Item F15BOARD OF COUNTY COMMISSIONERS
AGENDA ITEM SUMMARY
Meeting Date: November 17, 2010 Division: Public Works
Bulk Item: Yes X No _ Department: Facilities Maintenance
Staff Contact Person: John W. King, 292-4431
AGENDA ITEM WORDING: Approval to amend and exercise the second option to renew the
contract with Mowrey Elevator Service, Inc. doing business as Oracle Elevator Company of Florida for
complete elevator service maintenance for Monroe County.
ITEM BACKGROUND: The contract provides for two renewal options and in accordance with Item
5, the contract, as amended, the parties want to exercise the second option to renew; the Big Pine Fire
Station was recently completed and turned over to the County, and that building has an elevator that
needs to be added to the contract. Also, the Key West International Airport has requested to have their
elevators removed from the contract.
PREVIOUS RELEVANT BOCC ACTION: On January 16, 2008, the BOCC approved award of
bid and execution of a contract with Mowrey Elevator Service, DBA Oracle Elevator Company of
Florida for complete elevator service. On November 28, 2008, the BOCC approved amending and
renewing the contract for the first two-year option.
CONTRACT/AGREEMENT CHANGES: Add the annual CPI-U increase of 2.7% to the contract
amounts as follows: monthly elevator amount from $91.70 to $94.18 and elevators at $150.15 to
$154.20; annual inspections from $208.41 to $214.04; labor during regular working hours from
$141.72 to $145.55; and OT from $240.92 to $247.43; one elevator is added to the contract, and the
Key West Airport's elevators deleted.
STAFF RECOMMENDATIONS: Approval
TOTAL COST: $50 247.43/annual service maint INDIRECT COSTS_ BUDGETED:Yes X No --
Plus inspections of $8,561.41 and repairs
DIFFERENTIAL OF LOCAL PREFERENCE:
COST TO COUNTY: $ same SOURCE OF FUNDS: Ad Valorem
REVENUE PRODUCING: Yes No X OUNT PER MONTH Year $
APPROVED BY: County Attfded
/Purchasing Risk Management
DOCUMENTATION: Incl X Not Required
DISPOSITION: AGENDA ITEM #
M E M O R A N D U M
DATE: October 25, 2010
TO: Dent Pierce, Division Director
Public Works
FROM: John W. King, Sr. Director
Lower Keys Operations
RE: Agenda Item — November 17, 2010 BOCC Meeting
Amend and Final Renewal of Contract with Mowrey Elevator
Service, Inc. d/b/a Oracle Elevator Company of Florida for Complete
Elevator Service Maintenance, Monroe County
The contract provides for two renewal options and in accordance with Item 5, the contractor, as
amended, the parties want to exercise the second option to renew; the Big Pine Fire Station
recently completed and turned over to the County, has an elevator that needs to be added to the
contract. Also, the Key West International Airport has requested to have their elevators removed
from the contract.
Contract changes include the addition of one elevator to the contract, and the deletion of the Key
West Airport's elevators; the annual CPI-U increase of 2.7% to the contract amounts as follows:
monthly elevator amount from $91.70 to $94.18 and elevators at $150.15 to $154.20; annual
inspections from $208.41 to $214.04; labor during regular working hours from $141.72 to
$145.55; and OT from $240.92 to $247.43.
I hereby request approval to amend and exercise the second and final option to renew the contract
with Mowrey Elevator Service, Inc., doing business as Oracle Elevator Company of Florida for
complete elevator service maintenance for Monroe County.
JWK/jbw
Enclosures
MONROE COUNTY BOARD OF COUNTY COMMISSIONERS
CONTRACT SUMMARY
Contract with: Mowrey Elevator Service, Contract #
Inc., d/b/a Oracle Elevator
Company of Florida Effective Date: 11/29/10
Expiration Date: 11/28/12
Contract Purpose/Description:
Amend and renew contract for complete elevator service maintenance for Monroe
County, Florida
Contract Manager: Jo B. Walters
for BOCC
(Name)
on 11/17/10
4549 Facilities Maint/Stop 41
(Ext.) (Department/Stop #)
Benda Deadline: 11/02/10
CONTRACT COSTS
Total Dollar Value of Contract: $50,247.43 maint Current Year Portion: $
Repairs: Reg $145.55/hour; OT $8,561.41 insp +
$247,43/hour; Parts:Cost+30% repairs
Budgeted? Yes® No ❑ Account Codes: 001-20501-530-340-_
Grant: $ N/A 001-20505-530-340-
County Match: $ N/A
ADDITIONAL COSTS
Estimated Ongoing Costs: $ /yr For:
Not included in dollar value above e . maintenance, utilities, janitorial
41, 8 73+repairs+
$6,849.13 insp.
etc.
CONTRACT REVIEW
Changes
Date Out
Division Director
D ten
2 10
Needed _ Reviewer
Yes[:] No ;(
2-
Risk Manage ent
I aA 0
Yes❑ No
0-J(Y -
O.M.B./Pure ing 1�_W to
Yes❑ No
( C)
County Attorney
�� �`'�
Yes[:] No5;&?
( ,�
Co ents:
t
OMB norm Revised 2/27/01 MCP #2
AMENDMENT AND SECOND RENE'�VAL AGREEMENT
COMPLETE ELEVATOR SERVICE MAINTENANCE
THIS SECOND RENEWAL AGREEMENT is made and entered into this daN of°
_ 2010, between MONROE COUNTY (hereinafter "Count" or "Owner'), a political subdivision
of the State of' Florida. whose address is 1100 Simonton Street, Key West, Florida 33040, and MOWREY
ELEVATOR SERVICE, INC., a Florida corporation, %hose address is 2315 Stirling Road. Fort Lauderdale.
Florida 33313. D'13 A ORACLE ELEVATOR COMPANYOF FLORIDA (hereinafter "Contractor') .
WHEREAS, the parties hereto did on January 16, 2008 enter into an agreement for complete elevator
service maintenance (hereinafter "Ori,6nal Agreement-): and
WHEREAS, both parties hereto did on November 28, 2008 amend and renew the Original Agreement;
and
WHEREAS, both parties desire to amend Paragraph 2 G adding a new elevator location at the Big Pine
Fire Station 41 3, and deleting the three (3) elevators at the Key West International Airport, and
WHEREAS, both parties desire to amend Paragraph 3A. THE CONTRACT SUM, to add the new
elevator location and delete the Key West Airport elevators, and
WHEREAS, the parties have found the Original Agreement to be mutually beneficial and:
WHEREAS, the parties find that it would be mutually beneficial to enter into this Second Renewal
Agreement;
NOW THEREFORE. IN CONSIDERATION of the mutual promises and covenants set forth bei(m,
the parties agree as follows:
Paragraph 2. SCOPE OF WORK, subsection G, Monroe Countv Elevators to be serviced, is
amencied to read a,� followc-
Serial
Number
Facility
#t
Location Address 1 Landings
3998
Monroe CotlntV Court House Annex
502 Whitehead St. Key West
4
37414
Monroe County Court House Annex
502 Whitehead St. Key West
4 ;
i
37641
Plantation Key Courthouse
US#IiHighpoint Road, Plantation Key
2
39503
J. Lancelot Lester Justice Building 1 530 Whitehead St, Kev West
3 j
40616
Plantation Key Ellis Building
88900 Overseas Hwy, Plantation Kev
2
46473
Marathon Government Center
2798 Overseas Hwy, Marathon
2
46502
Momae Countv CH Annex
-
t 502 Whitehead St. Key West
3
46899
Monroe Countv Detention Center
5510 College Road. Stock Island
3
46900
Monroe County Detention Center
5510 College Road, Stock Island
46945
Records Storage Facility
530 Whitehead St. Key West
3
i 47143
Monroe Countv Detention Center
i 5510 College Road, Stock Island
47144
Monroe County Detention Center-
0 College Road_ Stock Island
47274
Monroe County Detention Center 1
5510 ColleLye Road, Stock: Island 2
47275
Monroe Countv Detention Center
5510 College Road_ Stock Island
47276 1
Monroe Count.' Detention Genter ! 5510 College Road. Stock Island
47834
Marathon Airport 1 9400 Overseas Highway, Marathon
50030
Sheriffs ,Administration Buiidin- � 5525 College Road, Stock Island � �I
1 50033
Sheriff s Administration Building !
