Loading...
HomeMy WebLinkAboutChristmas Tree Island AGREEMENT, MADE THIS CONTRACT AGREEMENT l/.iA Jk --- /{jI day of Ur;U71 2001, by and between, Blue Water Marine Services, 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: I. The Contractor shall furnish all the materials and perform all the work required to remove and legally dispose of a floating dome shaped structure which poses a hazard to navigation located C~':.~'ff::1~Jjl&:.lj/~(!1 off of _"otocopies of photos are attached as Exhibit A. 2. The work to be performed under this contract must be completed by September 30. 2001. 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 $ 13.972.10 for the removal and legal disposal of the floating dome shaped structure. 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 reason of services provided by the Contractor or any of its Subcontractor (s) in any tier, their 1 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 9-30-01 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. II. 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 VLI, WCl, WCJA, GLl, WLI, & 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. 0 I 0-1990 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 pnce, 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 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. BOARD OF COUNTY COMMISSIONERS ~OECOUNTY'FLORIDA y:~.e ~~d Mayor/C n - W~s:~ ~~ _ BUSi~N~~~#KC Wrtness: .~~ By: L ._ D Title: t/ ;::. ."1.:1 ~1 10 .Hnoq 30HHOSoJ 3D\fH10~lql ~k~'r/a *1S : 1/ ~J~ L - d3S IDOl 0~OJ3H ~O.:l 0311.:1 3 '.. EXHIBIT A EXHIBIT B GENERAL CONTRACT SPECIFICATIONS FOR INSTALLATION OF AIDS TO NAVIGATION REGULATORY BUOYSISIGNS, AND OTHER MARINE PROJECTS 1. SCOPE OF WORK: The Contractor shall be responsible for providing all supervision, labor, equipment, tools, fees and taxes required to complete this project to the satisfaction of the County. The Contractor's procedure and work methods must satisfy the requirements of these specifications and all necessary environmental permits. 2. MATERIALS AND WORKMANSHIP: The Contractor shall provide the necessary materials and equipment to safely complete the job. The Contractor agrees that all work shall be performed by competent employees who are experienced and qualified to do the work specified, and that all work will be performed in accordance with the best commercial practices. Precaution shall be exercised at all times for the protection of persons and property. The safety provisions of the Occupational Safety and Health Act of 1970 ( Public Law 91-596) and other applicable laws, including building and construction codes shall be observed. The Contractor shall store materials and shall be responsible for them during the contract time frame and until final acceptance of the completed work. If any of the materials become lost, damaged, or destroyed by any cause or means whatsoever, the Contractor shall satisfactorily repair, replace and/or remove, or not receive payment for work unsatisfactorily performed. Suitable and sufficient guards and barriers must be utilized at night, and must be suitable protection for the prevention of accidents. 3. ASSIGNMENTS OF CONTRACTOR AND SUBCONTRACTORS: It is expressly understood that the Contractor is in all respects an independent Contractor for this work, not withstanding under certain conditions. He is bound to follow the directions of the County, and is in no respect an agent, servant, or employee of the County. Neither the Contract, nor any part thereof, nor any Monies due or to become due there under, may be assigned by the Contractor without the prior written approval of the County . 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 the contract documents and shall abide by the terms and the conditions. It is the responsibility of the Contractor to pay all the obligations incurred with subcontractors in an expedient manner. I ~ f ! -l 4. UCENSE, POLLUTION CONTROL ACT, AND TRAFFIC PROVISION: The Contractor shall comply with all applicable local, State and Federal requirements pertaining to the terms of the Contract. The Contractor will be responsible for obtaining, at his own expense, any license that may be required. 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 interface 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 interrupt or disturb members of the public. Consideration should be given all times to the welfare of the public. 