Loading...
Item C23 D/34 BOARD OF COUNTY COMMISSIONERS C ounty of M onroe Mayor David Rice, District 4 Mayor Pro Tem Craig Cates, District 1 The Florida Keys Michelle Coldiron, District 2 Vacant, District 3 Holly Merrill Raschein, District 5 County Commission Meeting April 20, 2022 Agenda Item Number: C.23 Agenda Item Summary #10455 BULK ITEM: Yes DEPARTMENT: Emergency Services TIME APPROXIMATE: STAFF CONTACT: Steven Hudson (305) 289-6342 N/A AGENDA ITEM WORDING: Approval to advertise Request for Proposals (RFP) for Fire Well Replacement and Installation. ITEM BACKGROUND: Monroe County Fire Rescue requires contracting services to replace fire wells that are currently out of service and to install additional fire wells throughout Monroe County. Competitive proposals are required in order to contract for such services, in accordance with the current edition of the Monroe County Purchasing Policy. PREVIOUS RELEVANT BOCC ACTION: None. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: Approval to Advertise. DOCUMENTATION: 4.4.22 RFP Replacement and Installation of Fire Wells (final draft) FINANCIAL IMPACT: Effective Date: April 25, 2022 Expiration Date: June 15, 2022 Total Dollar Value of Contract: N/A Total Cost to County: N/A Current Year Portion: N/A Budgeted: N/A Source of Funds: N/A Qbdlfu!Qh/!744 D/34 CPI: N/A Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: N/A Revenue Producing: N/A If yes, amount: Grant: N/A County Match: N/A Insurance Required: N/A Additional Details: N/A REVIEWED BY: James Molenaar Completed 04/05/2022 10:10 AM Steven Hudson Completed 04/05/2022 1:17 PM Purchasing Completed 04/05/2022 1:20 PM Budget and Finance Completed 04/05/2022 1:28 PM Brian Bradley Completed 04/05/2022 1:38 PM Lindsey Ballard Completed 04/05/2022 3:13 PM Board of County Commissioners Pending 04/20/2022 9:00 AM Qbdlfu!Qh/!745 D/34/b REQUEST FOR PROPOSALS REPLACEMENT AND INSTALLATION OF FIRE WELLS IN MONROE COUNTY MONROE COUNTY FIRE RESCUE BOARD OF MONROE COUNTY COMMISSIONERS Mayor David Rice Mayor Pro Tem Craig Cates CommissionerMichelle Coldiron Commissioner, District 3 Vacant CommissionerHolly Merrill Raschein COUNTY ADMINISTRATOR CLERK OF THE CIRCUIT COURT Roman Gastesi Kevin Madok MONROE COUNTY FIRE CHIEF Steven Hudson, E.F.O, M.B.A. March 2022 Prepared by Monroe County Fire Rescue Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!746 D/34/b NOTICE OF REQUEST FOR COMPETITIVE PROPOSALS NOTICE IS HEREBY GIVEN that on_______________, 2022, at 3:00 P.M., the Monroe County Purchasing Office, 1100 Simonton Street, Room 2-213, Key West, FL 33040 will receive and open sealed Responses for the following: REPLACEMENT AND INSTALLATION OF FIRE WELLS IN MONROE COUNTY, FLORIDA The Monroe County Fire Rescue Department is requesting Proposals to furnish all labor, materials, supervision, equipment, supplies, tools, services and all other necessary incidentals required for the “Replacement and Installation of Fire Wells in Monroe County” as described in the Request for Proposals (RFP’s). Requirements for submission and the selection criteria may be requested from DemandStar by Onvia at www.demandstar.com OR www.monroecountybids.com or call toll-free at 1-800-711-1712. The Public Record is available at the Monroe County Purchasing Office located at The Gato Building, 1100 Simonton Street, Room 2-213, Key West, Florida. All Responses must be sealed and must be submitted to the Monroe County Purchasing Office. Publication dates Citizen Sat., ______ Keynoter Wed., ______ Reporter Fri., ______ Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!747 D/34/b TABLE OF CONTENTS SectionDescription Form Page 1 Instructions 2Licensure and Insurance Requirements 3 Proposal Grading Criteria 4 Scope of Work 5 Proposal Form A 6 Proposal Exhibit Form Attachments Contractor’s Qualification StatementB List of Equipment and Facilities C Contractor’s Licensure D Contractor’s General Plan of Execution E Contractor’s Experience / Letters of Reference F Indemnification and Hold Harmless Form G Request for Waiver of Insurance RequirementsH Non-Collusion AffidavitI Anti-Kick Back Affidavit J Jurat Representative Acknowledgement K Public Entity Crime Statement Form L Ethics Clause Form M Trench Safety Act Form N OSHA Standards Acknowledgement Form O Drug Free Workplace FormP Local Preference Form (if applicable) Q 7 Sample Construction Contract Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!748 D/34/b SECTION ONE: INSTRUCTIONS TO RESPONDENTS 1.0 PROJECT DESCRIPTION 1.1 The Respondent awarded a contract shall provide for the Replacement of five (5) fire wells and the Installation of up to fifteen (25) fire wells in unincorporated Monroe County Florida. This contract shall be a three (3) year contract, subject to the annual approval of the Monroe County Fire Chief, the Office of Management and Budget and the Board of County Commissioners of Monroe County, Florida. The Proposal shall take into consideration that the County’s performance and obligation to pay under this contract is contingent upon an annual appropriation of funding by the Board of County Commissioners. Additionally, upon the availability of funding, the Board of County Commissioners may extend the contract for an additional two (2) years to install additional fire wells. 1.2 All submissions must remain valid for a period of ninety (90) days from the date of the deadline for submission stated above. The Board will automatically reject the response of any person or affiliate who appears on the convicted vendor list prepared by the Department of Management Services, State of Florida, under Sec. 287.133(3)(d), Florida Statutes. 1.3 Monroe County reserves the right to reject any or all Proposals and to waive informalities, except timely submission of Responses, to re-advertise for Proposals or to take any other actions that may be deemed in the best interest of Monroe County. As a matter of information to Respondents, Monroe County does not bind itself to accept the minimum specifications stated herein, but reserves the right to accept any Proposal, which in the judgment of the Monroe County Board of County Commissioners will best serve the needs and interests of Monroe County. 1.4 Once the proposal process has been completed, the successful Respondent’s Proposal package will be presented to the Monroe County Board of County Commissioners for review and approval and shall ultimately become a part of the contract. 1.5 COPIES OF REQUEST FOR PROPOSALS (RFP) DOCUMENTS 1.5.1 Only complete sets of RFP documents will be issued and shall be used in preparing responses. The County does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets. 1.5.2 Complete sets of RFP documents may be obtained in the manner and at the locations stated in the Notice of Request for Proposals. 1.6 DISQUALIFICATION OF RESPONDENT 1.6.1 NON-COLLUSION AFFIDAVIT: Any person submitting a proposal in response to this invitation must execute the enclosed NON-COLLUSION AFFIDAVIT. If it is discovered that collusion exists among the Respondents, the proposals of all participants in such collusion shall be rejected, and no participants in such collusion will be considered in future proposals for the same work. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!749 D/34/b 1.6.2 PUBLIC ENTITY CRIME: 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 proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit Proposals on leases or perform work as a respondent, supplier, or subcontractor 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, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Category Two: $25,000.00 1.6.3 DRUG-FREE WORKPLACE FORM: Any person submitting a proposal or bid in response to this invitation must execute the enclosed DRUG-FREE WORKPLACE FORM and submit it with his proposal. Failure to complete this form in every detail and submit it with the proposal or bid may result in immediate disqualification of the proposal or bid. 1.6.4 LOBBYING AND CONFLICT OF INTEREST ETHICS CLAUSE: Any person submitting a proposal or bid in response to this invitation must execute the enclosed LOBBYING AND CONFLICT OF INTEREST CLAUSE and submit it with his proposal or bid. Failure to complete this form in every detail and submit it with the proposal or bid may result in immediate disqualification of the proposal or bid. 1.7 EXAMINATION OF REQUEST FOR PROPOSAL DOCUMENTS 1.7.1 Each Respondent shall carefully examine the Request for Proposal and other Contract Documents and inform himself thoroughly regarding any and all conditions and requirements that may in any manner affect cost, progress, or performance of the work to be performed under the contract. Ignorance on the part of the Respondent shall in no way relieve him of the obligations and responsibilities assumed under the Contract for performance of the Scope of Work. 1.7.2 Should a Respondent find discrepancies or ambiguities in, or omissions from, the specifications, or should he be in doubt as to their meaning, he shall at once submit a request for clarification in writing to the party identified in Section 1.8 of these Instructions. 1.7.3 Examination of Specification. Before submitting a Proposal, each Respondent is required to be thoroughly familiar with the specifications contained herein. No additional allowances will be made because of lack of knowledge of the conditions, including distance of travel. It is the responsibility of the successful Respondent to ascertain if any components of the specification are unsafe or contrary to current applicable regulations. If any unsafe or unlawful criteria are contained herein; these criteria shall be identified, thoroughly explained and provided in writing to Monroe County prior to the deadline for Interpretations, Clarifications and Addenda identified on this RFP. The Addenda for such criteria shall be included in the Proposal submitted in the Response to this RFP. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!74: D/34/b 1.8 INTERPRETATIONS, CLARIFICATIONS, AND ADDENDA 1.8.1 No oral interpretations will be made to any Respondent as to the meaning of the contract documents. Any requests for interpretation or clarification must be directed, in writing, to: Zully Hemeyer, Executive Administrator Monroe County Fire Rescue Office rd 490 63 Street Ocean Marathon, FL 33050 305-289-6020Office 305-289-6336FAX 1.8.2 All inquiries or requests for interpretation shall be received seven (7) or more days prior to the date fixed for opening of Responses in order to be given consideration. All such answers, changes or interpretation will be made in writing in the form of an Addendum and, if issued, will be furnished to all known prospective Respondents prior to the established Proposal opening date. Each Respondentshall acknowledge receipt of such addenda in his Proposal. In case any Respondent fails to acknowledge receipt of such addenda or addendum, his response will nevertheless be construed as though it had been received and acknowledged and the submission of his Response will constitute acknowledgment of the receipt of same. All Addenda are a part of the Contract Documents, and each Respondent will be bound by such Addenda, whether or not received by him. It is the responsibility of each Respondent to verify that he has received all Addenda issued before Responses are opened. 1.9 GOVERNING LAWS AND REGULATIONS The Respondent is required to be familiar with and shall be responsible for complying with all federal, state, and local laws, ordinances, rules, and regulations that in any manner affect the work. Knowledge of business tax requirements, including producing a copy of a valid business tax receipt; and obtaining such licenses for Monroe County and municipalities within Monroe County are the responsibility of the Respondent. Monroe County is exempt from all local, state, and federal sales and use taxes. 