HomeMy WebLinkAbout02/19/2003 AgreementClerkefthe
Circuit Court
Danny L. Kolhage
Clerk of the Circuit Court
Phone: (305) 292-3550
FAX: (305) 295-3663
Mvnorandum
TO:
Lynda Stuart, Office Manager
Tourist Development Council
ATTN: Maxine Pacini
Administrative Assistant
FROM: Pamela G. Ha~
Deputy Clerk
DATE: June 18, 2003
At the February 19, 2003, Board of County Commissioner's meeting the Board granted
approval and authorized execution of Grant of Funds between Monroe County and Florida Keys
Community College for the Tennessee Williams Theatre Remodel & Improvement project in an
amount not to exceed $180,005, DAC I, FY 2003 Capital Project Resources.
Enclosed are two duplicate originals of the above mentioned for your handling. Should
you have any questions please do not hesitate to contact this office.
CCi
County Administrator w/o document
County Attorney
Finance
FileJ
GRANT OF FUNDS
d'
This AGREEMENT dated the t?tI. day of ~ 2003, is entered into by and between
the BOARD OF COUNTY COMMISSIONERS FOR MO OE COUNTY, hereinafter "County," on
behalf of the TOURIST DEVELOPMENT COUNCIL, hereinafter "TDC," and Florida Keys
Community College, a Florida not-for-profit corporation, hereinafter" Contractor".
WHEREAS, the third penny of Tourist Development Tax may be used to acquire, construct,
extend, enlarge, remodel, repair or improve, convention centers, sports stadiums, sports arenas,
coliseums, auditoriums, fishing piers, museums, zoological parks, nature centers and beaches
which are publicly owned and operated or owned and operated by not-for-profit corporations, and
WHEREAS, Contractor has applied for funding for the Remodel & Improvement project to
acquire, construct, repair and rehabilitate the Tennessee Williams Theatre project, hereinafter "the
Property"; and
WHEREAS, the County and TDC have determined that it is in the best interest of the
County, for purposes of promoting tourism and preserving the heritage of the community, to
acquire, construct, repair and rehabilitate the property for use as a convention center/auditorium
open to the public;
NOW, THEREFORE, in consideration of the mutual covenants and payments contained
herein, the Contractor and the County have entered into this agreement on the terms and
conditions as set forth below.
1. AGREEMENT PERIOD. This agreement is for the period February 19, 2003, through
December 31,2003. This agreement shall remain in effect for the stated period unless one party
gives to the other written notification of termination pursuant to and in compliance with paragraphs
7,12 and 13 below.
2. SCOPE OF AGREEMENT. The Contractor shall provide such services, materials and
equipment as are required for auditorium/stage remodel and repair; box office update and
remodel; audio/video equipment repair and acquisition; business meeting and convention hall
remodel and equipment acquisition; and acquisition and installation of signage.
The recipient of TDC capital project funding shall designate a project manager if no licensed
architect, engineer or general contractor is involved in the project. If the project is performed by
County or City personnel, the project manager shall be the Engineer, Building Official or
Construction Manager of that local government.
3. AMOUNT OF AGREEMENT AND PAYMENT. The County shall provide an amount not to
exceed $180,005 in reimbursement for materials and services used to acquire, rehabilitate and
renovate the property. The Board of County Commissioners and the Tourist Development Council
assume no liability to fund this agreement for an amount in excess of this award. Monroe County's
performance and obligation to pay under this agreement is contingent upon an annual
appropriation by the BOCC.
a). Payment for expenditures permissible by law and County policies shall be made
through reimbursement to Contractor upon presentation of invoices, canceled checks and other
Tennessee Williams Theatre
FY 2003 Capital Project Resources
documentation necessary to support a claim for reimbursement. Included in said documentation
shall be proof that the Contractor has received and applied to the property matching funds
equivalent to or greater than the amount invoiced to the County. Submission of invoices must be
certified through a statement signed by an officer of the organization and notarized, declaring that
representations in the invoice are true and factual.
b) Application of matching funds requires actual payment of the matching funds, or, in
the alternative, a commitment of said funds and that the portion of the project for which the
matching funds are to be used has been sufficiently completed to require payment of said
matching funds. Mere obligation through execution of a contract or approval of a budget item to
be paid from matching funds will not suffice.
c) Documentation shall be submitted to the TDC Administrative Office to show the
receipt and application of in-kind donations of goods, professional services, and materials. Said
documentation should include invoices, bills of lading, etc., and be verified as received and
applied to the project through a notarized statement of the project architect, engineer, general
contractor or project manager. The receipt and application to the project of volunteer labor are to
be documented and verified by notarized signature of the project architect, engineer, general
contractor or project manager, and said documentation submitted to the TDC Administrative
Office. All submissions should have a proposed schedule of values for phases and indicate the
percentage of completion of the overall project as of the submission. This document should be
signed by the project architect, engineer, general contractor or project manager.
