HomeMy WebLinkAboutSombrero Beach & Jolly Roger
AGREEMENT,
CONTRACT AGREEMENT
MADE THIS rllr chy of rfJ (; T
2001, by and
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 repair of regulatory aids
located off of Sombrero Beach, Marathon, and Jolly Roger, Little Torch Key, Monroe
County as specified by Exhibit A.
2. The work performed under the Contract shall commence immediately from the
date the Liaison provides the Notice to Proceed and shall be completed by November 30,
2001.
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$ 1.874.00 for the work
listed in Exhibit A of this Contract. 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 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 indelllllifY 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 forms of Exhibit C identified as General
Insurance Requirements and INSKLST 1-4, as further detailed on forms WCI, WCJA,
GLI, VLI, & WLl. 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 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
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 oftermination.
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 WITNESS WHEREOF the parties here to have executed this agreement by the
BOARD OF COUNTY COMMISSIONERS
GE, CLERK OF MONROE CO Y, FLORIDA
Witness:
.'113 'AIHnO:J 30t!NOh
13 .~!J '~l:J
3!)VH"O~ '1 ).~mfO
I i-t : II WV 6 I 83.:1l00Z
OHO::l3H HO.:l 0311.:1
::~:IJ~Z~
Title: ~R~~\
~./~
EXHIBIT A
County of Monroe
Deoartment of Marine Resources
2798 Overseas Highway, Suite 420
Marathon, Florida 33050
Phone: (305) 289-2805
FAX: (305) 289-2536
Board of County Commissioners
Mayor Shirley Freeman, Dist. 3
Mayor Pro Tern George Neugent. Dist. 2
Wilhelmina Harvey, Dist. 1
Commissioner Nora Williams, Dist. 4
Commissioner Mary Kay Reich, Dist. 5
August 7, 2001
To: Kim McGee, Marine Projects Coordinator
From: Richard Jones, Marine Resources Planner
Re: Marker maintenance at Sombrero Beach and Jolly Roger regulatory zones
Marker installations for the boating restricted zone at Sombrero Beach have not proven to be
effective, as only two of the five markers originally planned for the zone were installed two years
ago due to unforeseen bottom conditions. I would like to have those two markers removed for
use elsewhere.
One of the shallow water markers needs to be used to replace a missing one at the Jolly Roger
boating restricted zone at Little Torch Key, and the other one will be stored as a spare. In
addition an idle speed zone buoy at Jolly Roger was destroyed by a boat last week at the entrance
to Dolphin Marina. This buoy is critical and needs to be replaced immediately.
Please request quotes for the following work (contractors: see attached specification sheets):
Site
Sombrero Beach
Problem
Need to remove two
shallow water markers.
Installation
none
Jolly Roger
(at Little Torch Key)
Need to replace a broken
shallow water marker with
one removed from Sombrero
beach. Permit number on
marker should be changed
accordingly.
(transport the remaining
shallow water marker to
storage area at the Florida
Keys Marina in Marathon)
Install shallow-water marker (1):
IDLE SPEED
"
"-, ~
'-- -
NO WAKE
PERMIT NO. 9S-OS1 co. ORD. 042-1994
Need to replace missing
regulatory buoy.
Install regulatory buoy (1):
IDLE SPEED
~- }
NO WAKE
PERMIT NO. 9S-OS1 CO. ORD. 042-1994
EXHIBIT a
CoUnty of Monroe
Deoartment of Marine Resources
2798 Overseas Highway, Suite 420
Marathon, Florida 33050
Phone: (305) 289-2805
FAX: (305) 289-2536
~
Board of County Commissioners
Mayor Shirley Freeman, Dist. 3
Mayor Pro Tern George Neugent, Dist. 2
Wilhelmina Harvey, Dist. I
Commissioner Nora Williams, Dist. 4
Commissioner Mary Kay Reich, Dist. 5
July 13, 2000
Specifications for Buoys
The County requires that the following specifications are met for buoy installations:
Buoys should be heavy duty, High Density Polyethylene (HOPE), 9" diameter (no float collar),
approximately 45-50 lbs., internal concrete ballast, approximately 61" total length,
approximately 38" exposure (above water), with reflective bands, UN inhibited, shatter proof,
unsinkable, urethane foam filled, self-righting, with a stainless steel anchoring eye.
The down line should be 7/8" three strand heavy duty polypropylene, with an underwater line
float, UV treated, with eye splices on either end reinforced with a section of blue pliovic 1" ill
hose. The down line will be attached to the buoy and anchor system with W' stainless steel bow
shackles.
Specifications for Embedment Anchors *
The following options are required for the attachment of buoy lines to the bottom, dependent
upon bottom conditions:
For exposed rock bottom substrate the anchor will be the Halas pin system:
Minimum embedment depth of 18"; minimum pin size of 5/8" diameter by 18" length;
pin will be 316 stainless steel; pin to be installed in a 2" diameter by 18" deep drilled
hole; concrete will be Portland Type II cement.
For substrate of up to 5' of sand/mud overburden above a hard rock substrate the anchor will be a
.rock penetrating helical embedment anchor:
Minimum anchor length S'; minimum embedment into hard rock substrate at least 1';
minimum helical disk size 6:; minimum shaft diameter 0/."; anchor will be galvanized
steel.
For sand or mud substrates of greater than S' the anchor will be a soft bottom helical embedment
anchor:
Minimum anchor length S'; minimum embedment depth S'; minimum helical disk size
8"; minimum shaft diameter 1"; the anchor will be galvanized steel.
* All contractors must be experienced in the installation of marine embedment anchors.
'it'f'
~ ... ,,,,.,.~.'l ~"""~~J~
/ Replace Shallow-Water Marker
. -
.. ~RePlace Buoy
.