5525 College Road, Stock Island '�-
51768
Harvev Government Center
1200 1 ruman Avenue. Kev West ! 3
56110
Plantation Key Detention Facility Highpoint Road, Plantation Kev
---------------------------
56216
Key West Courthouse Dumbwaiter
500 Whitehead Street. Key West ;
56691
Monroe County Courthouse -500
Whitehead Street_ Ike\, West 4i
601230
; Gato Building
I I00 Simonton Street, Ke% West
61607
-
Department of Juvenile Justice
{ 5525 College Road. Stool: Island
3
61608
Department of Juvenile Justice
5525 College Road, Stock Island
11
7402s
Sheritts Aviation Hangar
I0100 Overseas Hkry, Marathon
I 8843
88433
i Freeman Justice 91
( Freeman Justice -2
302 Fleming Street. Key West
302 Fleming Street_ Key West
.,
88434
j Freeman Justice �3
302 Fleming Street. Key West
j
88435
Freeman Justice f,4
302 Fleming Street, Kev West
3
88436
8843 7
Freeman Justice �5
Freeman Justice #6
302 Fleming Street, Key West
302 Fleming Street, Key kL-est
7
L
94425
Big Pine Key Park Community Bid,
31009 Atlantis, Big Pine Key
949_'7
MENelson Gov & Cultural Center
102050 Overseas Highway_ Key Largo
97137
Big Pine Key Fire Station #I3
390 Key Deer Blvd.. Big Pine Key
�. Paragraph 3.A, CONTRACT SUM_ is amended to add a new elevator described above as
follows:
3. THE CONTRACT SEEM
The County shall pay to the Contractor for the performance of said service on a -per month in
arrears" basis on or before the 30"' day of the following.; month in each of tweive months_ The
Contractor shall invoice the County monthly for elevator service and maintenance performed
under the Specification contained herein.
A. The Contractor amount shall be as stated by the contractors bid (including annual CPI-
U increases to date) as follows:
Serial
j Number
(
Facility
Landino Capacity Amount per
s Lbs I Month
1 Amount per
Inspection
3998
Monroe County Courthouse Annex
4
2500 594,18
S214,04
37410
Monroe County Courthouse .Annex
4
4000 i $94.18
S2I4.04
37641
Plantation Kev Courthouse
2
2500 $94.18
$214.04
39503
J. Lancelot Lester Justice Building
3
2000 1 S94.1 S
$? }4 04
40616
Plantation Key Ellis Building
2100 $94.18
5214.44
46473
Marathon Government Center
2 3500 544.18
$214.04
46502
, Monroe County Courthouse Annex
3 i 400{) $94.1 R
I
5214.04
46899
` Monroe County Detention Center ;
3
4000 $94. i 8
$2 14.04
46900
Monroe County Detention Center
;
4000 594.18
5214.04
46945
4"? 143
Records Storage Facility
Monroe County Detention Center
?
) 4000 594.18
2500 S44.I8
S2I4.04
5214.04
47144
Monroe County Detention Center l
2
2500 $94.18
$214.04
I 47274 I
Monroe Count\, Detention Center
_ (
4000
5948 + .1
$214.04
4I -
Monroe County Detention Center 1
R
2500
1 594.18 5214.04
i 47276 i
47834
Monroe County Detention Cotter
Marathon Airport
j
i
2500 594.18 S21.04
2000 S9418 5214.04
A 50030
Sheriffs .Administration Buildut- 3 -I
3500 $94.18 5214,04
5003I
Sheriffs Administration Building
3500 594.18 j S214.04
51768 I
Harvey Govern
Government Center i 3 I
4.1
'S00 $9R 1 5214 04
56110 l
s6216 If
Plantation key Detention Facility 2 750750 1 94.18 S'- 14Ji4
keyAVrct 1e
2-
56691
Monroe County Coulrthouse 594.18 1 S2 14.0
60239
Gato Building -100 S94.18
S214.04
61 fin^
Department or � _
f Juvenile Just;cc 45O1 j f $94.18
( S? 14.04
61608
Department of.Juvenile Justice
4500 594.18
S214.04
74025
Sheriffs Aviation Hangar
2� (}O0 1594.1 k
� S" 14,04
88432
Freeman Justice #1
3500
S154.20
S214.04
88411
Freeman Justice #2
3500
S154.20
$2114.04
i 88434
Freeman Justice 3
2
1 3500 S 154?0
S214.04
88435
Freeman Justice 44
?
3500 1 $154?tl
S 11.04
1 884,6
Freeman Justice #5
3500
S1 4?0
S2I4.04 i
1 88437
Freeman Justice #6 -
( _^
3500
$ 154.20 1
S214.04
944-5
Big Pine Key Park Cott7munity B(d�
I oo i SO4.18
S2I4.04
94927
MENelson Gov S Cultural Center
2
3000 5154.30
S214.04
97137
Bia Pine Key Fire Station #1? _
2500 594.45 [
5'14,04
�. In accordance with Paragraph 5 of the Original Atri-eement:
a. The County exercises the second and final option to renew the Original Agreement. as
renewed and amended. This term Nvill commence on November 29, 2010 and tenninate November 28.2012.
b. The Contract amounts are being adjusted 2.7% in accordance with the percentage
change in the U S. Department of Commerce Consumer Price Index (CPT-U) for all Urban Consumers as
reported by the U.S. Bureau of Labor Statistics and shall be based upon the CPI-U computation at December 31
of the previous _year as follows: Elevator Monthly Amount from $91.70 to $94.18, elevators at SI50.15 will "o
to $154.20. Inspection Amount from $20R.41 to S214.04, Labor during regular working hours from S141.72 to
$145.55 and Emergency service calls from $240,92 to $247.43.
4. Except as set forth in paragraphs 1. 2, and , of this Second Renewal Agreement_ in all other
respects, the tents and conditions set forth in the Original Agreement as renewed and amended remain in full
force and effect.
IN FITNESS FNHEREOF, the parties hereto have set their hands and seals the day and year first
above written.
('SEAL) BOARD OF COUNTY COMMISSIONERS
ATTEST: DANN)' L. KOLHAGE, CLERK OF MONROE COUNTY, FLORIDA
By By
Deputy Clerk Mayor/Chairperson
Witnesses for CONTRACTOR: MOWREY ELEA"ATOR SERVICE. INC., d/b;a
ORACLE ELEVATOR COMPANY OF FLORIDA
Sienature Date
By
Pr In am
S»amrc bate _
M��F�i'OE COUNTY�TTOt�
%J PR{(f3�jEll A/fit/'
P Zt. A U U
ISTANT CO TY ATTORNEY
Bata E L
3-
AMENDMENT and Is: RENEWAL AGREEMENT
COMPLETE ELEVATOR SERVICE MAINTENANCE
T$XS NDMENT AND 1ST RENEWAL AGREEMENT is made and entered into this ---
day of , 2008, between MONROE COUNTY (hereinafter "County" or "Owner"), a political
subdivision &' the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and
MOWREY ELEVATOR SERVICE, INC., a Florida corporation, whose address is 2315 Stirling Road, Fort
Lauderdale, Florida 33313, DB/A ORACLE ELEVATOR COMPANY OF FLORIDA (hereinafter
"Contractor")) .