4. REPORTS. The Contractor shall provide financial reports in summary of activity on forms
provided or approved by the TDC, and quarterly narrative reports of activity under the approved
work plan. The Contractor shall keep such records as are necessary to document the
performance of the agreement and expenses as incurred, and give access to these records at the
request of the TDC, the County, the State of Florida or authorized agents and representatives of
said government bodies. It is the responsibility of the Contractor to maintain appropriate records
to insure a proper accounting of all funds and expenditures. The Contractor understands that it
shall be responsible for repayment of any and all audit exceptions which are identified by the
Auditor General for the State of Florida, the Clerk of Court for Monroe County, the Board of
County Commissioners for Monroe County, or their agents and representatives. In the event of an
audit exception, the current fiscal year grant award or subsequent grant awards will be offset by
the amount of the audit exception. In the event the grant is not renewed or supplemented in future
years, the Contractor will be billed by the County for the amount of the audit exception and shall
promptly repay any audit exception.
5. MODIFICATIONS AND AMENDMENTS. Any and all modifications of the terms of this
agreement shall be only amended in writing and approved by the Board of County Commissioners
for Monroe County.
6. INDEPENDENT CONTRACTOR. At all times and for all purposes hereunder, the
Contractor is an independent contractor and not an employee of the Board of County
Commissioners of Monroe County. No statement contained in this agreement shall be construed
as to find the Contractor or any of its employees, contractors, servants or agents to the employees
of the Board of County Commissioners of Monroe County, and they shall be entitled to none of the
rights, privileges or benefits of employees of Monroe County.
7. COMPLIANCE WITH LAW. In carrying out its obligations under this agreement, the
Contractor shall abide by all statutes, ordinances, rules and regulations pertaining to or regulating
Tennessee Williams Theatre
FY 2003 Capital Project Resources
2
the provisions of this agreement, including those now in effect and hereafter adopted. Any
violation of said statutes, ordinances, rules or regulations shall constitute a material breach of this
agreement and shall entitle the County to terminate this agreement immediately upon delivery of
written notice of termination to the Contractor.
8. RESTRICTIONS ON AGREEMENTS ENTERED PURSUANT TO THIS AGREEMENT. The
Contractor shall include in all agreements funded under this agreement the following terms:
a) Anti-discrimination. Contractor agrees that they will not discriminate against any
employees or applicants for employment or against persons for any other benefit or service under
this agreement because of their race, color, religion, sex, national origin, or physical or mental
handicap where the handicap does not affect the ability of an individual to perform in a position of
employment, and to abide by all federal and state laws regarding non-discrimination.
b) Anti-kickback. Contractor warrants that no person has been employed or retained to
solicit or secure this agreement upon an agreement or understanding for a commission,
percentage, brokerage or contingent fee, and that no employee or officer of the Contractor has
any interest, financially or otherwise, in Contractor. For breach or violation of this warranty, the
Contractor shall have the right to annul this agreement without liability or, in its discretion, to
deduct from the agreement price or consideration, the full amount of such commission,
percentage, brokerage or contingent fee. Contractor acknowledges that it is aware that funding
for this agreement is available at least in part through the County and that violation of this
paragraph may result in the County withdrawing funding for the Project.
c) Hold harmless/indemnification. Contractor acknowledges that this agreement is funded
at least in part by the County and agrees to indemnify and hold harmless the County and any of its
officers and employees from and against any and all claims, liabilities, litigation, causes of action,
damages, costs, expenses (including but not limited to fees and expenses arising from any factual
investigation, discovery or preparation for litigation), and the payment of any and all of the
foregoing or any demands, settlements or judgments (collectively claims) arising directly or
indirectly from any negligence or criminal conduct on the part of Contractor in the performance of
the terms of this agreement. The Contractor shall immediately give notice to the County of any
suit, claim or action made against the Contractor that is related to the activity under this
agreement, and will cooperate with the County in the investigation arising as a result of any suit,
action or claim related this agreement.