...
-
EXllDlI'r C
1996 Edidon
:r
J\10NROE COUNTY, FLORIDA
INSURANCE CHECKLIST
FQR
VENDORS SUBJ\UITING PROPOSALS
FOR'VORK
To assist in the 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 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' COMPENSA nON
AND
EMPLOYERS' LIABILITY
WCl
WC2
WC3
WCUSLH
x Vlorkers' 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
$1,900,000/$1,000,0001$ 1 ,000,000
Same as Employers'
Liability
Same as Employers'
Liability
VlCJA
lNSCKLST 1
Administration Instruction
U 109 2
1996 Edition
VEHICLE LIABJ[HY~
As a minimum, coverage should extend to liability for:
. Owned; Non-owned; and Hired Vehj~les
Required Limits:
X
BRI
MVC
PROl
PR02
PR03
POLl
-POL2
POL3
EDl
ED2
GKl
GK2
GK3
VI. I x
VLl
VL2
VL3
VL4
AdmlnlSlrallon Instruction
1/47092
S50,000 per Person: S 1 00,000 per Occurrence
S25,000 Property Damage
or
S100,000 Combined Single Limit
$100,000 per Person; $300,000 per Occurrence
$50,000 Property Damage
or
S300,000 Combined Single Limit
S500,000 per Person; $1,000,000 per Occurrence
S 1 00,000 Property Damage
or
SI,OOO,OOO Combined Single Limit
S5,000,000 Combined Single Lintit
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 OccurrencelS 500,000 Agg. .
S 500,000 per OccurrencelSl,OOO,OOO Agg.
SI,OOO,OOO per OccurrencelS2,000,000 Agg.
S 500,000 per OccurrencelSl,OOO,OOO Agg.
SI,OOO,OOO per OccurrencelS2,000,000 Agg.
S5,000,000 per OccurrencelSl0,000,000 Agg.
S 10,000
S100,000
Pollution
Liability
Employee
Dishonesty
Garage $ 300,000 ($ 25,000 per Veh)
Keepers $ 500,000 ($100,000 per Veh)
$1,000,000 ($250,000 per Veh)
Watercraft Liability $500.000
INSCKLST J
1996 Edilion
INSURANCE AGENT'S ST~TEMENT
.
I have reviewed the above requirements with the bidder named below. The following deductibles
apply to the corresponding policy.
POLICY
I I
DEDUCTIBLES
Liability policies are _ Occurrence _ Claims ~1ade
Insurance Agency
Signature
.
BIDDERS STATEMENT
I understand the insurance that 'will be mandatory if awarded the contract and will comply in full
with all the requirements.
Bidder
Signature
INSCKLST 4
Administralion Instruction
'4709.2
1996 Edilion
'VORKERS' COMPENOA TION
INSURANCE REQUIREJ\iENTS
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
I-
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.
\Vel
AdminiSlration Instruction
'4709.2
1996 Edition
\\'ORKERS' COl\{;:ENSA TION
INSURANCE REQUIREMENTS
FOR
CONTRACf
, '
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 t in so far as the coverage provided is no less restrictive than would have been providel
by a Workers' Compensation policy. I
\"'CJA
AdmanlStrallon Instruction
#47092
1996 Edition
GENERAL LIABIJ~TY.
INSURANCE REQUIREl\IENTS
FOR
CONTRACT
I
BETWEEN
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:
$300,000 Combined Single Limit (CSL)
If split limits are provided, the minimum limits acceptable shall be:
#.
$ 1 00,000 per Person
$300,000 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 reported should e>.."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 Additional Insured on
all policies issued to satisfY the above requirements.
GLl
AdminIstration Instruction
'4709.2
1996 F.diliM
VEHICLE LIABILI1=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 minimwn, liability coverage for:
· Owned, Non-Owned, and Hired Vehicles
The minimwn limits acceptable shall be:
$100,000 Combined Single Limit (CSL)
.l
If split limits are provided, the minimwn limits acceptable s~l b::
$ 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.
VLl
AdmiOlstratlUn Instruction
".709 2
KO
1996 Edition
\" A TER CRAFT LIAnll.JJ'J~
INSURANCE REQUIREl\fi!;N1'S
FOR
CONTRACT
, '
BEn\'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 2, 1977 edition). Coverage shall be
maintained throughout the life of the 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
lfthe policy obtained states that coverage applies for the "Acts,fJr Omissions of a Vessel",
it shall be endorsed to provide coverage for the legal liability of the shipo\\'Iler.
The minimum 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 i~ed to satisfy the above requirements.
\VLI
^dmlnl~lralif)n Inslruction
147092
CONTRACT AMENDMENT
THIS AMENDMENT TMHE AGREEMENT is made and entered into this
I ct/tA day of -S (L 2001, between the County of Monroe, hereafter
County, and American Underwater Contractors, hereafter Contractor, in order to amend
the agreement between the parties dated November 22, 2000, a copy of which is attached
to this amendment.
The County and American Underwater Contractors, amend sections 2 ofthe
November 22,2000 agreement as follows:
2. The work performed under the Contract shall commence immediately from the
date Liaison provides the Notice to Proceed and shall be completed by March
31,2001.
IN WITNESS WHEREOF, the parties have here on to set their hands and seal, the
day and year first written above.
~~~; COUNTY COMMISSIONERS
~OECO~'FL ~ d -
Mayor /
American Underwater Contractors
D'~'By: \)~
Title: AS t?Q~\(D~
.;-;= 'Altm03 3QHHOW
"3 oHIJ o).1IJ
. 1" \1 '1 '" 1\ ..,' 0
3flVH Un ;"..,. ~
6 S :, Wd L - NOr 1 0
QHO~3B HOJ 01'11.1