1.10 PREPARATION OF RESPONSES Signature of the Respondent: The Respondent must sign the response forms in the space provided for the signature. If the Respondent is an individual, the words “doing business as ____________”, or “Sole Owner” shall appear beneath such signature. In the case of a partnership, the signature of at least one of the partners must follow the firm name and the words “Member of the Firm” should be written beneath such signature. If the Respondent is a corporation, the title of the officer signing the Response on behalf of the corporation must be stated along with the Corporation Seal Stamp and evidence of his authority to sign the Response must be submitted. The Respondent shall state in the Response the name and address of each person having an interest in the submitting entity. 1.11 SUBMISSION OF RESPONSES Respondents shall submit two (2) signed originals and one (1) complete copy of a written Proposal including all applicable forms, signed in ink, in a sealed opaque package, clearly marked on the front of the package: PROPOSAL – REPLACEMENT AND INSTALLATION OF FIRE WELLS IN MONROE COUNTY. Additionally, Respondents shall submit one (1) Compact Disc (CD) with an PDF copy of the Proposal submitted. All Responses must have this RFP Package and forms signed by the Respondent and attached to the Proposal. If sent by mail or courier, the above-mentioned envelope shall be enclosed in another envelope addressed to the Monroe County Purchasing Department, 1100 Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!751 D/34/b Simonton Street, Room 2-213, Key West, FL 33040. All Responses must be received in the Monroe County Purchasing Office no later than 3:00 PM eastern timeon: ____________________(date)________ in the offices located at ______________________, Key West, Florida 33040. NOTE: Faxed or emailed Proposals shall be automatically rejected. 1.10 CONTENT OF SUBMISSION The Proposal submitted in response to this Request for Proposals (RFP) shall be printed on 8-1/2” x 11” white paper and bound; shall be clear and concise and provide the information requested herein. Statements submitted without the required information will not be considered. Responses shall be organized as indicated below. The Respondent should not withhold any information from the written response in anticipation of presenting the information orally or in a demonstration, since oral presentations or demonstrations may not be solicited. Each Respondent must submit adequate documentation to certify the Respondent’s compliance with the County’s requirements. Respondent should focus specifically on the information requested. The following information, at a minimum, shall be included in the Submittal: 1.10.1 Cover Page: A cover page that states “Proposal – Replacement and Installation of Fire Wells in Monroe County”. The cover page should contain Respondent’s name, address, telephone number, and the name and email address of the Respondent’s primary contact person and proposed project manager. 1.10.2 Proposal Sections: The Request for Proposals is written around the specific needs of the Monroe County Fire Rescue department. The award shall be made to the Respondent whose Proposal meets the requirements of the Request for Proposals (RFP) and provides documentation sufficient to score highest for the criteria provided for the Work. Sections of the Proposal shall include the following: 1.10.2.1 Contractor’s Qualifications Statement 1.10.2.2 List of Equipment and Facilities 1.10.2.3 Licensure (Copiesof all required licenses) 1.10.2.4 Contractor’s General Plan of Execution 1.10.2.5 Contractor’s Experience / Letters of Reference 1.10.2.6 Indemnification and Hold Harmless Form 1.10.2.7 Evidence of Insurability 1.10.2.8 Non-Collusion Affidavit 1.10.2.9 Anti-Kickback Affidavit 1.10.2.10 Public Entity Crime Statement 1.10.2.11 Conflict of Interest Form 1.10.2.12 Lobbying & Conflict of Interest (Ethics) Clause Form 1.10.2.13 Trench Safety Act Form 1.10.2.14 OSHA Standards Acknowledgement Form 1.10.2.15 Drug Free Workplace Form 1.10.2.16 Local Preference Form Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!752 D/34/b All Proposal forms identified must be signed and submitted with Proposal response in order to be deemed responsive. 1.11 MODIFICATION OF RESPONSES Written modifications will be accepted from respondents only if addressed to the entity and address indicated in the Notice of Request for Proposals and received prior to Proposal due date and time. Modifications must be submitted in a sealed opaque envelope clearly marked on the outside, with the Respondents name and “MODIFICATION TO PROPOSAL –REPLACEMENT AND INSTALLATION OF FIRE WELLS INMONROE COUNTY”. If sent by mail or by courier, the above-mentioned envelope shall be enclosed in another envelope addressed to the entity and address stated in the Notice of Request for Proposals. Faxed or e-mailed modifications shall be automatically rejected. No modifications shall be submitted by Respondents or accepted by Monroe County after the date for submission. The signed Proposal shall be considered an offer on the part of the Respondent which officer shall be deemed irrevocable upon submittal and acceptance by Monroe County. However, a Respondent may withdraw his Proposal at any time and any date prior to the time the Responses are scheduled to be opened by may not thereafter be resubmitted. After the opening of Responses, no Proposal may be cancelled or modified except if there is a discrepancy in the numbers submitted, in which case, the lower amount shall be binding upon the Respondent. 1.12 RESPONSIBILITY FOR RESPONSE The Respondent is solely responsible for all costs of preparing and submitting the response, regardless of whether a contract award is made by the County. 1.13 RECEIPT AND OPENING OF RESPONSES Responses will be received until the designated time and will be publicly opened. Respondents’ names shall be read aloud at the appointed time and place stated in the Notice of Request for Competitive Proposals. Monroe County’s representative authorized to open the responses will decide when the specified time has arrived, and no Responses received thereafter will be considered. No responsibility will be attached to anyone for the premature opening of a Response not properly addressed and identified. Respondents or their authorized agents are invited to be present. 1.14 AWARD OF CONTRACT The recommendation of staff shall be presented to the Board of County Commissioners of Monroe County, Florida, for final selection and award of contract. If proposals are found to be acceptable to the County, a written notice of award will be given to the selected Respondent of the acceptance of the Respondent’s proposal and the award of the contract to Respondent. 1.15 EXECUTION OF CONTRACT The Respondent with whom a contract is negotiated shall be required to return to the County four (4) executed counterpart originals of the prescribed Contract. 1.16 LOCAL PREFERENCE Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!753 D/34/b When reviewing responses, preference will be given to business entities or individuals residing and doing business within the geographical limits of Monroe County, Florida in accordance with the Monroe County Code. 1.17 DEFINITIONS Wherever used in these General Conditions or in the other contract documents the terms below have the meanings indicated which are applicable to both the singular and the plural thereof. The use of the terms “he”, “him”, “himself” or “his” shall refer to male and female persons alike and should not be construed as derogatory or discriminatory to female persons. 1.17.1 Purchaser – The end user of the equipment specified or the applicable purchasing agent for Monroe County Fire Rescue and the Board of Governors of Fire and Ambulance District 1 of Monroe County through the Board of County Commissioners of Monroe County, Florida. 1.17.2 Respondent – The individual, firm, partnership, manufacturer or corporation to whom the contract is awarded by the County and who is subject to the terms thereof. For purposes the terms, Bidder, and Respondent, and vendor are synonymous. 1.17.3 Equal – Shall be taken in it is general sense and shall not mean identical. These specifications are for the sole purpose of establishing minimum requirements for the level of quality, standards of performance and design and is in no way intended to prohibit the bidding of any manufacturer’s item of equal material. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!754 D/34/b SECTION TWO: LICENSE AND INSURANCE REQUIREMENTS 2.0 For the purposes of the Request for Proposals, the following licenses and insurances shall be considered minimum requirements. Complete insurance requirements are provided in the attached Sample Contract. 2.1 Licensure Requirements: 2.1.1 Copy of Water Well Contractor’s License and permit to operate in the state of Florida. 2.1.2 Copy of Florida driver’s license(s) for all personnel who will be responsible for transportation equipment or activities to be provided herein. 2.1.3 Copy of Local Business Tax Receipt. 2.1.4 Copy of Certificate of Competency. 2.1.5 Copy of Occupational License. 2.1.6 Copy of insurance claim loss records for Respondent for past three (3) years. 2.2 Certificate of Insurance and Insurance Requirements:The Respondent shall be responsible for all necessary insurance coverage as indicated on the Contract for performance of the Work. Certificates of Insurance must be provided to Monroe County within ten (10) days after award of contract, with Monroe County BOCC listed as additional insured as indicated. If the proper insurance forms are not received within the ten (10) day period, the contract may be awarded to the next selected Respondent. Policies shall be written by companies licensed to do business in the State of Florida and having an agent for service of process in the State of Florida. Companies shall have an A.M. Best rating of A- and a Financial Size of VI or better. The required insurance shall be maintained at all times while Respondent is providing service to the County. 2.3 See Sample Contract for complete requirements. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!755 D/34/b SECTION THREE: PROPOSAL GRADING CRITERIA (Determination of Successful Respondent) 3.0 A notice of award shall be issued to the successful Respondent. 3.1 The successful Respondent will be determined by analysis of Proposals. Monroe County Fire Rescue shall review, evaluate, and score criteria as follows: 3.1.1 The Price Proposal – 25 points 3.1.2 The Proposed Permitting and Installation/Replacement Service turnaround time for fire wells – 25 points 3.1.3 The Qualifications Statement – 15 points 3.1.4 Prior history of water well, fire well installation or replacement in the County– 10 points 3.1.5 The financial stability of the proposer –15 points 3.1.6 Location of Respondent–5 points 3.1.7 Local preference – up to 5 points 3.2 In performing the evaluation, only information contained within the Respondent’s written proposal shallbe considered. 3.3 Monroe County reserves the right to accept or reject any or all Proposals. Monroe County also reserves the right to: 3.3.1 Waive any non-substantive irregularities and technicalities. 3.3.2 Reject the Proposal of any Respondent who has previously failed in the proper performance of a contract of a similar nature, who has been suspended or debarred by another government entity, or who is not in a position, financial or otherwise as deemed by Monroe County, to perform under this award; and 3.3.3 Inspect all facilities of Respondents in order to make a determination as to its ability to perform. 3.4 Monroe County reserves the rights to reject any offer or proposal if the prices for any line items or sub line items are materially unbalanced. An offer is materially unbalanced if it is mathematically unbalanced, and if there is reason to believe that the offer would not result in the lowest overall cost to the County, even though it is the lowest evaluated offer. 3.5 An offer is mathematically unbalanced if it is based on prices which are significantly less than fair market price for some proposal line item and significantly greater than fair market price for other proposal line items. Fair market price shall be determined based on industry standards, comparable proposals or offers, existing contracts, or other means of establishing a range of current prices for which the line items may be obtained in the marketplace. 