WHEREAS, the parties hereto did on January 16, 2008 enter into an agreement for complete elevator
service maintenance (hereinafter "Original Agreement"); and
WHEREAS, both parties desire to amend Paragraph 1 to clarify language in the Agreement; and
WHEREAS, both parties desire to amend Paragraph 2, G. (a) to add new elevator locations; and (b) to
add a new subsection "H"; and
WHEREAS, both parties desire to amend Paragraph 3, THE CONTRACT SUM, to (a) define Item
"A" and (b) add new elevator locations; and
WHEREAS, both parties desire to amend Paragraph 5, TERM OF AGREEMENT, second paragraph
to increase the term of the renewal options; and
WHEREAS, the parties have found the Original Agreement to be mutually beneficial and;
WHEREAS, the parties find that it would be mutually beneficial to enter into this Amendment and I"
Renewal Agreement; now therefore
NOW THEREFORE, IN CONSIDERATION of the mutual promises and covenants set forth
below, the parties agree as follows:
Paragraph 1 of the Original Agreement is amended to read as follows:
"The Agreement consists of this document, the bid documents and the attached exhibits only."
2. (a) Paragraph 2, SCOPE OF WORK, subsection G, Monroe County Elevators to be serviced,
is amended to add service at new locations (or soon to be completed facilities), as follows:
Serial #
Facility
Address
# Landings
3998
Monroe County Courthouse Annex
502 Whitehead Street, Key West
4
37419
Monroe County Courthouse Annex
502 Whitehead Street, Key West
4
37641
Plantation Key Courthouse
US #1 and Highpoint Road, Plantation Key
2
39503
J. Lancelot Lester Justice Building
530 Whitehead Street, Key West
3
40616
Plantation Key Ellis Building
88800 Overseas Highway, Plantation Key
2
46473
Marathon Government Center
2798 Overseas fligliway, Marathon
2
46502
Monroe County Courthouse Annex
502 Whitehead Street, Key, West
3
46899
Monroe County Detention Center
5510 College Road, Stock Island
3
46900
Monroe County Detention Center
5510 Colle Road, Stock Island
3
46945
Records Storage Faqkty
530 Whitehead Street, Ka West
3
47143
Monroe County Detention Center
5510 College Road, Stock Island
2
47144
Monroe County Detention Center
5510 College Road, Stock island
2
47274
Monroe County Detention Center
5510 College Road, Stock Island
2
47275
Monroe County Detention Center
5510 College Road,Stock Island
2
47276
Monroe County Detention Center
5510 College Road, Stock Island
2
47834
Marathon Airport
9400 Overseas Highway, Marathon
2
-1-
Serial #
Fac' '
Address
# Landi
50030
Sheriff s Administration Building
5525 College Road, Stock Island
3
50031
Sheriff s Administration Building
5525 Colle a Road, Stock Island
3
51768
Harvey Government Center
1200 Truman Avenue, Key West
3
56110
Plantation Key Detention Facility
53 lEghpoint Road, Plantation Key
2
56216
Key West Courthouse Dumbwaiter
500 Whitehead Street, Key West
3
56599
ARFF Building — Key West
!Lel West International Airport
2
56691
Monroe County Courthouse
500 Whitehead Street, K West
4
60239
Gato Building
1100 Simonton Street, Key West
2
61607
Department of Juvenile Justice
5525 College Road, Stock Island
3
61608
Department of Juvenile Justice
5525 College Road, Stock Island
3
74025
Sheriffs Aviation Hangar
10100 Overseas Highway,Marathon
2
88432
Freeman Justice, Elevator #1
302 Fleming Street, Key West
3
88433
Freedom Justice, Elevator #2
302 Fleming Street, Key West
4
$8434
Freeman Justice Elevator #3
302 Fleming Street, Key West
3
88435
Freeman Justice, Elevator #4
302 Fleming Street, Key West
3
89436
Freeman Justice Elevator #5
302 Fleming Street, Key West
3
89437
Freeman JusticeElevator #6
302 Fleming Street, Key West
3
Key West International Airport
2491 So. Roosevelt Boulevard,Key West
2
Key West International Airport, #2
2491 So. Roosevelt Boulevard, Key West
2
Key West International Airport
2491 So. Roosevelt BoujSyard, Key West
2
Key West International Airport ,#5
2491 So. Roosevelt Boulevard, Key West
2
Key West International Airport, #6
2491 So. Roosevelt Boulevard, Key West
2
Pine Key Community Building
31009 Atlantis Drive Big Pine Key
2
Murray E. Nelson, Government and
Cultural Center
10250 Overseas Highway, Key Largo
2
(b) Paragraph 2, SCOPE OF WORK, is also amended to add an additional subsection' FP' as
follows:
H. In the event of a major component failure or system breakdown, the COUNTY, when
deemed as an emergency situation, shall have the option to request from the
CONTRACTOR only, a proposal/quote for replacement equipment in an amount that
could exceed Five Thousand Dollars ($5,000). Any proposal over $5,000 up to and
including $10,000 must be approved and signed by the Division Director and/or the
County Administrator. Any proposal over $10,000 up to and including $25,000 must be
approved and signed by the Division Director and the County Administrator.
3. Paragraph 3, CONTRACT SUM, is amended to clarify/define Item and add the new elevators
described above as follows:
3. THE CONTRACT SUM
The County shall pay to the Contractor for the performance of said service on a "per month - in
arrears" basis on or before the 30`h day of the following month in each of twelve months. The
Contractor shall invoice the County monthly for elevator service and maintenance performed
under the Specification contained herein.
A. The Contractor amount shall be as stated by the contractors bid as follows:
IIP-41
Certificate
#
Facility
#
Landings
Capacity
Lbs
Amount
per Month
Amount per
Inspection
3998
Monroe County Courthouse Annex
4
2500
$88.00
$200.00
37419
Monroe County Courthouse Annex
4
4000
$88.00
$200.00
37641
Plantation Key Courthouse
2
2500
$88.00
$200.00
39503
J. Lancelot Lester Justice Building
3
2000
$88.00
$200.00
40616
Plantation Key Ellis Building
2
2100
$88.00
$200.00
46473
Marathon Government Center
2
3500
$88.00
$200.00
46502
Monroe County Courthouse Annex
3
4000
$88.00
$200.00
46899
Monroe County Detention Center
3
4000
$88.00
$200.00
46900
Monroe County Detention Center
3
4000
$88.00
$200.00
46945
Records Storage Facility
3
4000
$88.00
$200.00
47143
Monroe County Detention Center
2
2500
$88.00
$200.00
47144
Monroe Coun Detention Center
2
2500
$88.00
$200.00
47274
Monroe County Detention Center
2
4000
$88.00
$200.00
47275
Monroe County Detention Center
2
2500
$88.00
$200.00
47276
Monroe County Detention Center
2
2500
$88.00
$200.00
47834
Marathon Airport
2
2000
$88.00
$200.00
50030
Sheriffs Administration Building
3
3500
$88.00
$200.00
50031
Sheriff's Administration Building
3
3500
$88.00
$200.00
51768
Harvey Government Center
3
2500
$88.00
$200.00
56110
Plantation Key Detention Facility
2
750
$88.00
$200.00
56599
ARFF Building - Key West
2
2500
$88.00
$200.00
56216
Key West Courthouse Dumbwaiter
3
1 150
$88.00
$200.00
56691
Monroe County Courthouse
4
2500
$88.00
$200.00
60239
Gato Building
2
2100
$88.00
$200.00
61607
Department of Juvenile Justice
3
4500
$88.00
$200.00
61608
De artment of Juvenile Justice
3
4500
$88.00
$200.00
74025
Sheriff's Aviation Hangar
2
2000
$88.00
$200.00
88432
(2) Freeman Justice, Elevator #1
3
3,500
$150.00
$200.00
88433
(2) Freedom Justice, Elevator #2
4
3,500
$150.00
$200.00
88434
(2) Freeman Justice, Elevator #3
3
3,500
$150.00
$200.00
88435
(2) Freeman Justice, Elevator #$
3
3,500
$150.00
$200.00
88436
(2) Freeman Justice, Elevator #5
3
3,500
$150.00
$200,00
88437
(2) Freeman Justice, Elevator #6
3
3,500
$150.00
$200.00
tbd
(i) Key West International Anport
2
2,500
$88.00
$200.00
tbd
(i) Kg West International Airport, #2
2
2,500
$88.00
$200.00
tbd
(i) Ka West International Airport
2
2,500
$88.00
$200.00
tbd
(i) Key West International Airport #5
2
2,500
$88.00
$200.00
tbd
(i) Key West international Airport, #6
2
2,500
$88.00
$200.00
tbd
Pine Key Community Building
2
2,500
$88.00
$200.00
tbd
(1) (2) Murray E. Nelson, Government
and Cultural Center
2
3,000
$150.00
$200.00
NOTE: (1) Elevators at the Key West International Airport and Murray E. Nelson Government
and Cultural Center will not be monitored or billed until construction is completed, certificates are issued,
and the buildings are turned over to Monroe County. Monroe County will .notify Contractor of this
occurrence. Information for the blanks in the above lists will be filled as the information is obtained.