d) Insurance. Contractor agrees that it maintains in force at its own expense a liability
insurance policy which will insure and indemnify the Contractor and the County from any suits,
claims or actions brought by any person or persons and from all costs and expenses of litigation
brought against the Contractor for such injuries to persons or damage to property occurring during
the agreement or thereafter that results from performance by Contractor of the obligations set
forth in this agreement. At all times during the term of this agreement and for one year after
acceptance of the project, Contractor shall maintain on file with the County a certificate of the
insurance of the carriers showing that the aforesaid insurance policy is in effect. The following
coverage's shall be provided:
1. Workers Compensation insurance as required by Florida Statutes.
2. Employer's Liability insurance with minimum limits of (aggregate): $100,000 bodily
injury by accident, $500,000 bodily injury by disease aggregate, $100,000 bodily injury by disease
per person.
3. Commercial General Liability Insurance with minimum limits of $500,000 per occurrence
for bodily injury, personal injury and property damage.
4. Comprehensive Auto Liability Insurance with minimum limits of $300,000 combined
single limit per occurrence.
Tennessee Williams Theatre
FY 2003 Capital Project Resources
3
The Contractor, the County and the TDC shall be named as additional insured, exempt workers
compensation. The policies shall provide no less than 30 days notice of cancellation, non-renewal
or reduction of coverage.
At all times during the term of this agreement and for one year after acceptance of the project,
Contractor shall maintain on file with the County a certificate of insurance showing that the
aforesaid insurance coverage's are in effect.
e) Licensing and Permits. Contractor warrants that it shall have, prior to commencement of
work under this agreement and at all times during said work, all required licenses and permits
whether federal, state, County or City.
9. HOLD HARMLESS/lNDEMNIFICATION. The Contractor hereby agrees to indemnify and
hold harmless the BOCC/TDC and any of its officers and employees from and against any and all
claims, liabilities, litigation, causes of action, damages, costs, expenses (including but not limited
to fees and expenses arising from any factual investigation, discovery or preparation for litigation),
and the payment of any and all of the foregoing or any demands, settlements or judgments arising
directly or indirectly under this agreement. The Contractor shall immediately give notice to the
County of any suit, claim or action made against the County that is related to the activity under this
agreement, and will cooperate with the County in the investigation arising as a result of any suit,
action or claim related to this agreement.
10. ANTI-DISCRIMINATION. The Contractor agrees that they will not discriminate against
any of their employees or applicants for employment or against persons for any benefit or service
because of their race, color, religion, sex, national origin, or physical or mental handicap where
the handicap does not affect the ability of an individual to perform in a position of employment,
and to abide by all federal and state laws regarding non-discrimination.
11. ANTI-KICKBACK. The Contractor warrants that no person has been employed or retained
to solicit or secure this agreement upon an agreement or understanding for a commission,
percentage, brokerage or contingent fee, and that no employee or officer of the County or TDC
has any interest, financially or otherwise, in the said funded project, except for general
membership. For breach or violation of this warranty, the County shall have the right to annul this
agreement without liability or, in its discretion, to deduct from the agreement price or
consideration, the full amount of such commission, percentage, brokerage or contingent fee.
12. TERMINATION. This agreement shall terminate on December 31,2003. Termination prior
thereto shall occur whenever funds cannot be obtained or cannot be continued at a level sufficient
to allow for the continuation of this agreement pursuant to the terms herein. In the event that
funds cannot be continued at a level sufficient to allow the continuation of this agreement pursuant
to the terms specified herein, this agreement may then be terminated immediately by written
notice of termination delivered in person or by mail to Contractor. The County may terminate this
agreement without cause upon giving written notice of termination to provider. The County shall
not be obligated to pay for any services or goods provided by Contractor after Contractor has
received written notice of termination.
