Loading...
Item F08 F.8 Coty f � ,�� ,' BOARD OF COUNTY COMMISSIONERS �� Mayor David Rice,District 4 The Florida Keys � Mayor Pro Tem Craig Cates,District 1 y Michelle Coldiron,District 2 James K.Scholl,District 3 Ij Holly Merrill Raschein,District 5 County Commission Meeting November 15, 2022 Agenda Item Number: F.8 Agenda Item Summary #11212 BULK ITEM: Yes DEPARTMENT: Facilities Maintenance TIME APPROXIMATE: STAFF CONTACT: Alice Steryou(305) 292-4549 NA AGENDA ITEM WORDING: Ratification of an emergency repair by Gary's Plumbing & Fire, Inc. for replacement of the Fire Pump and Controller at the Detention Center in Marathon, Florida for the Facilities Maintenance Department. Funding is Fines and Forfeitures. ITEM BACKGROUND: Gary's Plumbing and Fire, Inc. (Gary's) currently has an Agreement with Monroe County to provide inspection, testing, maintenance, and repairs of our fire protection systems. It was discovered during an inspection that there was a critical failure of the Fire Pump and Controller at the Marathon Detention Center. With this failure, if there was a fire, the system would have to be operated manually. The inoperable condition of the Fire Pump and Controller created a life and safety issue as it would prevent the system from activating automatically. This faulty equipment places the detainees and jail personnel in danger if there were an emergency at the Detention Center. It was determined that this repair/purchase meets the criteria of an "emergency" as defined in Section 2-347 of the Monroe County Code and Chapter 7(B) of the County Purchasing Policy. This repair would fall under the current County Contract with Gary's and thus they submitted a Proposal and the emergency repair was authorized by the appropriate staff. A Memo on the emergency repair was submitted by Legal and the Proposal was approved by Mayor Rice pursuant to the terms of the Purchasing Policy. Staff seeks Ratification of the emergency repair work under Purchase Order No. B-PO-0922-00002183 in the amount of $55,190.00 with Gary's Plumbing and Fire Inc. for replacement of the Fire Pump and Controller at the Detention Center in Marathon, Florida PREVIOUS RELEVANT BOCC ACTION: 10/20/2021 BOCC approval of a Competitive Solicitation Bid Award Agreement with Gary's Plumbing and Fire Inc. for a complete program including inspection, testing, maintenance, and repairs for the fire suppression sprinkler systems including associated piping and equipment. 04/20/2022 BOCC approval of a First Amendment with Gary's Plumbing and Fire Inc. to increase the annual amount not to exceed from $70,000.00 to $135,000.00. Packet Pg. 501 F.8 09/21/2022 BOCC approval of a Second Amendment with Gary's Plumbing and Fire Inc. to renew the Agreement for the first of four optional one-year renewals and a CPI-U increase of 7%. CONTRACT/AGREEMENT CHANGES: None STAFF RECOMMENDATION: Ratification. DOCUMENTATION: Gary's Plumbing Fire Proposal (approved by Mayor Rice)-Exec 09-12-2022-MEMORANDUM ON EMERGENCY PURCHASE-revised signed by TE 1 st Amendment 04_20_2022-Garys-Exec 2nd Amendment 09_21_2022 (fully executed) 10-20-2021-Bid Award_Item D9_MT 9791_Garys_Exec Garys COI revised-8-13-2023-Exec FINANCIAL IMPACT: Effective Date: 09/09/2022 Expiration Date: N/A Total Dollar Value of Contract: $55,190.00 Total Cost to County: $55,190.00 Current Year Portion: $55,190.00 Budgeted: Yes Source of Funds: 20505 -00036 CPI: Indirect Costs: Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: No If yes, amount: Grant: County Match: Insurance Required: Yes as per the Agreement with Gary's Plumbing& Fire, Inc. Additional Details: BOCC approval for ratification of the actions of Mayor Rice with respect to this matter pursuant to the Purchasing Policy. 09/09/22 101-20505 - CORRECTION FACILITIES $55,190.00 REVIEWED BY: Patricia Eables Completed 10/11/2022 11:34 AM William DeSantis Completed 10/11/2022 11:36 AM Packet Pg. 502 F.8 Kevin Wilson Completed 10/11/2022 12:02 PM Purchasing Completed 10/11/2022 12:20 PM Budget and Finance Completed 10/11/2022 4:26 PM Brian Bradley Completed 10/11/2022 4:29 PM Lindsey Ballard Completed 10/21/2022 9:11 AM Board of County Commissioners Pending 11/15/2022 9:00 AM Packet Pg. 503 �-a Proposal 11,ev gw'vsjpl U ooloomugIII aoll('()qlo S,20!2'2 0 0 U '-Name Address 06 CL ktionroe colanq Pu;'Alc W. E t23 0%eiI High%%a� Kei Wesst,FL 13o4o (L 2 U- 4- 0 Project 0 U) Qtv Total CL Ref. 1-1re Pump Replacefflent Loc- Marathon,jad 4- Pi'mide raft laborar4 material necessan to complete the 0 replaceonem ofthe existing fire pump and controller at the 9= Marathon Jail location Exist"Ing punip is non operational and .2 failed the innuM fire pump test Propo&il includes the follov4I Patterson Pump Model 4XJ VIP,UL/17M Cast Iron Bronze .2 fitted Vertical inNne Fire PuMP,30HP,3j75 RPM,Vertical to Electric'Motor,208 volt/2 Phase"6o Flz Master Control Sistems Model ECA'I'Z-30-21-XG4 CoutroHee Across the 1westartmg W built in tran4r,,v,si%itch for 30 HP ty operation,208VQ3 Phase F6o Hz. ds Elecuical Included X w Equipment inswIlabon,setup and start up proxided Fire Pump flou test to be perfornied upon completion One Year%%arraut% on PUMp and motor. 5year warranh on, controller. 0 Proposal amount >% 55J90-00 Do 0 L- CL CL Daniel L Digitally signed by Kevin G. Wilson, Daniell. Bensley U) P.E. 0 Date:2022.09.09 Bensle%/ 0. 11:24:48-04 00' 0 2022.09.09 13:53:45 -04'00' E A 0 A= E -We appreciate%.Our continued business, .2 Subtotal S55,190,00 (L .tn signature/Title Sales Tax (0.0%) SO)00 Total $53,190,00 E Packet Pg. 504 F.8.b 06 MEMORANDUM CL TO: OMB /PURCHASING DEPARTMENT 0 0 U) CC: DAN BENSLEY,WILLIAM DESANTIS,AND KEVIN WILSON FROM: PATRICIA FABLES,ASSISTANT MONROE COUNTY ATTORNEY RE: EMERGENCY WAIVER OF COMPETITIVE PROCUREMENT 0 a PROCEDURES FOR REPLACEMENT OF THE FIRE PUMP AND g CONTROLLER AT THE MCSO DETENTION CENTER/JAIL AT MARATHON, FLORIDA DATE: SEPTEMBER 12,2022 BACKGROUND Dan Bensley, Administrator for Correctional Facilities Maintenance, has advised that the Fire Pump and Controller has had a critical failure at the Marathon Detention Center. This Fire Pump and Controller operate to control the fire sprinkler system for the entire complex located at 3981 Ocean Terrace in Marathon, Florida 33050, from which the Detention Center/Jail is operated for X that area. The Fire Pump and the Controller itself are the two components of the Fire Pump system itself that have failed. As I understand it, the Controller operates to turn on the fire pump automatically to provide and control the water flow to the complex. With the Controller U inoperative automatically, staff would have to turn it on manually in the event of an issue if the W fire pump itself was actually working. Gary's Plumbing and Fire, Inc. ("Gary's) currently has an Agreement for Full Maintenance Fire Protection Systems dated October 20, 2021, with Monroe W County,under which it conducts annual and five-year inspections and provides other maintenance 0 and repair services on County equipment. The Fire Pump and Controller components both failed the recent annual fire pump inspection conducted by Gary's. The Fire Pump and Controller are the equipment needed to control the fire sprinkler system to this 0 building. The current inoperable condition of the Fire Pump and Controller has created a life and W safety issue. The Fire Pump is an essential part of the fire-protection system as it provides high- pressure water accessibility to the fire sprinkler system. The Controller itself then not only controls the water flow,but it also has other functions as well. The Controller allows the equipment to test itself weekly to determine the water flow and pressure for the system. It also records a history of the water flow to the building, battery usage and if a battery is low, and monitors the power to the Fire Pump. The Controller would also sound an alarm if there were an issue within the system. E Its main and probably most important function though is to control the sprinkler system in the 1 Packet Pg. 505 F.8.b event of a fire. With the current inoperative Controller, the Fire Pump, under normal operation CL would still operate manually, in the absence of the automatic feature working, but it must be E accessed in another location, which would cause a delay. In the current situation, however, the Fire Pump has also failed and is not operating properly. U- 4- 0 In the event a sprinkler head is dislodged,then the Fire Pump would need to be turned on manually U) in order to increase the water flow to the buildings. The Fire Pump system must maintain a certain PSI ratio. With this faulty equipment now, the sprinkler system may only be operating with the use of the City pressure,which is only about 60 PSI and well below the normal pressure maintained of between 120-150 PSI. The fire sprinkler system would still operate with just use of the City 0 pressure, as I understand it, but would not be nearly as effective if it was working in a normal working condition. This faulty Fire Pump and the accompanying Controller,which prevent the system from activating automatically, disrupts the normal function of the fire sprinkler system to operate on its own W without the necessity of manual labor by staff which could cause a major loss of life if there was a fire during the nighttime when there is limited staff working. As stated above, it affects the Detention Center/Jail, which houses inmates and personnel, who could be placed in a position of danger. U) A DISCUSSION It is my opinion that the failure of the Fire Pump and Controller to operate in an "automatic" manner and inability to perform the other standard life/safety functions creates a life and safety threat to not only inmates, County and MCSO staff,but also members of the public that may be in this building. As such, it meets the criteria of an "emergency" as defined in Section 2-347 of the W 0 Monroe County Code and Chapter 7(B) of the County Purchasing Policy. This repair is such that staff are warranted in proceeding with the repair as soon as possible when the appropriate W replacement Fire Pump and Controller Panel are located and installed. Under the County 0 Purchasing Policy in Chapter 7(B)1, the purchase of such commodities and services may be obtained in the event of a public emergency when the public emergency will not permit a delay resulting from the competitive solicitation. 0 The Facilities Department has in place a current contract with Gary's as noted above. The repair of this faulty Fire Pump and Controller would fall under that contract. Dan Bensley contacted our 1 current provider, Gary's, and obtained a Proposal for replacement of both components. The Q Proposal in the amount of$55,190.00, provides for replacement of the parts along with the labor, including electrical work, testing of the new flow pump system, and certain warranties. This non- response left staff with no other alternative than to seek other means for the repair of the equipment. A copy of the Proposal from Gary's is attached to this Memorandum. The Agreement with Gary's E provides in paragraph 5.17. for the County to contact the contractor to request a proposal/quote in 2 Packet Pg. 506 F.8.b the event of a major component failure or system breakdown and provides certain purchasing 06 0. authority by County staff. Since the amount is over $50,000.00, however, it requires the review E and approval by the Mayor and then later ratification by the entire BOCC at its next practicable meeting. 4- 0 The repair of this faulty equipment would not only qualify as an emergency under the Purchasing U) cu Policy,but also under various provisions of the Monroe County Code Sec. 2-347(k)(1) in that it is (a) an immediate danger to the public health or safety; (b) a danger of loss of public or private property that requires immediate government action; and (c) an interruption in the delivery of an essential governmental service. If the system fails to operate properly, there could be loss of life 0 caused by the inoperable system or in having to start the system manually. In such same event, the County buildings could be damaged or even a total loss caused by the delay. Additionally,the delivery of an "operating" fire protection system would certainly be an essential governmental service and one that is required by law. w CONCLUSION U) It is my opinion that the failure of this Fire Pump and Controller merits immediate replacement and staff should proceed to seek the services of Gary's,pursuant to the attached Proposal, for this issue. The foregoing circumstances, as explained to me, constitute an emergency for purposes of Section 2-347, Monroe County Code and Chapter 7(B), Monroe County Purchasing Policy. Thus staff should proceed without the necessity of obtaining additional competitive bids. In processing X the emergency purchase request,however,staff should still submit the Proposal from Gary's,along U with this Memo and the Agreement with Gary's, and all other required supporting documentation as required by the Purchasing Policy in its submission to OMB for payment. I have also advised >- that staff should prepare an agenda item for the October agenda, once all the repair work has been completed, for the entire BOCC to ratify the actions of Mayor Rice with regard to this matter. If you wish to discuss this repair further, I am available for discussion. W 2 c14 c14 cN cN c� 3 Packet Pg. 507 G GV�S COUR BOOy F.8.c Kevin Madok, CPA ' �.b Clerk of the Circuit Court& Comptroller— Monroe County Florida o��cooNSy a J 1 n n DATE: May 3, 2022 TO: William DeSantis, Director Facilities Maintenance Chrissv Collins 0 Executive Administrator 0 FROM: Liz Yongue, Deputy Clerk U 06 SUBJECT: April 20th BOCC Meeting C, Attached is an electronic copy of the following itein for your handling: U- C19 1st Arnendrnent to Agreement with Garv's Plumbing and Fire, Inc.,for Full 0 Maintenance Fire Protection Sei-N11ices at County facilities to increase the annual not to exceed U) contract amount from $70,000.00 to $135,000.00 due to unanticipated repairs and to correct the Notice provrision. Funding is Ad Valorem. CL a� Should you have any questions please feel free to contact me at(305) 292-3550. 