5. INSURANCE: The Contractor must obtain all insurance required by the County and submit proof of same to the County immediately after notification of low bid or quote but no later than ten working days after. 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. Certificates of Insurance: provide proof that the Contractor has obtained the insurance coverage required in paragraphs a,b,c,d,and e below. a. Workers Compensation Insurance as required by Florida Statues. b. General Liability Insurance in the amount of $300,000. c. Vehicle Liability Insurance in the amount of $100,000 d. Water Craft Liability Insurance in the amount of $500,000. e. Federal Jones Act Coverage. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida. All policies must list Monroe County as additional insured with the exception of the Workers Compensation Policy. 6. COMMENCEMENT, DELAYS AND COMPLETION 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 with the Contract, the County will issue a "Notice to Proceed with Contract Work" officially authorizing the Contractor to commence. The Contractor shall commence work on said date or shortly thereafter. If the Project is considered and emergency the Notice to Proceed may be issued prior to the execution of the Contract. '" If the Contractor should be delayed in the progress of the work included in the Contract by unforeseeable cause beyond his control, the time for the completion of the work may be extended upon agreement of the County's representatives. Requests for the extension of time must be submitted in writing to the County's representatives. Extensions of time cannot legally be approved unless the written request is submitted in time to permit it to be acted upon before the Contract expiration date. To allow sufficient time for administrative procedures the written request must be received by the County representative at least ten (10) calendar days prior to the contract expiration date. Liquidated damages resulting from factors beyond the control of the Contractor which occur too late to allow time for action by the Board of County Commissioners approving a time extension may be waived by the County Commission. Such wavier shall be granted only when the county representatives determines that the delay is beyond the control of the Contractor, and in this event the Contractor shall not be charged with liquidated damages or any excess cost when the delay in the completion of the work is due: a. To any issue order by the County or the State Department of Environmental Protection changing the Contractors approved work schedule. b. To unforeseeable cause beyond the control and with out the fault or negligence of the Contractor. c. To any delays of subcontractors or suppliers occasioned by any of the cause specified in the subparagraphs (a) and (b) above. Provided further that the Contractor shall within ten (H)) days from the beginning of such delay notify the county, in writing, of the causes of the delay. The County's 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 and complete the same without official extension of time in writing, such permission shall not modify nor waive any liability of the Contractor for damages arising from non- completion of work within the time limit. 7. CHANGES AND INSPECTION: The navigational and/or regulatory aids herein considered are to be installed, repaired, or relocated for the County by the Contractor in accordance with the Specifications. The County may give instructions or directions to supplement the Specifications and upon all of his subcontractors, employees and agents of every kind. All work and every process and operation shall be subject to inspections at all times, by the County and their representatives and they shall have free access to all access to all aspects of work. The Contractor shall remove, or make good, as may be directed, without charge, any defective materials. The right is reserved to change the Specifications consistent with regard to the general intention of the Contract for any part of work or materials, either before or after work has begun. Notice of such changes shall be given in writing to the Contractor. 8. 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 up to one year during and after termination of the Contract. 9. CONTRACT AWARD: The County reserves the right to evaluate the submitted bids and to award a contract to bidder other than the bidder submitting the lowest bid. 10. PREWORK CONFERENCE: A meeting may be necessary involving a representative of the County, the Contractor and the other parties with direct involvement, prior to the commencement of the work. The time and place of this Conference will be set by the County representatives. At this time the Contractor shall provide the County with a work schedule. The Contractor must also provide transportation to the proposed project site for placement of temporary markers if the project involves the installation of regulatory buoys or aids to navigation. 11. EXECUTION OF CONTRACT DOCUMENTS: Due to the time frame involved with this project, the Contractor upon notification that he is to be awarded the Contract, shall return said documents properly executed along with his insurance within ten working days. With the Contractor's cooperation, if this period can be reduced, it will assist in excelleration of the 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 work, the general and local conditions, including, but not restricted to, those bearing upon transportation, handling, and the care 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 reason, not acceptable to the County, the Contractor does not perform, the County shall have the right to levy liquidation damages against the Contractor. Liquidated damages shall be assessed against the Contractor for any bid item awarded to him which is not completed and accepted in the Contract. Liquidated damages are accumulative. 12. NOTICE TO PROCEED: The Contractor shall commence upon this project on the effective date of the Notice to Proceed and perform in a continuous manner until completion and acceptance by the County. For Contracts 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. 13. TERMINATION OF CONTRACT: This Contract may be terminated by the County, without cause, 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 acceptance bid. 14. 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 materials, rubbish and debris shall be made at legal disposal site. 15. Certification: Bidder must also certify, upon completion of the project, all installations where in accordance with these specifications, the Florida Department of Environmental Protection permit requirements, the US Coast Guard permit requirements, and the US Army Corp of Engineers permit requirements and associated attachments. 16. PAYMENT: Payment shall be upon completion by the Contractor and review and approval by the Marine Projects Coordinator. The Contractor must submit complete documentation, including the required photographs for the work for which payment is being requested. The contractor must provide transportation, upon request by the Marine Projects Coordinator, to the project site for review of work either in progress or completed . In addition, property public or private, if damaged during the work, shall be~repaired or replaced prior to final payment for contracted work. l I I I I t t i I J i t , i i EXHIBIT C 1996 Edilion _. . -' - MONROE COUNTY, FLORIDA INSURANCE CHECKLIST FQR VENDORS SUBMItTING PROPOSALS FOR WORK To assist in tl~e development of your proposal, the insurance coverages marked with an "X" will be required in the event an award is made to your finn. Please review this fonn 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. ' \VORKERS' COMPENSATION AND EMPLOYERS'LIABILITY X Workers' Compensation x Employers Liability Employers Liability Employers Liability US Longshoremen & Harbor Workers Act X Federal Jones Act Statutory Limits $ J 00,000/$500,000/$1 00,000 $300,000/$500,000/$500,000 $1,000,000/$1,000,000/$1,000,000 Same as Employers' Liability Same as Employers' Liability WCl WC2 WC3 WCUSLH V"CJA INSCKLST 1 Adminislralion Instruction 114709.2 1996 Edition VEHICLE LJABI[!1"'Y~ As a minimum, coverage should extend to liability for: · Owned; Non-owned; and Hired Vehj<;les Required limits: X Vll Vl2 Vl3 Vl4 BRl MVC PRO 1 PR02 PR03 pall POl2 POl3 EDl ED2 GKl GK2 GK3 WLl x x AdminIstration Instruction #147092 S50,000 per Person: S100,000 per Occurrence S25,000 Property Damage or SlOO,OOO Combined Single Limit S100,000 per Person; S300,000 per Occurrence S50,000 Property Damage or S300,000 Combined Single limit S500,000 per Person; SI,OOO,OOO per Occurrence S100,000 Property Damage or SI,OOO,OOO Combined Single limit S5,000,000 Combined Single li1l1-it MISCELLANEOUS COVERAGES Builders' Risk limits equal to the completed project. Limits equal to the maximum value of anyone shipment. Motor