HomeMy WebLinkAbout12/13/2000 Contract
11Bannp 1.. i&olbage
BRANCH OFFICE
3117 OVERSEAS InGHWAY
MARATIlON, FLORIDA 33050
TEL (305) 289-6027
FAX (305) 289-1745
CLERK OF TIlE CIRCUIT COURT
MONROE COUNTY
500 WHITEHEAD STREET
KEY WEST, FLORIDA 33040
TEL. (305) 292-3550
FAX (305) 295-3660
BRANCH OFFICE
88820 OVERSEAS InGHWAY
PLANTATION KEY, FLORIDA 33070
TEL. (305) 852-7145
FAX (305) 852-7146
MEMORANDUM
DATE:
January 8, 2001
TO:
Dent Pierce, Director
Public Works Division
ATTN:
Beth Leto, Administrative Assistant
Public Works Division
Pamela G. Han~
Deputy Clerk -U
FROM:
At the December 13, 2000, Board of County Commissioner's meeting the Board adopted
Resolution No. 496-2000 amending Resolution No. 136-2000, concerning fees for animal control
services, in order to increase the County License Fee for unspayed/unneutered animals from
$20.00 to $30.00.
The Board also granted approval and authorized execution of the following at the
December 13, 2000 meeting:
Renewal Agreement between Monroe County and Barnes Alarm Systems, Inc. for alarm
system annual certification, maintenance, and monitoring, and to adjust each cost by the
percentage change in the Consumer Price Index for all urban consumers (CPI-U) for the most
recent 12 month available.
Renewal Agreement between Monroe County and G & K Services to provide uniform
service to the Division of Public Works, and to adjust each cost by the percentage change in the
Consumer Price Index for all urban consumers (CPI-U) for the most recent 12 month available.
/... Contract between Monroe County and Windswept AlC & Appliances for the Central Air
Conditioning Maintenance and Repair for the Middle Keys facilities.
Lease Amendment between Monroe County and L.R. Kephart d/bla Eaton Street
Professional Center, to increase cost of dumpster service, and to include an annual CPI
computation on rent.
Lease Agreement between Monroe County and Irwin S. Morse, MD d/bla Town Square
Mall, for 450 square feet of office space, for Guardian ad Litem Program, starting January 1,
2001.
Lease Agreement between Monroe County and Peter O. Dalton for a new office in his
district for Commissioner Murray Nelson.
Enclosed please find a certified copy of the subject Resolution, as well as a duplicate
original of each Agreement/Lease for your handling. Should you have any questions please do
not hesitate to contact this office.
Cc: County Administrator wlo documents
Risk Management wlo documents
County Attorney
Finance
File
SECTION THREE
CONTRACT
THIS AGREEMENT, made and entered into this 13th day of December, 2000, A.D.
by and between Monroe County, Florida, (hereinafter called the "Owner"), and Windswept Inc. d/b/a
Windswept NC & Appliances (hereinafter called the "Contractor").
WITNESSED:
as follows:
That the parties hereto, for the consideration hereinafter set forth, mutually agree
3.01 THE CONTRACT
The contract between the owner and the contractor, of which this agreement is a part, consists
of the contract documents.
3.02 THE CONTRACT DOCUMENTS
The contract documents consist of this agreement, the specifications, all change orders, and any
addenda issued hereafter, any other amendments hereto executed by the parties hereafter,
together with the bid proposal and all required insurance documentation.
3.03 SCOPE OF WORK
The Contractor shall furnish all labor, materials, equipment, machinery, tools, apparatus, and
transportation, and perform all of the work described in the Specification entitled:
3: 0 0 ....."
C> >- r
CENTRAL AIR CONDITIONING ~n~ ~ Pl
MAINTENANCE AND REP AIR g~=< :z C)
I -"
MIDDLE KEYS FACILITIES g ~!"""- co 0
c: -- ::0
MONROE COUNTY, FLORIDA z?UG -0 ;:0
--!nr :x rrl
~:'::r.: N ("')
And his bid dated October 20, 2000, attached hereto and incorporated as pfli otthis~on1lract
document, and shall do everything required by this Contract and other Contratt D~uments,fg
3.04 THE CONTRACT SUM
The Owner shall pay to the Contractor for the faithful performance of the Contract, in lawful
money of the United States, as follows:
A. The actual cost plus 30% of parts and materials purchased from the manufacturer used
by the Contractor to fulfill the obligations of the Contract. Manufacturer's invoice must
accompany all requests for payment for any part which exceeds $100.00, and may be
requested at the discretion of the Owner for any part, regardless of the cost.
B. The cost of labor and equipment used by the Contractor to fulfill the obligation of the
Contract. The labor and equipment costs will be calculated using the unit prices set
forth in the Contractor's bid as follows:
1 of19
1. Labor - normal working hours of 8:00 a.m. to 5:00 p.m. Monday through
Friday, excluding holidays.
$50.00 per hour, mechanic
$75.00 per hour, mechanic plus helper
2. Labor - overtime rate for hours other than the normal working hours as stated in
SECTION 2, paragraph B, including holidays.