4- 0 c 2 c� X CN cN cN i cc: County Attorney cNC 1 Finance File a E E U) V- E c� KEY WEST MARATHON PLANTATION KEY PK/ROTH BUILDING 500 Whitehead Street 3117 Overseas Highway 88820 Overseas Highway 50 High Point Road Key West,Florida 33040 Marathon,Florida 33050 Plantation Key,Florida 33070 Plan 305-294-4641 305-289-6027 305-852-7145 305- Packet Pg. 508 FIRST AMENDMENT TO AGREEMENT FOR FULL MAINTENANCE FIRE PROTECTION SYSTEMS MONROE COUNTY, FLORIDA This First Amendment to Agreement is made and entered into this 20th day of April, 2022, 0 between MONROE COUNTY, FLORIDA ("COUNTY"), a political subdivision oft State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and GARY'S PLUMBING AND FIRE, INC., a Florida for Profit Corporation, authorized to do business in the State of Florida, ("CONTRACTOR"), whose address is 6409 2 ndTerrace, Suite 1, Key West, Florida 33040. 0 WHEREAS, the parties hereto did on October 20, 2021, enter into an Agreement for Full 0 Maintenance Fire Protection Services (hereinafter"Original Agreement"); and a 0 U WHEREAS, the Original Agreement provides in Paragraph 5.E. that the total 06 CL compensation to the Contractor shall not exceed Seventy Thousand and 00/100 ($70,000.00 E Dollars, unless pre-approved work requiring additional funds is implemented; and U_ WHEREAS, there has been unanticipated repairs and/or emergency work at various 4- 0 locations, exhausting the annual agreement amount for this year with six(6) remaining mont 0hs; U) and WHEREAS, the parties find it would be mutually beneficial to increase the annual agreement amount by Sixty-five Thousand and 00/100 ($65,000.00) Dollars, from Seventy 4- 0 Thousand and 00/100 ($70,000.00) Dollars to One Hundred Thirty-five Thousand and 00/100 ($135,000.00) Dollars; and .2 WHEREAS, the CONTRACTOR agrees and consents to such revision in the Original Agreement; and WHEREAS, the parties find it of be mutually beneficial to amend its Original X W i Agreement and enter into this First Amendment to Agreement; U) NOW THEREFORE, IN CONSIDERATION of the mutual promises and covenants set forth N below, the parties agree as follows: NQ N Q 1. In accordance with Paragraph 5.E. of the Original Agreement, total annual compensation to N CONTRACTOR under the Original Agreement shall be increased and shall not exceed ONE HUNDRED THIRTY-FIVE THOUSAND AND 00/100 ($135,000.00) Dollars per year, unless pre- approved work requiring additional funds is implemented. E 2. Paragraph 19, NOTICE REQUIREMENT, of the Original Agree me Ent, as amended, is hereby amended to delete the current Paragraph 19, as set forth in the Original Agreement, and U) IV- replace it in its entirety with the following paragraph: E Packet Pg. 509 F.8.c U) 19. NOTICE REQUIREMENT - All written correspondence to the COUNTY shall be dated and signed by an authorized representative of the CONTRACTOR: Any written notices or correspondence required or permitted under this Agreement shall be sent by United States Mail, certified, return receipt requested, postage pre-paid, or by courier with proof of delivery. The place of giving Notice shall remain the same as set forth herein until changed in writing in the manner provided in this paragraph. . Notice is deemed received by CONTRACTOR when hand delivered by national courier with proof of delivery or by U.S. Mail upon verified receipt or upon the date of refusal or non-acceptance of delivery. Notice shall be sent to the following 0 . persons: 0 c, FOR COUNTY: FOR CONTRACTOR: 06 CL Monroe County Gary's Plumbing and Fire, Inc. Facilities Maintenance Department Attn:Gary Centonze, President 123 Overseas Highway, Rockland Key 5409 2"d Terrace,Suite 1 Key West, FL 33040 Key West, FL 33040 0 ra (� and -� County Attorney 111112th Street, Suite 408 - Key West, FL 33040 o - - 3. Except as set forth in Paragraphs 1 and 2 of this First Amendment to Agreement;to al other respects, the terms and conditions set forth in the Original Agreement remairpn full fore and effect. c� X IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. T>� ® � C CN 1 23 I ( BOARD OF COUNTY COMMISSIONERS CN a VIN MADOK, CLERK OF MONROE COUNTY, FLORIDA ��• o C41e•�.. ,• By: Deputy Jerk or E Date: ZU'2l�Z MONROECOUN Y ATfOMEY's OFFM. TO M , c� LtdAEAsu�s M u �T aSsts ANT /2�22 RM OATf: Packet Pg. 510 F.8.c Witnesses for CONTRACTOR: CONTRA -.."OR: Y` L IN FIRE, INC. n i y- Signatu of persJn authorized to Signature legally b �d CONTRACTOR Date Print Name Print Na a and Title 0 Address. 06 SignatureU) Date Print Name Telephone Number Date 4- 0 0 2 c� x U) CN CN CN i CN i E E U) V_ E c� Packet Pg. 511 DATE P F.8.c ACOR" CERTIFICATE OF LIABILITY INSURANCE 1111 04/05/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES U) BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Amanda Katullch FAX PGI of West Central Florida,LLC (A/C,No,Ext): 941-242-9619 (A/C,No): 941 242 9621 3809 E SR 64 ADDRESS: Amanda@pgiofwestcentralflorida.com O INSURER(S)AFFORDING COVERAGE NAIC# Bradenton FL 34208 INSURERA: Bridgefield Employers Insurance Company 10701 INSURED INSURER B Gary's Plumbing and Fire,Inc INSURERC: 6409 2nd Terrace INSURER D: O Ste 1 INSURER E: Key West FL 33040 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 0 O INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS f) CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, 06 EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CL INSR TYPE OF INSURANCE LTR INSD WVD POLICY NUMBER (MMIDD/YYYY) (MMIDD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR PREMISES(Ea occurrence) $ _ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ O GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ U) PRO- 6 POLICY JJECT1:1 LOC A 1 K PRODUCTS-COMP/OP AGG $ OTHER: AUTOMOBILE LIABILITY �'�'" (Ea accident) $ CL ANY AUTO A Ij qE__4__—�^��F (� ^"�'..w""_' ""'.'" .."""tea BODILY INJURY(Per person) $ '�r^�� ."" , a.+ ALL OWNED SCHEDULED BODILYINJURY(Peraccident) $ AUTOS AUTOS tk � ,• O NON-OWNED $ HIRED AUTOS AUTOS (Per accident) 0 UMBRELLA LAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER X STATUTE ER U AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 A OFFICER/MEMBER EXCLUDED? � N/A 830-52315 02/06/2022 02/06/2023 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 1 If yes,describe under U) DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 a N N N DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) I N I F CERTIFICATE HOLDER CANCELLATION U) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ; ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County BOCC 1100 Simonton St. AUTHORIZED REPRESENTATIVE U Key West FL 33040 @ 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD Packet Pg. 512 F.8.c Client#:66814 GARPL DATE IMMIDDlYYYY) Uy ACORD,. CERTIFICATE OF LIABILITY INSURANCE 9114/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certlficate holder Is an ADDITIONAL ENSURED,the pollcy(ies)must have ADDITIONAL INSURED provisions or be p mendorsed. ° If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder In lieu of such endorsement(s). TACd .. _ O @Y Acrisua dba Gulfshore Ins-SF PHONE 239 659-8 67 FAX 1 -2803 No No: 239 23 , 4100 Goodlette Rd N E-MAIL, Alisenbey@gulfshoreinsurance.com Naples,FL 34103 _ INSURER(S)AFFORDING COVERAGE NAIC k 239 261-3646 INSURER A:Obsidian Specialty Insurance Company lmmm p y 6871 , _..,_ Commerce _.. INSURED INSURER 8: b Industry 19410 0 Ga 's Plumbing and Fire,Inc. SUS _In __..._ ry g INSURER c:The Travelers Insurance Company 36137 L„ 6409 2nd Terrace,Suite 1 INSURER D Key West,FL 33040 L_ INSURER E .. INSURER F: O COVERAGES CERTIFICATE NUM'BERt REVISION NUMBER: C3 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 06 INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CL CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, E mmmmmmmmmm MAY HAVE BEEN REDUCED BY PAID CLAIMS. SUCH POLICIES LIMITS POLICY N , I&SII1S !NSR' UaR POLICY EFF POLICY EXP LIMITS IN R SUOLIMBER M7ILDq ;FF (POLICYYYlm ,. qp COMMERCIAL GENERAL LIABILITY 1000 000 EXCLUSIONS TYPE OF INSURANCE „R lYYYY I A X m„ EACH OCCURRENCE .--.�)_.. 5. J L CLAIMS-MADE X;OCCUR P'R S Ea odcurtpnce 100,000 O X X 'PTCGL00000007800 8/13/2021 08l131202 EA L X BI/PD Ded:2,500 MID EXP(Any one person) $10 000 PERSONAL&ADV INJURY E1,000,000 U)� GEN-L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE _ 52,000,000 PRO _ O POLICY X•JECT LOC PRODUCTS-COMPIOPAGG S2,000,000 L OTHER: _-.._...... .........m_., ., CC7MBCNEr{Y NGLE LIMIT....,......_-- ,. ....... C AuroMoelLE LIABILITY X X BA4S5617752142G 8/1312021 08113/202 Ea 1e lr 1.ow000 m _. X ANY AUTO BODILY INJURY(Per person) S mm.. O OWNED SCHEDULED BODILY INJURY(Per acWent) E AUTOS ONLY AUTOS HIRED NON-OWNED PFROPERl"Y F7AMAGE $ O X AUTOS ONLY X AUTOS ONLY P*r aeo do 11 - S B UMBRELLA LIAR X I OCCUR X X BE049327143 8/1312021 08/1312022 EACH OCCURRENCE $5 000 00, 0� .......X EXCESS UAB CLAIMS-MADE P AGGREGATE f5.000,000 _.... WORKERS COMPENSATION TENTION E Y OTH AIRY•EMPLOYER1"CY'UABINER1EPaRECUTIVE -- 'ry w. ., 1Y m�� - 6.L,FACHACCIDENT $ VVVmmIT ^T AND EMPLOYERS UABILrI"Y IN U OFF6C FPMMEMSS.P EXCLUDED? i � NIA � - .'.."" (Mandatory In NHP) .— E.L.DISEASE Ees.aYe^.wcnne under -EA EMPLOYEES ,,,,,-..,,, I[y 10 . 5 . 2 0 21 OPERATIONS below ...,, " Dy �� ���mm E.L-DISEASE-POLICY LIMIT E SCRCP,,,,,,,,ChN OF ,-,•. •„�• �WAM wok YI CN CN DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached H more space Is required) N Monroe County Board Of County Commissioners is included as Additional Insured in regards to General CD Liability,including ongoing operations,per form CG2010 0413 and completed operations per form CG2037 0413 CIS on a Primary non-contributory basis per form CG2001 0413 and Waiver of Subrogation per form CG2404 0509. CD Additional Insured in regards to Auto Liability only as required by written contract perform CAF079 0817 Including Waiver of Subrogation.Umbrella follows forms. E CERTIFICATE HOLDER CANCELLATION E Monroe County Board Of County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE , tY ty THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. , C/o Purchasing Department 1100 Simonton St.Rm.2-213 AUTHORIZED REPRESENTATIVE Key West,FL 33040 -t> ©1988-2015 ACORD CORPORATION.All rights reserved. *� ACORD 25(2016103) 1 of 1 The ACORD name and logo are registered marks of ACORD #S17241781M1718211 AHL18 Packet Pg. 513 Kevin Madok, cpA Clerk of the Circuit Court& Comptroller— Monroe County, Florida 0 DATE: ()ctober 6, 2022 TO: Alice Steryou Contract Nlonitoi- 0 FROM: Paniela G. I 1anc()�A^)1c- 0 SMECT: Scl)tciiil)ei- 21" 110CC Meeting 0 U 06 Attaclie(I ai-e electronic copies oftlic following items for tour haii(Iling: CL E C15 Agri-cement mtli'l'owei- Pest Control, Inc., for IA)%%,cr Keys Pest Control Smicesat (L 2! Counts' facilities%%Itli an annual aniount not to cxcee(I $29,000.00. Funding is ad valorem. U_ 4- 0 0) C21, 211(1 Ainen(linent to Agi-eeniciit witli (;ar),'s Plumbing and Fire, Inc., for Full U) Mal'ntenaiice Fii-c Protection Scnices at County facilities to increase die contract aniount by (lie CP1-U ol'7% and rciie%%, the Agreement for the first of lour optional one-}'car renewals. Funding is CL act valorem. 4- 0 Slioul(I you liavc aiiy questions please feel free to contact iiie at (305)) 292-135)50. C .2 .2 x 0 21 75 N N Q N V_ N E E cc: County Attorney CN Flualice File E KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 1 Packet Pg. 514 SECOND AMENDMENT TO AGREEMENT FOR FULL MAINTENANCE FIRE PROTECTION SYSTEMS 0 MONROE COUNTY, FLORIDA This Second Amendment to Agreement is made and entered into this 21st day of September, 2022, between MONROE COUNTY, FLORIDA ("COUNTY"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and 0 GARY'S PLUMBING AND FIRE, INC.,a Floridafor Profit Corporation, authorized to do business in the State of Florida, ("CONTRACTOR"), whose address is 6409 2"d Terrace, Suite 1, Key West, Flori 0da 33040. U 06 WHEREAS, the parties hereto did on October 20, 2021, enter into an Agreement for Full CL E Maintenance Fire Protection Services(hereinafter"Original Agreement");and WHEREAS, on April 20, 2022, the BOCC approved a First Amendment tote Original U_ 4- Agreement to increase the annual agreement amount by Sixty-five Thousand and 00/100 0 0 ($65,000.00) Dollars, from Seventy Thousand and 00/100 ($70,000.00) Dollars to One Hundred Thirty-five Thousand and 00/100($135,000.00) Dollars; and 2- CL WHEREAS,the parties desire to amend the Original Agreement to provide for an annual CPI-U increase of 7% pursuant tot Agreement and torn the term for an additional one- 4- 0 year period; and C .2 WHEREAS, the parties have found the Original Agreement, as amended, to be mutually .2 beneficial; and WHEREAS, the parties find it of be mutually beneficial to enter into this Second Amendment tote Original Agreement; and NOW THEREFORE, IN CONSIDERATION of the mutual promises and covenants set forth X below, the parties agree as follows: 0 21 75 1. In accordance with Paragraph 6 of the Original Agreement, the County t:- exercises the option to amend the Agreement and teamount shall be N N adjusted in accordance annually with the percentage change in the U.S. N Department of Commerce Consumer Price Index (CPl-U) for all Urban CNI Consumers as reported by the U.S. Bureau of Labor Statistics at December 31 of the previous year of 7%with an effective date of November 1, 2022. 