3.6 The Purchasing Director, citing the basis for the determination, shall make the determination of whether a particular offer or proposal is materially unbalanced in writing. 3.7 The County shall be the final authority in the award of this proposal. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!756 D/34/b SECTION FOUR: SCOPE OF WORK 4.0 The Scope of Work has been segregated into annual components in order to meet the budget constraints identified for Monroe County Fire Rescue. The “Monroe County Fire Well Detail”shown on “Exhibit A” shall provide the specification for the fire well installation. Additionally, a square concrete pad shall be provided at the base of the Fire Well. The dimensions will be 2’ x 2’ by 4” deep. Year 1 consists of the removal of five (5) existing fire wells and installation of fire wells in thesame location. The following is a list of the general locations with corresponding GPS coordinates. Year 1 No.LocationLatitude Longitude 1 92 Front Street, Stock Island24.568 -81.7328 2 111 Overseas Highway, Rockland Key24.5911 -81.6818 3 97 N Johnson Street, Sugarloaf Key 24.6611 -81.5231 4 677 Caribbean Dr E, Summerland Key24.656325 -81.443069 5 21859 Disturbed Pine Rd, Cudjoe Key 24.6761 -81.492 Y ears2 through 5 shall consist of new fire well installations as follows: Year 2 No.LocationLatitude Longitude 1 68600 Overseas Highway, Long Key24.82768-80.8106 2 5420-5460 Dorn Road, Big Torch Key24.7132 -81.4353 3 4244 Dorn Road, BigTorch Key 24.7031 -81.4273 4 3901 Osprey Lane, Big Torch Key 24.6988 -81.4277 5 4100-4298 Egret Lane, Big Torch Key24.6988 -81.4282 Year 3 No.LocationLatitude Longitude 1 Dorn Rd and Catherine Street, Big Torch Key 24.6913 -81.4249 2 Middle Torch Road and Stewart Rd, Middle Torch Key 24.699 -81.4121 3 27034 Mariposa Road, Ramrod Key 24.6653 -81.4104 4 27270 Brown Drive, Ramrod Key 24.6667 -814083 5 340 Munson Ave and Mariposa Road, Ramrod Key Year 4 No.LocationLatitude Longitude 1 Johnson Street and Bayshore Drive, Ramrod Key 24.6656 -81.4179 2 80 Coral Ave and Dolphin Drive, Ramrod Key24.6656 -81.4114 3 1686 Pine Channel Drive, Little Torch Key 24.6886 -81.3976 4 27901 Barracuda Drive and Lobster Tail Trail, Little Torch Key 24.6876 -81.3956 5 1501-1705 Bayview Drive 24.6868 -81.3988 Year 5 No.LocationLatitude Longitude 1 1314-1404 State Road 4A, Little Torch Key 24.6848 -81.3954 2 1101-1299 Warner Rd, Little Torch Key, Little Torch Key 24.6822 -81.3941 3 1086-1098 Grand Street, Little Torch Key 24.6818 -81.3957 4 28100-28398 County Road and Grenada Lane, Little Torch Key 24.6761 -81.3899 5 28401-28398 Yucatan Lane, Little Torch Key 24.6765 -81.3889 Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!757 D/34/b EXHIBIT “A” Qbdlfu!Qh/!758 D/34/b SECTION FIVE: PROPOSAL FORMA PROJECT NAME: Replacement and Installation of Fire Wells in Monroe County. 5.0 The undersigned guarantees the truth and accuracy of all statements and the answers contained herein. 5.1 The undersigned, as Respondent, hereby declares that the only person or persons interested in the Proposal, as principal or principals, is or are named herein and that no other person than herein mentioned has any interests in the Proposal of the contract to which the Work pertains; that this Proposalis made without connection or arrangement with any other person, company, or parties making Bids or Proposals and that the Response is in all respects fair and made in good faith without collusion or fraud. 5.3 The Respondent further declares that he has examined the geographic location and sites of the Work; that he has made sufficient investigations to fully satisfy himself that such sites are suitable for this Work; and he assumes full responsibility therefore; that he has examined the specifications for the Work and from his own experience or from professional advice that the specifications are sufficient for the Work to be done and he has examined the other Contract Documents relating thereto, including the Request for Proposals, Contract, Specifications and Scope of Work, License and Insurance requirements, and he has read all addenda prior to the opening of Responses, and that he has satisfied himself fully, relative to all matters and conditions with respect to the Work to which this Proposal pertains. 5.4 The Respondent proposes and agrees, if this Proposal is accepted, to timely execute a contract with the County in the form attached and to furnish all that is necessary to complete the Work specified in the Proposal and the Contract and called for by the specifications and in the manner specified and to timely submit all required licenses and insurance certificates. 5.5 The Respondent further proposes and agrees to comply in all respects with the time limits for commencement and completion of the Work as stated in the contract form. 5.6 The Respondent agrees to execute a Contract and furnish the executed contract, all required bonds, insurance certificates, and other required information to County within ten (10) ten calendar days after written notice of the award of contract. Failure on the part of the Respondent to timely comply with this provision shall give the County the right to withdraw the award notice. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!759 D/34/b Respondents are required complete the following Proposal Form. Proposed Year 1 Fire Well Replacement / Installation Scope of Work. Bid Item 1: Replacement of Fire Well at 92 Front Street, Stock Island No.Description Amount 1. Decommission / Remove existing fire well 2. Install Fire Well Subtotal Amount Bid Item 2: Replacement of Fire Well at 111 Overseas Highway, Rockland Key No.Description Amount 1. Decommission / Remove existing fire well 2. Install Fire Well Subtotal Amount Bid Item 3: Replacement of Fire Well at 97 N Johnson St, Summerland Key No.Description Amount 1. Decommission / Remove existing fire well 2. Install Fire Well 3. Subtotal Amount Bid Item 4: Replacement of Fire Well at 677 Caribbean Dr E, Summerland Key No.Description Amount 1. Decommission / Remove existing fire well 2. Install Fire Well Subtotal Amount Bid Item 5: Replacement of Fire Well at 21859 Disturbed Pine Rd, Cudjoe Key No.Description Amount 1. Decommission / Remove existing fire well 2. Install Fire Well Subtotal Amount Total Price Proposal: Total Price Proposal above shall be considered base Proposal for Year 1 of the Contract for Replacement and Installation of Fire Wells in Monroe County. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!75: D/34/b Proposed Year 2Fire Well Replacement / Installation Scope of Work. Bid Item 1: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Bid Item 2: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Bid Item 3: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. 3. Subtotal Amount Bid Item 4: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Bid Item 5: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Total Price Proposal: Total Price Proposal above shall be considered base Proposal for Year 2 of the Contract for Replacement and Installation of Fire Wells in Monroe County. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!761 D/34/b Proposed Year 3Fire Well Replacement / Installation Scope of Work. Bid Item 1: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Bid Item 2: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Bid Item 3: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. 3. Subtotal Amount Bid Item 4: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Bid Item 5: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Total Price Proposal: Total Price Proposal above shall be considered base Proposal for Year 3 of the Contract for Replacement and Installation of Fire Wells in Monroe County. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!762 D/34/b Proposed Year 4Fire Well Replacement / Installation Scope of Work. Bid Item 1: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Bid Item 2: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Bid Item 3: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. 3. Subtotal Amount Bid Item 4: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Bid Item 5: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Total Price Proposal: Total Price Proposal above shall be considered base Proposal for Year 4 of the Contract for Replacement and Installation of Fire Wells in Monroe County. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!763 D/34/b Proposed Year 5Fire Well Replacement / Installation Scope of Work. Bid Item 1: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Bid Item 2: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Bid Item 3: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. 3. Subtotal Amount Bid Item 4: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Bid Item 5: Installation of Fire Well at No.Description Amount 1. Installation of fire well 2. Subtotal Amount Total Price Proposal: Total Price Proposal above shall be considered base Proposal for Year 5of the Contract for Replacement and Installation of Fire Wells in Monroe County. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!764 D/34/b It is understood that the Proposal prices quoted or established for a particular item are to be used for computing the amount to be paid to the Contractor, based on the Work actually performed as determined by the Contract and the County. However, in utilizing the forms provided, the Respondent agrees that in no event shall compensation paid to the Respondent under the contract exceeding the dollar amount of the Respondent's Proposal amount. Respondent's Certificate of Competency No. Respondent’s Water Well Contractor’s License No.______________________________ Respondent's Occupational License No. Respondent Name: Address: City/St/Zip: Phone/Fax: The following is a checklist of the Proposal Forms that should be included in the Response: Exhibit Form A: Proposal Form Exhibit Form B: Contractor’s Qualifications Statement Exhibit Form C:List of Equipment and Facilities Exhibit Form D:Licensure (List and Copies) Exhibit Form E: Contractor’s General Plan of Execution Exhibit Form F:Contractor’s Experience and Letters of Reference Exhibit Form G: Indemnification and Hold Harmless Form Exhibit Form H: Request for Waiver of Insurance Requirements Exhibit Form I: Non-Collusion Affidavit Exhibit Form J: Anti-Kick Back Affidavit Exhibit Form K: Public Entity Crime Statement Exhibit Form L: Lobbying & Conflict of Interest (Ethics) Clause Exhibit Form M: Trench Safety Act Form Exhibit Form N: OSHA Standards Acknowledgement Form Exhibit Form O: Drug Free Workplace Form Exhibit Form P: Local Preference Form If Respondent believes any of these forms are not applicable, he should mark the form “Not Applicable” and submit with Response package. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!765 D/34/b SECTION SIX: PROPOSAL FORM ATTACHMENTS Please include the following forms in the Proposal Response. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!766 D/34/b EXHIBIT FORM “B” QUALIFICATIONS STATEMENT PROJECT NAME: Replacement and Installation of Fire Wells in Monroe County. The undersigned guarantees the truth and accuracy of all statements and the answers contained herein. 1. Number of employees assigned to this project: _________________ 2. Company Identification numbers for the Internal Revenue Service: _______________________ 3. How many years has your company been operating, and if different, the number of years it has been providing services as described in this RFP?____________ _________________________________________________________________ 4. How many years has Respondent operated under its present name and any prior names? __________________________________________________________________ 5. Attach experience resume, including list of certificates and/or licenses held by Respondent, status of qualifier, and if qualifier will perform work. 6. Give names, addresses and telephone numbers of three individuals, corporations, agencies, or institutions for which your company has previously performed work: Name: Address: Primary Contact/Phone Number: Name: Address: Primary Contact/Phone Number: Name: Address: Primary Contact/Phone Number: 7. Attach list of personnel who will be performing work, including supervisors and their licensure. Identify any other personnel who are not certified or experienced in such work, and who will directly supervise these individuals. 