13. TERMINATION FOR BREACH. The County may immediately terminate this agreement
for any breach of the terms contained herein. Such termination shall take place immediately upon
receipt of written notice of said termination. Any waiver of any breach of covenants herein
contained to be kept and performed by Contractor shall not be deemed or considered as a
continuing waiver and shall not operate to bar or prevent the County from declaring a forfeiture for
Tennessee Williams Theatre
FY 2003 Capital Project Resources
4
any succeeding breach either of the same conditions or of any other conditions. Failure to provide
County with certification of use of matching funds or matching in-kind services at or above the rate
of request for reimbursement or payment by is a breach of agreement, for which the County may
terminate this agreement upon giving written notification of termination.
14. ENTIRE AGREEMENT. This agreement constitutes the entire agreement of the parties
hereto with respect to the subject matter hereof and supersedes any and all prior agreements with
respect to such subject matter between the Contractor and the County.
15. CONSENT TO JURISDICTION. This agreement, its performance, and all disputes arising
hereunder, shall be governed by the laws of the State of Florida, and both parties agree that the
proper venue for any actions shall be in Monroe County.
16. ETHICS CLAUSE: Contractor warrants that he has not employed, retained or otherwise
had act on his behalf any former County officer or employee in violation of Section 2 or Ordinance
No.1 0-1990 or any County officer or employee in violation of Section 3 of Ordinance NO.1 0-1990.
For breach or violation of the provision the County may, at its discretion terminate this agreement
without liability and may also, at its discretion, deduct from the agreement or purchase price, or
otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid
to the former or present County officer or employee.
17. PUBLIC ENTITY CRIME STATEMENT: 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 an
agreement to provide any goods or services to a public entity, may not submit a bid on a
agreement 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 be awarded or perform work as
a Contractor, supplier, sub-contractor, or consultant under a agreement with any public entity, and
may not transact business with any public entity in excess of the threshold amount provided in
Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on
the convicted vendor list.
18. AUTHORITY: Contractor warrants that it is authorized by law to engage in the
performance of the activities encompassed by the project herein described. Each of the
signatories for the Contractor below certifies and warrants that the Contractor's name in this
agreement is the full name as designated in its corporate charter (if a corporation); they are
empowered to act and contract for the Contractor, and this agreement has been approved by the
Board of Directors of Contractor or other appropriate authority.
19. LICENSING AND PERMITS: Contractor warrants that it shall have, prior to commencement
of work under this agreement and at all times during said work, all required licenses and permits
whether federal, state, County or City.
20. INSURANCE: Contractor agrees that it maintains in force at its own expense a liability
insurance policy which will insure and indemnify the Contractor and the County from any suits,
claims or actions brought by any person or persons and from all costs and expenses of litigation
brought against the Contractor for such injuries to persons or damage to property occurring during
the agreement or thereafter that results from performance by Contractor of the obligations set
forth in this agreement. At all times during the term of this agreement and for one year after
acceptance of the project, Contractor shall maintain on file with the County a certificate of the
Tennessee Williams Theatre
FY 2003 Capital Project Resources
5
insurance of the carriers showing that the aforesaid insurance policy is in effect. The following
coverage's shall be provided:
1. Workers Compensation insurance as required by Florida Statutes.
2. Employer's Liability insurance with minimum limits of (aggregate): $100,000 bodily
injury by accident, $500,000 bodily injury by disease aggregate, $100,000 bodily injury by disease
per person.
3. Commercial General Liability Insurance with minimum limits of $500,000 per occurrence
for bodily injury, personal injury and property damage.
4. Comprehensive Auto Liability Insurance with minimum limits of $300,000 combined
single limit per occurrence.single limit per occurrence.
The Contractor, the County and the TDC shall be named as additional insured, except workers
compensation. The policies shall provide no less than 30 days notice of cancellation, non-renewal
or reduction of coverage.
At all times during the term of this agreement and for one year after acceptance of the project,
Contractor shall maintain on file with the County a certificate of insurance showing that the
aforesaid insurance coverage's are in effect.
21. NOTICE. Any written notice to be given to either party under this agreement or related
hereto shall be addressed and delivered as follows:
For Florida Keys Community College:
Rebecca Tomlinson
5901 College Road
Key West, FL 33040
"
r
f"'l1
o
"
o
:;0
r-.-.>
-y C..-::l
-""" .;::::t
~ ~: {-tJ
L~daS~art ~~~ ~
Monroe County Tourist Developmen~ync[:
1201 White Street, Suite 102 ~::2~_ ex>
-- :;0 .-"
Key West, FL 33040 :::;. '-r"'; !: :-:;,j
d ~n~ ~ ~
an . :--1=,.,.. n
""Y"\- - 0
Suzanne Hutton, Asst. County Attorrwy f~ -'_
P.O. Box 1026 .