(2) Elevators in the Freeman Justice Center and Murray E. Nelson Government and Cultural
Center are Schindler Elevators which are a combination of roped/hydro, ie, a traction unit with a hydro
application and are comprised of a more complicated operating system.
4. Paragraph 5 of the Original Agreement is amended to read as follows:
-3-
TERM OF AGREEMENT
This Agreement shall commence on November 29, 2007 and ends upon November 28,
2008 unless terminated earlier under paragraph 18 of this Agreement.
The COUNTY shall have the option to renew this Agreement for up to an additional two
(2) two-year periods at terms and conditions mutually agreeable to the parties,
exercisable upon written notice given at least 30 days prior to the end of the initial term.
Unless the context clearly indicates otherwise, references to the "term" of this Agreement
shall mean the initial term of one (1) year.
The Contract amount shall be adjusted annually in accordance with the percentage change
in the U.S. Department of Commerce Consumer Price Index (CPI-U) for all Urban
Consumers as reported by the U.S. Bureau of Labor Statistics and shall be based upon the
CPI-U computation at December 31 of the previous year.
5. In accordance with Paragraph 5 of the Original Agreement:
a. The County exercises the option to renew the Original Agreement for the first of the two (2)
terms. This term will commence on November 29, 2008 and terminate November 28, 2010.
b. The Contract amounts are being adjusted 4.1 % in accordance with the percentage change in
the U S. Department of Commerce Consumer Price Index (CPI-U) for all Urban Consumers
as reported by the U.S. Bureau of Labor Statistics and shall be based upon the CPI-U
computation at December 31 of the previous year as follows: Elevator Monthly Amount
from $88.00 to $91.61 (no increase for new elevators at $150.00, they will remain the same
at $150.00), Inspection Amount from $200.00 to $208.20, Labor during regular working
hours from $136.00 to $141.58 and Emergency service calls from $231 20 to $240.68.
.SS WHEREOF, the parties hereto have set their hands and seals the day and year first
BOARD OF COUNTY COMMISSIONERS
KOLHAGE, CLERK -,OF MONROE COUNTY, FLORIDA
y
Clerk Mayor/Chairperso
Witnesses fo ONTRACTOR:
Signature
D e
Si
Date
MOWREY ELEVATOR SERVICE, INC., d/b/a
ORACLE ELEVATOR COMPANY OF FLORIDA
9 COUNTY AT rFIM:
NEY
M
iW.�VED A 41,t
J.
ASSISTANT C NTY ATTORNEY (C�4
Date
-4-
COMPLETE ELEVATOR SERVICE MAINTENANCE
MONROE COUNTY, FLORIDA
AGREEMENT
FOR
COMPLETE ELEVATOR SERVICE MAINTENANCE
MONROE COUNTY, FLORIDA
j
This Agreement is made and entered into this / day of llt,(1 __ 200
between MONROE COUNTY, FLORIDA ("COUNTY"), a poli cai subdi sion of the
State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and
MOWREY ELEVATOR SERVICE, INC., a Florida corporation, whose address is 2315
Stirling Road, Fort Lauderdale, Florida 33313, D/B/A ORACLE ELEVATOR
COMPANY OF FLORIDA ("CONTRACTOR").
WHEREAS, COUNTY desires to provide complete elevator service maintenance
for Monroe County facilities, and
WHEREAS, CONTRACTOR desires and is able to provide complete elevator
service maintenance to Monroe County facilities; and
WHEREAS, it serves a legitimate public purpose for CONTRACTOR to provide
complete elevator service maintenance to Monroe County, now therefore,
IN CONSIDERATION of the mutual promises and covenants contained herein,
it is agreed as follows:
1. THE AGREEMENT
The Agreement consists of this document and its exhibits only.
2. SCOPE OF THE WORK:
A. The Contractor shall furnish all labor and equipment, including emergency
telephone monitoring to 911 dispatch, to provide routine examination, lubrication,
cleaning, adjustment, replacement of parts, and performance of applicable code -required
safety tests on traction elevators or annual relief pressure tests on hydraulic elevators and
any other service, repair, and maintenance sufficient to ensure the safe operation of the
elevators in accordance with Florida Statute Chapter 399 and the Elevator Safety Code
for Elevators and Escalators ASME A17.1.
B. The Contractor shall be a Certificate of Competency Holder for the service
maintenance contract in accordance with the revised Florida Statue Section 399.061 for
required inspections.
C. The Contractor shall respond within
twenty-four hours per day, seven days per week.
person to ensure twenty-four hour service.
four hours of notification of service,
The Contractor shall provide a contact
Agreement 2-1 October 2007
COMPLETE ELEVATOR SERVICE MAINTENANCE
MONROE COUNTY; FLORIDA
D. The Contractor shall respond and rectify all deficiencies as deemed
necessary by the Bureau of Elevator Inspection within thirty days of notification.
E. The Contractor shall ensure that machine rooms are kept in a clean and safe
manner at all times.
F. The Contractor shall abide by the Rules and Regulations for Contractors at
the Monroe County Detention Facilities when servicing same.
G. Monroe County Elevators to be serviced are as follows:
Serial
Number
Facility
Address
#
Landings
3998
Monroe County Courthouse Annex
502 Whitehead Street, Key West
4
37419
Monroe County Courthouse Annex
502 Whitehead Street, Key West
4
37641
Plantation Key Courthouse
US #1 and Highpoint Road, Plantation Key
2
39503
J. Lancelot Lester Justice Building
530 Whitehead Street, Key West
3
40616
Plantation Key Ellis Building
88800 Overseas Highway, Plantation Key
2
46473
Marathon Government Center
2798 Overseas Highway, Marathon
2
46502
Monroe County Courthouse Annex
502 Whitehead Street, Key West
3
46899
Monroe County Detention Center
5510 College Road, Stock Island
3
46900
Monroe County Detention Center
5510 College Road, Stock Island
3
46945
Records Stora e Facility
530 Whitehead Street, Key West
3
47143
Monroe County Detention Center
5510 College Road, Stock Island
2
47144
Monroe County Detention Center
5510 Col le e Road, Stock Island
2
47274
Monroe County Detention Center
5510 College Road, Stock Island
2
47275
Monroe County Detention Center
5510 College Road, Stock Island
2
47276
Monroe County Detention Center
5510 College Road, Stock Island
2
47834
Marathon Airport
9400 Overseas Highway, Marathon
2
50030
Sheriff's Administration Buildin
5525 College Road, Stock Island
3
50031
Sheriff's Administration Building
5525 College Road, Stock Island
3
51768
Harvey Government Center
1200 Truman Avenue, Key West
3
56110
Plantation Key Detention Facitit
53 Hi h oint Road, Plantation Key
2
56216
Key West Courthouse Dumbwaiter
500 Whitehead Street, Key West
3
56599
ARFF Building — Key West
Key West International Airport
2
56691
Monroe County Courthouse
500 Whitehead Street, Key West
4
60239
Gato Building
1100 Simonton Street, Key West
2
61607
Department of Juvenile Justice
5525 College Road, Stock Island
3
61608
Department of Juvenile Justice
5525 College Road, Stock Island
3
74025
Sheriffs Aviation Hangar
10100 Overseas Highway. Marathon
2
Freeman Justice Center
The Contractor shall be responsible to obtain any necessary permits during the term of
this contract.