8. Certification that the Respondent has never defaulted on any government contract or bid award. _____________________________________________________ _________________________________________________________________ Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!767 D/34/b Signature of Corporate Officer Date 0 County of: Subscribed and sworn to (or affirmed before me, by means of Physical presence or Online notarization, on (date) By (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC My Commission Expires: State of Florida County of _____________ The foregoing instrument was acknowledged before me by means of physical presence or on line notarization, this ______ day of ____________, 2022, by _______________as (type of authority) __________________ (e.g. officer, trustee, attorney in fact) for ______________________________________________ (name of party on behalf of whom the instrument was executed). Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!768 D/34/b EXHIBIT FORM “C” LIST OF EQUIPMENT AND FACILITIES PROJECT NAME: Replacement and Installation of Fire Wells in Monroe County. Respondent shall describe what equipment and materials will be necessary for performance of the work and the location that this equipment shall be maintained. The following is a list of Equipment and Materials that is proposed to perform the Work: The following is a list of the Facilities, and location, that is proposed to perform the Work: Does Respondent intend to rent accommodations during performance of the Work? Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!769 D/34/b EXHIBIT FORM “D” CONTRACTOR’S LICENSURE PROJECT NAME: Replacement and Installation of Fire Wells in Monroe County. Respondent shall provide list and copies of all applicable licenses as required by the Request for Proposals. License No. / License Type Name of Qualifier Please attach copies of all applicable licenses following this form. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!76: D/34/b EXHIBIT FORM “E” CONTRACTOR’S GENERAL PLAN OF EXECUTION PROJECT NAME: Replacement and Installation of Fire Wells in Monroe County. Respondent shall attach information sufficient for evaluation of plan of execution of the Work. This plan must include permitting, lead time for materials, mobilization, anticipated start date or number of days to start, number of days to remove and install fire well, and potential staging information. Additionally, please identify methods for communication and coordination of the Work. Separate attachments may be included following this form. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!771 D/34/b EXHIBIT FORM “F” CONTRACTOR’S EXPERIENCE PROJECT NAME: Replacement and Installation of Fire Wells in Monroe County. Respondent shall attach information sufficient for evaluation of experience, qualifications, and letters of reference following this form. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!772 D/34/b EXHIBIT FORM “G” MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES CONTRACT ADMINISTRATION MANUAL Indemnification and Hold Harmless for Other Bidders and Subbidders The Proposer covenants and agrees to indemnify and hold harmless Monroe County Board of County Commissioners, its servants, agents and employees 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 the Proposer or any of its Subbidder(s) in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the Proposer or its Subbidders in any tier, their employees, or agents. In the event the completion of the project (to include the work of others) is delayed or suspended as a result of the Proposer’s failure to purchase or maintain the required insurance, the Proposer shall indemnify the County from any and all increased expenses resulting from such delay. The first ten dollars ($10.00) of remuneration paid to the Proposer is for the indemnification provided for above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. ____________________________________________________ Proposer’s Signature ____________________________________________________ Date Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!773 D/34/b EXHIBIT FORM “H” MONROE COUNTY, FLORIDA Request For Waiver of Insurance Requirements It is requested that the insurance requirements, as specified in the County's Schedule of Insurance Requirements, be waived or modified on the following contract. Contractor: _______________________________________________________________ Contract for: _______________________________________________________________ Address of Contractor: _______________________________________________________________ _______________________________________________________________ Phone: _______________________________________________________________ Scope of Work: _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ Reason for Waiver: _______________________________________________________________ _______________________________________________________________ Policies Waiver _______________________________________________________________ will apply to: _______________________________________________________________ Signature of Contractor: _______________________________________________________________ Approved ___________ Not Approved ___________ Risk Management _______________________________________________________________ Date _______________________________ County Administrator appeal: Approved: __________ Not Approved: _________ Date: _________________________________________________ Board of County Commissioners appeal: Approved: __________ Not Approved: _________ Meeting Date: _________________________________________________ Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!774 D/34/b EXHIBIT FORM “I” NON- COLLUSION AFFIDAVIT I, , of the city of according to law on my oath, and under penalty of perjury, depose and say that; a. I am, of the firm of _________________________________________________________, the Proposer making the Proposal for the project in the Request for Proposals for: and that I executed the said Proposal with full authority to do so; b. the prices in this Proposalhave been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; c. unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to Proposal opening, directly or indirectly, to any other Proposer or to any competitor; and d. noattempt has been made or will be made by the Proposerto induce any other person, partnership or corporation to submit, or not to submit, a Proposal for the purpose of restricting competition; e. the statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. Signature of Corporate Officer Date State of: County of: Subscribed and sworn to (or affirmed before me, by means of Physical presence or Online notarization, on (date) By (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC My Commission Expires: Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!775 D/34/b EXHIBIT “J” ANTI-KICKBACK AFFIDAVIT STATE OF FLORIDA } } SS: COUNTY OF MONROE } I, the undersigned, hereby duly sworn, depose and say that no portion of the sum herein bid will be paid to any employees of the Monroe County, its elected officials, and __________________________________________(firm name) or its subcontractors, as a commission, kickback, reward or gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. Signature of Corporate Officer Date State of: County of: Subscribed and sworn to (or affirmed before me, by means of Physical presence or Online notarization, on (date) By (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC My Commission Expires: Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!776 D/34/b EXHIBIT FORM “K” JURAT FL ST § 117.05 12 (c) For an acknowledgment in a representative capacity: STATE OF FLORIDA COUNTY OF __________ The foregoing instrument was acknowledged before me by means of physical presence or online notarization, this ___ day of __________, ______ , by _____________________________ (name) as _____________________________________(type of authority, e.g. officer, trustee, attorney in fact) for __________________________________________________(name of party on behalf of whom instrument was executed). (S EAL) Signature of Notary Public (Print, Type, or Stamp Name of Notary) Personally Known: OR Produced Identification: Type of Identification Produced: Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!777 D/34/b EXHIBIT FORM “L” PUBLIC ENTITY CRIME STATEMENT “A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a CONTRACTOR, supplier, subcontractor, or CONTRACTOR 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.” I have read the above and state that neither _____________________________________ (Respondent’s name) nor any Affiliate has been placed on the convicted vendor list within the last 36 months. Signature of Corporate Officer Date State of: County of: Subscribed and sworn to (or affirmed before me, by means of Physical presence or Online notarization, on (date) By (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC My Commission Expires: Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!778 D/34/b EXHIBIT FORM “M” SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE “ _______________________________________________“ (Company) “…warrants that he/it has not employed, retained or otherwise had act on his/her behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee.” Signature of Corporate Officer Date State of: County of: Subscribed and sworn to (or affirmed before me, by means of Physical presence or Online notarization, on (date) By (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC My Commission Expires: Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!779 D/34/b EXHIBIT FORM “N” TRENCH SAFETY ACT FORM The undersigned Proposer has determined to his own complete satisfaction that all portions of the Florida Trench Safety Act (90-96, Laws of Florida) as the OSHA Excavation Safety Standards 29, CFR Part 1926.650 Subpart P, will be fully complied with and executed properly on this project. Proposer acknowledges that included in the various items of the Proposal and in the Total Proposed Amount are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida), current edition. Signature of Corporate Officer Date State of: County of: Subscribed and sworn to (or affirmed before me, by means of Physical presence or Online notarization, on (date) By (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC My Commission Expires: Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!77: D/34/b EXHIBIT FORM “O” OSHA STANDARDS ACKNOWLEDGEMENT FORM Project name: Replacement and Installation of Fire Wells in Monroe County, Florida The undersigned Proposer acknowledges and agrees that as contractors for completion of the Proposed Project, that we ___________________________________________________ (Firm Name) have the sole responsibility for compliance with all requirements of the Federal Occupational Safety and Health Act of 1970, and all State and Local Safety and Health regulations, and agree to indemnify and hold harmless the Monroe County Board of County Commissioners against any and all legal liability or loss that may incur due to the _____________________________________________ (Firm Name) failure to comply with such act. Signature of Corporate Officer Date State of: County of: Subscribed and sworn to (or affirmed before me, by means of Physical presence or Online notarization, on (date) By (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC My Commission Expires: Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!781 D/34/b EXHIBIT FORM “P” DRUG FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business’ policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Signature of Corporate Officer Date State of: County of: Subscribed and sworn to (or affirmed before me, by means of Physical presence or Online notarization, on (date) By (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC My Commission Expires: Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!782 D/34/b EXHIBIT FORM “Q” VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Project Description(s): Respondent Vendor Name: Vendor FEIN: Vendor’s Authorized Representative Name and Title: Address: City:________________________________State:_______Zip:______________ Phone Number: Email Address: Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of $1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to s. 