ' \ -r~ "":.~:tt:r-;\~> 0\....-.. ' "~ "floN S./ FWCC DIVISION OF LA W ENFORCEMENT SPECIAL ENFORCEMENT AREA 2796 OVERSEAS HIGHWAY, SUITE 100 MARATHON, FLORIDA 33050 (305) 289-2320 FAX #: (305) 289-2326 FACSIMILE MESSAGE DATE: Os -DB -0 Z- TO: k I M M L tS~ (!) R- 12E~~a...ln+"~ ~ FROM: O~c.~f- GDt...Of:rJ NUMBER OF PAGES SENT: if (INCLUDING COVER SHEET) COMMENTS: Should you not receive all copies. please advise. ~~ ~f1~C.1( UHouA,<.... bu~ 17) E.~MfC- /J4vJ&477o~ 1-111 'J,/J/L!J DLC T(,,) ..J Tr,o rT "'(I (\ Jf'I,1 a 7": ":9 _eJ)" -C:()(, : YP ~ ~"'.J~ ~~ P "~T"Y:j..K 1m ~ - EXHIBIT B DERELICT VESSEL REMOVAL CONTRACT SPECIFICATIONS FOR MONROE COUNTY, FLORIDA I. INTENT: It is intended that these specifications shall cover all aspects of the work. The purpose of this section is to provide specific conditions applicable to this contract where such coverage is not provided in other portions of the documents. 2. BID FORMAT: A dollar amount per foot must be submitted for the removal of as many derelict vessels on the primary list for which a Florida Marine Patrol Derelict Vessel Report is provided and as funding will allow. Any deviation from this format will result in an unaccented bid. A contract will not be granted on the basis of combined, related, linked, or discounted bids. Not applicable due to emergency removal of one or more derelict vessels for less than $25,000 total. 3. PLANS: There are no plans for this project, but copies of the Florida Marine Patrol Derelict Vessel Report with location sketches have been bound into these documents for the Contractor's use. The Specifications include a section on instructions to bidders, both general and specific, and a copy of each Derelict Vessel Report from the Florida Marine Patrol. Only those derelict vessels for which a report is included and listed on the Bid Response Form are to be bid upon and subsequently removed. The County reserves the right to remove any or all vessels from this contract at any time prior to actual removal from the water and disposal by the Contractor. The County has a limited amount of money to effect the removal of these derelict vessels. We have established priorities based on public safety, navigational hazard, and environmental considerations. Ifbids exceed the County's resources for removal based on these considerations, we shall limit vessel removal based on the considerations and cost effectiveness. 4. VESSEL IDENTIFICATION AND LOCATION: Each of the vessels have been given a derelict vessel identification number, which is shown with the location in the Florida Marine Patrol Derelict Vessel Report, included herewith. Each bidder is responsible for his own identification of each derelict vessel as to location, description and condition. If a derelict vessel cannot be (1) located, (2) removed, (3) verified and (4) disposed of, as specified in these procedures, then no payment will be made forthcoming to the Contractor for that vessel. Those four conditions must be met on each derelict vessel along with compliance of all laws for payment to be made. It is understood that the Contractor has, by personal examination and inquiry, if necessary, satisfied himself as to local conditions of each derelict vessel and as to the meaning, requirements and reservations of the specifications; for after contract letting, no deviation will be allowed. In case errors are discovered, they are to be reported by the Contractor to the County. The county assumes no responsibility should there be any discrepancies in what is stated in these documents and what the bidder evaluates. The Contractor should take special care to remove only those derelict vessel's on his Contract and for which he possesses a Florida Marine Patrol Derelict Vessel Report. Other derelict vessels in the area but not under Contract, cannot be molested. It may be possible to replace a derelict vessel of like kind, for the same or less money, when mutual agreement can be reached by the Florida Department of Environmental Protection, Monroe County Administrator of the Derelict Vessel Program, and the Contractor. This will be applicable when a contracted derelict vessel cannot be located. No derelict vessel may be replaced and removed without the tri-party consent noted in this paragraph. A contractor may suggest a possible replacement vessel but he may not remove it without the appropriate consent above. 