3. THE CONTRACT SUM
The County shall pay to the Contractor for the perfonnance of said service on a per
month in arrears basis on or before the 30t" day of the following month in each of twelve
months. The Contractor- shall invoice the County monthly for elevator service and
Agreement 2-2 October 2007
COMPLETE ELEVATOR SERVICE MAINTENANCE
MONROE COUNTY, FLORIDA
maintenance perfoniled under the Specification contained herein. The Contractor amount
shall be as stated by the contractors bid as follows:
Serial
Number
Facility
#
Landings
Capacity
Lbs
Amount per
Month
Amount per
Inspection
3998
Monroe County Courthouse Annex
4
2500
$88.00
$200.00
37419
Monroe County Courthouse Annex
4
4000
$88.00
$200.00
37641
Plantation Key Courthouse
2
2500
$88.00
$200.00
39503
J. Lancelot Lester Justice Building
3
2000
$88.00
$200.00
40616
Plantation Key Ellis Building
2
2100
$88.00
$200.00
46473
Marathon Government Center
2
3500
$88.00
$200.00
46502
Monroe County Courthouse Annex
3
4000
$88.00
$200.00
46899
Monroe County Detention Center
3
4000
$88,00
$200.00
46900
Monroe County Detention Center
3
4000
$88.00
$200.00
46945
Records Storage Facility3
4000
$88.00
$200.00
47143
Monroe CountyDetention Center
2
2500
$88.00
$200.00
47144
MonroeCoun Detention Center
2
2500
$88.00
$200.00
47274
Monroe County Detention Center
2
4000
$88.00
$200.00
47275
Monroe County Detention Center
2
2500
$88.00
$200.00
47276
Monroe.County Detention Center
2
2500
$88.00
$200.00
47834
Marathon Airport
2
2000
$88.00
$200.00
50030
Sheriff's Administration Building
3
3500
$88.00
$200.00
50031
Sheriff's Administration Building
3
3500
$88.00
$200.00
51768
Harvey Government Center
3
2500
$88.00
$200.00
56110
Plantation Key Detention Facility
2
750
$88.00
$200.00
56599
ARFF Building - Key West
2
2500
$88.00
$200.00
56216
Key West Courthouse Dumbwaiter
3
150
$88.00
$200.00
56691
Monroe County Courthouse
4
2500
$88.00
$200.00
60239
Gato Building
2
2100
$88.00
$200.00
61607
De artinent of Juvenile Justice
3
4500
$88.00
$200.00
61608
De artment of Juvenile Justice
3
4500
$88.00
$200.00
74025
Sheriff's Aviation Hangar
2
2000
$88.00
$200.00
Freeman Justice Center
B. Repairs for normal working hours beyond the $500.00 limit (as defined below)
between 8:00 a.m. and 5:00 p.m. Monday through Friday excluding holidays shall be $136.00
per hour.
In any month in which the total for Repairs (as defined above) does not
exceed $500.00, the Contractor will not invoice said amount to County and will be
responsible for said amount.
In any month in which Repairs (as defined above) exceed $500.00, the
Contractor will invoice and the County will pay the full amount stated on the invoice.
C. Emergency service calls after hours stated above including holidays shall
be $231.20 per hour.
Agreement 2-3 October 2007
COMPLETE ELEVATOR SERVICE MAINTENANCE
MONROE COUNTY, FLORIDA
D. The cost of parts beyond those included in the $500.00 limit as described
above shall be the manufacturers cost plus 30%. The cost of parts below the $500.00
limit shall be the manufacturers cost plus 30%. The manufacturer's invoice must
accompany all requests for payment for any part which exceeds $500.00, and may be
requested at the discretion of the Senior Director, Public Facilities Maintenance, or his
designee, for any part, regardless of the cost. Freight invoices over $500.00 must
accompany all orders that require shipping or transportation. of parts whether the part is
under- warranty or not, and may be requested at the discretion of the Senior Director,
Public Facilities Maintenance, or his designee, for any freight charge, regardless of the
cost associated therewith.
4. PAYMENTS TO CONTRACTOR
A. COUNTY'S performance and obligation to pay under this agreement, is
contingent upon annual appropriation by the Board of County Commissioners.
COUNTY shall pay in accordance with the Florida Local Government Prompt Payment
Act; payment will be made after delivery and inspection by COUNTY and upon
submission of a proper invoice by CONTRACTOR.
B. CONTRACTOR shall submit to COUNTY invoices with supporting
documentation acceptable to the Clerk, on a monthly schedule in arrears. Acceptability
to the Clerk is based on generally accepted accounting principles and such laws, rules and
regulations as may govern the Clerk's disbursal of funds.
C. Expenses for travel, lodging, per diem and other authorized expenses shall
be paid pursuant to Florida Statute 112.061 and Monroe County Ordinance.
5. TERM OF AGREEMENT
This Agreement shall commence on November 29 , 2007 and ends upon
November 28 , 2008 unless terminated earlier under paragraph 18 of this Agreement.
The COUNTY shall have the option to renew this Agreement for up to an additional two
(2) one year periods at terns and conditions mutually agreeable to the parties, exercisable
upon written notice given at Least 30 days prior to the end of the initial term. Unless the
context clearly indicates otherwise, references to the "term" of this Agreement shall mean
the initial tern of one (1) year.
The Contract amount shall be adjusted annually in accordance with the percentage
change in the U.S. Department of Commerce Consumer Price Index (CPI-U) for all
Urban Consumers as reported by the U.S. Bureau of Labor Statistics and shall be based
upon the CPI-U computation at December 31 of the previous year.
Agreement 2-4 October 2007
COMPLETE ELEVATOR SERVICE MAINTENANCE
MONROE COUNTY, FLORIDA
5. ACCEPTANCE OF CONDITIONS BY CONTRACTOR
CONTRACTOR has, and shall maintain throughout the tern of this Agreement,
appropriate licenses. Proof of such licenses and approvals shall be submitted to the
COUNTY upon request.
6. FINANCIAL RECORDS OF CONTRACTOR
CONTRACTOR shall maintain all books, records, and documents directly pertinent to
performance under this Agreement in accordance with generally accepted accounting
principles consistently applied. Each party to this Agreement or their authorized
representatives shall have reasonable and timely access to such records of each other
party to this Agreement for public records purposes during the term of the Agreement and
for four years following the termination of this Agreement. If an auditor employed by the
COUNTY or Clerk determines that monies paid to CONTRACTOR pursuant to this
Agreement were spent for purposes not authorized by this Agreement, the
CONTRACTOR shall repay the monies together with interest calculated pursuant to Sec.
55.03, FS, running from the date the monies were paid to CONTRACTOR.