2. In accordance with Paragraph 6 of the Original Agreement, the County E exercises the option to renew teagreement forte first of (4) four E optional (1) one-year periods.This renewal shall commence on November 1, 2022,and ends upon October 31, 2023, unless terminated earlier under another paragraph of this Agreement. N E Packet Pg. 515 3. In accordance with Paragraph 5 D of the Original Agreement, the cost of or used by the Contractor to fulfill the obligation of the Contract will be 0 calculated using the amended unit prices set forth below as follows: Labor—Normal working hours of 8:00 a.m.to 5:00 p.m., Monday through Friday, excluding holidays: $187.25 per hour, mechanic 0 $280.88 per hour, mechanic plus helper $93.63 per our, mechanic helper working alone or additional helper 0 0 Overtime rate for hours other than the normal working hours as stated above, U 06 including holidays: 0. E $280.88 per our, mechanic $421.31 per hour, mechanic plus helper 2 U- $140.44 per hour, mechanic helper working alone or additional helper 4- 0 0 U) Parts Cost Plus: Fifteen percent(15%)of mark up on manufacturer's invoice cost of parts and materials (excluding freight, equipment rental, tax amounts, and services 4- supplied by others). 0 Such costs must be documented for each repair and/or maintenance job and included with all Applications for Payment. For invoicing purposes, the hours should be calculated in fifteen (1 5) minute increments. The following buildings will require: .......... One (1), (5) Five (5) Year InspectionX Test (to be completed within three (3) months of 0 contract commencement), One (1)Annual Inspection and flow test of the Fire Pump, 21 75 One (1) Semi-Annual Inspection, and Two (2) Quarterly fire sprinkler system inspections and testing per the latest edition of NFPA 25: ................. ......................................................--------------------..................... N a CN V- Monroe County Detention Center 5501 College Road 0-0--—Cowt&—r. CN 1 Key West, Fl.33040 3,000.00 5 yr. inspection E Harvey Government Center 1200 Truman Avenue $ 1,979.50 cast/yr. E Key West, FL 33040 $ 1,000-00 5 yr. inspection N E 2 Packet Pg. 516 Lester Building 530 Whitehead Street 1,096.75 cost— J-y—r- Key West, FL 33040 0 $ 1,000.00 5 yr. inspection Monroe County Courthouse 502 Whitehead Street $ 1,096.75 cos!Lyr. Annex/Old Jail{TESTING SCHEDULED Key West, FL 33040 0 AROUND COURT HEARINGS) L- 1,000-00 5 yr. inspection 2 0 0 Marathon Government Annex 490 63"1 Street,Ocean S 909.50 costLyr. U Marathon, FL 33050 06 CL r. ins e c t�io n E CL 2 U- Marathon Jail 3981 Ocean Terrace $ 909-50 costJyr. 4- 0 Marathon, FL 33050 0 U) $500-00 Syr.inspection CL The following buildings will require: 4- 0 One(1), Five(5)Year Inspection Test(to be completed within three (3) months of .2 contract commencement), One (1)Annual Inspection, One(1)Semi-Annual Inspection, and Two(2)Quarterly fire sprinkler system inspections and testing per the latest edition of NFPA 25: .. ....................................................................... ........................... ............................... Monroe County Historic Courthouse 500 Whitehead Street ��.75gostr., Key West,FL 33040 $ 1,000.00 5 yr.insgection X 0 21 75 Monroe County Sheriff 5525 College Road S 1,872.50 cost/yr. t: CN Administra CNtion Bldg. Key West, FL 33040 a $ 1,000.00yr.ins echo CN V- CN Dept. of Juvenile Justice Building 5503 College Road 1®7 �.50 cost/yr. Key West, FL 33040 E L1Q2g.00_ 5Ar.inspection E Bayshore Manor 5200 College Road 1.5�35 _cost�r. Key West, FL 33040 CN 500.00 5 yr.inspection E 3 cs Packet Pg. 517 Freeman Justice Center 302 Fleming Street 51,872-50 cost/yr. Key West, FL 33040 0 $ 1,000.00 IME. inspection Murray Nelson Government Center 102050 Overseas Highway J_IQ2.50 _ cost&r. 0 Key Largo, FL 33037 4- L_ $ 1,000.00 Syr,inspection 0 -6 0 Monroe County Fire Station No. 17 10 Conch Avenue J.�.75_cos�tr. U 06 Conch Key, FIL 33050 0. $ 500.00 5 yr.inspection E Monroe County Fire Station No. 13 390 Key Deer Blvd. .75 cost/yr. 4- 0 Big Pine Key, FL 33043 0 U) $ 500.00 5 Mr.inspection CL 0 Monroe County Fire Station No 8 6180 2nd Av. 561.75 costlyr. Stock Island, FL 33040 4- 0 $ 500.00 _jyL. inspection 9= 0 Joe London Fire Training Academy 56633 Overseas Highway S 561.75 costlyr. Crawl Key,FL 500.00 5 yr. inspection x Bernstein Park 6751511 St. 5)LI.75 costjy r. 0 Stock Island, FL 33040 21 75 $ 500,00.................5,yr.,ins pection t:- CN CN Q CN Monroe County Fire Station No. 11(new) 22352 Overseas Highway $ 561.75 cost/yr. V- CN Cudjoe Key, FL 33042 $ 500.00 5 yr.inspection E Marathon Library(new) 3490 Overseas Hi a 1.7 cost r, Marathon, FL 33050 E 500-00 5 yr.-inspection CN WHEN PERFORMING ANNUAL INSPECTIONS FOR SOME MONROE COUNTY FACILITIES,PRIMARILY THE COURTHOUSES,IT MAYBE NECESSARY TO SCHEDULE INSPECTIONS BEFORE OFAFTER NORMAL BUSINESS HOURS. E 4 Packet Pg. 518 F.8.d . Except as set forth in Paragraphs 1,2®and 3 of this Second Amendment to Agreement,in all other respects,the terms and conditions set forth in the Original Agreement,as amended,remain in full force and effect. ��* l 1 ^ IT SS ,the parties hereto have set their hands an seals the day an year ` r t y"� Itten. "0 BOARD OF COUNTY COMMISSIONERS t st ADOK, CLERK OF MONROE COUNTY, FLORIDA 0 06 By: . .., . ,. ....... �Y As Deputy Cleric Mayor � Date: � ,. d .. 0 U) Witnesses for CONTRACTOR: CONT CTC n A Y° LUMBI AND FIRE, I 4- Y: Signatu of person authorized to Signature legally bindCONTRACTOR Date Print Name rat argue�anditle Signature 21 75 C. �w,_. ... .... .... mmm,............................._ ,� p `�, Date Brunt Name Telephone Number CN U. Date ^4. E p�pp E is couNTY 611 CN «, ..... A ASSISTANTDATE: / A� 5 c� Packet Pg. 519 Client#: 66814 GARPL ACORDT. CERTIFICATE OF LIABILITY INSURANCE DATE(M 8/19/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Taylor Markee , Acrisure dba Gulfshore Ins-SF PHONE 239 435 7150 FAX 239 213-2803 A/C,No,Ext: (A/C,No): 4100 Goodlette Rd N E-MAIL k maree Naples, FL 34103 ADDRESS: tmarkee@gulfshoreinsurance.com INSURER(S)AFFORDING COVERAGE NAIC# 239 261-3646 Obsidian S ecialt Insurance Company an 16871 ° INSURER A: Specialty P Y a INSURED INSURER B:Burlington Insurance Company 23620 (� Gary's Plumbing and Fire, Inc. INSURER C:Technolo9Y Insurance Company 42376 6409 2nd Terrace, Suite 1 The Travelers Insurance Company INSURER D: C an 36137 P Y Key West, FL 33040 INSURER E: O INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 0 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, U EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLSUBR POLICY EFF POLICY EXP 06 LIMITS LTR INSR WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY CL A X COMMERCIAL GENERAL LIABILITY X X PTCGLOOOOO0007801 08/13/2022 08/13/2023 EACH OCCURRENCE $2,000,000 DAMAGE TO ON, CLAIMS-MADE [*OCCUR PREMISES Ea occurrence $100,000 CL X BI/PD Ded:3,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 O POLICY 1 JECT RO- FLOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: $ D AUTOMOBILE LIABILITY X X BA4S5617752142G 08/13/2022 08/13/202 COEaMBINED accidentS INGLE LIMIT $1r 000r 000 X ANY AUTO BODILY INJURY(Perperson) $ CLOWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS a+ HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident $ O $ a B UMBRELLA LIAB X X 604BE06423 08/13/2022 08/13/202 EACH OCCURRENCE $4 OOO 000 X EXCESS LIAB HOCCUR CLAIMS-MADE AGGREGATE s4,000,000 U DED RETENTION$ $ C WORKERS COMPENSATION X TWC4150303 08/13/2022 08/13/202 X SPER 0 TATUTE EERH AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 U OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEEI$1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 Cn t'J t'J a t% a DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) 00 Monroe County Board Of County Commissioners are included as Additional Insured in regards to General Liability, only as required by written contract, including ongoing operations, per form CG2010 0413 and A completed operations per form CG2037 0413 on a Primary non-contributory basis per form CG2001 0413 and Waiver of Subrogation per form CG2404 0509. Additional Insured in regards to Auto Liability only as required by written contract per form CAF079 0817 including Waiver of Subrogation.Waiver of Subrogation in U T U) regards to the workers compensation per form WC000313. Umbrella follows forms. Ira Y CERTIFICATE HOLDER CANCELLATION i bb Monroe Count Board Of Count SHOULD ANY OF THE O2 2 y y THE EXPIRATION B Commissioners ACCORDANCE WITH Wk> • 1100 Simonton St. Key West, FL 33040 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD I Packet Pg. 520 #S1863629/M1861998 TKM21 GOYRr *Nov.- a .��CnU. Kev■ ad -CPAn Mok, Clark of the Circuit Court&Comptroller Monroe County, Florid� RQL CO DATE: October 28, 2021 TO: Alice Steryou Contract Monitor FROM: Pamela G. Hanco4*. SLTMCT: October 20'BOCC Meeting Attached is an electronic copy of the following item for your handling: D9 Agreement with Gary's Plumbing and Fire, Inc. for Full Maintenance Fire Protection Services at County facilities widi an annual amount not to exceed $70,000.00. Funding is ad valorem. Should you have any questions please feel free to contact me at(305) 292-35500 cc: Facilities Supervisor County Attorney Finance File KEY WEST MARATHON PLANTATION KEY PK/ROTH BUILDING 500 Whitehead Street 3117 Overseas Highway 88820 820 Overseas Highway 50 High Point Road Key West,Florida 38040 Marathon,Florida 33050 Plantation Key,Florida 83070 Plantation Key,Florida 33070 305-294-4641 305-289-6027 305-852-7145 305-852-7145 AGREEMENT FOR FULL MAINTENANCE FIRE PROTECTION SYSTEMS MONROE COUNTY, FLORIDA Th'I's Agreement 'is made and entered 'I'nto this 20th day of October, 2021, between MONROE COUNTY, FLORIDA("COUNTY"), a pofifical subdivis'lon of the State of Flor'lda,whose address'ls 1100 S'Irnonton Street, Key West, Rohda 33040, and GARYS PLUMBING AND FIRE, INC., a Florida Profit Corporation, author i olzed to do business n the State of Flohda, ("CONTRACTOR"), whose addressis 6409 2nd Terrace, Suite 1, Key West, Flon"da 33040. WHEREAS, COUNTY des'1'res to contract for the performance of the work or services described *In Exhlb'lt"A"; and WHEREAS, CONTRACTOR desires to and is able to perform the work or servoices deschbed in aftached Exhib'ft"X',, and P WHEREAS, 'it serves a leglfimate public purpose for CONTRACTOR to perform the work or services, as described 'in attached ExhiNt'A"for Monroe County, NOW, THEREFORE, IN CONSIDERATION of the mutual promises and covenants ft 4 s- contained herein i is agreed as follows. 1. THE AGREEMENT The Agreement consists of this document, the Request for Proposals ("RFP") documents, exhibits, any addenda,the response to the RFP, and all requiredinsurance documentation, only. 2. SCOPE OF WOR!j The Scope of Work shall include, but not be Ilimited to, all work and / or serv'l'ces shown and IIsted 'in Exhibit "A", which is attached hereto and made a part hereof. The Contractor is required to provide a complete job as contemplated by this Scope of Work,. The Contractor shall fumish all labor, supervision, materials, power, tools, equ"Ipment, supplies, permfts, 'if any are necessary, and any other means of construction or work necessary or proper for performing and completing the Scope of Work, unless otherwi'se specifically stated. 3. PERSONNEL Commun'l'cafi'on between the County Representative and the Contractor's personnel very important. Therefore,the Contractor must assure that at least one(1)of its personnel per bu'flding can communicate well in the English lariguage with the County Representative. Any employee hired by the Contractor will be the Contractor's employee I associationand 'in no way has any r r shall insure appropriateemployees are trained 'in all r 'Including FederalOSHA regulations, and all other applicable local, State and regulations. Uniformsa preferredr" r; 'Identification clearlyrequired, which shall Contractor. consentrequirement shall apply upon entering County property and at all times While on duty. 4. BACKGROUND CHECKS/ FINGERPRINTING Contractor employees must withinto be provided to the County contract. reserves the right County reserves the right to demand of the Contractor replacement r the Contractor 'if a conflict or problem - arise. Facilitiesithis designee shall have the right to require any employee(s) f the Contractor to be permanently removed from any County facility serviced by the Contractor whenever it appearsinterest the County. It is the responsibility of the Contractor to inform the Facilities Maintenance Director or his responsible r the supervision, hiring and firing of their own employees, and shall be solely responsible for the pay, workers compensation insurance, and benefits. Some work will be conducted at secure facilities, including, but not limited to law enforcementr A. Warrants B. Fingerprints; PriorC. Local Records check, D. and E. Criminal History check are required of Contractor'srefSheriff's Office VIVICSO") facilities. personnel will be conducted by the prohibitMCSO may r remove from, i t r employee who, in the judgment of MCSO, poses a. risk to the security or good orderfacility. Thereafter, r r will 'immediately discuss resolution of the problem. If the problemis not resolved to the satisfaction returnpermitted to facility ra Contractor will promptly Contractorthe. employee at no additional cost to County. r agrees to notifyi ireaware its employees or subcontractor'srbackground check, 'I's subsequently arrested r convicted of any crime. Failure County of such arrest terminationthe employee/subcontractor and/or within five (5) days of its occurrence shall constitute grounds for immediate performthat failure by Contractor to materialconstitute a immediately with no further d yment or perform any other duties described herein. 