5. SCOPE OF WORK: The Contractor shall be responsible for providing all permits, supervision, labor, equipment, tools, fees and taxes required to complete this project to the satisfaction of the County. The Contractor's procedure and methods of removal may be of his own selection provided they secure results which satisfy the requirements of the Specifications and any necessary environmental permits. Any vessel which is removed and disposed of shall be removed from its present site in such a manner as to do the least possible damage to the natural environment. All debris from the vessel shall be removed and the site left in a reasonably clean condition. No oil or fuel shall be permitted to be dumped or spilled into or unto the water or land. All pollutants shall be removed from the derelict vessel prior to removal from the water. The Contractor shall be responsible for making any and all arrangement for access to the vessel to be removed. If private property has to be traversed, then written permission of the owner is necessary. In removing a derelict vessel that may lie on or near grass or sponge flats extreme caution must be use,d to do the least possible damage. - ---- ~ - ~ - ,-- 2 The Contractor is fully responsible to the County for the acts and omissions of his subcontractors and of persons either directly or indirectly. employed by said subcontractor, as he is for the acts and omissions of persons directly employed by him. Nothing contained in the relation between any subcontractors shall abide by the terms, conditions, and requirements of this Contract. It is the responsibility of the Contractor to pay all debt obligations incurred with subcontractors in an expedient manner. 8. LEGAL RESTRICTIONS, PERMITS AND TRAFFIC PROVISIONS: The Contractor shall comply with all applicable local, State and Federal requirements pertaining to the terms of this Contract. The Contractor will be responsible for obtaining, at his own expense, any licenses or permits that may be required and should inquire about permit requirements with the appropriate agencies. The Contractor shall comply with all the requirements of the Federal Pollution Control Act. The Contractor shall conduct his operations so that he shall not close any thoroughfare nor interfere in any way with traffic on highways, or on water, without the written consent of the proper authorities. Work shall be done at any time that shall not interrupt or disturb members of the public. Utilization of off-loading sites located on private property (water to land for transport to the landfill or other disposal site by vehicle) must have written approval of the land owner. The Florida Marine Patrol should be contacted to initiate eviction proceedings for contracted derelict vessels which are inhabited at the time of removal and when another vessel is too close to the contracted derelict vessel to allow safe operations. Direct confrontations with other boaters should be avoided and the Florida Marine Patrol should be contacted immediately if such confrontations results from removal of any contracted derelict vessels. 9. INSURANCE: The Contractor must obtain insurance required by the County and submit proof of same to the County prior to acceptance of bid and contract approval by Board of County Commissioners but no later than five working days after notice of low bidder. All insurance shall be maintained until work has been completed and accepted by the County. The Contractor shall furnish the following certificates of insurance for review by the County's Risk Management Division: Certificate (s) ofInsurance which clearly indicates that he has obtained the insurance coverage required in paragraphs a,b,c and d below. - ...-- ~ -- .--- - '.... ,..---,--- 4 The Contractor hereby certifies that no modification or change in insurance shall be made without (10) days written advance notice to MONROE County, c/o the Director of the Risk Management Division. a. Worker's Compensation Insurance per Fl. Statutes b. Federal Jones Act Coverage c. General Liability Insurance on a comprehensive basis, in an amount not less than $500,00.00 per occurrence for Bodily Injury and Property Damage combined, to include contractual liability. c. Pollution Liability Insurance in the Amount of $500,000. d. Water Craft Liability Insurance in the Amount of $500,000. e. Automobile liability insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $300,000 per occurrence for Bodily Injury and Property and Damaged combined. All insurance policies required above shall be issued by companies authorized to do business under the laws of the state of Florida. The MONROE County Board of County Commissioners must be listed as "Additional Insured" on all policies, except for the Worker's Compensation policy. 