7. PUBLIC ACCESS
The COUNTY and CONTRACTOR shall allow and permit reasonable access to, and
inspection of, all documents, papers, letters or other materials in its possession or under
its control subject to the provisions of Chapter 119, Florida Statutes, and made or
received by the COUNTY and CONTRACTOR in conjunction with this Agreement; and
the COUNTY shall have the right to unilaterally cancel this Agreement upon violation of
this provision by CONTRACTOR.
HOLD HARMLESS AND INSURANCE
CONTRACTOR covenants and agrees to indemnify and hold harmless 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 Monroe
County) and any other losses, damages, and expenses (including attorney's fees) which
arise out of, in connection with, or by reason of services provided by CONTRACTOR
occasioned by the negligence, errors, or other wrongful act of omission of
CONTRACTOR, its employees, or agents.
The extent of liability is in no way limited to, reduced, or lessened by the insurance
requirements contained elsewhere within this agreement. Failure of CONTRACTOR to
comply with the requirements of this section shall be cause for immediate termination of
this agreement.
Prior to execution of this agreement, CONTRACTOR shall furnish the COUNTY
Certificates of Insurance indicating the minimum coverage limitations in the following
amounts:
Agreement 2-5 October 2007
COMPLETE ELEVATOR SERVICE MAINTENANCE
MONROE COUNTY; FLORIDA
WORKERS COMPENSATION AND EMPLOYER'S LIABILTTY INSURANCE.
Where applicable, coverage to apply for all employees at a minimum statutory limits as
required by Florida Law.
COMPREHENSIVE AUTOMOBILE VEHICLE LIABILITY INSURANCE. Motor
vehicle liability insurance, including applicable no-fault coverage, with limits of liability
of not less than $100.000.00 per occurrence, combined single limit for Bodily Injury
Liability and Property Damage Liability. Coverage shall include all owned vehicles, all
non -owned vehicles, and all hired vehicles. If single limits are provided, the minimum
acceptable limits are $100,000.00 per person, $300, 000,00 per occurrence, and
$50,000.00 property damage. Coverage shall include all owned vehicles, all non -owned
vehicles, and all hired vehicles.
COMMERCIAL GENERAL LIABILITY. Conunercial general liability coverage with
linuts of liability of not less than $300.000.00 per occurrence combined single limit for
Bodily Injury Liability and Property Damage Liability.
CERTIFICATES OF INSURANCE. Original Certificates of Insurance shall be provided
to the COUNTY at the time of execution of this Agreement and certified copies provided
if requested. Each policy certificate shall be endorsed with a provision that not less than
thirty (30) calendar days' written notice shall be provided to the COUNTY before any
policy or coverage is canceled or restricted. The underwriter of such insurance shall be
qualified to do business in the State of Florida. If requested by the County Administrator,
the insurance coverage shall be primary insurance with respect to the COUNTY, its
officials, employees, agents and volunteers.
9. NON -WAIVER OF IMMUNITY
a 77�8. 1
Notwithstanding the provisions of Sec. zm, Florida Statutes, the participation of
COUNTY and CONTRACTOR in this Agreement and the acquisition of any commercial
liability insurance coverage, self-insurance coverage, or local government liability
insurance pool coverage shall not be deemed a waiver of immunity to the extent of
liability coverage, nor shall any Agreement entered into by the COUNTY be required to
contain any provision for waiver.
10. INDEPENDENT CONTRACTOR
At all times and for all purposes under this agreement CONTRACTOR is an independent
and not an employee of the Board of County Commissioners of Monroe COUNTY. No
statement contained in this agreement shall be construed so as to find CONTRACTOR or
any of his employees, subs, servants, or agents to be employees of the Board of County
Corninissioners of Monroe COUNTY.
11. NONDISCRIMINATION
The parties agree that there will be no discrimination against any person, and it is
expressly understood that upon a determination by a court of competent jurisdiction that
discrimination has occurred, this Agreement automatically terminates without any further
Agreement 2-6 October 2007
COMPLETE ELEVATOR SERVICE MAINTENANCE
MONROE COUNTY, FLORIDA
action on the part of any party, effective the date of the court order. The parties agree to
comply with all Federal and Florida statutes, and all local ordinances, as applicable,
relating to nondiscrimination. These include but are not limited to: 1) Title VII of the
Civil Rights Act of 1964 (PL 88-352), which prohibit discrimination in employment on
the basis of race, color, religion, sex, and national origin; 2) Title IX of the Education
Amendment of 1972, as amended (20 USC §§ 1681-1683, and 1685-1686), which
prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of
1973, as amended (20 USC § 794), which prohibits discrimination on the basis of
handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC §§ 6101-6107),
which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and
Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the
basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention,
Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to
nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health
Service Act of 1912, §§ 523 and 527 (42 USC §§ 690dd-3 and 290ee-3), as amended,
relating to confidentiality of alcohol and drug abuse patent records; 8) Title VIII of the
Civil Rights Act of 1968 (42 USC §§ 3601 et seq.), as amended, relating to
nondiscrimination in the sale, rental or financing of housing; 9) The Americans with
Disabilities Act of 1990 (42 USC §§ 1201), as amended from time to time, relating to
nondiscrimination in employment on the basis of disability; 10) Monroe County Code
Chapter 13, Article VI, which prohibits discrimination on the basis of race, color, sex,
religion, national origin, ancestry, sexual orientation, gender identity or expression,
familial status or age; and 11) any other nondiscrimination provisions in any federal or
state statutes which may apply to the parties to, or the subject matter of, this Agreement.
12. ASSIGNMENT/SUBCONTRACT
CONTRACTOR shall not assign or subcontract its obligations under this agreement to
others, except in writing and with the prior written approval of the Board of County
Commissioners of Monroe County, which approval shall be subject to such conditions
and provisions as the Board may deem necessary. This paragraph shall be incorporated
by reference into any assignment or subcontract and any assignee or sub shall comply
with all of the provisions of this agreement. Unless expressly provided for therein, such
approval shall in no manner or event be deemed to impose any additional obligation upon
the board.
13. COMPLIANCE WITH LAW AND LICENSE REOUIREMMENTS
In providing all services/goods pursuant to this agreement, CONTRACTOR shall abide
by all laws of the Federal and State government, ordinances, rules and regulations
pertaining to, or regulating the provisions of, such services, including those now in effect
and hereinafter adopted. Compliance with all laws includes, but is not limited to, the
immigration laws of the Federal and State government. Any violation of said statutes,
ordinances, rules and regulations shall constitute a material breach of this agreement and
shall entitle the Board to terminate this Agreement. CONTRACTOR shall possess
proper licenses to perform work in accordance with these specifications throughout the
terra of this Agreement.
Agreement 2-7 October 2007
COMPLETE ELEVATOR SERVICE MAINTENANCE
MONROF COUNTY. FLORIDA
14. DISCLOSURE AND CONFLICT OF INTEREST
CONTRACTOR represents that it, its directors, principles and employees, presently have
no interest and shall acquire no interest, either direct or indirect, which would conflict in
any manner with the performance of services required by this contract, as provided in
Sect. 112.311, et. seq., Florida Statutes. COUNTY agrees that officers and employees of
the COUNTY recognize and will be required to comply with the standards of conduct for
public officers and employees as delineated in Section 112.313, Florida Statutes,
regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's
agency; unauthorized compensation; misuse of public position, conflicting employment
or contractual relationship; and disclosure or use of certain information.
Upon execution of this contract, and thereafter as changes may require, the
CONTRACTOR shall notify the COUNTY of any financial interest it may have in any
and all programs in Monroe County which the CONTRACTOR sponsors, endorses,
recornnmends, supervises, or requires for counseling, assistance, evaluation, or treatment.
This provision shall apply whether or not such program is required by statute, as a
condition of probation, or is provided on a voluntary basis.