5. CONTRACT SUM AND PAYMENTS TO CONTRACTOR A. Monroe County's performance and obligation to pay under this Agreement 'i's . r � Commissioners ("BOCC"). the Florida Payment Act and Monroe County Code; payment ill be made after delivery properinspection by County and upon submission of a *Invoice by Contractor. ContractorB. - r r inspections/repair inspections/repairs with supportingu l r, I rwith support'Mg reports. If any ffimajor deficiencies are found, the County must be notified writingr reports days of inspection date. Contractor shall submit to the County invoices with appropriatesupporting documentation acceptable to the Clerk, at completion by the Contractor of the repair and sa'I'd work approved by an principlesearl'l'est date possible following completion of the rep-air. Acceptability to the Clerk'is based on generally accepted accounting and such laws, rules, and regulations Monroegovern the Clerkts W'sbursal of funds. i r is October 1" FiscalSeptember 301h. All outstanding invoices must be submifted for payment within ten (10) days of the end of the non-paymentr those services. C. The County shall pay the . ctual cost of parts and materials, excluding freight, equipment rental, tax amounts, and services manufacturer, plus fifteen percent (15%), to fulfill the obligations of the Contract.. Freight, rental,equipment amounts charged. A manufacturer's invoice must accompany all requests r Freight invoices must accompany all orders that require whether the part 'I's under warranty or not. ContractorU, The cost of labor used by the to fulfill the obligation of the Contract pricesbe calculated using the unit Friday,Labor—Normal working hours of 8:00 am. to 5:00 p.m., Monday through $175.00 excluding holidays:hour, mechanic hour,$262.50 per r hour,$87.50 per r working alone or additional helper hoursOvertime rate for rhours hour,including holidays: $262.50 per $393.75 r hour, mechanic plus helper hour,$131.25 per r r r additional helper Plus:Parts Cost Fifteen percent (15%) of mark up on manufacturer's invoice cost of parts and materialsrental, tax amounts, and services stipplied Such costs must be documented for each ra r and/or maintenance " included with all Applications for 'rhe following buildings will rv. ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, sprinklerOne (1), (5) Five (5) Year Inspection Test (to be completed Wfthin three (3) months of contract commencement), One (1) Annual Inspection and flow test of the Fire Pump One (1) Seml-Annual Inspection, and Two (2) Quarterty fire inspections and testing per the latest edition of NFPA 25. Monroe County Detention Center 5501 College Road 3 200,00 r- yr. i n Harvey , r Key West,, L 33040 $ 1,1000.00 5 r. WhiteheadLester Building 530 J-y—r. Key West, FL 33040 . inspect"ion Monroe County Courthouse 502 Whitehead Street 5&00 r Annex/OldJall (VESTING SCHEDULES Key West, FL 33040 AROUND COURT HEARINGS) Marathon Government Annex ' S` Marathon,reet, Ocean 850.00 cosy)Lr-, inspection500.00 Plantation Key Jail 53 High Point Road d) 1450-00 cost&—r. Tavernier, FL 33070 LOWW 5 yr insp tion Marathon Jail 3981 Ocean Terrace S 850-00 Cos Marathon, FL 33050 $500-00 5-yr. inspection The follow'Ing buildings w'111 requ'lre'.' .................... ................. ------- One (1), PI've (5) Year Inspection Test (to be completed within three (3) months of contract commencement), One (1) Annual Inspection, One (1) Semlo*Annual Inspection, and Two (2) Quarterly fire sprinkler system inspections and testIng per the latest edwiflon of NFPA 25,-. ............................................................................................... ..................................................................................... ............... Monroe County Historic Courthouse 500 Whitehead Street J 1L025.00 cosyyr. Key West, FL 33040 5j,000.00 U1011 Monroe County Sheriff 5525 College Road 1,,750-00 cosyy—r- Administration Bldg. Key West, FL 33040 i 0.00 5 Mr. ins on Dept. of Juvenile Justice Building 5503 College Road 1,650.00 cos Key West, FL 33040 S 1,000.00 5 vr. inspection Bayshore Manor 5200 College Road 525.00 co Key West, FL 33040 500-00 Svr. inspection Freeman Justice Center 302 Fleming Street 1750.00 cost/yr., Key West,, FL 33040 19000-00 5 yr inspection Murray Nelson Government Center 102050 Overseas Highway 850.00 costlyr. Key Largo, FL 33037 14OW100 5 yr insgection 5 Monroe County Fire Stat'lon No. 17 10 Conch Avenue 525-00 costhr. Conch Key, FL 33050 500.00 Syr,i I ns ection Monroe County Rre Station No.. 13 390 Key Deer Blvd. 52.5,00 Est r. .. Big Pine Key., FL 33043 500.00 5,yr.!-n-222ction Monroe County R're Sta-don No 8 6180 2n,AV. 525.00 costhr, Stock Island, FL 33-040 S500.00 115 yr.'1' t0ion Joe London Rre Tra'l'n*lng Academy 56633 Overseas Highway $_525.00 Vr. Crawl Key,, FL 500.00 5_�. i�ns�ect i o n Bernstein Park 67515"'St. $ 5 5.00 cost Stock Island, FL 33040 500.00 5 Mr. insp,ection Monroe County it Stat'lon No. 11(new) 22352 Overseas Highway 525"00 costL Cudjoe Key, FL 33042 500.00 5 yr.'Winspection Marathon Library (new) 3490 Overseas Highway 525.00 cost&r. Marathon, FL 33050 $ 500.00 5,yr., inspect'i'on WHEN PERFORMING ANNUAL INSPECtIONS FOR SOME MONROE COUNTY FACILITIES,PRIMARILY THE COURTHOUSES,,IT MAY BE NECESSARY TO SCHEDULE INSPECTIONS BEFORE OF AFTER NORMAL BUSINESS HOURS,, The total quarterly service amount of the contract shall be Five Thousand Three Hundred Sixty-eight and 75/100 ($5,368.75) Dollars.,for an annual inspections amount of Twenty- one Thousand Four Hundred Seventy-five and 00/100 ($21 475,,00) Dollars. The total for one (1), Five (5) Year inspection for all buildings listed here'In shall be 'I'll the amount of Seventeen -rhousand and 001100 ($17,000.00) Dollars. 6 Contractor shaH submit aH Invokes with the . ation for Pmment form attached hereto as Exhibft "B"and made a part hereof. There shag be no additional charges to the Owner for travel,, mfleage,, meals, or lodging. Contractor shaH submit itemized Invokes in writing. E. Total Annual Compensation to CONTRACTOR under this Agreement shall not exceed Seventy Thousand and 00/100 ($70,000-00) Dollars, unless pre-approved work requ'idng additional fundsis implemented. F. Major Component Faikire or System Breakdown In the event of a major component faHure or system breakdown, the County, shall have the opbon to request from the Contractor only, a proposallquote for replacement equipment 'in an amount that could exceed Five Thousand and 00/100 ($5,000.00) Dollars.Any proposal over Five Thousand and 00/100($5,000.00)Dollars, up to and'1'ndud'1'n9,ren ThOLIsand and 00/100 ($10,000.00) Dollars, must be approved and signed by the Division Director and/or the County Administrator. Any proposal over Ten Thousand and 00/100 ($10,000.00) Dollars, up to and including Forty-nine Thousand Nine Hundred Ninety-nine and 99/100 ($49,999.99) Dollars, must be approved and signed by the Division Director and the County Administrator. 6w TERM OF AGKEgMENT Thi's one (1)year Agreement shall commence on November 1, 2021, and ends upon October 31, 2022, unless terminated earlier under paragraph 21 of this Agreement. The County shall have the option to renew this Agreement for up to an additional four(4)one- year periods on terms and conditions mutually agreeable to the parties, exercisable upon wriftten notice given at least thirty (30) days prior to the end of the ln'ftlal term. Unless the context cleady indicates otherwise, references to the "term"of this Agreement shall mean the Inibal term of one (1)year.,The Countyis not required to state a reason if it elects not to renew. The Contract amount may be adjusted annually in accordance with the percentage change in the U.S. Department of Commerce Consumer Price Index (CPI-U) for all Urban Consurners as reported by the U.S. Bureau of Labor Statistics and shall be based upon the CPW computation at December 31 of the previous year., 7. LICENSES Contractor has, and shall maintain throughout the term of this Agreement, appropriate ficenses. Proof of such licenses shall be submitted to the County upon execution of this Agreement and annually thereafter or upon any renewal. 8. MAINTENANCE OF RECORDS tor shall maintain all books, r under th'Is Agreement 'in accordance Wkh generally accepted accounfing consistently appliled. Records I be retained for a period term'Inabon of this Agreement or five. (5) years from the ire of the final expenditure report as per 2 CFR§200.33, i r is greater. Each party to this Agreement recordsor their authorized representatives shall have reasonable and firriely access to such otherof each purposes Agreement and r seven (7) years following the termination . 9', RIGHT TO AUDIT Availability of Records. The r relating shall r readable data ' r files ('Includ'ing proposals of successful and unsuccessful W'dders, bidr r estimates" esfirnafing r - order files (wincludwing coveringdocumentation docurnentatIon- general ledger entd'es detaHi'ng cash and trade di'scounts earned t insurance r r the ClerkMonroe County Office of the r r(hereinafter referred "County chargesClerk") to substantiate of 'Informaflon and rnaftersr the County Clerk'sreasonable have any bearing on or perta'I'n to any matters, N'ghts, duties or i obfigations under or covered by any contract document (all foregoing hereinafter fter rr "Records") shall be open to r reproduction . 's r and/or agents or the County Clerk. County r County Clerk lim'Ited to, counting ernployees at the Job sfte, Witnessing the distr r verifying payrollvendor and supplier miscellaneous allocations, special charges, verifying r interviews and written With r r contractors representatives. All recordsr F1'nal Completion Project.of the r Records, assets, and activiti'esrelating to this Project. If any auditor ClerkCounty or County s that mon'lies pa'I'd to Contractor pursuant to this Agreement were spent r purposes not authorized r ,r r shall repay togethermonies With interestpursuant . running moniesthe re paid to Contractor. The right to audit provisions survives Agreement.expiration of this 10, PUBLIC RECORDS COMPLIANCE Contractor must comply with Floridar a , i r 119, Florida styFlorida. Contractor shall allow and permit rinspection r "public materials in possession r r provisions 'Ifts control subject.to the r 119, Florida Statutes,and made or received and Contractor in conjunct1ion with this contract and related to contractperformance. unilaterallyCounty shall have the right to contract Failureby the Contractor. deemed a material r is contract and the County may enforcei provisionin the form of a court proceeding and shall, as a prevailing party, be enfitled to reimbursement r proceeding. provision shall survi've any termination i The Contractor is encouragedr i 'fts advi'sors about FloridaPublic in order to comply w'lth this provision. r . 119.0701 and the terms and condftionsi r , the i r i rt (1) Keep and i tr requiredr the (2) Upon receipt from the COUnty's custodian of records, i recordsthe requested records or allow the r copied within a reasonable time at a cost that does not exceed the cost provided 'in thIs chapter or as otherwise Provided by Ensure(3) rconfidential records r requirements are not disclosed except as authorized r the durafion of the contract term and following completion of the contract i recordsf the contractor does not transfer the completion(4) Upon r , transfer, at no cost, to the County all pubflici Contractorpossession of the r keep and mai'ntalnrequired the County to perform the service. If the Contractor transfersall is records to the County contract,upon completion of the r shall destroyipublic records that are exempt r confidential and exempt frompublic r i rrequirements., If the Contractor keeps and maintains i rds upon completi"on of the contract, Contractor shall rneet all applicable iretaining pubflic records. All records storedi provided request custodian of records, i 'i's compatiblei 'linformat'll'on technology systems of the County. (5) A request to 'Inspect or copy public records ins directly to the County, iff the County does not possess the requested records, the County shall immediately ify the Contractor of the request, and the Contractor must provide i recordsr recordsi within ContractorIf the iCounty's request r records, enforce the ic records r i i in accordancei ithstandingthe County's option and right i r i is contract upon violation of this ProvisionContractor. A Contractor who falls r ide the public records to the County rvalid public r request within a reasonable bme penaltiesto r Sect'l'on 119.10, Florida The Contractor sell not transfer custody, release, alter, destroy or otherwise dispose of any public records unless r ot i e provided in this r d d+an or as otherwise. provided by Iarnr'. IF THE CONTRACTOR HAS 9,UESTIONS REGARDING THE APPLICATION OF C119, TO THE CONTRACTOR'S DUTY TO P TO THIS CONTRACT CONTACT THE CUSTODIAN RECORD.S,,,,,,,,,BRIANLEY AT PHONE# 305 BRADLEY= BRIANCO) MONROE COUNTY ATTORNEY'S OFFI 1"i 1 12TH STREETL SUITE 408, KEY.WEST. FL 33040. 