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the Section entitled “Respondent Vendor Name” is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of $1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria. I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney’s fees, and/or costs. I further understand that any contract with the County may be terminated, at the option of the County, if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria. Certified By: _____________________________________, who is authorized to sign on behalf of the above referenced company. Authorized Signature: Print Name: Title: Note: The List are available at the following Department of Management Services Site: http://www.dms.myflorida.com/business_operations/state_purchasing/vendor_information/convicted_su spended _discriminatory_complaints_vendor_lists Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!783 D/34/b EXHIBIT FORM “Q” LOCAL PREFERENCE FORM A. Vendors claiming a local preference according to Ordinance 023-2009 must complete this form. Name of Respondent ______________________________Date:_______________ 1. Does the vendor have a valid receipt for the business tax paid to the Monroe County Tax Collector dated at least one year prior to the notice or request for bid or proposal? __________ (Y/N) (Please furnish copy following this form.) 2. Does the vendor have a physical business address located within Monroe County from which the vendor operates or performs business on a day to day basis that is a substantial component of the goods or services being offered to Monroe County? _______________ (Y/N) List Address: ____________________________________________________________ Telephone Number: _______________________________________________________ B. Does the vendor/prime contractor intend to subcontract 50% or more of the goods, services or construction to local businesses meeting the criteria above as to licensing and location? ____________ (Y/N) If yes, please provide: 1. Copy of Receipt of the business tax paid to the Monroe County Tax Collector by the subcontractor dated at least one year prior to the notice or request for bid or proposal. 2. Subcontractor Address within Monroe County from which the subcontractor operates: ________________________________________ Tel. Number ____________________ Print Name and Title Signature of Authorized Signatory for Respondent STATE OF ____________________ COUNTY OF ___________________ On this _____ day of ______, 20_____, before me, the undersigned notary public, personally appeared __________________________, known to me to be the person whose name is subscribed above or who produced ______________________as identification, and acknowledged that he/she is the person who executed the above Local Preference Form for the purposes therein contained. _______________________________________ Notary Public _______________________________________ Print Name My commission expires:_________________ Seal Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!784 D/34/b EXHIBIT FORM “Q” MONROE COUNTY C ONTRACT C HANGE O RDER PROJECT TITLE: INITIATION DATE: (change order date) CHANGE ORDER NO: TO CONTRACTOR: (name & address) CONTRACT DATE: The Contract is changed as follows: (use underlining only – no highlighting or deletion) The original (Contract Sum) (Guaranteed Maximum Price) $ Net change by previously authorized ChangeOrders$ The (Contract Sum)(Guaranteed Maximum Price) prior to this Change order was $ The (Contract Sum) (Guaranteed Maximum Price) will be (increased) (decreased) (unchanged) By this Change Order $ The new (Contract Sum) (Guaranteed Maximum Price) including this Change Order is $ The Contract Time will be (increased) (decreased) (unchanged) by Number of days The date of Substantial Completion as of the date of this Change Order is (new date) Detailed description of change order and justification: Justification here. If a time change: show original and new substantial completion dates. This change order is ___ % of the original contract price. Not valid until signed by Owner, Architect (if applicable), and Contractor ARCHITECT: Date CONTRACTOR: Date MONROE COUNTY: Date OWNER/ASSISTANT ADMINISTRATOR: Date Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!785 D/34/b EXHIBIT FORM “R” Change Order Attachment per Ordinance No. 004-1999 No. 1. Change Order was not included in the original contract specifications. Yes No If Yes, provide explanation: 2. Change Order was included in the original specifications.Yes No If Yes, provide explanation of increase in price: Change Order exceeds $50,000 or 5% of Contract Price (whichever is 3. greater). Yes No If Yes, explanation as to why it is not subject for a calling for bids: 4. Project architect approves the change order.Yes No If no, provide explanation as to why: 5. Change Order is correcting an error or omission in design document. Yes No 6. Should a claim under the applicable professional liability policy be made?Yes No If yes, provide explanation: Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!786 D/34/b SECTION SEVEN: SAMPLE CONSTRUCTION CONTRACT THIS CONTRACT,hereinafter “CONTRACT or AGREEMENT” made and entered into this _ day of _________, 2022, by and between Board of County Commissionersof Monroe County, Florida, hereinafter referred to as “COUNTYor OWNER” having a place of business at 1100 Simonton Street, Suite 2-205, Key West, Florida 33040 and ____________________________________, hereinafter referred to as “CONTRACTOR,” a _____________ Corporation, with a main office located at ________________________________. WITNESSETH: WHEREAS, the COUNTY advertised a notice of request for proposals for the INSTALLATION OF FIRE HYDRANTS IN MONROE COUNTY; and WHEREAS, the successful Respondent was ______________________, and: WHEREAS, the COUNTY intends to enter into a CONTRACT for the INSTALLATION OF FIRE WELLS IN MONROE COUNTY with the CONTRACTOR and; WHEREAS, this contract is an “Agreement” between both parties, NOW, THEREFORE, in consideration of the mutual covenants and promises contained herein, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, and both parties intending to be legally bound, the parties hereto agree as follows: 1. Scope of Work. Contractor shall complete all Work as specified or indicated on the Contractor’s proposal dated _______________. The Scope of Work is generally described as the following: Replacement and Installation of Fire Wells at various locations in Monroe County as Solicitations. identified on the Request for Competitive 2. General Intent of Scope. A. Contractor shall furnish all requirements to complete the Scope of Work, including but not limited to labor, supervision, engineering, materials, supplies, equipment, power, tools, transportation, surveying, layout, testing, coordination with third parties, and protection, and any other means of construction necessary for the proper execution and completion of Scope of Work. B.The Scope of Work may also be referred to as the “Project.” Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!787 D/34/b 3. General Requirements. A. Construction work hoursshall be limited to: 8:00 am to 5:00 pm Monday through Friday. Any change to the work schedule shall be agreed to in writing by the Owner’s Representative. B. Contractor shall be aware of weather, location and other factors that may affect Work and plan accordingly. C. Contractor shall familiarize himself with the facility that Work will take place, including its vendors, pertinent staff and other agencies and their schedules and plan accordingly. Coordination of each days’ work shall be done in advance coordination with designated Owner’s Representative, as named in 6.1 below. D. The Contractor will be responsible to obtain all additional necessary permits and approvals including but not limited to the: Monroe County Building Department, Monroe County Fire Marshal, Monroe County Sheriff’s Office, Florida Department of Environmental Protection, South Florida Water Management, the Florida Department of Transportation, and any other permitting or regulatory agency(ies) as applicable. E.All licenses required in order to perform the Scope of Work in the specified location shall be procured and maintained by the Contractor and any Subcontractors. Contractor shall submit copies of any and all applicable licenses to the Owner’s Representative prior to receipt of a Notice to Proceed. F. Contractor shall provide, replace and maintain any and all safety measures as may be required to protect the Work and personnel, including barricades, as necessary during completion of the Scope of Work. G. Contractor shall maintain As-Built Drawings (Record Drawings) of Work progression in coordination with the Owner’s Representative. H. Contractor shall not store materials, tools or debris inside the facility without written permission by the Owner’s Representative. Contractor shall provide a suitable storage container and be responsible for disposal of all debris and trash as applicable. I. All spaces interior and exterior shall be cleaned and returned to its original condition at the end of the work period/day. ARTICLE 1 The Contract Documents. The Contract Documents consist of this Contract, General, Supplementary and other Conditions, all applicable Drawingsif any, Specifications, Proposal documents, and any Addenda issued prior to execution of this Contract, together with the response to the request for solicitation and all required insurance documentation, and Modifications issued after execution of this Contract. The Contract Documents represent the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. In the event of a discrepancy between the documents, precedence shall be determined by the order of the documents as just listed. ARTICLE2 Work by Others. 2.1 The Contractor shall execute the entire Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!788 D/34/b the responsibility of others.Subcontractors employed by Contractor shall be specifically identified on the Response to this Solicitation. 2.2 Testing of the Work herein is anticipated to be coordinated with and approved by the Owner’s Representative, Monroe County Fire Rescue personnel, and any other agency as applicable. ARTICLE 3 Date of Commencement and Substantial Completion. 3.1 The date of commencement is the date to be fixed in a Notice to Proceed issued by the Owner’s Representative. 3.2 The Contractor shall achieve Substantial Completion as determined by the Owner’s Representative of the entire Work not later than one hundred twenty- (120) calendar days after the date of issuance of a Notice to Proceed. The time or times stipulated in the Agreementfor completion of the Work or of specified phases of the Work shall be the calendar date or dates listed in the milestone schedule or Schedule of Values. ARTICLE4 Contract Sum. 4.1 The owner shall pay the Contractor for Contractor's performance of the Scope of Work pursuant to this Contract, theSum of _________________________________________00/100 Dollars ($ .00), subject to additions and deductions as provided in the Contract Documents. 4.2 All remittances shall be sent to: Name and Address of Contractor . 4.3 Schedule of Values. Within ten (10) days from the pre-construction conference and before submission of the first Application for Payment, the Contractor shall submit a Schedule of Values for the Work, which shall include critical path activities proposed completion dates for such activities and an indication of the percentage of Final Completion of the Work each subsequent critical path activity will reflect. The Schedule of Values will be reviewed by the Owner’s Representative for acceptance as providing an orderly progression of the Work to completion within the Contract Time and for payment purposes. The finalized Schedule of Values shall be resubmitted by Contractor at the Owner’s request until written approval by Owner’s Representative is obtained. 