Truck Cargo Professional Liability S 250,000 per Occurrence/$ 500,000 Agg. S 500,000 per Occurrence/$I,OOO,OOO Agg. $1,000,000 per Occurrence/$2,000,000 Agg. S 500,000 per Occurrence/$I,OOO,OOO Agg~ SI,OOO,OOO per Occurrence/$2,000,000 Agg. $5,000,000 per Occurrence/S10,000,000 Agg. $ 10,000 S100,000 Pollution Liability Employee Dishonesty Garage Keepers $ 300,000 ($ 25,000 per Veh) $ 500,000 ($100,000 per Veh) $1,000,000 ($250,000 per Veh) Watercraft Liability $500.000 INSCKLST 3 1996 Edition 'VORKERS' COMPE~A"flON INSURANCE REQUIREl\1ENTS FOR CONTRACT , BET\VEEN MONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract, the Contractor shall obtain Workers' Compensation Insurance v.rith 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 the contract. Coverage shall be provided by a company or companies authoriZed 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 fund upon request from the County. wel Administration Instruction 114709,2 1996 Edilion \\'ORKERS' COl\f~N3A TION INSURANCE REQUIREMENTS FOR CONTRACT , , BET\VEEN MONROE COUNTY, FLORIDA AND Recognizing that the work governed by this contract involves Maritime Operations, the Contractor's Workers' Compensation Insurance Policy shall include coverage for claims subject to the Federal Jones Act (46 U.S.C.A. subsection 688) with limits not less than those specified for Employer'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 provided by a Workers' Compensation policy. " WCJA AdminIstration I nSlruclion 1147092 1996 Edition GENERAL LIABlJ..:TY INSURANCE REQUIREMENTS FOR CONTRACT I BET\\'EEN MONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract, the Contractor shall obtain General Liability Insurance. Coverage shall be maintained throughout 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: 1 $300,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $100,000 per Person $300,000 per Occurrence $ 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 reported should extend for a minimum of twelve (12) months fOllo'wing the acceptance of work by the County. The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfY the above requirements. GLl Administration Instruction #4709.2 1996 Editi(ln VEHICLE LIABILIJ;r t. INSURA.&'JCE REQUIREMENTS FOR CONTRACT BETWEEN IVIONROE 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 minimum. liability coverage for: · Owned, Non-Ov..ned, and Hired VehicIes The minimum limits acceptable shall be: $100,000 Combined Single Limit (CSL) . If split limits are provided, the minimum limits acceptable shall be: . , .... $ 50,000 per Person $100,000 per Occurrence $ 25,000 Property Damage The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. VLI Administration Instruction #4709.2 80 1996 Edition POLLUTION LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND Recognizing that the work governed by this contract involves the storage, treatment, processing, or transponing of hazardous materials (as defined by the Federal Environmental Protection Agency), the Contractor shall purchase and maintain, throughout the life of the contract, PoIIution Liability Insurance which will respond tobodiIy injury, property damage, and environmental damage caused by a pollution incident. The minimum limits of liability shall be: $500,000 per Occurrence/$ 1,000,000 Aggregate If coverage is provided on a claims made basis, an extended claims reporting period of four (4) years will be required. POLl Administration Instruction #4709,2 71 1996 Edilion 'VA TER CRAFT LIABJ~~ INSURANCE REQ UlREJ\ft!:N1S 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 Jess restrictive than those found in the standard" American Institute Hull Clauses" (June 2, I 977 edition). Coverage shall be maintained throughout the life of the contract and include, as a minimwn: · Injury (including 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 "Acts,/lr Omissions of a Vessel". it shalI be endorsed to provide coverage for the legal liability of the shipowner. The minimwn limits acceptable shall be: $500,000 Combined Single Limit (CSL) Coverage provided by a Protection and Indemnity Club (P&I) 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 is~~ed to satisfy the above requirements. WLI AdminlSlration InslnJC1ion 1147092 Client#: 9682 BLUEWAT J~COR1)N CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDDIYY) 04/19/01 PRODUCER , TIllS CERTIFICATE IS ISSUED AS A MA1TER OF INFORMATION Starkweather & Shepley ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TIllS CERTIFICATE DOES NOT AMEND, EXTEND. OR Insurance Brokerage, Inc. ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. 60 Catamore Blvd. East Providence, RI 02914-1226 I INSURERS AFFORDING COVERAGE INSURED INSURER A: New Hampshire Insurance Blue Water Marine Services I INSURER B: Environmental Pollution Group 16015 S.W. 298 Terrace !INSURER c: Homestead, FL 33033 I INSURER D: ! INSURER E: COVERAGES THE POUCIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWlTHSTANDlN( ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OJ MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUClJ POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'J'i~: : TYPE OF INSURANCE i POLICY NUMBER I ~~~Cl ~~W'h\.~ ;~,;!.f.r ~~~~~Ni LIMITS A ~ERALLIABILITY :6082267 12/20/00 12/20/01 iEACHOCCURRENCE 151,000,000 I X i CO~MERCIALGENE~ALLIABILITY : 'f FIRE DAMAGE (Anyone fire) : $50 , 000 ~_~_.J CLAIMS MADE '--x: OCCUR ,-_M~~EXP_(~~~)_..-+~.5LO_Q,O__.__ ~, '".' , II " PERSONAL'" ADV INJURY I $ 1 , 000 , 000 ~ i I GENERAL AGGREGATE 1$2,000, .000 I I PRODUCTS -COMP/OP AGG '$1, 000 , 000 ! , I I COMBINED SINGLE LIMIT I 1$ ~ (Ea accident) I I GEN1..AGGREGATE LIMIT APPLIES PER: ~ POLICY - rl,Qr- LOC ~OMOBILE LIABILITY I , ANY AUTO :~ ALL OWNED AUTOS n SCHEDULED AUTOS H HIRED AUTOS , , NON-OWNED AUTOS o v '~)1~ ql1 DJ;;:E~ ,0' I u.l ~i,'1 H\, ; BODILY INJURY i (Per person) i BODILY INJURY , (Per accident) I i$ I I 1$ : \1.',''I'rQ: -~ ~~, ~~ . y .-cCr::S ! I , 'I PROPERTY DAMAGE I $ (Per accident) , , AUTO ONLY - EA ACCIDENT I $ I I I OTHER THAN EA ACC I $ i AUTO ONLY: AGG i $ EACH OCCURRENCE $ I ~ARAGE LIABILITY H ANY AUTO , ' ;. .t ~CESS LIABILITY , r- OCCUR L CLAIMS MADE n DEDUCTIBLE n RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY AGGREGATE $ $ $ I $ I ' WC STATU- I I<>J~- i A!Ol'HERP&I AiPollution Liab. I I ICV303070313721 0103839 i I 12/20/00 12/20/01 01/28/01 01/28/02 ; E.L, EACH ACCIDENT $ i E.L. DISEASE - EA EMPLOYEE $ I E.L. DISEASE - POLICY LIMIT I $ $500,000 $1,000,000 DESCRIPTION OF OPERATIONSlLOCATIONSlVERICLESlEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS CERTIFICATE HOLDER LISTED BELOW IS NAMED AS ADDITIONAL INSURED P & I includes Jones Act, Collision, Tower's and Salvor's Liability Vessels: 2000 45x25 Barge, 220 LC3 Komatsu,1999 55x25 Barge, 2000 25'9" Si1vership, 1994 26' Silvership, 1998 25'9" Madison, 1998 24' Si1vership, 26' Baycat & 20' Shamrock CERTIFICATE HOLDER ADDIIDNALI'iSURED'I'iSURERLETIER: CANCELLATION SHOOIJ) ANYOF1HEABOVE DES CUED POU::ES BE CANCEUJID BEFORE 1HE EXPIlA1ION DATE THEREOF, mE ISSUING INSURER WILL ENDEAVOR TOMAlLW-DAlSWIUrIl:N NOTI::ET01HE CERTIFK:A~.!~DOSOSHALL IMPOSE NOOBLIGATION lfI.e, ~.,D'S AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIV Monroe Cty Board Of Commissioner Marine Projects Attn: Kim McGee 5100 College Road, Rm #410 Key West, FL 33040 ACORD 15-S (7197) 1 0 f 2 #S27955/M27951 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S(7197) 2 of 2 #S27955/M27951 ~ Allstate. ""''n: in gDOb-haNll. CERTIFICATE OF INSURANCE EFFECTIVE DATE OF CERTIFICATE 02/02/01 LSTATE INSURANCE COMPANY ,ME OFFICE - NORTHBROOK, IL 60062 reby certifies that the following insurance is in force: POLICYHOLDER POLICY NUMBER BLUEWATER MARINE SERVICE 049828888 BAP DBA TOW BOAT US S DADE PO BOX 901716 HOMESTEAD, FL 33090-1716 Ie person or organization designated below is described in the policy as: MONROE COUNTY BOARD OF 5100 COLLEGE RD WING 1V KEY WEST, FL 33040-4319 POLICY PERIOD 02/02/01 TO 02/02/02 AT 12:01 A.M. STANDARD TIME ~ LIENHOLDER (Loss Payable Clause) ADDITIONAL INTERESTED PARTY X ADDITIONAL INSURED CERTIFICATE HOLDER :)verages designated are afforded as stated below: LIABILITY: $300,000 EACH ACCIDENT 1985 FORD TRUCK F100 SERlE 1 FTCF15F5FNA 10694 --- ~,,({1~ u~~ ~Wr\ m(~ \i). QDb l~3'-Dj . '0 the person or organization stated above: 'his policy, as respects the interest of the loss payee, add;[ional interested party, additional insured or certificate holder amed herein, may be cancelled by the Company during the policy period by giving such person or organization 10 days Iritten notice at its last address known to the Company, Iroof of such mailing is deemed sufficient proof of such nerice. his Certificate of Insurance neither affirmatively nor negacivefy amends, extends or alters the coverage afforded by the policy eferred to above. U1380-1 PAGE 1 OF 1 BUl14.2 .:::!!:~ ;:::i!....; _+1';