10. COMMENCEMENT, DELAYS AND CO~LETION OF WORK: After receiving Board of County Commission approval of the Contract, and after reconciliation of any details or conditions which may directly or indirectly interfere or conflict with work of the Contract, the County will issue a "Notice to Proceed" officially authorizing the Contractor to commence. The Contractor shall commence work within one week from the date on the "Notice to Proceed" letter. If the Contractor should be delayed in the progress of the work included in the Contract by enforceable causes beyond his control, the time for the completion of the work may be extended upon agreement of the County representative. Requests for an extension of time must be submitted in writing to the County representative. Extensions of time cannot legally be approved unless the written request is submitted in the time to permit it to be acted upon before the Contract expiration date. To allow sufficient time for the administrative procedures required to obtain action by the County Commission, a request for time extension must be received by the County representative at least sixty (60) calendar days prior to the Contract expiration date. . ---- -_1"--- 5 Provided further that the Contractor shall within ten (10) days from the beginning of such delay notify the County, in writing, of the causes of the delay. The County representative will ascertain the facts and the extent of the delay and notify the Contractor within a reasonable time of her decision in the matter. If the Contractor fails to complete the work within the time limit, and if the County should nevertheless permit the Contractor to continue anq complete the same without official extension of time in writing, such permission shall not modify nor waive any liability of the Contractor for damages arriving non-completion of work within the time limit, but such liabilities shall be subject to continuation in full force against the contractor. 11. CHANGES AND INSPECTION: The vessels herein considered are to be removed for the County by the Contractor in accordance with the specifications. The County may give instructions or directions to supplement the specifications. These shall be binding upon the Contractor and upon all his subcontractors, employees and agents of every kind. All work and every process and operation shall be subject to inspection at all times, and the County and their representatives shall have free access to all aspects of the work. The Contractor shall remove and make good, as may be directed, without charge, any defective work. Oversight or error of judgment of inspections, or previous acceptance, shall not relieve the Contractor from the obligation to make good any defect whenever discovered. The right is reserved to change the Specifications consistent with regard to the general intention of the contract for any part of the work or materials, either before or after work has begun. Notice of such changes shall be given in writing to the Contractor; such changes are not to be grounds for any claim by the Contractor for damages, nor for the forfeiture of the Contract. It is possible that a Derelict Vessel could disappear between the time of inspection by the contractor and the actual effort to remove it. No payment will be forthcoming in event that this occurs. Except when otherwise specified, the expense of all tests requested by the County will be borne by the County. 12. AUDIT RIGHTS: As a provision of the grant from the State of Florida to the County, and if so requested by the State, the successful bidder agrees to provide access to all records and allow the audit of any books, documents and papers related to this project for a period of up to one year and during and after termination of the contract. 13. CONTRACT AWARD: The County reserves the right to evaluate the submitted bids and award a contract to the bidder submitting the lowest per foot bid for the derelict vessels listed in the bid package as one project and for which a .- - .... -,......- ,.-- 6 Florida Marine Patrol Derelict Vessel Report is included. One bid will be accepted and a Contract issued for the total removal of all listed d~relict vessels as one project, up to the limit of available funds. The actual number of vessels to be removed will depend on the accepted per foot bid price and the available funds. 14. PREWORK CONFERENCE: A meeting will be necessary involving a representative of the County, the Contractor and other parties with direct involvement prior to the signing of the Contract. The time and place of this conference will be set by the County representative. At this time the Contractor shall provide the County with a schedule as to the order in which he proposes to remove the vessels awarded to him. 15. CONTRACT SECURITY: The Contractor is expected to act and deliver in good faith all work, at the agreed price, in the allowed time. Failure to do so, could jeopardize the contractor's reputation with the County and potentially influence any future contracts with MONROE County. . 16. EXECUTION OF CONTRACT DOCUMENT: Due to the time frame involved with this project, the Contractor upon notification that he is to be awarded the contract documents for execution, shall return said documents properly executed along with insurance within TEN WORKING DAYS. This will assist in acceleration of execution of the contract documents. The Contractor, by virtue of signing the Contract, acknowledges that he and all his subcontractors have satisfied themselves as to the nature and location of the work, the general and local conditions, including, but not restricted to, those bearing upon transportation, handling, access to the pick-up and disposal sites; and the character of equipment and facilities needed to perform the work. Failure on the part of the Contractor to completely or properly evaluate any factors of his costs prior to bidding shall not form a basis for additional compensation if he is awarded the Contract. . If for any reasons, not acceptable to the County, the Contractor does not perform, the County shall have the right to levy liquidated damages against the Contractor. Liquidated damages in the amount of $1 00 per day shall be assessed against the Contractor for any bid item awarded to him which is not completed and accepted by the County within the number of calendar days specified in the Contract. Liquidated damages are accumulative. 17_ NOTICE TO PROCEED: The Contractor shall commence work upon this project within one week of the date of the Notice to Proceed letter and perform in a continuous manner until completion and acceptance by the County. For Contracts -......---..... ..".......- -- 7 wherein a specified number of days for completion is stated in the Contract, the effective date of the "Notice to Proceed with Contract Work" will establish the "beginning date" of the project. 18. TERMINATION OF CONTRACT: This Contract may be terminated by the County, giving up to ten (10) days written notice to the Contractor; said notice shall be sufficient if delivered to the party personally or mailed by certified mail to his mailing address as specified on the accepted bid. 19 . FINAL CLEAN-UP: Upon completion of the work specified herein and before acceptance and final payment shall be made, the Contractor shall remove from the sites all machinery, equipment, surplus and discarded m~terials and temporary structures. The disposal of materials, rubbish and debris shall be made at a legal disposal site. 20. DISPOSAL SITES AND FEES: The Contractor is responsible for disposal of all derelict vessels included in this contract and must make arrangements for legal disposal. It is the responsibility of the Contractor to pay all disposal fees incurred, and such removal related costs should be considered when bidding on this contract. The Contractor will deliver the derelict vessels to a Florida Department of Environmental Protection permitted disposal site that has current occupational tax licenses. It is the intent of this contract to remove derelict vessels from their present site and legally dispose of them. Upon receipt of vessels at the landfill, they must be disposed of immediately. . There are several Monroe County disposal sites, Cudjoe Landfill, MM 21.5 (vessels must be 26' and under to be delivered in tact, over 26' they must be broken up), Long Key Landfill MM 68, and Card Sound Road AKA SR905 other landfills in neighboring countries or any other location for disposal as long as the site is a legal licensed disposal site. Prior to transportation of vessels out of County the County representative must approve. Vessels being disposed of at County Landfill sites must be free of pollutants and engines. 