4.4 Additional Services. At any time, the Owner may request the Contractor to provide additional services (the “Additional Services”). Additional Services shall be authorized by execution of a Change Order at the value calculated as described herein and in the Contract Documents. The cost for any Additional Services performed under any renewal term of this Contract, if any, shall be at the same terms and conditions contained in this Contract. 4.5 Change Orders. For changes in the Work, Contract Time, any Additional Services required hereunder, or other changes, the Contract Price shall be increased (if applicable) by an amount equal to Contractor’s additional Cost of Work (defined Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!789 D/34/b on the Contract Documents), on a unit price basis, if applicable, on a lump sum basis, or as otherwise agreed and specifically set forth in the Change Order. If there is a decrease in the Scope of Work, the Contract Price shall be decreased by the amount of actual costs associated therewith, based on the Cost of the Work and/or unit prices (as applicable) and lowered profit or as otherwise agreed and set forth in the Change Order. All Change Order Requests shall be made in writing. Contractor’s response to such request shall be made in writing. All Change Orders shall be executed on the form attached hereto as Exhibit ___, which shall be binding on the parties when fully executed. Disputes shall be governed by the provisions of the Contract Documents. 4.6 Emergency Change Orders. In the event that changes in the Work are required on an emergency basis in order to protect the health and safety of the public, the Contractor shall proceed at the direction of the Owner’s Representative without a written Change Order from the County to the limited extent described herein. The Contractor shall keep separate records of all costs and time required to perform the Work. After review and approval by the County, the Contractor shall invoice the County on a time and materials basis. In the event that the Work can be stopped without any further harm to the public but additional Work is necessary, the Contractor shall deliver an estimate to the Owner’s Representative as soon as practical, and the requirements of this Article shall be met before the Contractor resumes the changes to the Work or additional Work. ARTICLE 5 Progress Payments. 5.1 Contractor shall submit to Owner, avalid invoiceor application for payment, for amounts due for work performed. Applications for paymentshall outline work completed, including percentage of total project. Owner reserves the right to withhold Retainage in the amount of 10% until final completion of work, including permit close-out. 5.2 The period covered by each application for payment shall be identified on Contractor’s invoice. 5.3 Owner shall make payments for Contractor’s applications for payment properly submitted and accepted by Owner within forty-five (45) days of receipt in accordance with the Florida Local Government Prompt Payment Act, section 218.735, Florida Statutes. 5.4 Each application for payment shall be based upon the schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy. This schedule shall be used as a basis for reviewing the Contractor's applications for payment. 5.5 Documents Included. Each Pay Application shall include an affidavit or partial release or waiver by Contractor indicating that partial payments received from the County for the Work have been applied by Contractor to discharge in full all of Contractor’s obligations, including payments to Subcontractors and material suppliers. Partial Releases by Subcontractors shall also be included with each Application and required, as applicable. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!78: D/34/b 5.6 Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 5.6.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the Schedule of Values, less retainage of Ten Percent 10%. 5.6.2 Pending final determination of cost by the Owner of changes in the Work, amounts not in dispute may be included in Applications for Payment. The amount of credit to be allowed by the Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be the net cost to the Owner, less Overhead, Profit and Documented Costs incurred prior to the change Request, if applicable, as indicated in the corresponding line item in the approved Schedule of Values for that line item as confirmed by the Owner’s Representative. When both additions and credits covering related Work or substitutions are involved in a change, the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. 5.6.3 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage. 5.6.4 Subtract the aggregate of previous payments made by the Owner; and 5.6.5 Subtract amounts, if any, for which the Owner’s Representative has provided written notice will be withheld or nullified. 5.7 Retainage of 10% will be withheld in accordance with section 218.735 8(b), Florida Statut es. 5.8 Reduction or limitation of retainage, if any, shall be as follows: Monroe County is exempt from and not subject to Florida Statutes 255.078, "Public Construction Retainage." Reduction or limitation of retainage, if any, shall be reduced incrementally at the discretion of and upon the approval of the Owner. 5.9 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Scope of Work as described in Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming Work, if written notice has been provided by Owner, and to satisfy other requirements, if any, which shall necessarily survive final payment, and (2) a final approval for payment has been issued by the Owner. Such final payment shall be made by the Owner pursuant to the “Florida Local Government Prompt Payment Act” days after the issuance of the final approval for payment. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!791 D/34/b ARTICLE 6 Notices. 6.1 Unless otherwise provided herein, any notice or demand required or permitted to be given under this Agreement shall be effective when received if given by facsimile (with confirmation requested) or if given in writing and received by delivery service guaranteeing next day delivery, delivery charges prepaid, as follows: If to Contractor: at the address first set forth above. If to Owner: Roman Gastesi, County Administrator, or designee, at the address first set forth above. and Steven Hudson, Fire Chief, at the address first set forth above. and Monroe County Attorney’s Office th 1111 12 Street, Suite 408 Key West, Florida 33040 6.2 Either party hereto may change the place and/or person for the giving of notice by providing written notice to the other as set forth above. 6.3 Owner’s Representative is herein designated as at the address first set forth above. ARTICLE 7 Miscellaneous Provisions. 7.1 Pursuant to Florida Statute § 287.0582, the Owner’s performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. The parties agree this Agreementmay bind Monroe County for the purchase of services or tangible personal property for a period in excess of one (1) fiscal year, moreover the parties agree Monroe County’s performance and obligation to pay under this contract is contingent upon an annual appropriation by the Monroe County Board of County Commissioners. 7.2 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 proposal on a contract with a public entity for the construction or repair of a public building or public work, may not Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!792 D/34/b submit proposals on leases of real property to public entity, may not be awarded or perform work as contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 7.3 Contractor Represents the following: 7.3.1 Contractor has examined and carefully studied the Contract Documents and the other data identified in the Request for SolicitationDocuments. 7.3.2 Contractor has visited the Site(s) identified in the Scope of Work and become familiar with and is satisfied as to the general and local conditions and Site conditions that may affect cost, progress, performance or furnishing of the Work. 7.3.3 Contractor is familiar with and is satisfied as to all federal, state and local laws, regulations and permits that may affect cost, progress, performance and furnishing of the Work. Contractor agrees that it will at all times comply with all requirements of the foregoing laws, regulations and permits. 7.3.4 Contractor has made, or caused to be made, examinations, investigations, tests and/or studies as necessary to determine surface and subsurface conditions at or on the Site. Contractor acknowledges that the County does not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 7.3.5 Contractor has given County written notice of all conflicts, errors, ambiguities or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by County is acceptable to Contractor, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7.3.6 The Contractor agrees and represents that it possesses the requisite skills to perform the Work and that the Work shall be executed in a good and workmanlike manner, free from defects, and that all materials shall be new and approved by or acceptable to the County, except as otherwise expressly provided for in the Contract Documents. The Contractor shall cause all materials and other parts of the Work to Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!793 D/34/b be readily available as and when required or needed for or in connection with the construction, furnishing and equipping of the Work. 7.7 The following items are included in this contract: 7.7.1 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 Monroe County or the County 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. 7.7.2 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 contracts 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 Owner and Contractor agree that venue shall lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. Moreover, the County will not agree to arbitration to settle a dispute in any action or proceeding under any theory of liability arising out of or in any way connected with this agreement or the transactions it contemplates. 7.7.3 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 accomplishment of the original intent of this Agreement. The Owner 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. 7.7.4 Attorney's Fees and Costs. The Owner and Contractor agree that in the event that 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 and court costs as an award against the non-prevailing party and shall include attorney's fees and courts costs in appellate proceedings. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!794 D/34/b 7.7.5 Binding Effect. The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and Contractor and their respective legal representatives, successors, and assigns. 7.7.6 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 actions, as required by law. Each party agrees that it has had ample opportunity to submit this Agreement to legal counsel of its choice and enters into this Agreement freely, voluntarily and with advice of counsel. 7.7.7 Claims for Federal or State Aid. Contractor and Owner 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; provided that all applications, requests, grant proposals, and funding solicitations shall be approved by each party prior to submission. 7.7.8 Adjudication of Disputes or Disagreements. Owner and Contractor agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. 