Loading...
Item K32 Revised 2/27/01 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Jf.l{ Meeting Date 5-15-02 Bulk Item: Yes [8] No 0 Division: Growth Manaaement Department: Marine Resources AGENDA ITEM WORDING: Approval of the Contract Agreement between Monroe County and American Underwater Contractors, Inc. for the Emergency repair of channel marker #32 Cow Key Channel. ITEM BACKGROUND: The Marine Resources Planner received complaints that this marker had been destroyed and needed to be replaced. Two quotes received, Spirit Marine Towing & Assistance-$1,985.00 and American Underwater Contractors- $1,800.00. PREVIOUS RELEVANT BOCC ACTION: None CONTRACT/AGREEMENT CHANGES: New Contract STAFF RECOMMENDATIONS Approval TOTAL COST: $1.800.00 BUDGETED: Yes [8] No 0 COST TO COUNTY: Staff Time On Iv BIF REVENUE PRODUCING: Yes 0 No [8] AMOUNT PER: MO $ YR $ APPROVED BY: COUNTY A TTY[8] OMB/PURCHASI DIVISION DIRECTOR APPROVAL: DOCUMENTATION: INCLUDED [8] DISPOSITION: NOT REQUIRED 0 AGENDA ITEM #: ,~O,,/ MONROE COUNTY BOARD OF COUNTY COMMISSIONERS ..' CONTRACT SUMMARY Contract with: American Underwater COntract # Contractor's Inc. Effective Date: Expiration Date: Contract PurposelDescription: Emer2encv repair of channel marker #32 Cow Key Channel. Contract Manager: 1(;.... M,.C.AA 4511 Marine Resources- (Name) (Ext. ) (Department/Stop #) 9 Marine Projects Section for BOCC meetin2 on 5-16-02 A~enda Deadline: 5-1-02 CONTRACT COSTS Total Dollar Value of Contract: $ 1 Ann nn Budgeted? YesliJ No 0 Account'Codes: Grant: $ BIF County Match: $ Till A Current Year Portion: $ 1 .800 .00 157 -62603-530 - 340 - ADDITIONAL COSTS Estimated Ongoing Costs: $ HI A /yr For: (Not included in dollar value above) (est. maintenance. utilities. ianitoriaL salarics. etc.) CONTRACT REVIEW Changes Date In Needed Reviewer Division Director YesO NoD Risk Management tt .ai-CJ..... YesD NoEE] ~ - -SQu~ O.M.B.lPurchasing ~~L- YesD No~ ~ CountyAttomey Q-a:J.-D2- YesONO~~ Comments: Date Out r q-7?-c) OMB Fonn Revised 2/27/01 MCP #2 ~"'I ,.I,JI - - - - 24 Hr. Service S~W~ASSISTAN~ Our Experience will save you TIme and Money March 13. 2002 Kim McGee Marine Projects Coordinator At fax #: 2954317 ~ Spirit MArine proposes to do the following work: Install a new marker and signs for DBN 32, North Cow Key Extension. Find and dispose of the downed marlter, located on Sigsbee Beach. Spirit Marine will provide one n~ marker piling and sign. hardware. Signage and piling cap will be provided by Monroe County. All work will be performed in a professional manner and to the s1andards of Mouroe County. COST: 51985.00 DUKE PONTIN . P.O. Box 2" . BI, Pine Key. Florida 33043 (30S) 872-2752 VHF Ch. 16 e3/13/2ee2 12:37 561-575-4651 AMERICAN UC PAGE el AMgmc"". UNDERWATER CONTRACTORS, INC. 102 S1JN nsa LA.N& JUPI'I'D. JL 334T1 DIrect: 561-31l~11 011IIII: 561-!75-1151 Pa: !l6I-5?5-o1M1 ._:A~ March 13,2002 Mrs. Kim McGee Marine Projeets Coordinator Community Services Division County ofMomoe Key West, FL 33040 Ph: 305-292-4511 Fx: 305.295-4317 RE: Piling and Sign 1q)1acemeot: Cow Key Channel Dear Xim: Anaica4 Underwater CoDtracton, Inc. can install tbe piling and sips for ~CIE)' replacemcrn in Cow Key Chlmnel for a lwnp S1DD price of$I,800.00 (Eighteen hundred dollars). We can replace the pile within tbe next ~w days per Rich Jones' direction. David Foster Plesident. American Underwater Contracton, Inc. CONTRACT AGREEMENT AGREEMENT, MADE TIllS day of 2002, byand between, American Underwater Contractors. Inc. (" Contractor "), and the BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, of the County of Monroe, State of Florida (Board). The Contractor and the Board, for the consideration named, agree as follows: 1. The Contractor shall furnish all the materials for the Emergency repair of Channel Marker #32 Cow Key ChanneL Monroe County as specified by Exhibit A. 2. The work perfonned under the Contract shall commence immediately from the date the Liaison provides the Notice to Proceed and shall be completed by May 31, 2002. 3. The Contractor understands the rules and procedures instituted by the Board to ensure an orderly progress to the project. Both the intent and the requirements of the Specifications attached as Exhibit A & B are understood by the Contractor. 4. The Board shall pay the Contractor the total sum of$ 1.800.00 for the work listed in Exhibit A of this Contract. Monroe County's perfonnance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. Payment shall be upon completion by the Contractor and review and approval of the close out documentation by the Marine Projects Coordinator. 5. The attached List, Map, and Specifications together with this Agreement, form the Contract. They are fully a part of this Contract as ifrepeated 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 fonns ofExlnbit C identified as General Insurance Requirements and INSKLST 1-4, as further detailed on fonns WCl, WCJA, GL 1, VL 1, & WI... 1. 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 prolubition 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 of36 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 tennination. 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 WIlNESS WHEREOF the parties here to have executed this agreement by the day and year first written above. (SEAL) BOARD OF COUNTY COMMISSIONERS Attest: DANNY L. KOLHAGE, CLERK OF MONROE COUNTY, FLORIDA BY: BY: Mayor/Chairman Witness: BU~~1l"t.