. > -'-', ", Key West, FL 33041-1026
,/. ff', ,~':;.' ,,':::' i'/1,,:"~~~_
.l~:;'_~~'-.\:li~~~~ss WHEREOF, the parties hereto have caused this agreement to be executed
~g{f~' "ff~f~ first above written.
~, f!l: i'.'~ '.', -;~" ~ If
~~ \ .--r>: -;::"}5.:l~f"~J
. ) ~-\'" ,
~ '^ ~~ p
~~,'_ ~ Y L. KOLHAGE, CLERK
" ""\'",;:-~-- '.'"
~~1 ("OU"11
For County:
u
.......
,.'v
o
BOARD OF COUNTY COMMISSIONERS
OF MONROE COUNTY, FLORIDA
By:
-i)j'; >n ~
Mayor/Chairman
(SEAL)
ATTEST:
"'~. '~~ Dionne C. Harnish
r"f . 13 MY COMMISSION # CC856805 EXPIRES
~" ..~N July 20, 2003
"'~P.r:or.-~' BONDED THRU TROY FAIN INSURANC~ INt:
Florida Keys Community College
By: ~i\ ~f\
President v
By: ~6~~
Secretary
6
y
s J.\Ni'-rA ~znC'.'~1
"w' tJ..- / f J- / f/ :J'
Tennessee Williams Theatre
FY 2003 Capital Project Resources
ACORD,.. CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYYYY)
06/04/03
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Arthur JRGallagher & Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
8200 N.W. 41st Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Suite 200
Miami, FL 33166 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A: Colony Insurance (n)
FLORIDA KEYS COMMUNITY COLLEGE INSURER B:
5901 COLLEGE ROAD INSURER C:
KEY WEST, FL 33040 INSURER D:
INSURER E:
Client#. 105
FLOCOMCO
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW 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.
LTR NSR TYPE OF INSURANCE POLICY NUMBER PJ>1-{~~ri~r68tWIE p~~fl/~~~~N LIMITS
A GENERAL LIABILITY CP3036093 04/29/03 04/29/04 EACH OCCURRENCE $1 000 000
- DAMAGE TO RENTED
x.. 5'MERCIAL GENERAL LIABILITY $
- CLAIMS MADE D OCCUR MED EXP (Anyone person) $
PERSONAL & ADV INJURY $
X OCP GENERAL AGGREGATE $1.000.000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPJOP AGG $
I POLICY n ~r8T n LOC
~TOMOBILE LIABILITY COMBINED SINGLE LIMIT $
ANY AUTO (Ea accident)
-
ALL OWNED AUTOS BODILY INJURY
- $
SCHEDULED AUTOS (Per person)
-
- HIRED AUTOS BODILY INJURY
$
NON-OWNED AUTOS (Per accident)
-
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
==i ANY AUTO OTHER THAN EA ACC $
,- AUTO ONLY: AGG $
-, ,
:=JESS/UMBRELLA LIABILITY nl ~~ ~ 1~;;' EACH OCCURRENCE $
OCCUR D CLAIMS MADE BY ,~\... AGGREGATE $
DATE J) \ '1 '>1\113 $
~ DEDUCTIBLE f YES $
RETENTION $ ._~ Mia $
WORKERS COMPENSATION AND I TIfj,~J!~r.~;" I IOJ~-
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $
If yes. describe under $
SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT
OTHER
DESCRIPTION OF OPERATIONS J LOCATIONS J VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT J SPECIAL PROVISIONS
TENNESSEE WILLIAMS THEA TRE- OWNERS & CONTRACTORS PROTECTIVE LIABILITY
CERTIFICATE HOLDER IS ADDITIONAL INSURED
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
BOARD OF COUNTY COMMISSIONERS DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -3.0- DAYS WRITTEN
FOR MONROE COUNTY & TOURIST NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
DEVELOPMENT COUNCIL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
1201 WHITE STREET, SUITE 102 REPRESENTATIVES.
KEY WEST, FL 33040 AUTHORIZED REPRESENTATIVE
f/4~
ACORD 25 (2001/08) 1 of 2
#50150
LXS
@ ACORD CORPORATION 1988
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 25-5 (2001/08) 2 of 2
#50150
ACORDTM CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYYYY)
----. 02/27/03
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Arthur J. Gallagher & CO. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
8200 N.W. ~1st Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Suite 200
Miami, FL 33166 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A: Pacific Employers Insurance Company
Florida Keys Community College INSURER B:
5901 College Road INSURER c:
Key West, FL 33040-4397 INSURER 0:
INSURER E:
Client#. 105
FLOCOMCO
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW 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.
