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<)