11. HOLD HARMLESS, INDEMNIFICATION., DEFENSE, AND INSURANCE Nothst ndir�c any minimum requi twi rements pres0lb d elsewhere in this agreement, Contractor shall defend, indemnify, and hold the County and the County elected and p 61n4 officers and employees harmless from and against ('0 any eEaims, actions or causes of action, (fi) any litigation, admin'Istrative proceedings, appellate proceedings, or other proceedings relating to any type of injury ('Including death), loss, damage, fins, penalty or business interruption, and (111) any costs r expenses that may be asserted against, initiated with respect to, or sUstained by, any indemnified party by reason of, or in cannectlon with, (A) any activity of Contractor or any of its employees, agents, contractors, or other invites during the term of this Agreement, (B) the negGgence, recklessness, intenkicrnal wrongful misconduct, errors or other wrongful apt or omission of Contractor or any of its employes, agents, sub-contractors, or other invitees, or(C) Contractues default in respect of any of the obligations that it undertakes under the terms of this r except to the extent the clairns, actions, causes of action, litigation, proceedings, costsor expenses arise from the intntinf or sole negligent acts or omissions of the County or any of its employees, agents, contractors, or invitees (other than Contractor). The monetary iimitatian of IiabiEity under this Agreement shalt be equal to the dollar value of the contract and not less than 1 million per occurrence pursuant to Section? g Florida Statutes. The limits of liability shall be as set forth in the insurance requirements 'Mcludedin this paragraph. Insofar as the claims, actions, causes of action, litigation, proceedlings, costsor expenses relate to events or circurnstances that occur during the term of this Agreement,this section v+eilE survive the expiration of the term of this Agreement or any eaMer termination of this Agreement. In the event that the corriplefion 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 III increased expenses resulting from such delay. should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifica#ions provWed by the Contractor, the Contractor agrees and warrants that the Contractor shall hold the County harmless and shall indernraifiy 6# from a11 losses occurring thereby and shall further defend any claim or, action can the Coun#y's behalf. 10 The extent of fiabifity is 'in no way limited to, reduced, or lessened by the 'insurance sectionrequirements contailned elsewhere within th'is agreement. Faflure of Contractor to comply with the requirements of this Prior to execut'l*on of this agreement, CONTRACTOR shall fUrnish the COUNTY amounts:Cerfifficates of Insurance indicating the minimurn coverage firTiltations in the following minimumWORKERS COMPENSATION AND EMPLOYER'S LIABILTIY INSURANCE. Where appficable, coverage to apply for all employees at a bodilyby Flor'I'da Law, and Employee's L'Iab'lllfty coverage 'I'n the arnount of $100,000-00 injury bodii'ly 'i'njury by disease, each employee. COMPREHENSIVE AUTOMOBILE VEHICLE LIABILITY INSURANCE. Motor vehicle surance, including applicable no-faUlt coverage, wilth llmfts of fiab'flfty of not less combinedthan L300,000.00 per occurrence, singleProperty Damage Liab'lfity. Coverage shall 'Mclude all owned veh'Icles, all non-owned vehicles, and all M'red vehicles. If i shallare $.2.00,.000,..00 per person, $3.00 000.00 per occurrence, and property damage. Coverage include all owned vehicles, all non-owned vehicles, and all h1red COMMERCIAL GENERAL LIABILITY. Commercial general fiabflity coverage with lImIts of Ithan,,j§,00 I I I I I ,,,000.00 per occurrence combined sngle limit for Bodily Injury Liabillity and Property Damage Liab'Ifity. CERTIFICATES OF INSURANCE. Original Cert'Ifficates of Insurance shall be provided to the County at the time of execut'l'on of thIs Agreement and certified requested. Each policy cerfificate shall be endorsed with a provision that not less than calendarthirty (30) or coverage is canceled or restricted.The underwriter of such insurance shall be qualified to do business 'in the State of Flod'da. If requested by the County Administrator, the insurance coverage shall be pri'mary "insurance with respect to the County, 'Its offic'l'al% employees, agents, and ., CERTIFICATE HOLDER AND ADDITIONAL INSURED ON ALL POLICIES EXCEPT WORKER'S COMPENSATION. 12. NON-WAIVER OF IMMUNITY Notwithstanding the MONROE COUNTY BOARD OF COUNTY COMMISSIONERS MUST BE NAMED AS v'I'sions of Sec. 768.28, Flori'da Statutes, the participation of the County and Contractor in this waiverinsurance coverage, self-insurance. coverage, or local government liaNifity insurance pool coverage shall not be deemed a nor- shall into s , At all times and for all purposes 'under thIs Agreement, Contractor i's an independent contTactor and not an employee of the Board ofCounty Commissioners of Monroe County. No statement contained in this Agreement shall be construed so as to find Contractor or any of 'its employees, subcontractors, servants, or agents to be employees of the Board of County Commissioners of Monroe County. 14w NONDISCRIMINATION / EQUAL EMPLOYMENT OPPORTUNITY CONTRACTOR and COUNTY agree that there will be no discrimination against any person, and K is expressly understood that upon a determinat'l'on by a court of competent jurisd'ict'l'on that dIscr'Im'I'nat'I'on has OCCUrred, th'Is Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. CONTRACTOR and COUNTY agrees to comply Wfth all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscri'm'Inat'lon. These include but are not lim"ited to: 1) TIftle VII of the GIM11 R'I'ghts Act of 1964 (PL 88-352) which prohibits d'iscdm'inaflon on the bas'I's of race, color or nat'l'onal odgin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which prohib'fts O'scri'minadon on the bas'Is of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which proh'libolts discrnation, on the basis of handicaps- 4) The Age Discri'mi'nafion Act of 1975, as amended (42 USC Ss. 6101-6107) which prohibits discrimination on the basi's of age- 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basi's of drug abuse, 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitablon Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism-, 7) The Public Health Service Act of 1912, ss., 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidential'Ity of alcohol and drug abuse patient records, 8)Title Vill of the Civil Rights Act of 1968 (42 USC s. 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financ'Ing of hOLIsIng; 9)The Americans Wfth Disabilities Act of 1990 (42 USC s. 12101 Note), as may be. amended frorn filme to bme, relating to nondiscrimination on the basis of disaWlIty; 10) Monroe County Code Chapter 14, Article 11, which prohibits discrim'lination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, farnfli'al status or age, 11) Any other nondiscrimination provisions in any Federal or state statutes wh*lch may apply to the parties to, or the subject matter of, this Agreement. During the performance of this Agreement, the CONTRACTOR V in accordance with Equal Employment Opportunity(30 Fed. Reg. 12319 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendilx 11,T C, agrees as follows: 1) The Contractor w'111 not discriminate agaiInst any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affi'rmafive actilon to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual 12 limitedorientation,gender identity, or nat'lonal origin. Such act'lon shall'Include, but not be transfer, recruitmentr i r 'term Inat forms 'l'o n; rates of pay or other including agreesapprentices N p.The Contractor is to employees and r employment, notices to be provided sefting forth the rovis'I'ons of this nondiscrimination 2) The Contractor Will, In all soficitations or adverb'sements r°employees Contractor,by or on behaff of the i consideration for employment Wifthout regard to race, color, religion, sexual orientatIon, gender fib r r . Contractor3) The Will not discharge orinr 'I'm*Inate against any employee r applicant for employment because such employee or appficant has 'Inqu'lred about, O'scussed, or disclosed the compensation of the applicantemployee or r another employee or appficant. ThIs provision shall 'informationnot apply to 'I'nstances in which an employee who has access to the compensafion r applicants as a part of such otheremployee's essential job ftinct'lons discloses the compensation of such employees r appficants to 'I'nd'lvi such 'I'nformabon, unless such disclosure "is 'in response to a formal complaint or charge, in furtherance of an investigation, d proceeding, r q or action, including an r ContractorsContractoes legal duty to furnish . will4) The Contractor -sendr representatIve of workersi bargainingwhich 'it has a collectIve r r r contract or understanding,a notice to be proAded advising the said labor union or workers' representativeis under this section, and shall post copies of the notice "in conspicuous places available to employees and applicant.r-,; r employment. Contractor5) The tip September 24, 1965, and of the rules, regulaflons, and relevant orders of the Secretaryr. 6) The Contractor will furn'I'shi reports 0 rd er 11246 of Se ptem be r 24 t and r r Labor,of the I$ecretary of or pursuant books, records, Secretary of Labor r purposes of investigabon to ascertain compliance regulations, r Contractor's7) In the event of the noncompliance with the nondiscrimination contractclauses of th"Is m regulations, or orders, contract may be canceled, terminated or suspended in whole r"in part and the Contractor may be declared ineligible for further Government contracts proceduresfederally assisted construction contracts in accordance with Orderauthorized 'in Executive regulation,sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, r Secretary of Labor, or as otherwise provided by law. 8) The Contractor preceding paragraph (1) and the provisionsrthrough SUbcontract or purchaser unless exempted by rules, regulations, orders of the Secretaryr t to sectiont r r t such provisions willbinding subcontractoreach or vendor. Contractor will take such action with respect to any subcontractpurchase r direct as a means of enforcing suchprovisions, including t r Iance; provided, however, t in the event a contractor becomes involved in, r it t r r r as a result of P� administeringw y , the contractor may request the United States to enterintot interests United 15, ASSIGNMENT/SUBCONTRACT Contractors t assign or subcontractit this Agreementt t writingexceptin ri r written approval of the Board whichof Monroe County, gect to SUch conditions and provisions Boardthe rincorporated reference t any assignment r subcontract and anysubcontractor r provisionsthe r t. Unless expressly providedr therein, SUch approval eventshall in no manner or be deemed to "impose any additional obligationt. providing16. COMPLIANCE WITH LAW AND LICEN§,E Rg2Y1REME In r r shall abide by all laws of the Federalt t, ordinances, r regulations pertaining to, or regulating the provisions hereinafter limited to, the immigration laws of the Federal and Staterstatutes, ordinances, regulations shall constituter rAgreement Boardand shall entitle the terminate this Agreement. Contractor shall possessproper licenses to perform rk 'in accordance with these specff"Icationst the term of Agreement.this Contractor represents that its directors, principals and employees, presently have no r , interestnt r sty efther directr indirect, which would conflict in any servicesmanner with the performance of required n contract, as provided in Sec. ., Florida Statutes. County agrees standardsCounty recognize and Will be required to comply M'th the officers. and employees as delineatedFlorida °ing, but doingnot fllim'lited to, soll6litation or acceptance of g'lfts; I contractualunauthorized cornpensafion; misuse of public pos'i'fion; confficting employment or No ., County and Contractor warrant that tin respect to itself, neither employed remployee work'Ing solely r r secure person,to pay any r r i , individual, or firm, other than a bona fide workingemployee r R, any fee, commission, percentage, gift, or other consideration rresulfi'ng from the awardrAgreement. r Contractor agrees that the County shall terminatehave the O'ght to rdlscreb'on, to offset from monies owed, or otherwise recover, the full amount of percentage, gift, r consWerafion. Contractor18, NO PLEDGE OF CREDIT warrantsfor any contract, debt, obligation,judgment, lien, or any formof Indebtedness. Contractor further r 'l'ndebtedness that would lmpai'r 'Its ab'111ty to it the terms of this contract. correspondence19, NOTICE REgUIREMENT All wd'tten ri representative of the CONTRACTOR. Any wd'ttenr correspondence underpermitted this Agreement shall be sent by United States MaIll, certified, receipt requested, i rwith proof of delivery. The place of giving remainNotice shall r providedis paragraph. i deliveredr r Monroeupon the date of refusal or non-acceptance of delivery. Notice shall be sent to the following persons,-. FOR COUN,TY: FOR CONTRACT,O-,,R,-V it Facifliffilestry� Gary Centonze, r nt 3583 S. Roosevelt Blvd 6409 2nd Terrace, Key West, FL 33040 -r and y West, FL 33040 County Attorney 1111 12 1h Street, Suite 408 Key West, FL 33040 20. TAXES County is exempt from payment of Florida State Sales and Use taxes. Contractor shall not be exempted by virtue of the County's exemption from paying sales tax toits suppliers for materials used to fulfill its obligations under this contract, nor is Contractor authorized to use the County's Tax Exemption Numberin securing such materials. Contractor shall be responsible for any and all taxes, or payments of withholding, related to services rendered under this Agreement. 