Loading...
HomeMy WebLinkAbout2025-KWH-03 07/16/2025 GVS COURTq° o: A Kevin Madok, CPA - �o ........ � Clerk of the Circuit Court& Comptroller Monroe County, Florida �z cooN DATE: July 30, 2025 TO: Brittany Burtner, Sr. Administrator Marine Resources FROM: Liz Yongue, Deputy Clerk SUBJECT: July 16, 2025 BOCC Meeting The following items have been executed and added to the record: J5 Task Order to Key West Harbor Services, Inc., for the Removal and Disposal of a 66-Foot Derelict Stardeck Commercial Fishing Trawler (Shrimp Boat), Funded by Florida Fish and Wildlife Conservation Commission Governmental Contract No. 24024. J6 Task Order to Key West Harbor Services, Inc., for the Removal and Disposal of a 53-Foot Derelict Gulfstar Motorboat, Funded by Florida Fish and Wildlife Conservation Commission Governmental Contract No. 24024. Should you have any questions please feel free to contact me at(305) 292-3550. cc: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 County of Monroe Planning&Environmental Resources Department Board of County Commissioners: Marathon Government Center M 23 l� Mayor James K. Scholl,District 3 2798 Overseas Highway,Suite 400 "s Mayor Pro Tein Michelle Lincoln,District 2 Marathon,FL 33050 Craig Cates,District I Voice: (305)289-2500 David Rice,District 4 FAX: (305)289-2536 Holly Merrill Rashein,District 5 ltty°iNPr'/ �rV" We strive to be caring,professional,and fair Task Order #2025-KWH-03 For the Removal of Derelict Vessel/s and/or Marine Debris Date: June 27, 2025 Key West Harbor Services, Inc. is hereby authorized to proceed with the removal and disposal of the 53 ft. Gulfstar cabin motorboat on the oceanside of Bahia Honda(FWC250N0028523). The County agrees to pay the proposed cost of$129,850.00 upon completion of the work and receipt of an invoice, complete disposal receipt, and photographs. The completion of the work shall be in accordance with the following schedule: X Routine Removal- vessel should be disposed of by August 29, 2025 X Environmental Emergency Hazard to Navigation Imminent Threat to Public Safety General Requirements: Contractor shall provide notification to the investigating officer at least 24-48 hours prior to the start of removal activities. Any anchors/mooring devices, or other appurtenances associated with the vessel, shall also be removed. The awarded contractor shall dispose of vessels and marine debris at any of three Monroe County Solid Waste transfer stations or other certified waste management facility. County transfer stations require engines to be separated from the vessel. The vessel can contain no fuel or fuel tanks. All fluids should be drained from the engine, which will be visually inspected by the transfer station for acceptance. Engines, batteries, fuel, and fuel tanks (or other hazardous materials) shall be properly disposed of(transfer stations have separate facilities/containers for engines, fuel, etc.). Any recyclable materials may be taken to a recycling center or licensed scrap yard. If asbestos is present,further coordination with DEP and the Marine Resources office will be required prior to removal. Please note that any vessels or debris that requires `processing' (e.g. crushing/compacting that is not contained) may require coordination with DEP. Work shall comply with all County, State and Federal regulations. The Contractor shall contact the Marine Resources Office immediately if circumstances arise in which the work cannot be completed according to the above indicated schedule, in which case other arrangements may be necessary. It is understood that weather may delay removal efforts; however, the Contractor's work load or logistical issues will not be considered'good reason' for delays. All documents required for payment (including but not limited to invoices, photographs and complete disposal/recycling tickets) shall be submitted electronically to and received by the Monroe County Marine Resources Office. The invoice must include: 1. A completed "Derelict Vessel Removal Completion Sheet" for each removed vessel listed on the invoice. 2. The accurate size of the vessel. 3. The invoice number and date. 4. The removal cost of an individual vessel if multiple vessels are included in an invoice. Two (2)photographs of the following shall be included for each vessel: 1. The condition of the vessel prior to commencement of removal. 2. The removal process - documenting the methods of removal (e.g. use of lift bags, cranes,pumping, etc.) and the transportation of the vessel to land. 3. The removal site after removal is completed from the same angle and position as the photograph(s) documenting the condition of the vessel prior to commencement of removal. 4. The vessel staged on land after removal from the water but prior to destruction 5. The demolition of the vessel that includes identifying marks on the vessel. 