21. PROOF OF PROPER DISPOSAL AND NOTIFICATION TO MARINE PATROL: Contractor must submit prior to receiving any payment: A receipt for each vessel including the date of disposal, the Florida Marine Patrol Derelict Vessel Number, disposal site location, and the telephone number. Recipient of debris should provide detailed receipt showing type and description of debris received. In addition to the above information, Contractor must submit three pictures of each vessel removed. The first photograph must be of the vessel at the current location prior to removal, the second photograph must be of the vessel after removal but in the same general area preferably while in tow, and the third - .- - -,... 8 photograph must be of the vessel at the disposal site with sufficient background to depict disposal (i.e., building or sign identifying disposal site). The derelict vessel number, when possible, must appear in all photographs. The Contractor will be responsible for the camera, film, and development costs. The photographs should be taken with a Polaroid camera that provides instant photos since this minimizes loss of documentation due t~ camera malfunction or loss overboard. This photos must be submitted on a vessel by to document the removal and disposal of the contracted vessels final payment can not be assured. The Contractor must notify the Florida Marine Patrol and the County Representative in writing as to the work schedule of removal. This should be done after the pre-work conference with the County representative. Notification is to be made before doing any work on each vessel. This multiparty communication for each Derelict Vessel is a requirement of the contract. 22. PAYMENT: All payments for the removal and disposal of each vessel, shall be for the performance of the work as stipulated in these specifications and associated contractual documents. The unit rate of bid shall be totally inclusive for all phases of the operation. The Contractor may request two partial payments by submitting an invoice for the number of vessels removed up to the date of the invoice, providing the Contract agreement does not explicitly prohibit partial payments. Photographs, disposal receipts, and signed FDEP Disposition Certification form for the vessels for which payment is being requested. The Contractor understands and agrees that no payment will be forthcoming for the removal and disposal of any derelict vessel (1) not listed on this contract nor (2) for any derelict vessel on this contract for which a written certification verifying the removal of the subject vessel has not been obtained from the Florida Marine Patrol and a Representative of the disposal site at the time of delivery. In addition, property, public or private, if damaged during the work or removed for the convenience of the work, shall be replaced at the expense of the Contractor in a manner acceptable to the County and the Owner, prior to the final payment for contracted work. 23. NON-COLLISION AFFIDAVIT: Upon entering into the contract, the Contractor agrees to sign and endorse the Non-Collusion Affidavit form (attached). 24. ETHICS CLAUSE: Upon entering into the contract, the Contractor agrees to sign and endorse the Ethics Clause form (attached). 15. DRUG FREE WORK PLACE FORM: Upon entering the contract, Contractor agrees to sign and endorse the Drug Free Work Place form (attached). - --- ~ .. ,....... - -. 9 -....