21w TERMINATION A. In the event that the CONTRACTOR shall be found to be negligentin any aspect of service, the COUNTY shall have the right to terminate thi's Agreement after five (5) days' written notification to the CONTRACTOR. B. Either of the parties hereto may cancel this Agreement without cause by giving the other party sixty (60) days' written notice of itsintention to do so. C. Termination for Cause and Remedies.- In the event of breach of any contract terms, the COUNTY retains the right to terminate this Agreement. The COUNTY may also terminate this Agreement for cause with CONTRACTOR. should CONTRACTOR fall to perform the covenants herein contained at the time and in the manner herein p 'ded. In the event of such minaflon, pdorto termi i rovi ter nat"on, the COUNTY shall provide CONTRACTOR with five (5) calendar days' notice and provide the CONTRACTOR with an opportunity to cure the breach that has occurred. If the breach is not cured, the Agreement will be terminated for cause., If the COUNTY terminates this Agreement with the CONTRACTOR, COUNTY shall pay CONTRACTOR the sum due the CONTRACTOR under this Agreement prior totemunation, unless the cost of completion to the COUNTY exceeds the funds remaining in the contract; however, the COUNTY reserves the right to assert and seek an offset for damages caused by the breach. The maximum amount due to CONTRACTOR.shall not in any event exceed the spending cap in this Agreement. In addition, the COUNTY reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the COUNTY's False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. Term'Ination for Convenience: The COUNTY may terminate this Agreement for convenience, at any time, upon sixty (60) days notice 'to CONTRACTOR. If the COUNTY terminates this Agreement. with the CONTRACTOR, COUNTY shall pay CONTRACTOR the surn due the CONTRACTOR under this Agreement prior to termination, unless the cost of completion to the COUNTY exceeds the funds remaining in 'the contract. The maximum amount due to CONTRACTOR shall not exceed the spending cap in this Agreement. 16 E WA, For Contracts of any amountJ1 the County determines that the Contractor/Consultant has submi"fted a false certification under Section 287.135(5), Florida Statutes, or has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County shall have the option of (1) terminating the Agreement after ft has given the Contractor/Consultant wriften notice and an opportunfty to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement 'Iff the condit'l'ons of Section 287.135(4), Flodda Statutes, are met. F. For Contracts of $1,000,000 or more, 'if the County determines that the Con-tractor/Consultant submifted a false cerfiffication under Sect'lon 287,,135(5), Florida Statutes, or if the Contractor/Consultant has been placed on the Scrutinized Companies with Activities in the Sudan List, the. Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Ust, or been engaged 'I'n WSiness operations in Cuba or Syda, the County shall have the option of (1) term'Inafing the Agreement after 'it has given the Contractor/Consultant wriften notice and an opportunity to demonstrate the agency's determ'Inat'l'on of false certification was in error-pursuant to Section 287.135(5)(a), Flod'da Statutes, or(2) maintaining the Agreementiff the condft'lons of Secfion 287.135(4), Florida Statutes, are 22. GOVERNING LAW VENUE,,,AND INTERPRETATION This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to Agreements made.and to be performed enbrely in the State. In the event that any cause of action or admilrilstrative proceeding is instituted for the enforcement or 'Interpretation of this Agreement, the County and Contractor agree that venue will lie in the appropriate court or before the appropd'ate administrative body in Monroe County, Florida. The Parties wa'I've their rights to trial by jury., The County and Contractor agree that, in the event of confliGting interpretations of the terms or a term of this Agreement by or between any of them the issue shall be submitted to mediation pri I or to the institution of any other administrative or legal proceeding. 23. MEDIATION The County and Contractor agree that, in the event of conflicting 'interpretations of the terms or a term of thIs Agreement by or between any of them the issue shall be subm'Ifted to mediat'lon pdlor to the institution of any other administrative or legal proceeding. Mediation proceedings in'Riated and conducted pursuant to thi's Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the 61'roult court of Monroe County. 2.4, SEVERABILITY If any term, covenant, condition or provision of this Agreement (or the application thereof to any c4ircumstance or person) shall be declared inval'I'd or unenforceable to any extent by a court of competent junsd1cflon, the remaining terms, covenants, conditions and 4 4 provisions of this Agreement, shall not be affected thereby- and each remaining term, 17 covenant, cond'ition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent perm'Itted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The County and Contractor agree to reform the Agreement to replace any stricken provi'slon with a valid provis'lon that comes as close as possible to the intent of the stricken provision. 25. ATTORNEY'S FEES AND COSTS County and Contractor agree that in the event any cause of action or adminIstrative 4 proceeding 'I's iniltlated or defended by any party relative to the enforcement or interpre-tafilon of this Agreement, the prevailing party shall be entitled to reasonable aftorney's fees, court costs, investigative, and out-of-pocket expenses, as an award against the non-prevalfing party, at all levels of the court system, including 'in appellate proceed'ings. 26. ADJUDICATION OF DISPUTES OR DISAGREEMENTS COUNTY and CONTRACTOR agree that all OISPLItes and disagreements shall be aftempted to be resolved by meet and confer sessions between representatives of each of the parties. The CONTRACTOR and COUNTY Representative shall try to resolve the clairyi or dispute with meet and confer sessions. If thelssue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by th'is Agreement or by Flohda law. This Agreement is not subject to arbitration. This provision does not negate or walve the provisions of Paragraph 14 or Paragraph 21 concerning term*inatiiion or cancellation. 27, COOPERATION In the event any adminIstrative or legal proceeding is'mSfitLded against either party relating to the formation, execution, performance, or breach of this Agreement, County and Contractor ag ree to pa rficipate,to the extent req u i I red by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. County and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to th'is Agreement. 28. BINDING EFFECT The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and Contractor and their respective legal representatives, successors, and assigns. 29, AUTHORITY Each party represents and warrants to the other that the execution, delivery, and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. Each party agrees that it has had ample opportunity 18 to submit this Contract to legal counsel of its choice and enters into this agreement freely, voluntar'fly, and with adv'Ice of counsel., 30, CLAIMS FOR FEDERAL OR STATE AID Contractor and County agree that each shall be, and is, empowered to apply for, seek, a nd obta 1 n federal a n d state fu nds to fu rthe r th e p u rpose of th*Is Ag ree ment.Any condifio n s imposed as a result of funding that affect the Project Will be provided to each party. 31. PRIVILEGES AND IMMUNITIES All of the privileges and Immunifies from 11"abillity, exemptll'ons from laws, ordinances, and rules and pensions and relief, disability, workers compensa-flon, and other benefits wh'Ich apply to ® activity of officers, agents, or employees of any public agents or employees of the County, when performing their respective functions under th'Is Agreement W`thin the territorial limits of the County shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the County. 32. LEGAL OBLIGATIONS AND RESPONSIBILITIES This Agreement is not intended to, nor shall it be construed as, refieAng any participating entity from any obligation or responsibilityimposed upon the entity by law except to the extent of actual and timely performance thereof by any parficipat'I'ng entity, 1n which case the performance may be offered *Insat"Isfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be construed as, authorilzing the delegation of the constitutional or statutory duties of the County, except to the extent permi'tted by the Rorida constitution, state statute, and case law. 33. NON-RELIANCE BY NON-PARTIES Non-Delegation of Constitutional or Statutory Duties. No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or aftempt to enforce any thilrd-party claim or enfitle-ment to or benefit of any service or program contemplated hereunder, and the County and the Contractor agree that neither the County nor the Contractor or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherWise indicate that any particular individual or group of individuals, entity or enfit'I'es, have entitlements or benefits under this Agreement separate and apart, inferior to, or supeflor to the community in general or for the purposes contemplated in this Agreement. 34m ATTESTATIONS Contractor agrees to execute such documents as the County may reasonably require to a include, but not limited to, a Public Entity Crime Staternent, an Ethics Statement, Non- Collusion Statement, and a Drug-Free Workplace Statement. 19 35. NO PERSONAL LIABILITY No covenant r agreement contained hereinr agreementr r I and no r, officer, agent, or employee of Monroe County shall Agreementbe liable personally on Wis r be subject to any personalr Agreement.accountability by reason of the execution of th*Is Agreement36. EXECUTION IN COUNTERPARTS xcounterparts, regarded as an or'01nal, all of which taken together shall constituted the same Agreementinstrument and any of the parties hereto may execute th'Is counterpart. Section headi'ngs have been 'Inserted 'in thIs Agreement as a 37-v SECTION HEADINGS of convenoience of reference 1 , is agreedr iAgreement Agreement.and W111 not be Used 'I'n the 'Interpretabon of any provision of this 38. PUBLIC ENTITY CRIME STATEMENT " r .on or affiliate who has been placed on the conActed vendor list following a conviction r a publicfiby crime rcontract to provide any goods or services to a public entity, may not submit a bid, proposal, r reply on a contract With ic entity for the constructionr repair of a public bUiRding or public work, real property r perform workcontractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact thresholdthe r iFlorida , for CATEGORY TWO r a periodr r llst,If Agreement39, MUTUAL REVIEW This n carefully reviewed by Contractor and the County. Therefore, Agreementthis r r party on the basis of authorship. terms40. INCORPORATION 0FRFP DOCUMENTS The re iricorporated by reference contractr performance41. ANNUAL APPROPRIATION The County's i r this kqreement an annual appropriation by the r rw In the event that the County funds on which this Agreement is dependent are withdrawn, this Agreement is term'Inated and the County has no further obligation under the terms of this Agreement to the Contractor beyond that already incurred by the termination date. 42. COVENANT OF NO INTEREST County and Contractor covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 43. AGREEMENTS WITH SUBCONTRACTORS In -the event that the Contractor subcontracts any or all of the work 'M th'I's project -to any third party, the Contractor specifically agrees to "Identify the County as an additional insured on all 'insurance policies required by the County. In addilfi'on, the Contractor specifically agrees that all agreements or contracts of any nature with his/her subcontractors shall include the County as an addilfi'onal 'insured. 