COUNTY and CONTRACTOR warrant that, in respect to itself, it has neither employed
nor retained any company or person, other than a bona fide employee working solely for
it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person,
company, corporation, individual, or firm, other than a bona fide employee working
solely for it, any fee, commission, percentage, gift, or other consideration contingent
upon or resulting from the award or making of this Agreement. For the breach or
violation of the provision, the CONTRACTOR agrees that the COUNTY shall have the
right to terminate this Agreement without liability and, at its discretion, to offset from
monies owed, or otherwise recover, the full amount of such fee, commission, percentage,
gift, or consideration.
15. NO PLEDGE OF CREDIT
CONTRACTOR shall not pledge the COUNTY'S credit or make it a guarantor of
payment or surety for any contract, debt, obligation, judgment, lien, or any form of
indebtedness. CONTRACTOR further warrants and represents that it has no obligation
or indebtedness that would impair its ability to fulfill the terms of this contract.
16. NOTICE REQUIREMENT
Any notice required or permitted under this agreement shall be in writing and hand
delivered or mailed, postage prepaid, to the other party by certified mail, returned receipt
requested, to the following:
FOR COUNTY:
Monroe County
Facilities Maintenance Department
3583 South Roosevelt Boulevard
Key West, FL 33040
FOR CO—NTRACTOR,
zz'
`S
Agreement 2-8 October 2007
COMPLETE ELEVATOR SERVICE MAINTENANCE
MONROE COUNTY. FLORIDA
17. TAXES
COUNTY is exempt from payment of Florida State Sales and Use taxes.
CONTRACTOR shall not be exempted by virtue of the COUNTY' S exemption from
paying sales tax to its suppliers for materials used to fulfill its obligations under this
contract, nor is CONTRACTOR authorized to use the COUNTY' S Tax Exemption
Number in securing such materials. CONTRACTOR shall be responsible for any and all
taxes, or payments of withholding, related to services rendered under this agreement.
18. TERMINATION
a. The COUNTY may terminate this Agreement with or without cause prior to
the commencement of work.
b. The COUNTY or CONTRACTOR may terminate this Agreement for
cause with seven (7) days notice to CONTRACTOR. Cause shall constitute a breach of
the obligations of either party to perform the obligations enumerated under this
Agreement.
C. Either of the parties hereto may cancel this agreement without cause by
giving the other party sixty (60) days written notice of its intention to do so with neither
party having any further obligation under the term s of the contract upon termination.
19. GOVERNING LAW, VENUE, INTERPRETATION COSTS AND FEES
This Agreement shall be governed by and construed in accordance with the laws of the
State of Florida applicable to Agreements made and to be performed entirely in the State.
In the event that any cause of action or administrative proceeding is instituted for the
enforcement or interpretation of this Agreement, the COUNTY and CONTRACTOR
agree that venue will lie in the appropriate court or before the appropriate administrative
body in Monroe County, Florida.
20. MEDIATION
The COUNTY and CONTRACTOR agree that, in the event of conflicting interpretations
of the terms or a term of this Agreement by or between any of them the issue shall be
submitted to mediation prior to the institution of any other administrative or legal
proceeding. Mediation proceedings initiated and conducted pursuant to this Agreement
shall be in accordance with the Florida Rules of Civil Procedure and usual and customary
procedures required by the circuit court of Monroe County.
21. SEVERABILITY
If any term, covenant, condition or provision of this Agreement (or the application
thereof to any circumstance or person) shall be declared invalid or unenforceable to any
extent by a court of competent jurisdiction, the remaining terms, covenants, conditions
and provisions of this Agreement, shall not be affected thereby; and each remaining term,
covenant, condition and provision of this Agreement shall be valid and shall be
enforceable to the fullest extent permitted by law unless the enforcement of the remaining
terms, covenants, conditions and provisions of this Agreement would prevent the
Agreement 2-9 October 2007
COMPLETE ELEVATOR SERVICE MAINTENANCE
MONROE COUNTY, FLORIDA
accomplishment of the original intent of this Agreement. The COUNTY and
CONTRACTOR agree to reform, the Agreement to replace any stricken provision with a
valid provision that comes as close as possible to the intent of the stricken provision.
22. ATTORNEY'S FEES AND COSTS
COUNTY and CONTRACTOR agrce that in the event any cause of action or
administrative proceeding is initiated or defended by any party relative to the
enforcement or interpretation of this Agreement, the prevailing party shall be entitled to
reasonable attorney's fees in both trial and appellate proceedings. Each party agrees to
pay its own court costs, investigative, and out-of-pocket expenses whether it is the
prevailing party or not, through all levels of the court system.
23. ADJUDICATION OF DISPUTES OR DISAGREEMENTS
COUNTY and CONTRACTOR agree that all disputes and disagreements shall be
attempted to be resolved by meet and confer sessions between representatives of each of
COUNTY and CONTRACTOR. If the issue or issues are still not resolved to the
satisfaction of COUNTY and CONTRACTOR, then any party shall have the right to seek
such relief or remedy as may be provided by this Agreement or by Florida law.
24. COOPERATION
In the event any administrative or legal proceeding is instituted against either party
relating to the formation, execution, performance, or breach of this Agreement,
COUNTY and CONTRACTOR agree to participate, to the extent required by the other
party, in all proceedings, hearings, processes, meetings, and other activities related to the
substance of this Agreement or provision of the services under this Agreement.
COUNTY and CONTRACTOR specifically agree that no party to this Agreement shall
be required to enter- into any arbitration proceedings related to this Agreement.
25. BINDING EFFECT
The terms, covenants, conditions, and provisions of this Agreement shall bind and inure
to the benefit of COUNTY and CONTRACTOR and their respective legal
representatives, successors, and assigns.
26. AUTHORITY
Each party represents and warrants to the other that the execution, delivery and
performance of this Agreement have been duly authorized by all necessary COUNTY
and corporate action, as required by law.
27. CLAIMS FOR FEDERAL OR STATE AID
CONTRACTOR and COUNTY agree that each shall be, and is, empowered to apply for,
seek, and obtain federal and state funds to further the purpose of this Agreement;
Agreement 2-10 October 2007
COMPLETE ELEVATOR SERVICE MAINTENANCE
MO' NROE COUNTY, FLORIDA
provided that all applications, requests, grant proposals, and funding solicitations shall be
approved by each party prior to submission.
28. PRIVILEGES AND IMMUNITIES
All of the privileges and immunities from liability, exemptions from taws, ordinances,
and rules and pensions and relief, disability, workers' compensation, and other benefits
which apply to the activity of officers, agents, or employees of any public agents or
employees of the COUNTY, when performing their respective functions under this
Agreement within the territorial limits of the COUNTY shall apply to the same degree
and extent to the performance of such functions and duties of such officers, agents,
volunteers, or employees outside the territorial limits of the COUNTY.
29. LEGAL OBLIGATIONS AND RESPONSIBILITIES
This Agreement is not intended to, nor shall it be construed as, relieving any participating
entity from any obligation or responsibility imposed upon the entity by law except to the
extent of actual and timely performance thereof by any participating entity, in which case
the performance may be offered in satisfaction of the obligation or responsibility.
Further, this Agreement is not intended to, nor shall it be construed as, authorizing the
delegation of the constitutional or statutory duties of the COUNTY, except to the extent
permitted by the Florida constitution, state statute, and case law.
30. NON -RELIANCE BY NON-PARTIES
No person or entity shall be entitled to rely upon the terms, or any of them, of this
Agreement to enforce or attempt to enforce any third -party claim or entitlement to or
benefit of any service or program contemplated hereunder, and the COUNTY and the
CONTRACTOR agree that neither the COUNTY nor the CONTRACTOR or any agent,
officer, or employee of either shall have the authority to infonn, counsel, or otherwise
indicate that any particular individual or group of individuals, entity or entities, have
entitlements or benefits under this Agreement separate and apart, inferior to, or superior
to the community in general or for the purposes contemplated in this Agreement.