-- ~ - ~ - -- 26. DERELICT VESSELS AT ISSUE: The derelict vessels listed on the Derelict Vessel Working Bid List shall be removed and disposed of by the Contractor in accordance with the provisions of these SpecificationS~ 10 1996 Edilion - EXHIBIT C :r l\10NROE COUNTY, FLORIDA INSURANCE CHECKLIST FQR VENDORS SUBJ\UfilNG PROPOSALS FOR'VORK To assist in t~e development of your proposal, the insurance coverages marked with an "X" will be required in the event an award is made to your firm. Please review this form with your insurance agent and have himlher sign it in the place provided. It is also required that the bidder sign the form and submit it with each proposal. . \\10RKERS' COMPENSA nON AND EMPLOYERS'LIABILITY X 'Workers' Compensation x Employers Liability Employers Liability Employers Liability US Longshoremen & Harbor Workers Act X Federal Jones Act Statutory Limits SJ 00,000/$500,0001$1 00,000 S300,000/S500,OOOI$500,000 SI ,000,OOO/S 1 ,000,0001$ 1 ,000,000 Same as Employers' Liabilit)' Same as Employers' Liability WCl WC2 WC3 WCUSLH ~lCJA lNSCKLST 1 Administration Instruction U 709 2 1996 Editioa VF.HTCLE I~IABJC~~ As a minimum, coverage should extend to liability for: . Owned; Non-owned; and Hired Vehi~les Required Limits: X VLl VL2 VL3 VL4 BRl MVC PROl PR02 PR03 POLl POL2 POL3 EDl ED2 GKl GK1 GK3 \11..1 x x Administration Instruction U 7 (}q 2 $50,000 per Person: $100,000 per Occurrence $25,000 Propeny Damage or $100,000 Combined Single Limit $100,000 per Person; $300,000 per Occurrence $50,000 Property Damage or $300,000 Combined Single Limit $500,000 per Person; $1,000,000 per Occurrence $100,000 Property Damage or $1,000,000 Combined Single Limit $5,000,000 Combined Single Lin1it MTSCELLA~~OUSCOVERAGES Builders' Risk Limits equal to the completed project. Limits equal to the maximum value of anyone shipment. Motor Truck Cargo Professional Liability $ 250,000 per OccurrencelS 500,000 Agg. - $ 500,000 per OccurrencelSl ,000,000 Agg. SI,OOO,OOO per OccurrcncelS2,OOO,OOO Agg. $ 500,000 per OccurrencelSl,OOO,OOO Agg. $1,000,000 per Occurren~OOO,OOO Agg. $5,000,000 per OccurrencelSl0,000,000 Agg. $ 10,000 $100,000 Pollution Liability Employee Dishonesty Garage $ 300,000 ($ 25,000 per Veh) Keepers $ 500,000 ($100,000 per V~) $1,000,000 ($250,000 per Veh) Watercraft L1ab~1~ty $500.000 INSCKLST J 1996 Edi,ion INSURANCE AGENT'S ST::TEMENT . I have reviewed the above requirements with the bidder named below. The {ollowing deductibles apply to the corresponding policy. POLICY I ' DEDUCTIBLES Liability policies are _ Occurrence _ Claims }..{ade Signature Insurance Agency . lUDDERS STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all the requirements. Signature Bidder INSCKLST 4 AdminiSU"ation Instruction "'09,2 1996 Edil_ \VORKERS' COMPENOATION INSURANCE REQUIREl\fENTS FOR CONTRACI" , BEnVEEN 1t{ONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract, the Contractor shall obtain Workers' Compensation Insurance with limits sufficient to respond to Florida Statute 440. In addition, the Contractor shall obtain Employers' Liability Insurance with limits of not less than: $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $100,000 Bodily Injury by Disease, each employee Coverage shall be maintained throughout the entire term of th~ contract. Coverage shall be provided by a company or companies authorizcd to transact business in the state of Florida. If the Contractor has been approved by the Florida's Department of Labor, as an authorized self- insurer, the County shall recognize and honor the Contractor's status. The Contractor may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the Contractor's Excess Insurance Program. If the Contractor participates in a self-insurance fund, a Certificate of Insurance will be required In addition, the Contractor may be required to submit updated financial statements from the fun upon request from the County. ,vel Administration InSU'\lctlon U709.2 1996 Edition \\'ORKERS' COI\{n::NSA TION INSURANCE REQUIREMENTS FOR CONTRACT I I BET\VEEN MONROE COUNTY, FLORIDA AND Recognizing that the work governed by this contract involves Maritime Operations, the Contractors Workers' Compensation InsuranCe Policy shall include coverage for claims subject to the Federal JOD Act (46 U.S.C.A. subsection 688) with limits not less than those specified for Emplo}'er's Liability. The Contractor shall be permitted to provide Jones Act Coverage through a separate Protection and Indemnity Policy, in so far as the coverage provided is no less restrictive than would have been pro vi by a W orkersl Compensation policy. I \\'CJA AdmlnlSIr allan I nSlNClion U '709 , 1996 Editioa GENERAL