7.7.9 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, Owner 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. Owner and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 7.7.10 Nondiscrimination. Owner and Contractor 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 action on the part of any party, effective the date of the court order. Owner and Contractor 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 VI of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 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 s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 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 Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!795 D/34/b 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, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC s. 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 s. 1201 Note), as maybe amended from time to time, relating to nondiscrimination on the basis of disability; and 10) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 7.7.11 Covenant of No Interest. Owner and Contractor covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that the only interest of each is to perform and receive benefits as recited in this Agreement. 7.7.12 Code of Ethics. Owner agrees that officers and employees of Monroe 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 of 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. 7.7.13 No Solicitation/Payment. The Owner 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 Owner 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. 7.7.14 Public Access. The Owner 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. Contractor is required to: 7.7.14.1 Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!796 D/34/b 7.7.14.2 Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 7.7.14.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. 7.7.14.4 Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 7.7.15 Non-Waiver of Immunity. Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the Contractor and the Owner 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 contract entered into by the Owner be required to contain any provision for waiver. 7.7.16 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 Owner, when performing their respective functions under this Agreement within the territorial limits of the Owner 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 Owner. 7.7.17 Legal Obligations and Responsibilities: Non-Delegation of Constitutional or StatutoryDuties. 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 Owner, except to the extent permitted by the Florida constitution, state statute, and case law. 7.7.18 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 Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!797 D/34/b attempt to enforce any third-party claim or entitlement to or benefit of any service or program contemplated hereunder, and the Ownerand the Contractor agree that neither the Owner nor the Contractor or any agent, officer, or employee of either shall have the authority to inform, 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. 7.7.19 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. 7.7.20 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. 7.7.21 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 and any of the parties hereto may execute this Agreement by signing any such counterpart. 7.7.22 Hold Harmless and Indemnification. Notwithstanding any minimum insurance requirements prescribed elsewhere in this Agreement, Contractor shall defend, indemnify and hold the Owner and its elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of Contractor or any of its employees, agents, sub-contractors or other invitees, or (C) Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the Owner or any of its employees, agents, contractors or invitees (other than Contractor). Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!798 D/34/b 7.7.22.1 In the event that the completion of the Scope of Work, to include the work of others if applicable,is delayed or suspended as a result of the Contractors failure to purchase or maintain the required insurance, the Contractor shall indemnify the Owner from any and all increased expenses resulting from such delay. Should any claims be asserted against the Owner by virtue of any deficiency or ambiguity in the plans and specifications provided by the Contractor, the Contractor agrees and warrants that the Contractor shall hold the Owner harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the Owner's behalf. 7.7.22.2 The first ten dollars ($10.00) of remuneration paid to the Contractor is for the indemnification provided for the above. 7.7.23 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. 7.7.24 Disadvantaged Business Enterprise (DBE) Policy and Obligation. It is the policy of the Ownerthat DBE's, as defined in C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with County funds under this agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The Owner and its Contractor agree to ensure that DBE's have the opportunity to participate in the performance of the Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that DBE's have the opportunity to compete and perform contracts. The Owner and Contractor and subcontractors shall not discriminate on the basis of race, color, national origin or sex in award and performance of contracts, entered pursuant to this Agreement. 7.7.25 Agreements with Subcontractors. In the event that the Contractor subcontracts any or all of the work in this project to any third party, the Contractor specifically agrees to identify the Owner as an additional insured on all insurance policies required by the Owner. In addition, the Contractor specifically agrees that all agreements or contracts of any nature with its subcontractors shall be approved by Owner in writing and include the Owner as additional insured. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!799 D/34/b ARTICLE8 Termination. 8.1 By Owner for Convenience. The Owner may request that Contractor stop any and all work at any time, for any reason. The Owner shall pay Contractor for all work properly performed prior to the termination. 8.2 By Contractor for Cause. Contractor may terminate performance of this agreement for cause at any time upon written notice to Owner (including notice by email). ARTICLE 9 Florida Public Records Law. In accordance with Chapter 119.0701, Florida Statues, the Contractor shall: 9.1 Keep and maintain public records required by the Owner to perform the Work as described in the Agreement. 9.2 Upon request from the Owner’s custodian of public records, provide the Owner with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 9.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. 9.4 Upon completion of the Agreement, transfer, at no cost, to the Owner all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the Agreement, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency., upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 9.5 A Contractor who fails to provide public records to Monroe County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Chapter 119.10, Florida Statutes. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!79: D/34/b IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: BRIAN BRADLEY, C/O MONROE TH COUNTY ATTORNEY’S OFFICE, 1111 12 STREET, SUITE 408, KEY WEST, FL 33040, Bradley-Brian@MonroeCounty-fl.gov, (305) 292-3470. Article 10 Safety Requirements. 10.1 Safety Precautions and Programs 10.1.1 The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Work. 10.1.2 In the event the Contractor encounters on the site material reasonably believed to be asbestos or polychlorinated biphenyl (PCB) which has not been rendered harmless, the Contractor shall immediately stop Work in the area affected and report the condition to the Owner’s Representative in writing. The Work in the affected area shall not thereafter be resumed except by written agreement of the Owner and Contractor if in fact the material is asbestos or polychlorinated biphenyl (PCB) and has not been rendered harmless. The Work in the affected area shall be resumed in the absence of asbestos or polychlorinated biphenyl (PCB), or when it has been rendered harmless, and notice provided by Owner. 10.1.3 The Contractor shall not be required to perform without consent any Work relating to asbestos or polychlorinated biphenyl (PCB). 10.1.4 If reasonable precautions will be inadequate to prevent foreseeable bodily injury or death to persons resulting from a material or substance encountered on the site by the Contractor, the Contractor shall, upon recognizing the condition, immediately stop Work in the affected area and report the condition to the Owner’s Representative in writing. The Owner and Contractor shall then proceed in the same manner described in Subparagraph 10.1.2. 10.1.5 The Owner shall be responsible for obtaining the services of a licensed laboratory to verify a presence or absence of the material or substance reported by the Contractor and, in the event such material or substance is found to be present, to verify that it has been rendered harmless. Unless otherwise required by the Contract Documents, the Owner shall furnish in writing to the Contractor,the names and qualifications of persons or entities to perform tests verifying the presence or absence or substance. or who are to perform the task of removal or safe containment of such material or substance. The Contractor shall promptly reply to the Owner in writing stating whether there is a reasonable Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!7:1 D/34/b objection to the persons or entities proposed by the Owner. If the Contractor has an objection to a person or entity proposed by the Owner, the Owner shall propose another to whom the Contractor has no reasonable objection. 10.2 Safety of Persons and Property 10.2.1 The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to: 10.2.1.1 Employees performing the Work and other persons who may be affected thereby. 10.2.1.2 The Work, materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors. 10.2.1.3 Other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of the Work; and 10.2.1.4 Construction or operations by the Owner or other Contractors. 10.3 The Contractor shall give notices and comply with applicable laws, ordinances, rules, regulations and lawful orders of public authorities regarding the safeguarding of persons or property or their protection from damage, injury or loss. 10.4 The Contractor shall erect and maintain, as required by existing conditions and performance of the Contract, reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent sites and utilities. 10.5 When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. 10.6 The Contractor shall promptly remedy damage and loss to property referred to in Subparagraphs 10.2.1.2, 10.2.1.3, 10.2.1.4 caused by Contractor, a Subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable and for which the Contractor is responsible under Subparagraphs 10.2.1, except damage or loss attributable to acts or omissions of the Owner, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, and not attributable to the fault or negligence of the Contractor. The foregoing obligations of the Contractor are in addition to the Contractor's obligations herein. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!7:2 D/34/b 10.7 The Contractor shall designate a responsible member of the Contractor's organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's Representative unless otherwise designated by the Contractor in writing to the Owner. 10.8 Emergencies. In an emergency affecting safety of persons or property, the Contractor shall act, at the Contractor's discretion, to prevent threatened damage, injury or loss. Additional extension of time or compensation claimed by the Contractor as a result of an emergency shall be requested in writing to Owner’s Representative. ARTICLE 11 Insurance. 11.1 Prior to commencement of Work governed by this contract (including the pre- staging of personnel and material), the Contractor shall obtain, at its own expense, insurance as follows: 11.1.1 Policies shall be written by companies licensed to do business in the State of Florida and having an agent for service of process in the State of Florida. All insurance companies shall have an A.M. Best rating of A- and a Financial Size of VI or better. The required insurance shall be maintained at all times while CONTRACTOR is providing service to COUNTY. 