LTR NSR TYPE OF INSURANCE POLICY NUMBER PJ>..t~~~J~FJ'8,wE p~~fJ/~J/~~N LIMITS
~ERAL LIABILITY EACH OCCURRENCE $
- 3'MERCIAL GENERAL LIABILITY g~~AGE TO RENTED $
- CLAIMS MADE D OCCUR MED EXP (Anyone person) $
- PERSONAL & ADV INJURY $
- GENERAL AGGREGATE $
~'L AGGREAE LIMIT APnS PER: PRODUCTS - COMP/OP AGG $
POLICY ~~,9T LOC
~TOMOBILE LIABILITY COMBINED SINGLE LIMIT $
ANY AUTO (Ea accident)
-
- ALL OWNED AUTOS BODILY INJURY
$
SCHEDULED AUTOS ff\'<W; 3,~<:~~AGEM (Per person)
- NT
HIRED AUTOS ';\ V o. '''0_. ..," J BODtL Y INJURY
- $
(Per accident)
- NON-OWNED AUTOS "C'.' .~~
\o{blD?
~ ;,,1, " 1'~ PROPERTY DAMAGE
... _...."",,...~.,., $
(Per accident)
RAGE LIABILITY II-' ,. t')-- to.,! ". !',~ ._o~ YES
AUTO ONLY. EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
OESS/UMBRELLA LIABILITY EACH OCCURRENCE $
OCCUR D CLAIMS MADE AGGREGATE $
$
=i DEDUCTIBLE $
RETENTION $ $
A WORKERS COMPENSATION AND WLRC43514970 03/01103 03/01/04 X I T~~N~J,~;,T IOJ~'
EMPLOYERS' LIABILITY $1.000,000
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT
OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $1,000,000
If yes, describe under $5,000,000
SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
Re: Florida Keys Community College
Remodel and improvement project, Tennesee Williams Theater.
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
Board of County Commissioners DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL --3Q.... DAYS WRITTEN
for Monroe County NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
Tourist Development Council IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR
1201 White Street, Suite 102 REPRESENTATIVES.
Key West, FL 33040 AUTHORIZED REPRESENTATIVE
fJ!4~
ACORD 25 (2001/08) 1 of 2
#S47000/M46912
KMP
@ ACORD CORPORATION 1988
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 25-5 (2001/08) 2 of 2
#S47000/M46912
FEB-21-11I3
,
P
I
;~
I~'
I'
~
~
I
1111.20IPROM.MCTOC
10.3052880788
MONROE COUNTY,
Request For W
of
Insurance Require
It is Rquestcd that the insurance requitemcnlS. as specified in CoUDty's Schedule ofInsURDCt
Rcqu.irements. be waived OT mbdified on the following contract.
Conttaclnr: Florida K ys Community college
Contract Cor: Remodel
Improvement Project
Address orContraetor: 59 1 Colle e Road
West, FL 33040
Phone: 305 296-9081 ext 230
Scope of Work: Remode and improvement project, Tennessee Williams The
Reuoulor Wai-ver:
The Icollege does not own or lease any vehicles. Per
I
aut6s/vehicles 'II not be used during the project.
poUeles Waiver will
apply to:
Ve~icles
SignatlWe of CGntractor:
Community Co lege
Date:
Coanty AdmiuiStratot Appe8J:
Approved
Not Approved
Date:
Board of County Commissioners Appeal:
Appro~ed
Not Approved
Meeting Date:
Administration InatrllClion
#470g.l
ZlO-~ IO/IO'd Zll-l
gglgZ6Zg0E
33~~-WOJ~ wdl gO EO-lZ-q ~
I,
19% Rdinod
t' Ali .
2/;.i
,.
~
r I
81'"
.
....