$75.00 per hour, mechanic
$112,50 per hour, mechanic plus helper
Such costs must be documented for each repair and/or maintenance job and included
with all Applications for Payment.
C. Freon for recharging systems:
1) R-22 $13,00 per pound
2) R-12 $32,00 per pound
D. The total contract sum shall not exceed $25,000.00 per year.
3.05 CONTRACTOR'S ACCEPTANCE OF CONDITIONS
A. Any ambiguity or uncertainty in the Specifications shall be interpreted and construed by the
Owner, and his decision shall be final and binding upon all parties.
B. The passing, approval, and/or acceptance of any part of the work or material by the Owner shall
not operate as a waiver by the Owner of strict compliance with the terms of this Contract, and
Specifications covering said work; and the Owner may require the Contractor and/or his surety
to repair, replace, restore, and/or make to comply strictly and in all things with the Contract and
Specifications any and all of said work and/or materials which within a period of one year from
and after the date of the passing, approval, and/or acceptance of any such work or material, are
found to be defective or to fail in any way to comply with this Contract or with the
Specifications. This provision shall not apply to materials or equipment normally expected to
deteriorate or wear out and become subject to normal repair and replacement before their
condition is discovered. Failure on the part of the Contractor and/or his Surety, immediately
after Notice to either, to repair or replace any such defective materials and workmanship shall
entitle the Owner, if it sees fit, to replace or repair the same and recover the reasonable cost of
such replacement and/or repair from the Contractor and/or his surety, who shall in any event be
jointly and severally liable to the Owner for all damage, loss, and expense caused to the Owner
by reason ofthe Contractor's breach of this Contract and/or his failure to comply strictly and in
all things with this Contract and with the Specifications.
3.06 LIQUIDA TED DAMAGES
Time is of the essence of this Contract and should the Contractor fail to complete the
emergency repairs within the specified time, or any authorized extension thereof, there shall be
deducted from the compensation otherwise to be paid to the Contractor, and the Owner will
retain the amount of Fifty Dollars ($50.00) per calendar day as fixed, agreed, and liquidated
2of19
damages for each calendar day elapsing beyond the specified time for completion or any
authorized extension thereof, which sum shall represent the actual damages which the Owner
will have sustained by failure of the Contractor to complete work within the specified time; it
being further agreed that said sum is not a penalty, but is the stipulated amount of damages
sustained by the Owner in the event of such default by the Contractor.
3.07 PAYMENTS
In accordance with the provisions fully set forth in the General Conditions, and subject to
additions and deductions as provided, the Owner shall pay the Contractor as follows:
The County shall pay to the Contractor for the performance of said service on a per month in
arrears basis. The Contractor shall invoice the County monthly for central air conditioning
maintenance and repair services performed under the Specifications contained herein.
The Owner will, within ten days after receipt of each application for payment, either process
payment or return the application to the Contractor indicating in writing the Owner's reasons
for refusing to recommend payment. In the latter case, the Contractor may make the necessary
corrections and resubmit the application. Thirty days after presentation of the application for
payment with the Owners recommendation, the amount recommended will become due and
will be paid to the Contractor.
3.08 TERM OF CONTRACTIRENEW AL
A. This contract shall be for a period of one (1) year, commencing January 19, 2001, and
terminating on January 18, 2002. This contract is renewable in accordance with Article 3,08B.
B, The Owner shall have the option to renew this agreement after the first year, and each
succeeding year, for two additional one year periods. The contract amount agreed to herein
might be adjusted annually in accordance with the percentage change in the Consumer Price
Index for all urban consumers (CPI-U) for the most recent 12 months available. Increases in
the contract amount during each option year period shall be extended into the succeeding years,
C. Either of the parties hereto may cancel this agreement without cause by giving the other party
sixty (60) days written notice of its intention to do so. The county may terminate this
agreement for cause with 7 days written notice of its intent to do so.
3.09 HOLD HARMLESS
The Contractor shall defend, indemnify and hold harmless the Monroe County Board of County
Commissioners as indicated on form TCS,
3.10 INDEPENDENT CONTRACTOR
At all times and for all purposes under this agreement the Contractor is an independent
contractor and not an employee of the Board of County Commissioners for Monroe County.
No statement contained in this agreement shall be construed so as to find the contractor or any
of his/her employees, contractors, servants, or agents to be employees of the Board of County
Commissioners for Monroe County.
3 of 19
3.11 ASSURANCE AGAINST DISCRIMINATION
The Contractor shall not discriminate against any person on the basis of race, creed, color,
national origin, sex, age, or any other characteristic or aspect which is not job related, in its
recruiting, hiring, promoting, terminating, or any other area affecting employment under this
agreement or with the provision of services or goods under this agreement.
3.12 ASSIGNMENT
The contractor shall not assign or subcontract this agreement, except in writing and with the
prior written approval of the Board of County Commissioners for Monroe County and
Contractor, which approval shall be subject to such conditions and provisions as the Owner and
Contractor may deem necessary. This agreement shall be incorporated by reference into any
assignment or subcontract, and any assignee or subcontractor shall comply with all of the
provisions of this agreement. Unless expressly provided for therein, such approval shall in no
manner or event be deemed to impose any obligation upon the Owner in addition to the total
agreed-upon price of the services/goods of the contractor, nor relieve the contractor of is
obligations under this contract.
3.13 COMPLIANCE WITH LAW
In providing all services/goods pursuant to this agreement, the contractor shall abide by all
statutes, ordinances, rules and regulations pertaining to, or regulating the provisions of, such
services, including those now in effect and hereinafter adopted. Any violation of said statutes,
ordinances, rules and regulations shall constitute a material breach of this agreement and shall
entitle the Owner to terminate this contract immediately upon delivery of written notice of
termination to the contractor.
3.14 INSURANCE
Prior to execution of this agreement, the Contractor shall furnish the Owner Certificates of
Insurance indicating the minimum coverage limitations as indicated by an "X" on the attached
forms identified as INSCKLST 1-5, as further detailed on forms WCl, GLl, and VLl, each
attached hereto and incorporated as part of this contract document.
3.15 FUNDING AVAILABILITY
In the event that funds from Facilities Maintenance Contractual Services are partially reduced
or cannot be obtained or cannot be continued at level sufficient to allow for the purchase of the
services/goods specified herein, this agreement may then be terminated immediately at the
option of the Owner by written notice of termination delivered in person or by mail to the
Contractor, The Owner shall not be obligated to pay for any services provided by the
Contractor after the Contractor has received written notice of termination.
3.16 PROFESSIONAL RESPONSmILITY
The Contractor warrants that it is authorized by law to engage in the performance of the
activities encompassed by the project herein described, subject to the terms and conditions set
forth in the Public Works Specification Manual entitled "Central Air Conditioning Repair for
Middle Keys Facilities", which is attached hereto and incorporated herein as a part of this
contract/agreement. The provider shall at all times exercise independent, professional
judgment and shall assume professional responsibility for the services to be provided.
4 of 19
Continued funding by the Owner is contingent upon retention of appropriate local, state, and/or
federal certification and/or licensure of contractor,
3.17 NOTICE REQUIREMENT
Any notice required or permitted under this agreement shall be in writing and hand delivered or
mailed, postage prepaid, to the other party by certified mail, returned receipt requested, to the
following:
FOR COUNTY
Monroe County Public Works
Facilities Maintenance Department
3583 S. Roosevelt Blvd.
Key West, FL 33040
FOR CONTRACTOR
Windswept AlC & Appliances
2735 Overseas Highway
Marathon, FL. 33050
3.18 GOVERNING LAWS
This Agreement is governed by the laws of the State of Florida. Venue for any litigation
arising under this Agreement must be in Monroe County, Florida.
3.19 CONTINGENCY STATEMENT
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.
5 of19
BOARD OF COUNTY COMMISSIONER
~ONROE COUNTY, FLORIDA
~2)~ ~~d
Mayor/Chairman
Date:
~
IS 2-000
I
(SEAL)
Attest:
~~
. WITNESS / '
Title:;)k.< ~;L/
By: ~~1
WITNESS
Title: ~.
-
CONTRACTOR
Wi dswept AlC & Appliances
By:
Title:
6 of19
1996 Edition
MONROE COUNTY, FLORIDA
RISK MANAGEMENT
POLICY AND PROCEDURES
CONTRACT ADMINISTRATION MANUAL
Indemnification and Hold Harmless
For
Other Contractors and Subcontractors
The Contractor covenants and agrees to indemnify and hold harmless Monroe County
Board of County Commissioners from any and all claims for bodily injury (including
death), personal injury, and property damage (including property owned by Monroe
County) and any other losses, damages, and expenses (including attorney's fees) which
arise out of, in connection with, or by reason of services provided by the Contractor or
any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other
wrongful act of omission of the Contractor or its Subcontractors 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 Contractor" failure to purchase or maintain the required
insurance, the Contractor shall indemnify the County from any and all increased expenses
resulting from such delay,
The first ten dollars (SI0.00) of remuneration paid to the Contractor 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.
Administration Instruction
#4709,2
TCS
7 of 19
RISK MANAGEMENT
POLICY AND PROCEDURES
CONTRACT ADMINISTRATION
MANUAL
General Insurance Requirements
For Other Contractors and Subcontractors
As a pre-requisite of the work governed, or the goods supplied under this contract (including the
pre-staging of personnel and material), the Contractor shall obtain, at hislher own expense,
insurance as specified in any attached schedules, which are made part of this contract. 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.
The Contractor will not be permitted to commence work governed by this contract (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 the contract 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.
The Contractor shall maintain the required insurance throughout the entire term of this contract
and any extensions specified in the 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 contract
and any penalties and failure to perform assessments shall be imposed as if the work had not
been suspended, except for the Contractor's failure to maintain the required insurance.
The Contractor shall provide, to the County, as satisfactory evidence of the required insurance,
either:
· Certificate of Insurance
Or
· A Certified copy of the actual insurance policy
The County, at its sole option, has the right to request a certified copy of any or all insurance
policies required by this contract.
All insurance policies must specifY that they are not subject to cancellation, non-renewal,
material change, or reduction in coverage unless a minimum of thirty (3) days prior notification
is given to the County by the insurer.
GIRl
8 of 19
Administration Instruction
#4709.2
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 by law.
The Monroe County Board of County Commissioners, its employees and officials will be
included as "Additional Insured" on all policies, except for Workers' Compensation.
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 Monroe County Risk Management.
GIRl
9 of 19
Administration Instruction
#4709.2
MONROE COUNTY, FLORIDA
INSURANCE CHECKLIST
FOR
VENDORS SUBMITTING PROPOSALS
FOR WORK
To assist in the development of your proposal, the insurance coverage's marked with an "X" will
be required in the event an award is made to your firm. Please review this form with your
insurance agent and have him/her sign it in the place provided. It is also required that the bidder
sign the form and submit it with each proposal.
WORKERS' COMPENSA nON
AND
EMPLOYERS' LIABILITY
WCl
WC2
WC3
WCUSLH
X
X
Workers' Compensation
Employers Liability
Employers Liability
Employers Liability
US Longshoremen &
Harbor Workers Act
Federal Jones Act
Statutory Limits
$100,000/$500,000/$100,000
$500,000/$500,000/$500,000
$1,000,000/$1,000,000/$1,000,000
Same as Employers'
Liability
Same As Employers'
Liability
WCJA
Administration Instruction
#4709.2
INSCKLST
10 of 19
GENERAL LIABILITY
As a minimum, the required general liability coverage will include:
· Premises Operations
· Blanket Contractual
· Expanded Definition
Of Property Damage
.
Products and Completed Operations
Personal Injury
.
Required Limits:
GLl
GL2
GL3
GL4
x
$100,000 per Person; $300,000 per Occurrence
$50,000 Property Damage
or
$300,000 Combined Single Limit
$250,000 per Person; $500,000 per Occurrence
$50,000 Property Damage
or
$500,000 Combined Single Limit
$500,000 per Person; $1,000,000 per Occurrence
$100,000 Property Damage
or
$1,000,000 Combined Single Limit
$5,000,000 Combined Single Limit
Required Endorsement:
GLXCU
GLLIQ
GLS
Underground, Explosion and collapse (XCV)
Liquor Liability
Security Services
All endorsements are required to have the same limits as the basic policy
Administration Instruction
#4709.2
INSCKLST
11 of 19
VEHICLE LIABILITY
As a minimum, coverage should extend to liability for:
· Owned; Non-owned; and hired Vehicles
Required Limits:
VLl
x
VL2
VL3
VL4
BR1
MVC
PRO 1
PR02
PR03
POLl
POL2
POL3
ED1
ED2
GKl
GK.2
GK3
Administration Instruction
#4709.2
$50,000 per Person; $100,000 per Occurrence
$25,000 Property Damage
or
$100,000 Combined Single Limit
$100,000 per Person; $300,000 per Occurrence
$ 50,000 Property Damage
or
$300,000 Combined Single Limit
$500,000 per Person; $1,000,000 per Occurrence
$100,000 Property Damage
or
$1,000,000 Combined Single Limit
$5,000,000 Combined Single Limit
MISCELLANEOUS COVERAGES
Builders'
Risk
Limits equal to the
completed project
Motor Truck
Cargo
Limits equal to the maximum
value of anyone shipment
Professional
Liability
$ 250,000 per Occurrence/$ 500,000 Agg.
$ 500,000 per Occurrence/$l ,000,000 Agg.
$1,000,000 per Occurrence/$2,000,000 Agg.
Pollution
Liability
$ 500,000 per Occurrence/$ 1,000,000 Agg.
$1,000,000 per Occurrence/$ 2,000,000 Agg.
$5,000,000 per Occurrence/$10,000,000 Agg.
Employee
Dishonesty
$ 10,000
$100,000
Garage
Keepers
$ 300,000 ($ 25,000 per Veh)
$ 500,000 ($100,000 per Veh)
$1,000,000 ($250,000 per Veh)
INSCKLST
12 of 19
MED1 Medical $ 250,000/$ 750,000 Agg.
MED2 Professional $ 500,000/$ 1,000,000 Agg.
MED3 $1,000,000/$3,000,000 Agg.
MED4 $5,000,000/$10,000,000 Agg.
IF Installation Maximum value of Equipment
Floater Installed
VLP1 Hazardous $ 300,000 (Requires MCS-90)
VLP2 Cargo $ 500,000 (Requires MCS-90)
VLP3 Transporter $1,000,000 (Requires MCS-90)
BLL Bailee Liability Maximum Value of Property
HKL1 Hangarkeepers $ 300,000
HKL2 Liability $ 500,000
HKL3 $1,000,000
AIR1 Aircraft $ 1,000,000
AIR2 Liability $ 5,000,000
AIR3 $50,000,000
AEOl Architects Errors $ 250,000 per Occurrence/$ 500,000 Agg.
AE02 & Omissions $ 500,000 per Occurrence/$I,OOO,OOO Agg.
AE03 $1,000,000 per Occurrence/$3,000,000 Agg.
EOl Engineers Errors $ 250,000 per Occurrence/$ 500,000 Agg.
E02 & Omissions $ 500,000 per Occurrence/$I,OOO,OOO Agg.
E03 $1,000,000 per Occurrence/$3,000,000 Agg.
Administration Instruction
#4709.2
INSCKLST
13 of 19
INSURANCE AGENTS STATEMENT
I have reviewed the above requirements with the bidder named below. The following
deductibles apply to the corresponding policy.
POLICY
DEDUCTIBLES
Liability policies are
Occurrence
Claims Made
Insurance Agency
Signature
BIDDERS STATEMENT
I understand the insurance that will be mandatory if awarded the contract and will comply in full
with all the requirements.
L_~
t!..';<~f-
idder
DbA L)t',..&i)~1'1
-
1/1(.. r 1ffd:J1c' Ci/Tct>
Administration Instruction
#4709.2
INSCKLST
14 of 19
GENERAL LIABILITY
INSURANCE REQUIREMENTS
FOR
CONTRACT: Central AlC Maintenance & Repair
Middle Keys Facilities
BETWEEN
MONROE COUNTY, FLORIDA
AND
ulI1A~<pf- Mc-.
\"":) /'::.t:}- t-.?irv:1'sl.J?r fJ,/C:.-....- 17r'r'I,'q",c~
Prior to the commencement of work governed by this contract, the Contractor shall
obtain General Liability Insurance. Coverage shall be maintained throughout the life of
the contract and include, as a minimum:
. Premises Operations
. Products and Completed Operations
. Blanket Contractual Liability
. Personal Injury Liability
. Expanded Definition of Property Damage
The minimum limits acceptable shall be:
$300,000 Combined Single Limit (CSL)
If split limits are provided, the minimum limits acceptable shall be:
$100,000 per Person
$300,000 per Occurrence
$ 50,000 Property Damage
An Occurrence Form policy is preferred. If coverage is provided on a Claims Made
policy, its provisions should include coverage for claims filed on or after the effective
date of this contract. In addition, the period for which claims may be reported should
extend for a minimum of twelve (12) months following the acceptance of work by the
County.
The Monroe County Board of County Commissioners shall be named as Additional
Insured on all policies issued to satisfy the above requirements.
Administrative Instruction
#4709,2
GL1
15 of 19
VEHICLE LIABILITY
INSURANCE REQUIREMENTS
FOR
CONTRACT: Central AlC Maintenance & Repair
Middle Keys Facilities
BETWEEN
MONROE COUNTY, FLORIDA
AND
lJ, ~ t../ t"p r -;:::;v c.-
D 4 A U, '"A,.J~ f- 11/<- v /If',p/. 'r:,.-.c-e..S
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:
. Owned, Non-Owned, and Hired Vehicles
The minimum limits acceptable shall be:
$100,000 Combined single Limit (CSL)
If split limits are provided, the minimum limits acceptable shall be:
$ 50,000 per Person
$100,000 per Occurrence
$ 25,000 Property Damage
The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies
issued to satisfy the above requirements.
Administrative Instruction
#4709,2
VL1
16 of 19
WORKERS' COMPENSATION
INSURANCE REQUIREMENTS
FOR
CONTRACT: Central AlC Maintenance & Repair
Middle ~eys Facilities
BETWEEN
MONROE COUNTY, FLORIDA
/) AND
tJ..~~ ~ .t:dC
Dt1A- M' ~tJ~~ If/c r ~/'t~C-f'J
Prior to the commencement of work governed by this contract, the Contractor shall obtain Workers'
Compensation Insurance with limits sufficient to respond to Florida Statute 440.
In addition, the Contractor shall obtain Employers' Liability Insuranc~ with limits of not less than:
$100,000 Bodily Injury by Accident
$500,000 Bodily Injury by Disease, policy limits
$100,000 Bodily Injury by Disease, each employee
Coverage shall be maintained throughout the entire term of the contract.
Coverage shall be provided by a company or companies authorized to transact business in the State of
Florida and the company or companies must maintain a minimum rating of A-VI, as assigned by the A.M.
Best Company.
If the Contractor has been approved by Florida's Department of Labor, as an authorized self-insurer, the
County shall recognize and honor the Contractor's status. The Contractor may be required to submit a
Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing
details on the Contractor's Excess Insurance Program.
If the Contractor participates in a self-insurance fund, a Certificate of Insurance will be required. In
addition, the contractor may be required to submit updated financial statements from the fund upon
request from the County.
Administrative Instruction
#4709.2
WC1
17 of 19
1996 Edition
MONROE COUNTY, FLORIDA
RISK MANAGEMENT
POLICY AND PROCEDURES
CONTRACT ADMINISTRATION
MANUAL
WAIVER OF INSURANCE REQUIREMENTS
There will be times when it will be necessary, or in the best interest of the County, to deviate from the
standard insurance requirements specified within this manual. Recognizing this potential, and acting on
the advice of the County Attorney, the Board of County Commissioners has granted authorization to Risk
Management to waive and modify various insurance provisions.
Specifically excluded from this authorization is the right to waive:
. The County as being named as an Additional Insured-If a letter from the Insurance
Company (not the Agent) is presented, stating that they are unable or unwilling to name the
County as an Additional Insured, Risk Management has been granted the authority to waive
this provision.
and
. The Indemnification and Hold Hannless provisions
Waivina of insurance orovisions could exoose the County to economic loss. For this reason, every
attempt should be made to obtain the standard insurance requirements. If a waiver or a modification is
desired, a Request for Waiver of Insurance Requirements fonn should be completed and submitted
for consideration with the proposal.
After consideration by Risk Management and if approved, the fonn will be returned, to the County
Attorney who will submit the Waiver with the other contract documents for execution by the Clerk of the
Courts.
Should Risk Management deny the Waiver Request, the other party may file an appeal with the County
Administrator or the Board of County Commissioners, who retains the final decision-making authority.
Administrative Instruction
#4709,3
18 of 19
1996 Edition
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:
Administrative Instruction
#4709.3
190f19
SECTION TWO
CONTRACT SPECIFICATIONS
BID FORM
CENTRAL AIR CONDITIONING REPAIR
MIDDLE KEYS FACILITIES
DATE: /0 - dO . 00
A. Routine repairs and maintenance of all county maintained central air conditioning units in the
Middle Keys area.
B. Emergency repairs of all county maintained central air conditioning units in the Middle Keys
area. The CONTRACTOR shall be available 24 hours per day, 365 days per year. The
CONTRACTOR shall be at the site of an air conditioning malfunction within three (3) hours of
verbal notification by the OWNER.
C. The CONTRACTOR shall have access to a supply of all parts and controls normally necessary
for the emergency repairs of all county maintained central air conditioning units so that such
emergency repairs will be completed within 48 hours of notification by the OWNER.
D. The OWNER shall reimburse the CONTRACTOR for the Manufacturer's invoice cost of all
parts and materials, plus percentage indicated in section 4 of the bid form, that are used in the
repair of all county maintained central air conditioning units. Manufacturer's invoice must
accompany all requests for payment for any part which exceeds $100.00, and may be requested
at the discretion of the Owner for any part, regardless of the cost. All parts and materials shall
be of equal or greater quality as compared to existing parts and materials in use.
E. The facilities are located in the Marathon area. Buildings to be serviced shall include, but shall
not be limited to the following:
SHERIFF SUB-STATION/OFFICES
3103 Overseas Highway, Marathon
SUB COURTHOUSE
3117 Overseas Highway, Marathon
CLERK OF COURT
3117 Overseas Highway, Marathon
10f8
PUBLIC WORK/COUNTY OFFICES
1 0600 Aviation Blvd., Marathon
GARAGE FACILITY AND ENGINEERING DEPT,
1 0600 Aviation Blvd., Marathon
COMMUNICATIONS TRAILER
10600 Aviation Blvd., Marathon
ANIMAL SHELTER
10550 Aviation Blvd., Marathon
CONCH KEY FIRE STATION
Overseas Highway, Conch Key
FIRE STATION #2
MM 51.5 Overseas Highway, Marathon
TEMPORARY COURTROOM
MM 48.5 Overseas Highway, Marathon
TEEN CENTER
33rd Street, Marathon
MARATHON JAIL
3981 Ocean Terrace, Marathon
GEORGE DOLEZAL LffiRARY
3251 Overseas Highway, Marathon
MARATHON GOVERNMENT CENTER ANNEX
490 63rd Street, Ocean, Marathon
MONROE REGIONAL SERVICE CENTER
2798 Overseas Highway, Marathon
RUTH IVINS CENTER
3333 Overseas Highway, Marathon
20f8
BID FORM
BID TO:
MONROE COUNTY BOARD OF COUNTY COMMISSIONERS
C/O PURCHASING DEPARTMENT
PUBLIC SERVICE BUILDING, ROOM 002
5100 COLLEGE ROAD, STOCK ISLAND
KEY WEST, FLORIDA 33040
,~pr
The undersigned, having carefully examined the work, specifications, proposal, and addenda thereto
and other Contract Documents for the services of:
CENTRAL AIR CONDITIONING MAINTENANCE AND REPAIR, MIDDLE KEYS
FACILITIES.
And having become familiar with all local conditions including labor affecting the cost thereof, and
having familiarized himself with material availability, Federal, State, and Local laws, ordinances, rules
and regulations affecting performance of the work, does hereby propose to furnish labor, mechanics,
tools, material, equipment, transportation services, and all incidentals necessary to perform and
complete said work in a workman-like manner, in conformance with said drawings, specifications, and
other contract documents including addenda issued thereto.
1. Labor - normal working hours of 8:00am to 5:00pm Monday through Friday, excluding
holidays:
BID PRICE: $~ O. 0C7 PER HOUR, MECHANIC
BID PRICE: $ /J- cJ 0 PER HOUR, MECHANIC PLUS HELPER
2. Labor - overtime rate for hours other than the normal working hours as stated in item 1 above,
including holidays:
BID PRICE: $ 7S': OC; PER HOUR, MECHANIC
BID PRICE: $ / / ~.S(/ PER HOUR, MECHANIC PLUS HELPER
.:1- of8
BID PROPOSAL
The Bid Proposal shall be submitted on the forms included in this section of the Bidding Documents as
previously instructed therein.
Item Description Pages
1. Bid Form 4-5
2. Non-Collusion Affidavit 6
3. Lobbying and Conflict oflnterest Clause 7
4. Drug Free Workplace 8
5, Contractor License
(Current copy to be submitted with bid)
3of8
..,
-'.
Materials - Freon for recharging systems:
BID PRICE PER POUND - R-22 $ }:$, 0 D
BID PRICE PER POUND - R-12 $ 3d. 0 cj
4. Materials - supplies and replacement parts:
BID PRICE: Manufacturer's Invoice plus -:? cJ %
5. Freon evacuation and disposal shall be a part of the Contractor's rate, and shall not be billed as
an additional item.
The Contractor's request for payment (as outlined in the General Conditions) must itemize each of the
costs stated in paragraph D of Section Two, Contract Specifications.
The air conditioning units to be maintained are installed at County Facilities located throughout the
Middle Keys, Marathon area. Window and portable units may, from time to time, be submitted for
analysis for economical repair. If the Contractor fmds that the unit is economically repairable, the
Contractor will submit an estimate for repair to the Owner. The Owner may, at his discretion, have the
Contractor repair the window or portable unit in keeping with the estimate.
I acknowledge receipt of Addenda No. (s)
I have included page 2 through 6 of the Bid Proposal which entails the Proposal Form ---', the Non-
Collusion Affidav~ and the Lobbying and Conflict of Interest Clause ~and the Drug Free
Workplace Form _' In addition, I have included copy of Contractor's License~
(Check mark items above. as a reminder that thev are included.)
Mailing Address: OJ. nclst...J ~ p r /I /c 'if 1If',i/;: 41< c. p S
.......-
d73s dO -tY:S-eqJ //.c.J~
40'" r /;;r" ~ ""&:{ cJ~-O
Signed:
G,,;,g \J I<!,\--
(Name)
_~r:'4S'I..o~+
(Title)
TelephoneY)~ JfJ/-/71/ r
Fax:30S~ dr-7,.oJJ(:
Date: loldO/OV
Witness: (~ ~L1 &""0.-
(Seal)
50f8
NON-COLLUSION AFFIDAVIT
I, of the city of
law on my oath, and under penalty of perjury, depose and say that:
according to
1. lam
of the firm of
the bidder making the Proposal for the project described in the Notice for Calling for bids for:
and that I executed the said proposal with full authority t do so:
2. the prices in this bid have 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;
3. 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 bid opening, directly or
indirectly, to any other bidder or to any competitor, and
4, no attempt has been made or will be made b the bidder to induce any other person, partnership or corporation
to submit, or not to submit, a bid for the purpose of restricting competition:
5.
e statements contained in this affidavit are true and correct, and made with full knowledge that Monroe
unty relies upon th of the statements contained in this affidavit in awarding contracts for said project.
, 0 - ~b - ~OOO
(Date)
STATE OF:
(ffrnJ d ~
rn~
COUNTY OF:
PERSONALLY APPEARED BEFORE ME, lb. wodersigned authority, re.~ (',ad ~~ who.
after first being sworn by me, (name of individual signing) affixed hislher si tore in the space provided a ve on this
-:AO'-H'1 day of 0 em ~ 20..fl11.
My Commission Expires:
60f8
SWORN STATEMENT UNDER ORDINANCE NO. 10-1990
MONROE COUNTY. FLORIDA
ETIllCS CLAUSE
0'/7c1s-oe;or- Me.. -
warrants that he/it has not employed, retained
or otherwise had act on his/its behalf any former County officer or employee in violation of
Section 2 of Ordinance No. 10-1990 or any County officer or employee in violation of
Section 3 of Ordinance No. 10-1990. For breach or violation of this provision the County
may, in its discretion, terminate this contract without liability and may also, in its discretion,
deduct from the contract or purchase price, or otherwise recover, the full amount of any fee,
commission, percentage, gift, or consideration pai
Date: 10 - :Ie> - 'J,,,,,e>
STATE OF 1-fArU'dfL
COUNTY OF Lf}7 (HVvfj~
PERSONALLY APPEARED BEFORE ME, the undersigned authority,
~/~
~ (jrf~v
(J
signature (name of individual signing) in the space provided above on this
who, after first being sworn by me, affixed his/her
dO 1f!1 day of
G ( J?J ~ JrfJJf1l.
~~ J~ ~V\J
NOTARY PuBLIC
My commission expires:
OMB - MCP FORM #4
70f8
DRUG-FREE WORKPLACE FORM
The undersigned vendor in accordance with Florida Statute 287,087 hereby certifies that:
tlJ,'t1c:!st:)ep~ ,~c- Df-.fJ uJ,,Jsc:Jjo/ Ilk 'r Iltff?Ict-"1c-PS
(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's 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 auth rized to sign the statement, I certify that this firm complies fully with the above
requirements.
/l?- ~ - ~t>O D
to. '.,. t..~ r C"c/ c..- .
P~/J wr....fi~(,o;- f}~... tp/.c-.cPJ
Date
OMB - MCP#5
80f8
~'
,.
"",,':;'I,'I,",:'i'::::!!j:',',:ti;,,'
':ri'
I:,"" li::(,:":',~I;ilji;;,
: i!,I!II: ';1: ~~ il:I/!!1 ,,'',:;; ~:! )'II! II
I " I ~ . ii' I
z
o
ell
" a::
'J.Ll
ilO>
oe
ct
1,'I','I',';J,',::,',"II,"I"':,'II:I!lli!",';:t", "...
I/'I"I".,'I!'II",!,':"I"I',"'W
:, :'i,I'i'II,'i"il~;'I-::"';"i: . ex:
"""I'il'i":""I"i."',<U
.1";,,.,,1"',',1'111'( ','" W
,'1 ", I: 1,'1',):, ,i, "';I',..c CI)
':i
z
>
~,
\:!l
"',.1
I :'' >',!, 'I I ': ~' ;1: I : : ;: i : ; " ': : > .
i',:.,llli!rl,I'i,,ri:' "':,
~i,:;i'liil;II:,,"';I""',
2;1111;/0111,1
~_)I:i,'",I;;I-,','::II!,;:,"-,!"">,,
'"'1'1'':''1'1'1''''' 'Vi,'
1IIIIjI":;I,':IIIIIII,I},;II:ljl,I/~,\:"
~~i';'I""" """,1,1:':';,','
~'!II',I'II""I"""
I ' :; 'I ~ ;: : Iii! i !! ,: I.' ,:' , ! II', i .'!. i ,: : ': ~ ! "
en
LIJ
U
Z
Z<
,~~
.ca.
-'0.
Z.c
"W"",','"
ctll4 ~'II";
OW
...JUOoe,1
W.....r- 0.:,
otCN:C1;
., Ntn",
'-." "'Iii],;,',""",
..C;:'" I :ie"" ,"
)oLIJ)(Q
a:::JrO:C
, ::)(1) ca ...
s:c Q <c i,I.'
OZOCC
.c.... <
U;:J: o.:a: ,
~i";"-,;", '
,tllll\'I:I',:::",'
/
1//
I
I
3:
:3
>-
a:l
C
W
a:
:5
o
w
a:
en
c(
5
~
en
C
x~
...,0
::;:,z
COCC
IJJ
~~
-,lJ)
//
,~
,
--'
'-
'3fJ~
P.O. Box 522700
Marathon Shores, FL
33052-2700
AlC & APPLIANCES
SALES & SERVICE
Phone: (305) 289-1748 Fax: 289-0336
lic,# CAC056987
2735 Overseas Hwy
Marathon, FL 33050
OCTOBER 23, 2000
REFERENCES & CURRENT CONTRACTS
MONROE COUNTY PUBLIC WORKS
MONROE COUNTY MIDDLE KEYS MAINTENANCE CONTRACT
INST ALLA TION OF CENTRAL AIR FOR MARATHON LIBRARY.
INSTALLATION AND SERVICE OF CENTRAL AIR AT MONROE COUNTY COURT HOUSE,
MARATHON.
INST ALLA TION OF 3 Y2 TON CONDENSER AT MARATHON FIR RESCUE.
CENTRAL AIR SERVICE AT CONCH KEY FIRE/RESCUE DEPARTMENT.
INSTALLATION OF CENTRAL AIR MONROE COUNTY MOSQUITO CONTRL, MARATHON AIRPORT.
2 BAHIA HONDA STATE PARK
GARY MCKEE
INST ALLA TION AND SERVICE OF CENTRAL AIR. ROOM AIR CONDITIONERS AND APPLIANCES.
3 LONG KEY STATE PARK
SERVICE CENTRAL AIR CONDITIONING
4 LITTLE PALM ISLAND
SERVICE AND INSTALLATION OF CENTRAL AIR. COMMERCIAL ICE MACHINES, WALK-INS,
REACH-INS AND ZONELINE AIR CONDITIONING.
5 BEST WESTERN KEY AMBASSADOR KEY WEST FL.
INSTALLATION AND SERVICE OF CENTRAL AIR, COMMERCIAL ICE MACHINES AND ZONELINE
AIR CONDITIONING.
6 HAMPTON INN KEY WEST FL.
INSTALLATION AND SERVICE CENTRAL AIR, COMMERCIAL ICE MACHINES AND ZONE LINE
AIR CONDITIONING.
CONTINUE ON PAGE 2
REFERENCES CONT.
7 BUCCANEER RESORT MARATHON, FL.
RICK BENNINGHOVE
INSTALLATION AND SERVICE OF CENTRAL AIR.
8 FARO BLANCO RESORT MARATHON, FL.
SERVICE CENTRAL AIR, COMMERCIAL WALK-IN, ROOM AIR CONDITIONERS, AND APPLIANCES.
9 OLD TOWN RESORTS KEY WEST, FL.
INSTALLATION AND SERVICE OF COMMERCIAL ICE MACIDNE AND AIR CONDITIONING.
MAINTENANCE CONTRACT FOR QUARTERLY SERVICE.
10 BOATERS WORLD, MARATHON
MAINTENANCE CONTRACT FOR QUARTERLY SERVICE.
.-