44. FEDERAL CONTRACT RE EMENTS The CONTRACTOR and 'Its subcontractors must follow the provisions, as 4 a applicable, as set forthi'n 2 C.F.R. §200.326 Contract provisions and Appendix 11 to 2 C.F.R. Part 200, as amended, 'Including but not limited 44.1 Davis-Bacon Act, as amended (40 U.S.C. §§3141-314-8). When requi'red by Federal program leg*islation, which Includes Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Secur'Ity Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program and Transit Security Grant Program, all prime construction contracts in excess of $2,000 awarded by non- Federal entities must comply with the Davis-Bacon Act (40 U.ISS.C. §§3141-3144, and §§3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Cover"Ing Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage aetermination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. If applicable, the COUNTY MUst place a current prevailing wage determination issued by the Department of Labor 'in each soliciltation, a copy of which i's attached hereto as Exhibil't "C" and made a part hereof. The decision to award a contract or subcontract must be conditioned Upon the acceptance of the wage determination. The COUNTY must report all suspected or reported violations to the Federal awarding agency. When required by Federal program legislation, wholch 'Includes Emergency Management Preparedness Grant Program, Homeland Secudity Grant Program, Nonprofilt Security Grant Program, Tribal Homeland Securilty Grant Program, Port Security Grant Program and Transit Security Grant Program (it does not apply to other FEMA grant and cooperative agreement programs, 'including the Public Assistance Program), the contractors in contracts for constrMfion or repair work above $2,000 in situations where the Davis-Bacon also applies, must also comply With the Copeland "Anti-Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 CFR Part 21 "Contractors is Building or Publ'I'c Work Financed in or in Part by Loans or Grants from the United $V . As requi 3 red by the Act, each contractor or subreciplent 'is prohibited frorn inducing, by any means, any person publicemployed 'in the construction, completion, or repair of otherwisethe compensation to which he or she is suspected or reported violations to the Federal awarding agency. (1) ., The contractor shall comply with U.,S.C. § 3145, and the incorporated by reference into this (2) Subcontracts. The contractor or subcontractor shall 'insert in any subcontracts the claUse above and such other clauses as the FEMA may by appropriateinstructions require, and also a clause requiring subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses., (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 6.12. Additionally, in accordance with the regulation, each contractor and SUbcontractor must furnish each week a statement with respect to the wages the subcontractors to inClUde these clauses 'in any lower ber engaged in work covered by the Copeland Anti-Kickback Act and the Davis-Bacon Act during the preceding weekly payroll period.The report shall be delivered by the contractor or subcontractor,, after , to a representative of a Federal or State agency 'in charge at the Site of the building or 44.2 Contract Work Hou nd SafLt�LStandards Act (40 U.S.C. §§3701-3708), Where which includes all FEMA grant and cooperative mechanics or laborers must comply with 40 U.S.C.§§ 3702 and 3704, as SUPplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. §3702 contracts awarded by the COUNTY in excess of$100,000 that involve the employment of each contractor must compute the wages of every mechanic and laborer on the basis of a standard workweek of 40 hours.Work in excess of the standard workweekis permissible the basic rate of pay for all hours worked 'in excess of 40 hours in the workweek. The requirements of 40 U.S.C. 3704 are applicable to construction work and prov0de that no laborer or mechanic must be required to workin surroundings or under working conditions, which are unsanitary, hazardous or dangerous., These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission . Compliance with the Contracl Work Hours and Safety Standards Art. (1) Overtime requiremerits. No contractor or subcontractor contracting for any part of the contract work, which may require or involve the employment of laborers or mechan'l'cs shall require or permit any such laborer or mechanic in any workweek in wh*lch he or she is employed on such work to workin excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek., (2) Violation;fiabilit for unpaid wages;liquidated damages. In the event of any Y violation of the clause set forth 'in paragraph Contractor and any subcontractor responsible therefor shall be liable for the unpa'I'd wages. In addRion, such contractor and subcontractor shall be I'll'able to the United States (M the case of work done under contract for the Distdict of ColumNa or a terd'tory,, to such DIstd'ct or to such territory), for liquidated Damages. Such Uqu'ldated damages shall be computed Wifth respect to each IMMIdual laborer or rnechan'l'c, including watchmen and guards, employed in valolabon of the clause set forth 'in paragraph (b)(1) of 29 C.F.R. §5.5, in the sum of $27 for each calendar day on wh'I'ch such -indIMI'dual was required or permilfted to work In excess of the standard workweek of forty hours w`fthout payment of the overtime wages required by the clause set forth 'in paragraph (b)(1) of 29 C.F.R. §5.5. (3) Withholding for unpaid wages and liquidated damages. The Federal agency shall upon its own action or upon written request of an authorolzed representative of the Department of Labor w'I'thhold or cause to be w'I'thheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federal ly-ass isted contract subject to the Contract Work Hours and Safety Standards Act, which 'I's held by the same prime contractor, such sums as may be determilned to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and fiqu'l'dated damages as provided 11'n the clause set forth in paragraph (b)(2) of 29 CYR §5.5. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in 29 C.F.R. §5.5, paragraphs (b)(1) through (4), and also a clause requiring the subcontractors toinclude these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in 29 C.F.R. §5.5, paragraphs (1)through (4). 44,3 Riahts to Inventions Made Under a Contract or 69,reement, If the Federal award meets the definiltion of "funding agreement WO under 37 CFR §401.2 (a) and the recipient or subreciplen't wishes to enter into a contract Wth a small business firm or nonprofit organization regard'l'ng the substItution of parfles, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recip'l'ent or subrec'01'ent must comply with the requirements of 37 CFR Part 401, "Mights to Inventions Made by Nonprofit Organizations and Small Bus'iness R'rms Under Government Grants, Contracts and Cooperative Agreements,$t and any i'mplemenfing regulations 'Issued by the awarding agency. 44.4 Clean A'1r Act (42 USC, §§7401-7671g.) and the Federal Water Pollution 23 Control Act (33 U.S.C. -4 251-1112Las amendedl. Contractor agrees to comply with all applicable standards, orders or regulat'lons issued pursuant to the Clean A*ir Act, as amended (42 U.S.C. §§7401-7671q)and the Federal Water Pollution Control Act, as amended (33 U.S.C., §§1251-1387) and Wil report violaflons to FEIVIA/Federal Agency and the appropr'I'ate Regilonai Office of the Environmental Protection Agency (EPA). The Clean A*Ir Act (42 U.S.C. §§7401-7671q.) and the Federal Water Pollution Control Act(33 U.S.C. §§1251-1387), as amended, applies to Contracts and subgrants of amounts in excess of $150,000. The contractor agrees to include these requkements i*n each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA/Federal agency. The Con-tractor agrees to report each vilolation to the COUNTY, Understands, and agrees that the COUNTY w'fll, in turn, report each Vl'olafion as required to assure notificat'lon to FEMA/Federal Agency and the appropriate EPA Regional Office. 44.5 Debarment and Sug§pe slon Executive Orders 12549 and 12 A contract award under a 0covered transaction" (see 2 C.F.R. §180.220) must not be made to part'les Histed on the government wide exclusions *In the System for Award Management (SAM), in accordance with the OMB guidel'Ines at 2 C.F.R. Part 180 that 'implement Executive Orders 12549 (3 C.,F.R. part 1986 Cornp., p. 189) and 12689 (3 C.F.R. part 1989 Comp., p. 235), "Debarment and Suspens'I'on" and the Department of Homeland Security's regulabons at 2 C.F.R. Part 3000 (Nonprocurement Debarment and suspension). SAM Exclusions conta'I'ns the names of part'I'es debarred, suspended, or otherwise excluded by agencies, as well as parfies declared 'Ineligible under statutory or regulatory author-'I'ty other than Execufive Order 12549. SAM exclusions can be accessed at www.sam.Qov. Contractor *is required to verify that none of the contractor's princ'lpals (defined at 2 C,F.R. §180,.935) or its affiliates (defl'ned at 2 C.F.R. §180.905) are excluded (defined at 2 C.F.R. §180.940) or d'Isqualified (defined at 2 C.F.R. §180.935). The Contractor must comply w'I'th 2 C.F.R. pt� 180, subpart C and subpart C, and must include a requirement to comply with these regulationsin any lower 'tier covered transaction it enters 'Mto. This certification is a material representat'l'on of fact relied upon by the COUNTY. If 'it is later determ'I'ned that the contractor did not comply with 2 C.F.R.. pt. 180, subpart C and 2 C�F.R. pt. 30005 subpart C, in addft'lion to remed'ies avaflable to the COUNTY, the Federal Government may pursue available remedies, includ'ling but not limited to suspension and/or debarment. Bidders or Proposers agree to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C,F.R, pt. 3000, subpart C while this offer 'I's valid and throughout the period of any contraGt that may arise from this offer. The Bidder or Proposer further agrees to include a provision requiring such compliance in 'Its lower tier covered transact"ions. 0 44.6 B ntl-Lobbying Amendment (31 UISIC. j 1352 Contractors that apply or bid for an award exceeding $100,000 must file the required cerfilficatilon. Each tier certifies to the tier above.that K w'fll not and has not used Federal appropriated funds to pay any person or organization for'Influencing or attempting to 'Influence an officer or employee of any agency, a member of Congress, offlicer or employee of Congress, or an employee of a member of Congress 'in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352. Each tier MUst also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from 24 tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency. If award exceeds $100,000, the certification, attached hereto as ExhWit "D" and made a part hereof, must be signed and submifted by the CONTRACTOR to the COUNTY.) 44.7 C-o-MR11ance with Procurement of Recovered Materials as set forth,,,,,,,'1n 2 C.F.R. 200.322. CONTRACTOR must comply with Section 6002 of the Solid Waste Disposal Act, as amended, bythe Resource Conservation and Recovery Act. The requirements of Section 6002 'Include procuring only items designated in gui l i it denes of the Envonmental Protection Agency (EPA) at 40 C.F.R Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the "Item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000- procun"ng solid waste management services 'in a manner that maximizes energy and resource recovery-, and establishing an affirmative procurement program for procurement of recovered materials 'Identified in the EPA guidelines. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated 'Items unless the product cannot be acquired 1. Competitively within a firneframe Providing for compliance with the contract performance schedule" 1 2. Meeting contract performance requirements; or 1 At a reasonable price. Information about this requirement, along with the list of EPA-designated items, Is a va flable at EPA's Comprehensive Procurement Guidelines website,l hftps-,//www.epa.gov/smm/comprehens'ive-procurement-gu'l'deline-cpg-program.The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal 44.8 Prohibition on Certain Telecommunications and Vi'deo SuOrMel'i lance SerD 0 ces or Egu'lpment as set forth 'in 2 CeFoRs § 200.216. Recipients and subreciplents and their contractors and subcontractors may not obligate or expend any federal funds to (1) Procure or obtain-, (2) Extend or renew a contract to procure or obtaim or (3) Enter 'Into a. contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (1) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video SUrve'lliance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hilkvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (11)Telecommunications or video surveillance services provided by such entities or using such equipment. 25 (111)Telecom rnu nicabons or video surveillance equipment or services produced or provided by an entity that the Secretary of' Defense in consultation Wfth the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or othervVi'se connected to, the government of a covered foreign country. 44m9 Domestic Preference for Procurements as set forth ln 2 C.F.R, L�00,322, The COUNTY and CONTRACTOR should, to the great extent practicable, proAde a preference for the purchase, acquisition, or use of goods, products, or materials produced in the Un'Ifted States (Includ'l'ng but not II'mited to it aluminum, steel, cement, avid other manufactured products), These requirements of this section must be 'Iftluded in all subawards includirig contracts and purchase orders for work or products under federal award. For purposes of thIs secfion: "Produced 'in the Un"Ited States" means, for iron and steel products, that all rnanufactudng processes, from the 'Inil-fl'al melt"Ing stage through the applilcatilon of coafi'ngs, occurred the Unked States. "Manufactured products 1 means 'Iftems and construction materials composed 'in whole or 'in part of non-ferrous metals such as aluminum" plastics and polymer-based products such as po1yA'nyl chloride pipe- aggregates such as concrete" glass, *Including optical fiber-, and lumber. 