~ (He.. By: ~ Title: P2A\CENt' APPROVED A AS TO FORM FF. Y EXHIBIT A Scope of Work For Replacement Of Cow Key Channel DBN 32 The contractor shall supply a standard size pile and all hardware (see attached specifications sheet). The County will supply the signs and piling cap. The marker will be installed in the location indicated on the attached color GIS map. The contractor will also remove and dispose of the broken pile which is washed up on the shore of Sigsbee Island. Any piling stub protruding above the substrate shall also be removed and disposed of. Channel Cow Key Channel Work to be performed Replace broken DBN 32 , ~. a; ~. C/) ~. co N... ~. , o g... ~ ~ s cJ ..... N P) P) .... ~... "~.~; ,..~.r.~~'.,'." ~g, .".d \r:., ",;" .c,"':- .'-(.;\1-~.- ~~-'f;"~i''!:~; .,"" ~f~~:rJ7't' . - EXHIBIT B MONROE COUNTY Specifications For the RepairlReplacementlInstallation of Aids to Navigation, Regulatory Markers, and Information Markers (updated 12/13/2001) For all pilin2s: . Pilings shall be of timber treated with chromated copper arsenate (C.C.A.). . Pilings shall be of timber which will withstand the driving for which they are intended. . A straight line drawn from the center of the butt to the center of the tip shall not at any point face further away from the center of the pile than a distance equal to I % of the length of the pile. . Piles to be sufficient length to provide a minimum of four foot penetration into hard bottom or further penetration into other substrate so as to provide suitable permanent holding. The base of the dayboard must be eight feet above mean high water. . Black, cone head, round piling caps of the appropriate size should be mounted atop the piling using four stainless #6 nails (this includes all sign replacements). . Any pilings replaced will be removed and properly disposed of. For all si2ns: . Signage to be constructed of .125 gauge aluminum. . Signage must be USCG approved. . All signs should be pre-made (text, borders, etc.) by a County approved manufacturer. . Signs should be mounted so that the piling is not visible above the signs. . Signs for both standard (lorn nominal range) and smaller size (Y2 mile nominal range) markers should be mounted such that the bottom of the sign is 8' above the water (MHW) . Hardware should all be stainless steel, including: 3/8" all-thread and 3/8" lag screws, 1 W' (o.d.) flat washers and 3/8" nuts. 1 W' (o.d.) plastic or nylon (or similar material) washers shall also be used to separate the aluminum signs from the stainless steel flat washers and nuts. 1 Standard size markers: Signs for these markers have a 1 DIn nominal range. The standard size for such signs is- 3' x 3' green square, 4' x 4' red triangle, 3' x 3' diamond (danger), and 4' x 3' regulatory, and information signs. 12" diameter pilings (approximately) will be used for all standard size sign installations. For standard size signs mounted at the too of standard size oilings: A 12" long 2" x 4" pressure treated backing board should be installed horizontally 2" below the top of the piling (to provide room for the piling cap) and attached to the piling with four stainless #16 ring shank nails to prevent the board from rotating. The board will be beveled to provide a flat surface for the downward angle of the sign. The board will be installed so as to mount the signs to the appropriate approach angle of the marker route. For extreme angles, signs should be mounted one below the other to allow for the angle overlap (in which case all-thread on the sides would not be used). Two lag screws and two all-threads will be used to mount the signs. One lag screw (4" long) will be installed at the top of the sign, through the backing board and into the piling. The other lag screw (3" long) will be installed at the bottom of the sign into the piling. The two all-threads will be installed on the sides of the signs. Washers and nuts are to be used, both in front and back of the signs, to assist with adjusting the approach angle and ensure proper stiffuess of the sign assembly. For standard size regulatory and information signs mounted below standard size lateral aid signs: The 4' x 3' signs should be mounted 4 inches below the lateral aid sign. Signs should be mounted flat against the piling using two 3" long lag screws with washers, one at the top and one at the bottom. An all-thread will be installed at the sides of the signs. Washers and nuts are to be used, both in front and back of the signs, to assist with adjusting the approach angle and ensure proper stiffuess of the sign assembly. Smaller size markers: For certain situations smaller size signs should be used (this will be indicated on the work order). These signs will have a ~ DIn nominal range. The standard size for such signs is- 1 ~' x 1 ~' square green, 2' x 2' red triangle, and 3' x 2' regulatory and information signs. 9" diameter pilings will be used for all small size marker installations. For smaller size lateral aid signs: Signs should be mounted flat against the piling using two 3" long lag screws with washers, one at the top and one at the bottom of the sign. For smaller size regulatory and information signs: A 12" long beveled 2" x 4" pressure treated backing board should be installed horizontally 2" below the top of the piling (to provide room for the piling cap) and attached to the piling with four stainless #16 ring shank nails. One lag screw (4" long) will be installed at the top of the sign, through the backing board and into the piling. The other lag screw (3" long) will be installed at the bottom of the sign into the piling. If mounted beneath a lateral aid sign, a space of 4" should be provided. 2