11.1.1.1 General Liability Insurance: 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: 11.1.1.1.1 Premises Operations 11.1.1.1.2 Products and Completed Operations 11.1.1.1.3 Blanket Contractual Liability 11.1.1.1.4 Personal Injury Liability 11.1.1.1.5 Expanded Definition of Property Damage 11.1.1.1.6 The minimum limits acceptable shall be: $500,000 Combined Single Limit (CSL). 11.1.1.2 If split limits are provided, the minimum limits acceptable shall be: Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!7:3 D/34/b 11.1.1.2.1$250,000 per Person 11.1.1.2.2$500,000 per Occurrence 11.1.1.2.3$ 50,000 Property Damage 11.1.1.3 An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the County. 11.1.1.3.1 The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. 11.1.1.4 General Liability Insurance Additional: Recognizing that the work governed by this contract involves either underground exposures, explosive activities, or the possibility of collapse of a structure, the Contractor's General Liability Policy shall include coverage for the XCU (explosion, collapse, and underground) exposures with limits of liability equal to those of the General Liability Insurance policy. 11.1.1.5 Vehicle Liability Insurance: Recognizing that the work governed by this contract requires the use of vehicles, the Contractor, prior to the commencement of work, shall obtain Vehicle Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum, liability coverage for: 11.1.1.5.1 Owned, Non-Owned, and Hired Vehicles 11.1.1.5.2 The minimum limits acceptable shall be: $300,000 Combined Single Limit (CSL) 11.1.1.5.3 If split limits are provided, the minimum limits acceptable shall be: 11.1.1.5.1$100,000 per Person 11.1.1.5.2$300,000 per Occurrence 11.1.1.5.3$ 50,000 Property Damage 11.1.1.5.4 The Monroe County Board of County Commissioners shall be named as Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!7:4 D/34/b Additional Insured on all policies issued to satisfy the above requirements. 11.1.1.6 Workers Compensation Insurance Prior to the commencement of work governed by this contract, the Contractor shall obtain Workers' Compensation Insurance with limits sufficient to respond to the applicable state statutes. 11.1.1.7 In addition, the Contractor shall obtain Employers' Liability Insurance with limits of not less than: 11.1.1.7.1$500,000 Bodily Injury by Accident 11.1.1.7.2 $500,000 Bodily Injury by Disease, policy limits 11.1.1.7.3 $500,000 Bodily Injury by Disease, each employee 11.1.2 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. 11.1.3 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. 11.1.4 In the event that the service is delayed or suspended as a result of the Respondents failure to purchase or maintain the required insurance, the Respondent shall indemnify the County from any and all increased expenses resulting from such delay. 11.1.5 The Contractor will ensure that the insurance obtained will extend protection to all subcontractors engaged by the Contractor. As an alternative the Contractor may require all subcontractors to obtain insurance consistent with the attached schedules. 11.1.6 The Contractor will not be permitted to commence Work governed by the Agreement (including pre-staging of personnel and material) until satisfactory evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of Work resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance shall not extend deadlines specified in this Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!7:5 D/34/b Agreement and any penalties and failure to perform assessments shall be imposed as if the Work commenced on the specified date and time, except for the Contractor's failure to provide satisfactory evidence of insurance. 11.1.7 The Contractor shall maintain the required insurance throughout the entire term of this Agreementand any extensions specified in any attached schedules. Failure to comply with this provision may result in the immediate suspension of all Work until the required insurance has been reinstated or replaced. Delays in the completion of Work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines specified in this Agreement and any penalties and failure to perform assessments shall be imposed as if the Work commenced on the specified date and time, except for the Contractor's failure to provide satisfactory evidence of insurance. 11.1.8 The Contractor shall provide to Owner, as satisfactory evidence of the required insurance, eithera Certificate of Insurance or acertified copy of the actual insurance policy. 11.1.9 The County, at its sole option, has the right to request a certified copy of any or all insurance policies required by this Agreement. 11.1.10 All insurance policies must specify that they are not subject to cancellation, nonrenewal, material change, or reduction in coverage unless a minimum of thirty (30) days prior notification is given to the County by the insurer. 11.1.11 The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed bylaw. 11.1.12 The Monroe County Board of County Commissioners, its employees and officials will be included as an "Additional Insured" on all policies, except for Worker's Compensation. 11.1.13 In addition, the Monroe County Board of County Commissioners will be named as an additional insured and loss payee on all policies covering County-owned property. 11.1.14 Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled "Request for Waiver of Insurance Requirements" and approved by the Monroe County's Risk Manager. 11.2 Builder's Risk Insurance: Not required 11.3 Public Construction Bond: For purposes of the Contract, Year 1 shall be used for the “amount of the cost of construction.” Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!7:6 D/34/b Public Construction Bond in the amount of the cost of construction is a requirement of this Contract. Bond must be issued by an A rated surety company doing business in the State of Florida. ARTICLE 12Uncovering and Correction of Work. 12.1 Uncovering of Work 12.1.1 If any portion of the Work has been covered prior to inspection by Owner, or anyrequirements specifically requested by Owner, it must, if required in writing by Owner, be uncovered for their observation and be replaced at the Contractor's expense without change in the Contract Time. 12.1.2 If a portion of the Work has been covered which the Owner has not specifically requested to observe prior to its being covered, the Owner may request to see such Work and it shall be uncovered by the Contractor. If such Work is in accordance with the requirements of the Work, costs of uncovering and replacement shall, by appropriate Change Order, and be charged to the Owner. If such Work is not in accordance with the requirements of the Work, the Contractor shall pay such costs, unless the condition was caused by the Owner, in which event the Owner shall be responsible for payment of such costs. 12.2 Correction of Work. 12.2.1 The Contractor shall promptly correct Work rejected by Ownerfor failing to conform to the requirements as outlined in the Scope of Work, whether or not fabricated, installed or completed. The Contractor shall bear costs of correcting such rejected Work, including additional testing and inspections. 12.2.2 If, within one year after the date of final payment for the Work or designated portion thereof, or after the date for commencement of warranties established in this Agreement, or by terms of an applicable special warranty required by the requirements of the Work, any of the Work is found to be not in accordance with the requirements of the Work, the Contractor shall correct it promptly after receipt of written notice from the Owner to do so unless the Owner has previously given the Contractor a written acceptance of such condition. This period of one year shall be extended with respect to portions of Work first performed after Substantial Completion by the period of time between Substantial Completion and the actual performance of the Work. This obligation under this Subparagraph 12.2.2 shall survive acceptance of the Work under the Contract and termination of the Contract. The Owner shall give such notice promptly after discovery of any such condition. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!7:7 D/34/b 12.2.3 The Contractor shall remove from the site portions of the Work which are not in accordance with the requirements of the Work and are neither corrected by the Contractor nor accepted by the Owner. 12.2.4 If the Contractor fails to correct nonconforming Work within a reasonable time, the Owner may correct it in accordance with this paragraph. If the Contractor does not proceed with correction of such nonconforming Work within a reasonable time fixed by written notice from Owner, the Owner may remove it and store the salvageable materials or equipment at the Contractor's expense. If the Contractor does not pay costs of such removal and storage within ten days after written notice, the Owner may upon ten additional days' written notice sell such materials and equipment at auction or at private sale and shall account for the proceeds thereof, after deducting costs and damages that should have been borne by the Contractor. If such proceeds of sale do not cover costs which the Contractor should have borne, the Contract Sum shall be reduced by the deficiency. If payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Owner. 12.2.5 The Contractor shall bear the cost of correcting destroyed or damaged construction, whether completed or partially completed, of the Owner or other Contractors caused by the Contractor's correction or removal of Work which is not in accordance with the requirements of the Work. 12.2.6 Nothing contained in this Agreement shall be construed to establish a period of limitation with respect to other obligations which the Contractor might have as part of the requirements of the Work. Establishment of the time period of one year as described in Subparagraph 12.2.2, relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which the obligation to comply with the Agreement may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor's liability with respect to the Contractor's obligations other than specifically to correct the Work. 12.3 Acceptance of Nonconforming Work 12.3.1 If the Owner prefers to accept Work which is not in accordance with the requirements of the Work, the Owner may do so instead of requiring its removal and correction, in which case the Contract Sum will be reduced as appropriate and equitable. Such adjustment shall be affected whether or not final payment has been made. Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!7:8 D/34/b ARTICLE 13 MiscellaneousProvisions. 13.1 Governing Law 13.1.1 The contract shall be governed by the laws of the State of Florida. Venue for any claims or disputes arising under this contract shall be in the Circuit Court of the 16th Judicial Circuit of the State of Florida. 13.2 Successors and Assigns 13.2.1 The Owner and the Contractor each binds himself, his partners, successors, assigns, and legal representatives of such other party in respect to all covenants, agreements, and obligations contained this Agreement. Neither party to the Agreement shall assign its obligations under the Agreement or sublet it as a whole without the written consent of the other. 13.2.2 The Contractor shall not assign any monies due or to become due under this Contract without prior written consent of the Owner. REMAINDER OF PAGE LEFT BLANK INTENTIONALLY Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!7:9 D/34/b IN WITNESS WHEREOF, the parties hereto have duly executed this Agreement on the day and year first above written. Authorized Officer on behalf of Client: Contractor: By: By: Name: Name: Title: Title: Date: Date: (SEAL) BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA ATTEST: KEVIN MADOK, CLERK By: By: Approved as to form and legal sufficiency James Molenaar, Asst. County Attorney Monroe County Attorney’s Office Buubdinfou;!5/5/33!SGQ!Sfqmbdfnfou!boe!Jotubmmbujpo!pg!Gjsf!Xfmmt!)gjobm!esbgu*!!)Bqqspwbm!up!Bewfsujtf!Sfrvftu!gps!Qspqptbmt!gps!Gjsf!Xfmmt* Qbdlfu!Qh/!7::