31. ATTESTATIONS
CONTRACTOR agrees to execute such documents as the COUNTY may reasonably
require, to include a Public Entity Crime Statement, an Ethics Statement, and a Drug -Free
Workplace Statement,
32. NO PERSONAL LIABILITY
No covenant or agreement contained herein shall be deemed to be a covenant or
agreement of any member, officer, agent or employee of Monroe County in his or her
individual capacity, and no member, officer, agent or employee of Monroe County shall
be liable personally on this Agreement or be subject to any personal liability or
accountability by reason of the execution of this Agreement.
Agreement 2-11 October 2007
COMPLETE ELEVATOR SERVICE MAINTENANCE
MONROE COUNTY, FLORIDA
33. EXECUTION IN COUNTERPARTS
This Agreement may be executed in any number of counterparts, each of which shall be
regarded as an original, all of which taken together shall constitute one and the same
instrument.
34. SECTION HEADINGS
Section headings have been inserted in this Agreement as a matter of convenience of
reference only, and it is agreed that such section headings are not a part of this
Agreement and will not be used in the interpretation of any provision of this Agreement.
35. PUBLIC ENTITY CRIME INFORMATION STATEMENT
A person or affiliate who has been placed on the convicted vendor list following a
conviction for a 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 a public entity, may not be awarded or perform work as
a Construction Manager, 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, for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list."
36. PRIVILEGES AND IMMUNITIES
All of the privileges and immunities from liability, exemptions from laws, ordinances..
and rules and pensions and relief, disability, workers' compensation, and other benefits
which apply to the activity of officers, agents, or employees of any public agents or
employees of the County, when performing their respective functions under this
Agreement within the territorial limits of the County shall apply to the same degree and
extent to the performance of such functions and duties of such officers, agents,
volunteers, or employees outside the territorial limits of the County.
37. LEGAL OBLIGATIONS AND RESPONSIBILITIES AND NON -
DELEGATION OF CONSTITUTIONAL OR STATUTORY DUTIES
This Agreement is not intended to, nor shall it be construed as, relieving any participating
entity from any obligation or responsibility imposed upon the entity by law except to the
extent of actual and timely performance thereof by any participating entity, in which case
the performance may be offered in satisfaction of the obligation or responsibility.
Further, this Agreement is not intended to, nor shall it be construed as, authorizing the
delegation of the constitutional or statutory duties of the County, except to the extent
permitted by the Florida constitution, state statute, and case law.
Agreement 2-12 October 2007
COMPLETE ELEVATOR SERVICE MAINTENANCE
MONROF COUNTY, FLORIDA
38. MUTUAL REVIEW
This agreement has been carefully reviewed by Contractor and the County therefore, this
agreement is not to be construed against either party on the basis of authorship.
39. INCORPORATION OF BfD DOCUMENTS
The terns and conditions of the bid documents are incorporated by reference in this
contract agreement.
40. ANNUAL APPROPRIATION
The County's performance and obligation to pay under this agreement is contingent upon
an annual appropriation by the Board of County Cornrnissioners. In the event that the
County funds on which this Agreement is dependent are withdrawn, this Agreement is
terminated and the County has no further obligation under the terms of this Agreement to
the Contractor beyond that already incurred by the termination date.
IN WITNESS WHEREOF, COUNTY and CONTRACTOR hereto have executed
this Agreement on the day and date first written above in four (4) counterparts, each of
wliich�IWJ, without proof or accounting for the other counterparts, be deemed an
orig na 'tract.
BOARAo
COMMISSIONERS
�AiesAt L. K HAGS, CLERK OF MOY, FLOIDA
By:
puty erk Mayor 6.1..s At t
Date: Date: , �� g
Witnesses for CONTRACTOR:
Signatar e
rD tore
/5L-- C /-- C
Date
(-,--IL 1
Signat&e of p6rson authorized to
legally bind Corporation
Date:_k 1
Print Name
Address: Z NS
t� • se4t5L,,kt ,�--\
Telephone Number
Gs-\ --%5-(;-1v U
Agreement 2-13 October 2007
a
m
0
z
z
m
ic
O
�-o z
O m
<n
430
!CA —Zi
-4-<
O�
n1
OO
�z
" m
<
.iCORb
CERTIFICATE OF LIABILITY INSURANCE OP ID RY
DATE(MWDDNYYY)
1
%h�
ORAEL-1
01 11 10
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Neace Lukens -
Louisville
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
2305 River Rd
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Louisville KY
40206
Phone:502-894-2100 Fax:502-894-8602
INSURERS AFFORDING COVERAGE ;NAIC#
INSURED
INSURER A: Nat'l Fire I" Co at Hartford 20478
INSURERR Sta rnance Company
Oracle
Elevator Com any
-
nNot
7207 114th
Avenue Np
INSURER Fire 19445
Unit F
Largo
FL 33773
INSURERD: Valley Forge Insurance Co. 20508
INSURER E: I
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
NS
TYPE OF INSURANCE
—,POLICY EFFECTIVE
POLICY NUMBER DATE MM/
I
DATE MMIDD
LIMITS
GENERALLIABWTY
EACH OCCURRENCE
$ 1,000,000
B
X
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
JMS000011404
O1/Ol/10
01/01/11
PPREMISES(��a�uErence)
$ 100,000
MED EXP (Any one person)
$ 10,000
PERSONAL & ADV INJURY
$ 1, 000, 000
X Gen Agg is also
STOP GAP COVERAGE
01/01/10
01/01/11
Per Elevator
GENERAL AGGREGATE
s3,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
s3,000,000
POLICY X ECT LOC
JEMD Ben.
1,000,000
A
X
AUTOMOBILE
LIABILITY
ANY AUTO
2092499980
O1 ,�i0�/ 10
O 1 / 01 / 11
CO GLE LIMIT
dent)
(Eaaccident)
$ 1, 000, 000
X
ALL OWNED AUTOS
SCHEDULED AUTOS
C
BODILY INJURY
(Per person)
$
A
A
HIRED AUTOS
NON -OWNED AUTOS
X
BODILY INJURY
(Per accident)
$
X
A
Hired Car Phy Dmg
2092499980
01/01/10
01/01/11
X
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
V
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGG
$
ANY AUTO
G %
$
EXCESS / UMBRELLA LIABILITY
EACH OCCURRENCE
s5,000,000
C
X OCCUR CLAIMS MADE
BE063807442
01/01/10
01/01/11
AGGREGATE
$ 5, 000, 000
DEDUCTIBLE
���
$
X RETENTION $ 10 , 0 0 0
$
D
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? I—1
(Mandatory In NH)
If yyes, describe under
SPECIALPROVISIONS below
2092499977
01/01/10
01/01/11
X TORY LIMITS ER
E.L. EACH ACCIDENT
_
$ 1, 000,000
E.L. DISEASE - EA EMPLOYEE
$ 1, 0 0 0 , 0 0 0
E.L. DISEASE -POLICY LIMIT
$ 1,000,000
OTHER
A (Install Cover
2092475002
01/01/10
01/01/11
Install 1,000,000
Ded 1,000
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
Re: Service and Maintenance
Certificate holder is named as additional insured with respects to the named
insureds general liability and auto liability coverage if and as required by
written contract with the named insured.
GhK I IrIGAI h HULUEK CANCELLATION
Monroe County
Board of County Commissioners
1100 Simonton Street
Rey West FL 33040
ACORD 25 (2009101)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION'
MONCO 12 DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR 70 MAIL 3 O DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
0
The ACORD name and logo are registered marks of ACORD
All rights reserved.
f
[ J A N I 210 10
{t