LIADIJ..:TY. INSURANCE REQUIREl\fENTS FOR CONTRACT I BETWEEN MONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contrac~ the Contractor shall obtain General Liability Insurance. Covera2e shall be maintained throu2hout the life of the contract and include, as a minimum: - - . Premises Operations . Products and Completed Operations . Blanket Contractual Liability . Personal Injury Liability . Expanded DefInition of Property Damage The minimum limits acceptable shall be: $300,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: I. $100,000 per Person S300,000 per Occurrence S 50,000 Property Damage An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reponed should o."tend for a minimum of twelve . (12) months following the acceptance of work by the County. . . ..- The Monroe County Board of County Commissioners shall be named as Additionallnsured on all policies issued to satisfY the above requirements. eLl Admmisuauon Inslructlon 14709,2 1996 F.dillClll VEHICLE LIABILi'i=r '. INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN "IONROE COUNTY. FLORIDA AND Recognizing that the work governed by this contract requires the use of vehicles. the Contractor. prior to the commencement of work. shall obtain Vehicle Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minim~ liability coverage for: . Owned. Non-Owned. and Hired Vehicles The minimum limits acceptable shall be: . S100,000 Combined Single Limit (CSL) ~ If split limits arc provided, the minimum limits acceptable shall be: . , S 50.000 per Person S100.000 per Occurrence S 25.000 Property Damage The Monroe County Board of Count)' Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. VLl Admimsuauun 11I!ilrucUon U7092 KO 1996 E4iliaD POLLUTION UABnnY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND Rcco2]"l;.,;no that the work governed by this contraCt involves the: storage:, treatment, processing, or traiisponIng ofba%ardous ma.tc:ria1s (as de:fined by the: Federal Environmental Proteetion A2e:n~'), the: ContraCtOr sba1l ~base: and maintain, throughout the: life: of me: contraCt, pollution Liability Insurance: which will ~~nd.to bodily injury, property n~m~e, and c:n\ironmental damage caused by a pollutIon mCldc:nt. The: !T'I;,,;mum limits of liability shall be: $500,000 per Occumnc:lSl,OOO,OOO Aggregate If coverage is pro~ided on a claims made basis, an extended claims reporting period offour (4) years will be reqUIred. POLl !-c!miniStr:nion InstnlClion 14709.2 71 \ \ i - - 1996 Edilion 'YATER CRAFT LIAntLJ1..~ INSURANCE REQUlREl\fEN1'S FOR CONTRACT , ' BET\\'EEN MONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract; the Contractor shall obtain Water Craft Liability Insurance with terms no less restrictive than those found in the standard" American Institute Hull Clauses" (June ~ 1977 edition). Coverage shall be maintained throughout the nfe afthe contract and include, as a minimum: . Injury (mcluding death) to any Person . Damage to FIXed or Movable Objects . Costs Associated with the Removal of Wrecked Vessels . Contractual Liability with Respect to this Contract If the policy obtained states that coverage applies for the " ActslJr Omissions of a Vessel", it shall be endorsed to provide coverage for the legal liability of the shipowner. The minimum limits acceptable shall be: S500,000 Combined Single Limit (CSL) '... Coverage provided by a Protection and Indemnity Club (P4!) shall be subject to the approval of the County. The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies i~ed to satisfy the above requirements. \VLl Admlftl5lralj'ln In!oUUClIon 14 709 2 ~ c.;UHU CERTIFICA I t: ut- LIABILII Y IN:SUMAI'I\"C ,., I O~/J."/~lJ(J~ ,""ODUCER 13 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ALAN R. JlOTT ~G1UlCY, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE PO BOX ~!125 - . HOLDER. THIS CERTlF1CATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 184 BAST JL'.IN STurr Hr1NTINm.:'ON, BY ~~143 INSURERS AFFORDING COVERAGE INSUIIED SPIRIT lURID INSURER A: ROYAL INSURANCE CO. 07 AMERICA D/B/A sa TOW FLORIDA zarrs INSURER B: P.O.BO% 244 INSURER C: BIG PINll zarr, FL 33043 INSURER 0: , SBATol INSURER E: COVERAGES THE POLICIES OF INSURANCE USTED Baow 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. '~f: TYPE 0" INSURANCE POLICY NUMBER POLICY EFFECTIVE POLlCYEXPIRAnDN I UMITS I ~ERAL LIABILITY EACH OCCURRENCE I S COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Am 0.... firel I s I ClAIMS MADE 0 OCCUR MED fXr lAm one _,,' , f- PERSONAL So ADV INJURY S f- GENERAL AGGREGATE S n'L AGGREn LIMIT APPLIES PER: PRODUCTS. COMP/OP AGG I S POLICY ~~~.;. n LOC . ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT S AtlVAUTO lea ec",,*-I - - ALL OWNED AUTOS BODILY INJURY I S SCHEDULED AUTOS "n'i2J2. ,.... _"I - #\NAGEMENl HIRED AUTOS APP~y~(~~t~ - Lit . BODILY INJURY S NON-OWNED AUTOS -:....... - :C. ~ lPer _"'11 - I-- BY ., PROPERTY DAMAGE ... \ ...:J.': ,.,-I\.Jr- .^i ( lPer ecCldeMl S i' ~=r~n UI'\II;;. Nt A _ --i. YES I"Jn\ ll\-~ AUTO ONLY. EA ACCIDENT S - AtlVAUTO WANER I OTHER THAN EA ACC S AUTO ONLY: AGG I S EXCESS LIABILITY EACH OCCURRENCE S :::rOCCUR 0 CLAIMS MADE AGGREGATE S S . ==i DEDUCTIBLE S RETENTION S S WORItEJIIS COMPENSATION AND I WCSTATU- I IOJ~'1 EMPLOYEJIIS' LIABILITY E.L. EACH ACCIDENT S E.L. DISEASE - EA EMPLOYE!!! $ E.L. DISEASE. POLICY LIMIT $ A OTHER I P:ZOIl2:Z:ZUl 11/U/2001 11/10/2002 500000 PROTECTION &I.NDBMNIl DESCRIPTION OF OPERATlONSILOCAnONSNEHICLESJEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS 2 PAID CREW CERTIFICATE HOLDER I ADDITIONAL INSURED: INSURER LETTER: MONROE BOARD COUNTY 07 COlD!. MARIA DBL RIO ADDITIONAL INSUR1f1) 1100 SIMONTON STurr KEY WZST, 7L 33040 CANCELLATION 10-DAY NOTICE 70R NON-PAYMI!N'I' OF PRo SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPlRAn( DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WIlITT; NOnCE TO THE CERnFlCATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SH" IMPOSE NO OBUGAnON DR LIABILITY OF ANY IIND UPON THE INSURER. ITS AGENTS' REPRESENTATIVES. AUTHORIZED REPRESENTATIVE H CORD 25.517/971 ACORD... CERTIFICA TE OF LIABILITY INSURANCE \ DATE 2/27/2002 PROOUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ~ ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Professional Insurance Center HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR 2003 W,Kennedy Blvd ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, Tampa. Florida --33606 INSURERS AFFORDING COVERAGE II'SUREO .., .;;-/ INSURER A: Integon ~ational Insurance- - Duke Pontin C"- INSURER B: Spirit Marine INSURER C: PO Box 244 INSURER 0: Bi~ Pine. FL 33043 C!Ul:l~"" INSURER E: THE ?OLIClES OF INSURANCE L:STED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABovE FOR THE POUCY 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 TEi'lMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I~;:I TYPE OF INSURANCE I POLICY NUMBER p~O.L.!-S; EFFECTIVE I P~~lf:~ EX?IRATIO~ I UMITS ~ERAL LIABILITY CACH OCCURRENCE I I COMMERCI.o.L GENERAL UABIUTY FIRE DAMAGE IAny one IIrel I I I CLAIMSMAOE 0 OCCUR MEO exp IA"., one oe..onl I peRSONAL!o AOV INJURY I ~, >OG"n ~'; "rl "" GENeRAL AGGREGATE I pROOUCTS. COMP/Op AGG S POLICY 'Iii~.. LOC ~TOMOIILe UABILITY COMBINeo SINGLE UMIT S 500.000 ANY AUTO IE. acddenll r-- X ALL OWNEO AUTOS BOOIL Y INJURY 02/04/02 08/04/02 I A sc",eOULED AUTOS FLC 3961183 06 (Pet 0.'50n. - - "'IReD AUTOS BOOIL Y INJURY I NON.OWNO:O AUTOS IP., Iccidenll ~ r-- PROPERTY DAMAGE I II'., Iccldenll I GARAGE UABILITY 0..Jll~~EMENT AUTO ONL V. EA ACCIDENT . R ANv.,\..'TO OTHER THAN EA ACC . ..nc.c:l'~':r.-.: AUTO ONLY: AGe; S E.XCESS UAB1LITY ev>>f.: r' .L/ V I ,::;:::::::: '.-- EACH OCCURReNCE I t:loCCUR 0 CLAIMS MAOe ~:~l~- - AGGREOA TE I .. II i\.,f;;..-- / ,!::< - - . , . '- I ~ DECUCTlBLe ' , ..\.;;-..4 .._'-- .. RETENTION I . WORKERS COMPENSATION AND ~. ~ ~ I ~~~: ~~;, 1 IO~t . EMPLOYERS' UABllITY ~O E.L. EACH ACCIOENT I 1'\ ( (-6 e.L. OISEAse . EA EMPLoveE S (C. "":. . I E.L. OlseASE . ~OUCV LIMIT I OTHER ..., J')L.of I .lifu, uri M cLf)[J Vr\,0 DESCRIPTION OF OpERATtONS/LOC,l.TIONSIVEHICUSiEXCLUSIONS AOOEO BY ENDORSEMElIITiS?ECIAL PROVISIONS 1979 GMC Dump Truck SNltT16nA9V601349 1978 G~1C SNf/TME578V~10648 CERT1F1CA TE HOLDER I AOOITIONAL INSURED: INSURER L!IT7ER: CANCELLA Tl0N SHOULO ANY OF THE ABove DESCRIBED POLICIES BE CANCELLeD BEFORE THE E.XPlRA DATE THEREOF. rHe ISSUING INSURER WILL eNDEAVOR TO MAIL .J:..Q.. DAYS WRr NOTICE TO THE CERTIFICATE HOLDER NAMED TO THe LEFT. BUT FAILURE TO 00 SO S IMPose NO OBUGATtON OR LIABILITY 0; ANV KINO UPON THE INSURER. rTS AGurr COVERAGES Monroe County Board Of County Commissioners 1100 Simonton Street Key West. FL 33040 o ACORD CORPORATION'