6. The final disposition of the vessel's remnants in disposal container of at the landfill facility. Additional Instructions: ■ Hired contractors are authorized to remove derelict vessels and marine debris under Monroe County's Florida Keys National Marine Sanctuary ("FKNMS") Permit No. FKNMS-2023-133. ■ A copy of Permit No. FKNMS-2023-133 and a copy of Task Order No. 2025-KWH-03 shall at all times be available at the removal site while conducting derelict vessel or marine debris removals for Monroe County. ■ The contractor shall adhere to the responsive and responsible Removal Plan submitted and approved for the vessel (attached). ■ The contractor shall notify the Marine Resources Office of the anticipated start and end dates of work prior to commencement of work and coordinate with staff and/or law enforcement for on-site observation of removal activities, as needed. ■ The contractor shall adhere to all terms and conditions in the attached Florida Fish and Wildlife Conservation Commission (FWC) Government Contract 424024. ■ The contractor shall follow the attached State of Florida's Derelict Vessel Removal Best Management Practices (BMPs). Failure to follow these BMPs may subject the contractor to State and Federal fines and penalties. ■ The contractor shall adhere to all FKNMS-2023-133 permit conditions, FKNMS regulations and follow the attached FKNMS Best Management Practices for Vessel, Aircraft and Debris Recovery and Removal Operations ("BMPs"). Failure to follow the FKNMS-2023-133 permit conditions, FKNMS regulations, and/or BMPs may subject the contractor to State and Federal fines and penalties. ■ The contractor shall utilize the U.S. Department of Homeland Security E-Verify system to verify the employment eligibility of all new employees hired during the term of this • subcontract.A copy of this verification must be provided p Monroe County prior to.the • start of.wor. .. • ■• The contractor:shall:register on' sam.go.v and provide.:their. Unique Entity•Identifier• : :• • • :(UEI) prior to:t•• e ;start•o: work in order to meet American.Rescue I3.11..41.1 Act (ARPA) • : .• . • funding requirements. : .All invoicing for.this job must be received by the Marine Resources Off c oe.n later.than. • . . •• • ,. . . •August , . Attest•r . . T e;vin Madok; Clerk ii.O.:;til,'N,A,„ 1.1•:,,-,`N. /-;....;,',:',.,;:i...-;;',f u.,,---'7-1.• .. .• • • - -• . '. •• • . . - - - •Kt.. t ,r w i�� a „:,,,,,,,,is,-..,;;;',. ..:;,1 ! �do�'°��,,�. �, + 5 s a G ,s_j • • ' - j . :... 1:: .*: -).;iit,.. -,;. . • Ilk . ,.._ i . • • , " .., . ' tz-.-,--L.� 1. a _w,i\ t 0 .. • .. . . .. . ... • : . . t„ ov.„..,,,ii,:::,,,y,..;..t.,,,...„,siT,v,,,,,::::§..,,.,,o.:,.::,.,;,;,4.....,,:,:,...,.. , .. . ... . . • • . . .• • • ,.,...,.... . • ........ . . . . •. .. . . • � ,d `,. , � �(fin,,: me. K. Scholl,Mayor s� ., Xs' • • • 0 eputy. Clerk MONROE CO • ATTORNEY • '_...,, APP�. - •TO FORM . . .. . PEf ER:i MORRiS ' ' •ASSISTANT COUNTY ATTORNEY . • . • 'Date: .. • nz. ., . • .,'i _ . • '� '�,""•'�'r • • .. "ice . .: .: • • :�n��i^e • • 11S� —4�.+. KEYW EST-01 DAS B U RY ACORO"° CERTIFICATE OF LIABILITY INSURANCE DATE(M/202YYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. 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). PRODUCER CONTACT Certificates NAME: Construction Casualty Insurance,LLC PHONE FAX 3637 4th Street North (A/C,No,Ext): (727)258-5774 (A/C,No): IL Suite 310 ADDRESS:certs@cci-ins.com Saint Petersburg,FL 33704 INSURERS AFFORDING COVERAGE NAIC# INSURERA:Starr Indemnity& Liability Company 38318 INSURED INSURERB:Progressive Express Insurance Co 10193 Key West Harbor Services Inc dba Tow Boat USA Key West INSURERC:Everest National Insurance Company 10120 PO BOX 413 INSURER D:StarNet Insurance Company 40045 Key West,FL 33041 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MMIDD/YYYY MMIDD/YYYY A COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR MASILBN00593524 8/24/2024 8/24/2025 DAMAGE TO RENTED 100��� X X PREMISES Ea occurrence $ X Marine General Liabi MED EXP(Any oneperson) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY❑ PRO ❑ LOC PRODUCTS-COMP/OPAGG $ 1,000,000 JECT OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 500,000 Ea accident $ ANY AUTO 996144434 4/21/2025 4/21/2026 BODILY INJURY Perperson) $ OWNED X SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ X HIRED X NON-OWNED T' ROPERT ntDAMAGE $ AUTOS ONLY AUTOS ONLY �,p l6tC. BY__o._. _. $ 6 .25 UMBRELLA LIAB OCCUR DATE— - - """"—"" EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE WA _ - AGGREGATE $ DED RETENTION$ $ C WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER X 9700000757241 8/24/2024 8/24/2025 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Hull&P&I MASIHBNO0812524 8/24/2024 8/24/2025 Aggregate/Occurence 1,000,000 D Marine Employer Liab BOUMP240735 8/24/2024 8/24/2025 Aggregate/Occurence 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Sean Morley is excluded on the Workers'Compensation policy. When required by written contract,Monroe County Board of County Commissioners is listed as an additional insured with regard to the Marine General Liability policy.A waiver of subrogation applies in favor of Monroe County Board of County Commissioners on the Marine General Liability and the Workers'Compensation(USL&H)policies. Hull TIV:$1,965,000 SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe County Board of County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ty ty ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton Street Key West,FL 33040 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: KEYWEST-01 DASBURY LOC#: 1 A�©� ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Construction Casualty Insurance, LLC POy OWest X 41 Harbor Services Inc dba Tow Boat USA Key West POLICY NUMBER Key West,FL 33041 EE PAGE 1 CARRIER NAIC CODE EE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/Locations/Vehicles: COVERAGES INCLUDE: HULL, P&I, TOWING,SALVAGE,JONES ACT,SUDDEN &ACCIDENTAL POLLUTION, WORKERS COMPENSATION, USL&H, CONTRACTORS POLLUTION &GENERAL LIABILITY. Additional Insured: Monroe County Board of County Commissioners 1100 Simonton Street Key West, FL 33040 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD