Loading...
HomeMy WebLinkAbout10/21/1998 SECTION THREE CONTRACT THIS AGREEMENT, made and entered into the 21st day of October, 1998 by and between MONROE COUNTY, FLORIDA, party of the first part (hereinafter sometimes called the "OWNER"), and SUB ZERO, INC. party of the second part (hereinafter sometimes called the "CONTRACTOR") . WITNESSED: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: 3.01 SCOPE OF THE WORK The CONTRACTOR shall provide all labor, tools, and equipment necessary to provide maintenance and repair service for (1) York System and (1) Carrier System located at the Courthouse Annex-- Jail Section, 502 Whitehead Street, Jackson Square, Key West, FL. 33040. The CONTRACTOR shall furnish all labor, materials, equip- ment, machinery, tools, apparatus, and transportation and perform all of the work described in the Specification entitled: YORK & CARRIER SYSTEM PREVENTATIVE MAINTENANCE SERVICE AGREEMENT Monroe County Courthouse Annex-Old Jail Sectio~ 502 Whi tehead Street, Key West, Flor ida fif")!f ~ ;l ~l-;Z: C -. ,.:::Jt-( <Ill:::' . 'f bid dated September 9. 1998 attached hereto a~~c~o~ part of this contract document, and shall do ~~y~i~ by this Contract and other Contract Documents ._~g :"0 :::0 ;-<:-of -- :Jf ::0 "'ry . ....... n, The CONTRACTOR shall be on call twenty-four (24) horrrsit>e~dagr seven (7) days per week. ? n-, g ::0 c::;, and his rated as required 3.02 THE CONTRACT SUM The OWNER shall pay to the CONTRACTOR for the faithful perfor- mance of the Contract, in lawful money of the United States, as follows: A. MAINTENANCE The OWNER shall pay the CONTRACTOR for the performance of said service on a per quarterly arrears basis on or before the first of the following month in each three (3) month period. The CONTRACTOR shall invoice the OWNER quarterly for the maintenance and testing performed under the Contract Docu- ments contained herein. The Contract amount shall be as stated by the CONTRACTOR'S proposal as,follows: 1. Total annual maintenance service cost for York System $1656.00 per year, to be paid $414.00 per quarter. 2. Total annual maintenance service cost for Carrier System $1890.00 per year, to be paid $472.50 per quarter. 3-1 3.03 CONTRACTOR'S ACCEPTANCE OF CONDITIONS A. The CONTRACTOR hereby agrees that he has carefully examined the sites and has made investigations to fully satisfy him- self that such sites are correct and suitable ones for this work and he assumes full responsibility therefore. The provi- sions of the Contract shall control any inconsistent provi- sions contained in the specifications. All Specifications have been read and carefully considered by the CONTRACTOR, who understands the same and agrees to their sufficiency for the work to be done. Under no circumstances, conditions, or situations shall this Contract be more strongly construed against the OWNER than against the CONTRACTOR and his Surety. B. 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. C. 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. Failure on the part of the CONTRACTOR, immediately after Notice to cor- rect workmanship shall entitle the OWNER, if it sees fit, to correct the same and recover the reasonable cost of such replacement and/or repair from the CONTRACTOR, who shall in any event be liable to the OWNER for all damage, loss, and expense caused to the OWNER by reason of the CONTRACTOR'S breach of this Contract and/or his failure to comply strictly and in all things with this Contract and with the Specifica- tions. 3.04 TERM OF CONTRACT/RENEWAL A. This contract shall be for a period of one (1) year, commenc- ing on the date first written above. 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 may be adjusted annually in accordance with the percentage change in the Consumer Price Index (CPI) for Wage Earners and Cleri- cal Workers in the Miami, Florida area index, and shall be based upon the annual average CPI computation from January 1 through December 31 of the previous year, or by the actual increase in cost and labor, whichever is less. Increases in the contract amount during each option year period shall be extended into the succeeding years. 3.05 HOLD HARMLESS The CONTRACTOR shall defend, indemnify and hold harmless the County as outlined on the attached form identified as TCS, at- tached hereto and incorporated as part of this contract document. 3-2 3.06 INDEPENDENT CONTRACTOR At all times and for all purposes under this agreement the Con- tractor 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. 3.07 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. 3.08 ASSIGNMENT/SUBCONTRACT 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, which approval shall be subject to such conditions and provisions as the Board 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 Board in addition to the total agreed-upon price of the services/goods of the CONTRACTOR. 3.09 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 Board to terminate this contract immediately upon delivery of written notice of termination to the CONTRACTOR. The CONTRACTOR shall possess proper licenses to perform work in accor- dance with these specifications throughout the term of this con- tract. 3.10 INSURANCE Prior to execution of this agreement, the nish the Owner Certificates of Insurance coverage limitations as indicated by an "X" identified as INSCKLST 1-5, as further CONTRACTOR shall fur- indicating the minimum on the attached forms detailed on forms WC1, 3-3 GL1, VL1, and GIRl and GIR2 each attached hereto and incorporated 'as part of this contract document. 3.11 FUNDING AVAILABILITY Notwithstanding anything contained elsewhere in this contract, if funds for Corrections Facilities Contractual Services are partial- ly reduced by the Board of County Commissioners or cannot be obtained or cannot be continued at level sufficient to allow for the purchase of the services/goods specified herein, this agree- ment may then be terminated immediately at the option of the Board of County Commissioners by written notice of termination delivered in person or by mail to the contractor. The Board of County Commissioners shall not be obligated to pay for any servic- es provided by the contractor after the contractor has l'eceived written notice of termination. 3.12 PROFESSIONAL RESPONSIBILITY The CONTRACTOR warrants that it is authorized by law to engage in the performance of the activities encompassed by the project herein described. The CONTRACTOR shall at all times exercise independent, professional judgement and shall assume professional responsibility for the services to be provided. Continued fund- ing by the Board is contingent upon retention of appropriate local, state, and/or federal certification and/or licensure of CONTRACTOR. 3.13 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 3583 S. Roosevelt Blvd. Key West, FL 33040 FOR CONTRACTOR SUB ZERO, INC. 6003 Peninsula Avenue Key West, FL. 33040 3.14 CANCELLATION j-~ A) The County may cancel this contract for cause with seven (7) days notice to the CONTRACTOR. Cause shall constitute a breach of the obligations of the CONTRACTOR to perform the services enumerated as the CONTRACTOR'S obligations under this contract. B) Either of the parties hereto may cancel this agreement with- out cause by giving the other party sixty (60) days written notice of its intention to do so. 3.15 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. 3-5 IN WITNESS WHEREOF the parties hereto have executed this Agree- 'ment on the day and date first above written in four (4) counter- parts, each of which shall, without proof or accounting for tIle other counterparts, be deemed an original Contract* "f> ~ ' A~te'St>:... DANNY! " KOLHAGE, &. . ..j 'Jt~ Clerk OF MONROE, STATE OF ,I'> ~- DATE DATE SUB ZERO, BY~. INC. ~'~9'\9 Q1Q-JA ~\ -- ~ YA"~ WITNESS U tfr .~ WITNESS d }-6 MONROE COUNTY PUBLIC WORKS DIVISION FACILITIES MAINTENANCE DEPARTMENT CORRECTIONS FACILITIES CONTRACT SPECIFICATIONS YORK AND CARRIER SYSTEM PREVENTATIVE MAINTENANCE & REPAIR AGREEMENT MONROE COUNTY COURTHOUSE ANNEX - OLD JAIL SECTION 502 WHITEHEAD STREET MONROE COUNTY, KEY WEST, FLORIDA BOARD OF COUNTY COMMISSIONERS Mayor Jack London, District 2 Mayor Pro-Tern Wilhelmina G. Harvey, District 1 Shirley Freeman, District 3 Keith Douglass, District 4 Mary Kay Reich, District 5 COUNTY ADMINISTRATOR James L. Roberts DIRECTOR OF PUBLIC WORKS Dent Pierce CLERK OF THE CIRCUIT COURT Danny L. Kolhage FACILITIES MAINTENANCE DIRECTOR Carlos Zarate APRIL, 1998 1. 01 1. 02 SECTION ONE INSTRUCTIONS TO BIDDERS INSURANCE/INDEMNIFICATION/HOLD HARMLESS a) The Contractor shall defend, indemnify and hold harmless the County as outlined on the attached form identified as IND1. b) The Contractor will be responsible for all insurance coverage as indicated by an "X" tached forms identified as INSCKLST 1-5, detailed on forms GL1, VL1, WC1, GIRl, & other requirements found to be in the best Monroe County as may be imposed by the Risk Management Department. necessary on the at- as further GIR2, and all interest of Monroe County Certificates of Insurance must be provided to Monroe County within fifteen days after award of bid. If the proper insurance forms are not received within the fif- teen days, proposal may be awarded to the next selected bidder. DISQUALIFICATION OF BIDDERS a) ONE PROPOSAL: Only one proposal from an individual firm, partnership or corporation under the same or under different names will be considered. If it is discovered that a bidder has an interest in more than one proposal for the work involved, all proposals in which such a bidder has an interest will be rejected. b) NON-COLLUSION AFFIDAVIT: Any person submitting a bid or proposal in response to this invitation must execute the enclosed NON-COLLUSION AFFIDAVIT. If it is discovered that collusion exists among the bidders, the bid or proposals of all partici pants in such collusion will be rejected, and no par ticipants in such collusion will be considered in future bids for the same work. c) PUBLIC ENTITY CRIME: A person or affiliate who has been placed on the convict- ed vendor list following a conviction for a public enti ty 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 of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consul- tant under a contract with any public entity, and may not transact business with any public entity in excess 1-1 1.03 1.04 a) 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. Category Two: $10,000.00. d) ETHICS CLAUSE: Any person submitting a bid or proposal in response to this invitation must execute the enclosed ETHICS CLAUSE and submit it with his bid or proposal. Failure to complete this form in every detail and submit it with your bid or proposal may result in immediate disqualifi cation of your bid or proposal. e) DRUG-FREE WORKPLACE FORM: Any person submitting a bid or proposal in response to this invitation must execute the enclosed DRUG-FREE WORKPLACE FORM and submit it with his bid or propos al. Failure to complete this form in every detail and submit it with your bid or proposal may result in immedi- ate disqualification of your bid or proposal. f) CERTIFICATIONS: The Contractor shall submit with his proposal copies of all licenses and certification to perform the work, in accordance with all applicable requirements under the Florida State Statutes, Federal, State, and Local Author- ities having jurisdiction over the work. Failure to submit the above referenced certification and copies of all licenses to perform work may RESULT IN IMMEDIATE DISQUALIFICATION OF YOUR PROPOSAL. g) The bidder shall include with his proposal all existing and future obligations, and references. EXAMINATION OF SITE CONDITIONS a) Each bidder, by and through the submission of his propos- al, agrees that he shall be held responsible for having examined the sites, the location of all proposed work, and knowledge and experience or professional advice as to the character and location of the sites and any other conditions surrounding and affecting the work, any obstructions, the nature of any existing construction, and all other physical characteristics of the job, in order that he may include in the prices which he bids all costs pertaining to the work and thereby provide for the satisfactory completion thereof. EXAMINATION OF CONTRACT DOCUMENTS Each bidder shall carefully examine the specifications and other contract documents, and inform himself thor- oughly regarding any and all conditions and requirements that may in any manner affect cost, progress, or perfor- mance of the work to be performed under the contract. Ignorance on the part of the CONTRACTOR will in no way 1-2 1.05 1.06 1.07 b) a) relieve him of the obligations and responsibilities assumed under the contract. b) Should a bidder find discrepancies or ambiguities in, or omissions from, the specifications, or should he be in doubt as to their meaning, he shall at once notify the OWNER. c) The OWNER'S designated representative shall be the Cor- rections Facilities Electronic Technician, Ron Foreman, who can be reached via telephone at (305) 292-4529. INTERPRETATIONS, CLARIFICATIONS, AND ADDENDA No oral interpretations will be made to any bidder as to the meaning of the contract documents. Any inquiry or request for interpretation received seven (7) or more days prior to the date fixed for opening of proposals will be given consideration. All such changes or inter- pretations will be made in writing in the form of an addendum and, if issued, will be mailed or sent by avail- able means to all known prospective bidders prior to the established proposal opening date. Each bidder shall acknowledge receipt of such addenda in the space provid- ed therefore in the proposal form. In case any bidder fails to acknowledge receipt of such addenda or adden- dum, his proposal will nevertheless be construed as though it had been received and acknowledged and the submission of his proposal will constitute acknowledge- ment of the receipt of same. All addenda are a part of the contract documents and each bidder will be bound by such addenda, whether or not received by him. It is the responsibility of each bidder to verify that he has received all addenda issued before proposals are opened. GOVERNING LAWS AND REGULATIONS a) The bidder is required to be familiar with and responsible for complying with all Federal, Local Laws, Ordinances, Rules, and Regulations any manner affect the work. shall be State and that in The bidder shall include sales, consumer, use, and paid in accordance with and the County of Monroe. in his proposal prices all other taxes required to be the law of the State of Florida c) The bidder shall possess and provide all proper licenses to perform work in accordance with these specifica- tions. The bidder shall submit with his proposal all certifications issued by Federal, State, or Local Author- ities governing the work. PREPARATION OF PROPOSALS Signature of the bidder: The bidder must sign the Pro- posal forms in the space provided for the signature. If the bidder is an individual, the words "doing business 1-3 1. 08 1. 09 l.l0 as , or "Sole Owner" must appear beneath such signature. In the case of a partnership, the signature of at least one of the partners must fol- low the firm name and the words "Member of the Firm" should be written beneath such signature. If the bidder is a corporation, the title of the officer signing the proposal in behalf of the corporation must be stated and evidence of his authority to sign the proposal must be submitted. The bidder shall state in the proposal the name and address of each person interested therein. b) Basis for Bidding: The price proposal for each item shall be on a unit price basis according to the form of the proposal. The proposal prices shall remain un- changed for the duration of the contract and no claims for cost escalation during the progress of the work will be considered. SUBMISSION OF PROPOSALS a) Two (2) signed originals and one (1) copy of each propos- al shall be submitted in a sealed envelope which shall be marked so as to clearly indicate its contents and the name of the bidder. If forwarded by mail, the above mentioned envelope shall be enclosed in another envelope addressed to the entity and address stated in the Notice of Calling For Proposals, and preferably by special delivery, registered mail; if forwarded otherwise than by mail, it shall be delivered to the same address. Proposals will be received until the date and hour stat- ed in the Notice of Calling For Proposals. WITHDRAWAL OF PROPOSAL Any proposal may be withdrawn prior to the time sched- uled in the Notice of Calling For Proposals for the opening thereof. A proposal may also be withdrawn thir- ty (30) days after the date of the opening of the propos- als, provided that the bidder has not been notified that his proposal has been accepted. MODIFICATION OF PROPOSALS a) Written bidders in the prior to proposal modification will be accepted from if addressed to the entity and address indicated Notice of Calling For Proposals and received proposal due date and time. b) A bidder may modify his proposal by telegraphic communi- cation at any time prior to the scheduled closing time for receipt of proposals, provided such telegraphic communication is received prior to the closing time, and provided further, the OWNER is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. The telegraphic communication should not reveal the proposal price, but should provide the addition or subtraction or other modification so that the final 1-4 1.11 1.12 1.13 d) e) prices or terms will not be known until the sealed pro- posal is opened. If written confirmation is not re- ceived within two days from the closing time, no consid- eration will be given to the telegraphic modification. RECEIPT AND OPENING OF PROPOSALS Proposals will be received until the designated time and will be publicly opened and read aloud at the appointed time and place stated in the Notice of Calling For Pro- posals. The person whose duty it is to open them will decide when the specified time has arrived and no propos- als received thereafter will be considered. No responsi- bility will be attached to anyone for the premature opening of a proposal not properly addressed and identi- fied. Bidders or their authorized agents are invited to be present. DETERMINATION OF SUCCESSFUL BIDDER Until the final award of the contract, the OWNER does not bind to accept the minimum proposal, but reserves the right to reject any and all proposals and to waive technical errors and irregularities as may be deemed best for the interests of the OWNER. Proposals which contain modifications, are incomplete, unbalanced, condi- tional, obscure, or which contain additions not request ed or irregularities of any kind, or which do not comply in every respect with the Instructions to Bidders, and the contract documents, may be rejected at the option of the OWNER. AWARD OF CONTRACT a) The OWNER reserves the right to reject any or all propos- als, or any part of any proposal, to waive any informali- ty in any proposal, or to re-advertise for all or part of the work contemplated. If proposals are found to be acceptable by the OWNER, written notice will be given to the selected bidder of the acceptance of his proposal and of the award of the contract to him. b) If the award of the contract is annulled, the OWNER may award the contract to another bidder, the work may be re-advertised, the work may be performed by day labor, or the work may be performed utilizing County Employees; as the OWNER decides. c) The contract will be awarded to the qualified bidder complying with the applicable conditions of the contract documents. The OWNER also reserves the right to reject the proposal of a bidder who has previously failed to per- form properly or to complete contracts of a similar nature on time. The OWNER reserves the right to consider previous work history and contract performance. 1-5 1.14 1.15 EXECUTION OF CONTRACT The bidder to whom a contract is awarded will quired to return to the OWNER four (4) executed parts of the prescribed contract together with quired certificate of insurance within fifteen from the date of notice of acceptance of the proposal. PROPOSAL FORM 1. be re- counter- the re- (15) days bidder's Any person submitting a bid or proposal in response to this invitation shall utilize the attached Proposal Form. 1-6 SECTION TWO PROPOSAL FORM YORK & CARRIER SYSTEM PREVENTATIVE MAINTENANCE SERVICE AGREEMENT CONTRACT SPECIFICATIONS PROJECT A: YORK SYSTEM YORK MODEL #YCAW03/26PA EVAPORATOR UNITS: (2) 4th Floor Annex Mechanical Room (2) 3~ Floor Annex Mechanical Room (1) 4lli Floor Judge's Chambers PROJECT B: Carrier SYSTEM Model # 38AD-024-520 EVAPORATOR UNITS: (1) 2~ Floor Property Office (1) 2~ Floor Evidence Vault Sec. 1 (1) 2~ Floor Evidence Vault Sec. 2 (1) 2nd Floor Elevator Foyer (1) 2~ Floor Hallway 200. Unit 1 (1) 2~ Floor Hallway 200. Unit 2 (1) pt Floor Jail Mechanical Room LOCATION OF UNITS: COURTHOUSE ANNEX AND OLD JAIL 502 Whitehead Street Jackson Square Key West. Fl. 33040 A. QUARTERLY MAINTENANCE SERVICE 1) Check oil level in compressor and add oil as required. 2) Leak check system. report any leaks to the Building Maintenance Administrator 3) Check the compressor crankcase heaters for proper operation. 4) Tighten the power wiring on contactors and in the motor terminal box. 5) Inspect and clean all contactors on the incoming power line. 6) Check all relays. operating controls and safeties on the internal system. 7) Check and calibrate all controls. safeties. unloaders and external interlocks. 8) Check the suction and discharge compressor valves. 9) Clean coils of chiller units by chemical washdown. 10) Clean coils of evaporator units by chemical washdown. 11) Check and clear as required. drip pans and condenser drains for evaporator units. 12) Inspect belts and pulleys of evaporator units. 2-1 Addendum No. 1 B. ANNUAL MAINTENANCE SERVICE 1) Take compressor oil samples for analysis and provide reports. 2) Change filter-dryer. 3) Meg and record motor windings resistance. TOTAL ANNUAL MAINTENANCE SERVICE COST FOR YORK SYSTEM $_\\~?G 00 TOTAL ANNUAL MAINTENANCE SERVICE COST FOR CARRIER SYSTEM Do 11 a r s $ L~ ~qO .(X) Dollars Acknowledgment is hereby made of the following Addenda received since issuance of the Specification: Addendum No.~ Dated: ~ Addendum No. Dated: ~/6i:r ~bt~ ~ ~j h ~ i)llJU - PL' A PKl I) ~URE'f~~ Address: bOCJ3 f~IlI,,~-,,14I' fJiJ~ City: iCe, Wen! State: flo r,d~ 33",,",0 The full names and residences of persons and firms interested in the foregoing proposal. as principals. are as follows: I~ ILr fro f.L>Ll ~.If, ~ // Ih, fL.ulnd D,. . fa d d {} r /', p '- Z 6 .3 (' ,1" A... a t D r Name of the executive who will give personal attention to the work: feler fr{)lcf>~IJ,~ 2-2 Addendum No. 1 NON-COLLUSION AFFIDAVIT I , Ie 10' ProfcYJ ~wlt.~ , of the city of Kit"! Wl:.t according to law on my oath, and under penalty' of perjury, depose and say that; 1) I am /"Iu~ P{'of<7/:J,J"",./f/r., making the Proposal for the p~oject described as , the bidder follows: 2) the prices in this bid have been arrived at independently without collusion, consultation, .c~mmunication or agreement for the purpose of restricting compe't1'tioft,s.'s to' any matter relating to Buch 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 by 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) 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. STATE OF Plo ;. dl.. -Gt ~~~~~H Sign ture fader) f-ts.q;? DATE COUNTY OF /JJb/lr"'" PERSONALLY APPEARED BEFORE ME, the undersigned authority, , f!t/&r Aalb, <:.11.; who, after first being SWorn by me, (name of individual signing) affixed hiS/her signature in the space provided' ~bove on this tj day of s~ L> f . , 19 t7P. ~",\\\lI1 """111 ~\... ~es R. Eo ~/;~. ~~,s~\()"""...."q{)e/: ~ ~v ""=..\lIISSION .('~"..s> ~ :s · ,,~' ""'-"r.i.",' .;::; ,," "v o.eR 1'" ~. 0:::, ~ <v"., "::;, -. . ~ t:::) (()~ ~ =*: 0.....0 :*=" ~~,\ #GG 593385 :?JI,' ~'" . &: ..::-.;;;.::; ~~""!-<?J.. Ol/ded \,,\\) II--~q,."~.$ ~ ",0/ ~".l"ain.lnS\l\'li..;_ <<,,~' ~ v/'J ........ 0" ~~ ~III. o'ile STf~\t. \\\,,,,,, 1"11111;/111\1\\\\\ My commission expires: Jd.j,",.~CI FORM MCPUl REV. 1/91 SWORN STATEMENT UNDER ORDINANCE NO. 10-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE ?~""t"f:-Q.... ~ ~Q<~b~~'"'Ct.:\ retained or otherwise had act on he/its behalf any former County officer warrants that he/it has not employed, , or employee subject to the prohibition of Section 2 of Ordinance No. lO-1990 or any County officer or employee in violation of 'Section 3 of Ordinance No. 10-1990. For breach or violation of this proVlsion the County may, in its discretion, terminate this contract without ~iability and may also, in its discretion, deduct from the contract or purchase - price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee. ~ ~ Cl\b5hlA (s1gn tu) . Date: ~.g.qR , i .(:. , STATE OF ':/0 r ,'(oJ 44. COUNTY OF me> r'j,/(A ~ PERSONALLY APPEARED BEFORE ME, the undersigned authority, fJ"jLr Pr~/~M~611. '" I who, after first being sworn by me, affixed hisjher signature (name of individual signing) in the space provided above on this q day of Senf . I 19 tit ;/)L /? ~ ~,\\\,\""1 """,,, NOTARY PUBLIC ~\" ~tS R. Eo. ~/1.f. ~<:::p\o........ :ge,l': ~ ~ ":..~\SSION;:_"<l' ~ ~ .. C)\'I~ """"'-,.0 · :;..0' ~ . (J _o,\:.R 7" z'. 0:::. ~ "$!'-..~ I~ ~~ ~ = : g ~tn: = -*. ... .*- ~~\ #CC593385 i~~ ~:A. ~<C9. ~ :92;:- ~~,'".'o./o'~lIped\~",~v~"<:5 ~ . ~ "',0, ~" ri/m-Insll';.. <. ~~~ ~ vB/......=-.:. C1'\ ~... "II" "'e, 81/\;'\- \".... """11 III 1\\\\\\ My commission expires: /d./'" dJo DRUG-FREE \VORKPLACE FORM: The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: , ~u..\5- Lk--.O~ (Name of Business) {1V-Q - I. Publish a statement notifYing employees that the unlawful manufacture, distribution, dispens- ing, possession, or use of a controlled substance is prohibited in the workplace anq 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 ppon 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 (I), 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 ifsuch 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. ~ddtS~~ I er sIgnature c;!!'4~ Date MCP#5 REV. 6/9 I MONROE COUNTY, FLORIDA INSURANCE CHECKLIST FOR VENDORS SUBMITTING PROPOSALS FOR WORK \pnl :0 1')'1(, To assist in the development of your proposal, the insurance coverages marked with an "X" will be required in the event an award is made to your firm. Please review this 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. wel WC2 WC3 WCUSLH WCJA ~- ^dminislalivc Illslnlt;lioll #470'),2 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY Workers' Compensation Employers Liability Employers Liability Employers Liability US Longshoremen & Harbor Workers Act Federal Jones Act INSCKLST 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 4 1996 Edition GENERAL LIABILITY As a minimum, the required general liability coverages will include: . Premises Operations . Blanket Contractual . Expanded Definition of Property Damage Products and Completed Operations Personal Injury . . Required Limits: GLl 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 GL2 GL3 GL4 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. INSCKLST Administration Instruction #4709.2 5 '\pol 20. 1<)')6 VEHICLE LIABILITY As a minimum, coverage should extend to liability for: · Owned; Non-mvned, and Hired Vchicles Required Limits: VLl x VL2 VL3 BRI MVC PROl PR02 PR03 POll POL2 POL3 EDI ED2 GK1 GK2 GK3 ^Jminislativc Instruclion #4 7()1). 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 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 pcr Occurrence/$ 500,000 Agg. $ 500,000 per Occurrence/$l ,000,000 Agg. $1,000,000 per Occurrence/$2,000,000 Agg. $ 500,000 per Occurrence/$I ,000,000 Agg. $1,000,000 per Occurrence/$2,000,000 Agg. $5,000,000 per Occurrence/$I 0,000,000 Agg. Pollution Liabilitv Employee Dishonesty $ 10,000 $100,000 $ 300,000 ($ 25,000 per Veh) $ 500,000 ($100,000 per Veh) $1,000,000 ($250,000 per Veh) INSCKLST Garage Keepers () MEDI MED2 MED3 IF VLPI VLP2 VLP3 BLL HKLl HKL2 HKL3 AIRI AIR2 AIR3 AEOl AE02 AE03 AJminislalivc IllSlrudioll 1147()<),2 Medical Professional Installation Floater Hazardous Cargo Transporter Bailee Liab Hangarkeepers Liability Aircraft Liability Architects Errors & Omissions INSCKLST \pnl :11 J -)')(, $ 500,000/$ 1,000,000 Agg, $1,000,000/$ 3,000,000 Agg. $5,000,000/$10,000,000 Agg. Maximum value of Equipment Installed $ 300,000 (Requires MCS-90) $ 500,000 (Requires MCS-90) $1,000,000 (Requires MCS-90) Maximum Value ofPropel1y $ 300,000 $ 500,000 $ 1,000,000 $25,000,000 $ 1,000,000 $ 1,000,000 $ 250,000 per Occurrence/$ 500,000 Agg, $ 500,000 per Occurrence/$1 ,000,000 Agg. $ 1,000,000 per Occurrence/$3,000,000 Agg, 7 Sep-OB-9B 09:27A Richard Horan F=ROI1 : PHONE r-.o. 305 294 7762 P.02 305 294 1359 Sep. 08 1998 11:2~1 PI ..."." :,. 1"')/' lli.S.UR^N(,[S AG~:'\lT'S ST A'n~\1E1\'T , /1an! reviewed tile above rcquircrnenl~ with rhe IJiddcl nam~d below. The fOllov.'jnu deducllbles apply to the corresponding policy _ PO!..fCY ....l\SC40S:i397 01 DEDlJCTlBLES $0 -'--."- Liabiliry poticies are)OL Occllrrenc~ _w Claims Made Hor~ Insurance, Agency Insurance Agency Signature BIDDEJ3.S .srATGME~.Jl: lllf1derSlllnd the insurance that will be mandatory if awarded the contract and will comply in full 1,I,1lh all the ,.equi,.emcnt~ S~~?k~~. aidd~r I"n_ , '" . pnt.lr FD Note 7871 To F... INSCKLST 4\JI'UIl\l"l:!t.~ "....;'rLlCh~u' ..47u<) .2 lC Sep 08/ 11:30 EDT by: JEDEmma del Forn (11:32) Page 2 of 2 :it:4-.~gijp~'.liiiQII~ji~'IRtt*ii!i!9!Eii!illll!ljjm~iiiliNiSYiBiIJNi~liiiiiii!iii!iii!iii!ji!iiii' -;~T;t;o;~~ - ''i!i PRODUCER THIS CERTIFICATE IS ISSUED AS A MAnER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLD!R. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE KBM CONSTRUCTION 7850 NW 146 STR MIAMI LAKES FL 33016 COMPANY A P BOA INC INSUAED SUB ZERO INC COMPANY B COMPANY 6003 PENINSULAR AVE C --- KEY WEST FL 33040 COMPANY I D ;~.~~'~K~;::~'::::~;::;;:::;{:{?:::?;::i:~:}}:~~::f{:?):~{:;~{{f{/f{{f::~::f}{f}{}}:;/{;::i::)::~:::~:~:}}~::}{:::}:::;}~}{:)::;:;:::;~::~;:):};::~~::;):~:);}:))::;:::~;::::?~~{:: THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE fojSURED NAMED ABOVIO FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITti RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. TI-IE INSURANCE AFFORDED BY TI-IE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICES. LIMITS SHOWN MAY HAVE 8EEN REDUCED 8Y PAID CLAIMS. - 00 TYPE OFINSUAAHCE POLICY NUMRIR LT" QI..AAL UAIlLJfV I""""""" ........ "..,,'" I -b ClAIMS MADE 0 OCCUA OWNER'S a CONTRACTOR'S PAOT - AUTOMOBILE LIo\BILITY ---"- _ ANY AUTO _ ALL OWNED AUTOS SCHEDULED AUTOll _ HlFllliD AUTOS _ NQN.OWNEO AUTOS - ~AAQI LIABLrry ! _ ANY AUTO ----- DCESS LlA81L1fV I ~~~au FORM OTHER THAN UMBRELLA FORM !\ WOIlKEIlS COMPENSATION AND 2700000254981 E"!'LOYEAS' LlA8IUTY THE PIIOl'AIETOIII ~~ PARTNER&~ECUTIVE OFFICERS AflIi: 01'l.A POLIOY EFFECTIVE POLICY IXPIIlATION DATE (MlIIDDinl DATE (MMIDOlnl LIMITS QENERALAGGRIlGAT& S PROOUCTS . COPolPIOP AOa s PERSONAL & AfJV INJURY S !ACH OOOUAIlENICE s FRi DAMAQE (Any one 'ha) 8 MED EXP (Anyone p8I'IOn) S OOMBINED S1NOLl! UMlT S IIODtL V IN.AJRY S (Per IMI80III -_.~-_.__._-- - --. EIOOIL Y IN.lJRY S ,,.... IOClderi) PROPIRTY llIWAGli 8 AUTO ONLY !A ACCIDENT 8 OTHER THAN AUTO ONLY: !ACH ACCIDENT S AOOflEOAll! I 3 !ACH OCCURIlENOE S AOQA&GATIi ~ S 1/01798 1/01199 X IT~vSl,u:1 Icm" ",', _-'- EL EACH ACCIJENT S 1 0 0 , 0 0 0 EL DISEASE-POUOv uurr s 5 0 0 , 0 0 0 EL DlSEASE-&A EMPLOYEE S 1 0 0 , 0 0 0 DUCIlII'TlON ~ OPEIlATlONSA.00A110NIIYIHlCLU..PICIAL IfIMS :~~~t~~~~~~/~~/~~t;t}~}~;:;~~;t~;~;~;/f~;t}i\5?\;i;~~/:t;;)/i~}}~;\4~~~~~~f:!9.~~i:;;~\t;:~i~}:;;?;;/:~i;;)~i:;t}\t}\t;:~;;:~~;/:;;:\;)t}//t;;;:~;~ SHOULD ANY Of' TIlE ABOVE DESCAIIIED POLICIES lIE CANCELLED 1llEF'000E rHI! MONROE COUNTY-PUBLIC WORKS FACILITY HAINTENANCE DEPT 3583 S ROOSEVELT BLVD KEY WEST FL 33040 IXPIIIAflOH DATil! fHEAEOF. fttE ISSUINa COMPANY WILL ENDlAVOII TO MAIL ~ DAYS WllmEN NOfa TO 1'HE ClllTfI'ICATI HOLClM HAMID fO THI! LII'T. BUT FAILURE TO MAIL SUCH MOriCI: 'HALL IMPOSE NO OBLIGATION 011 L1ABlurV OF ANY KIND UPON TItI COMPANY. IfS AOmma 011 AEPRUIJITATlVU. AUTHOIlIZID A.PAESENrATIYI I Ben Battle Jr, '. . ,ED ..J..... .... ;~c.n~i:i'f":;i:f;-.'.f>:;;::;:;::~~:;;:;:::;:;:)~::))t});::;~:::;:~:::~>?::;}::;:~:::~;:::;;:::;>:~:{:);:::;:;:::;:;:::~}::;;:::;;:::;~:::;:;::?::;;<}{:::;}{:::;~:::~;::~>;;:::~~:::;~:!Q:~~~;:@~~AAWH)~: ApnJ ::11. J')<J(, 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 Jincluding 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 or 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's 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 ($10.00) of remuneration paid to the Contractor is for the indemnification provided for above. The extent ofliability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement TCS AJmillislali vc IlIslrllclioll #470').2 ')3 i\pnl 211. I ')<JI, 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 his/her 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 engagcd by the Contractor As an alternative, the Contractor may require all Subcontractors to ohtain insurance consistG)1t 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 fi.lrnished 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 contract and any penalties and failure to perform assessments shall be imposed as if t he 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 immcdiate 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 f()r 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 opt.ion, 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 (30) days prior notification is given to the County by the insurer. 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. i\dlllilllstaliv..: Instruction /I.:l70')2 14 \pril 20. I 'J'J6 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. ^Jminislalivc Inslruction #4709.2 15 '\rnl :0. 1<)% VEHICLE LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND S u.C$- '26Cill 'M 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: · Ov,'nec!. Non-Owned, and Hired Vehicles The minimum limits acceptable shall be: $100,000 Combined Single Limit (CSL) [f 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 policics issued to satisfY thc abovc requirements. VLl Administalivc Instruction #47()l).2 74 '\pnl :0. 1')<)6 WORKERS' COMPENSATION INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND ~ t\-\30~~ Prior to the commencement of work governed by this contract, the Contractor shall obtain Workers' Compensation [nsurance with limits sufficient to respond to Florida Statute 440. In addition, the Contractor shall obtain Employers' Liability [nsurance with limits of not less than: $100,000 Bodily [njury by Accident $500,000 Bodily [njury 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 the Florida's Department of Labor, as an authorized self- insurer, the County shall recognize and honor the Contractor's status. The Contractor may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the Contractor's Excess Insurance Program. If the Contractor participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the Contractor may be required to submit updated financial statements from the fund upon request from the County. wel ^Jminislalivc Instruction #470').2 84 \pnl 20. 1 <)<)6 GENERAL LIABILITY INSUR<\NCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE C~~, LORIDA ~ D QQQ}J 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. GLl Auminislatlvc Instruction #47(1).2 4<)