44ol 0 Amerlcan.s with DIsab'I'lltoles Act of 1990. as amended ADA).The CONTRACTOR Will comply With all the requi-rements as *imposed by the ADA, the regulat'lons of the Federal government 'Issued thereunder, and the assurance by the CONTRACTOR pursuant thereto,. 44,11 Disadvantaged Business Enterpr1se QBEJ POH9y and Obi'lluatlon, It is the policy of the COUNTY that DBE's, as defined 'I'n 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in wh ole or I n part with COU NTY fu nds u n d er th i s Ag reement. Th e DB E req Wrem ents of applicable federal and state laws and regulafions apply to this Agreement. The COUNTY and its CONTRACTOR agree to ensure that DBE's have the opportunity to participate in the performance of this Agreement. In this regard, all rec'l'pilents and contractors shall take all necessary and reasonable steps in accordance with 200321(as set forth in detail below), applicable federal and state laws and regulations to ensure that the DBE's have the opportunity to compete for and perform contracts.The COUNTY and the CONTRACTOR and subcontractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant to this Agreement. 2 C,,F.R. §.............2,00.321 CONTRACTING WITH SMALL AND MINORITY BUSINESSES, WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS A. If the CONTRACTOR, with the funds authorized by thIs Agreement, seeks to subcontract goods or services,then in accordance Wfth 2 C.F.R. §200.321,the CONTRACTOR sh al I take the following affirmative steps to assure that mlnod'ty bus"inesses, women's business enterprises, and labor surplus area firms are used when2MLposs*ibIe. B. AffirmatIve steps must include: (i) Placing qualified small and minor'I'ty businesses and women's business enterprises on solicitation lists-, (2) Assuring that small and minority businesses, and women's business enterprises 26 are solic'Red whenever they are potential sources', (3) Divid'Ing total requ"irements, when economically fea.sible, into smaller tasks or quantities to permit maximum partilcipabon by small and m'lnorlty businesses, and women's business enterprises, (4) Establ"IsNing delivery schedules, where the regMkftMgpLpg[92Ls, which encourage part'I'cipation by small and minority businesses, and women's business enterprises, (5) Using the services and assistance, R P of such organizations as the Small Business Administrabon and the Minority Business Development Agency of the Department of Commerce. (6) Requ'Iring the Pd'me contractor, 'I'f subcontracts are to be let, to take the affirmatIve steps l'I'sted 'in paragraphs (1) through (5) of th'Is section. OTHER FEDERAL ANDIOR FEMA REQUIREMENTS (as applIcable) 44.12 Access to Records. Contractor/Consultant and the"ir successors, transferees, assignees, and subcontractors acknowledge and agree to comply With appi'leable provisions governing the Department of Homeland Secur'fty (DHS) and the Federal Emergency Management Agency's (FEMA) access to records, accounts, documents, I in-format'l'on, facflifies, and staff. Contra(;%tors/Consultants must: (1) Cooperate with any a Compliance revi ew or compla'int 'invesfigaflon conducted by DHS- (2) G'I've DHS access to and -the night -to exam*ine and copy records, accounts, and other documents and sources of'information related to the grant and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicable laws or program guidance; (3)Submit timely, complete,and accurate reports to the appropriate DHS officials and mainta'in appropriate backup documentation to support the reports. 44-13 DHS Seal o Contractor shall riot use the Department of Homeland Secur'Ity seal(s), logos, crests, or reproduction of flags or likenesses of DHS agency officials without specific FEMA pre-approval., The Contractor shall 'Iftlude this provision 4 in any subcontracts. 44,14 Changes to Contract. The Contractor understands and agrees that any cost resulting from a change or modification, change order, or constructive change of the agreement must be with'In the scope of any Federal grant or cooperati've agreement that may fund this Project and be reasonable for the completion of the Project. Any contract change or modificafil'on, change order or constructlive change must be approved in writing by both the County and Contractor. 44.15 COMP ance with Federal Law, Regulatmons, and Executive Orders. This is an ,ft I I acknowledgement that FEMA financial ass'I'stance may be used to fund all or a portion of the contract. The Contractor Will comply will all appl'Icable federal law, regulations, executive orders, FEMA policies, procedures, and directives. 44-16 No Obfigafl'on by ederal Government. The Federal Government is not a party to this .1............................. Wfflfflfwm contract and is not subject to any obligafions or liabilities to the COUNTY/non-Federal entity, contractor, or any other party perta*InIng to any matter resulfing from the contract. 44.17 -Program Fraud and False or Fraudulent Statements or Related Acts. The Contractor acknowledges that 31 U.S.C. Chap. 38 (Admin'I'strative Remedies for False 27 Claims and Statements) applies to the contractoft actions pertaining to th'is contract. Ilil:,1:11'',I'll'! 111 Pl 11!1%1� 4 $ 9a 44.18 E ill ''y&tte. in accordance With 1: Stat., See. .M` Beginning January 1, 2021 448-0195,the Contractor and any sub-contractor shaH register with and sh611 utifize tile U.S. Department of Horn0and Security's ENerify system to venlify the work authorizabson status of aH new employees hired by the Contractor during the term of the Contract and shall expressly require any suibcontractorsperforming work or providing servs I ces pursuant to the Contract to likewise utifize the U.S... Department of HomMand Security's E-Verify system to verify the work authorization of all new employees N'red by the subcontractor during the Contract term. Any subcontractor shall provide an affidavit stating that the subcontractor does noit employ, contract with, or subcontract,with an unauthorized Wien. The Contractor shall comply with and be subject 'to the provisions of Ral. Stat., Sec. 448.0195. 44.19 1�f this Agreement 'is funded by the Florida Department of Emergency Management (FDElA),, the Contractor W01 The bound by the terms and coniditions of any appfilcaWe Fed eraHy-Funded Sub-Award and Grant Agreement between the Counity and the Raiddia Division of Emergency Management (Division). 44-1 �f appHeabi4e,the Contractor shall hold the Division and County harHess against all claims of whatever nature arising out of the Contractor V1 s performance of work under this W Agreernent, to the extent allowed and reqwred by law. 45t UNCONTROLLABLE CIRCUMSTANCE Any delay or falilure of either Party to perform its obtigations under this AqIreementwiH be excused to thle extent that the delay or failure was caused directly by an event beyond such 13arty's control, without such Party's fault or negfigence and that by 'Its inature could not have been foreseen by such Party or, if it could have been foreseen, was unavoldlable,: (a) acts of Giodlill, (bi) flood, fire, eafthquake, explosion, tiropicM storm, hurricane or other r -' , es declared emegency 'in the geographic area of the Project (c) war n in, s ivaslo hotiH . iti (whether war 'is declared or not), terrodst threats wl acts, Hot, or other civil unrest 'in the geograph's'lc area of the Project, (d)government order or law 'lin the geographic area of the Project, (e) actions, embargoes, or Wockades in effect on or after -the date of this. Agreementili, (Oiaction by any q rk 4n the geographic .overnmental author'Ity pirohib"ifing wo i area of the Prod ecQeach, a "UncointrollaWe Circumstance"),, CONTRACTORS financial inability to perform, changes 'in cost ior avaRability ofmater'Ws, components, or services, rnarket condifisons, or suppfier actions or contract disputes will not excuse Performance by Contractor under this Section. Contractor shaH give County wriften notice withUri 7 days of any event or circums-tance that is reasonaWly fiWy to result in ain UncontrOaWe Orcurnstance, and the anticipated duration of such UncontroHable Circumstance. Contractor shaH use all diligent efforts to end the UncointrollabIe Circurnstance, ensure that the effects of any Uncontrollable Circumstance are mi,nimized and resume Ul performance under this Agreement. The County will not pay additional cost as a result of an UncontroHable Circumstance,, The Contractor may Wy seek a no cost Amendment for such reasonable time as the Owners Representative may determine. 46. ENTIRE AGREEMENT U This wdting embodi4es the entire agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or wriften, with reference to the subject matter hereof that are not merged herein and superseded hereby. Any amendment to this Agreement shall be in writing, approved by the Board of County Commissioners, and signed by both parties before 'it becomes effective. 47. FINAL UNDERSTANDING This Agreement is the parb'es' final mutual understanding. It replaces any earlier agreements or understandings, whowther written or oral. This Agreement cannot be modified or replaced except by another w6tten and s'lgned agreement. [REMAINDER OF PAGE INTENTIONALLY LEF-r BLANK] [SIGNATURE PAGE TO FOLLOW] 2"9 IN WITNESS WHEREOF, COUNTY and CONTRACTOR hereto have executed this Agreement o day and year first written above in one (1)counterpart, each of which shall, without proof g for-other counterparts, be deemed an original contract. 23 BOARD OF COUNTY COMMISSIONERS MADOK, CLERK OF MONROE COU OWOO" 104 By: By: As Deputy Clerk Mayor Date: 7-0 Z-0.7,4 Witnesses for CONTRACTOR: CONTRACTOR: GARY'S PL ' ING AND FISg P1 1 -"low By:-- r ,t,.++ri+' ....wv' hoft- ed to Signatuk of person"L -Sign---------- legally.. ind CONTRACTOR J1 Data r Print Name Print N"­'ie_*'and Title Address:-..,,.",a, �t 21 Si hatu,re FL 3309 0 Aq a4l A I-of, 3o5 Daife -Print Name Telephone Number, X) Date motsm qquNTy ATTORNEY&$OFFICE t pip �s Td PA` E.ASLESLL DATEt!WTATMyfflORNEY : ------ .-1 16 EXHIBIT "A" SCOPE OF WORK 31 EXHIBIT "A!' SCOPE OF WORK 1� Speciffl'cations and PayMents to Contractor.. The Contractor shall hold a current Florida License, in compliancewith Fla. Stat. Secs. 633.318, 633.521, and FAC 69A-46: Fire Protection Systems Contractor and Water Based Inspector. The Contractor shall be available twenty-four(24) hours per day, dute hundred sixty-five (365) days per yeat, The Contractor all'be at the site of the Fire Protection System malfunction within five (5)hours of veibal,emai I,or text notification by the County. The Contractor shall provide an after- hou-rs contact person and phone number. The County,upon award of the contract, shall provide a contact persort and phone number for building and equipment access,. I? Bid pn'ces shall include a complete program including inspection., testing, maintenance, and repairs in accordance with all guidelines 'Issued per the adopted FPC - Flon'da Fire Prevention Code,, 7th Ed. 2020, by reference NFPA 25, 2020 Ed, (FFPC adopte d F.S. Sec. 633.202 and FAC 69A-3.012 for the fire suppression spfinkler systems including associated piping and equipment at the fac i I-ities listed 'in the Scope of'Work below. m Total Service Coverage,, Contractor provide all parts, tools, 'labor, accommodations, and transportation required to provIde for the inspection, testing,,maintenance, and repairs per NFPA 25, and schedules as well as keeping the equipment in proper operating condition to protect against unpredictable repair expenditures as well as ensure reliability and efficiency.Note: No oral interpretations will be made by the Contractor as to the meaning of referenced NFPA 25 docurnents. Contractor shall request 'Interpretations through the Monroe County Contract Monitor. Monroe County Fire Marshal or his / her designee shall provide In writing tormal code Interpretations. 1. The Contractor shall Provide FacHities Maintenance and the Monroe County Fire Marshal with the annual inspection schedule. 2. The Contractor shall coordinate allm' spections wit-h Facilities Maintenance,Monroe County Fire Marshal, and the County's current Contractor -for 'Its Fire and Panic Alarm Annual Certiflcation,Maintenance,and Monitoring of the County's systems. The Contractor and the County's Fire and Panic Alarm Contractor shall coordinate placing the systems 'in a "Test" mode during any inspections. 3. The Contractor shall document each on-site service call orinspection and furnish the Contract Monitor with a copy showing time in and out, date, and a brief description of activity. Work orders for on-site system preventative maintenance will list the inspection date, individual to report to, equipment identification, equipment location, work to be performed, and any specloal instructions, Additionally,an electronic copy of all annual lonspections shall be sent to the Monroe County Fire Marshal. 4. The Contractor shall 'Include written findings, corrective actions, and recommendations within the Quarterly Inspection Reports. Whenever 32 4 4 0 4 @ 0 permitting and/or engineering services are required for rep airs/replacements, the Contractor shall submit to -the County the Contractor's actual certifflied. docuinented costs for such services and shall invoice the County for reirnbursementof onlysuchcost, 5. All documentation shall be submitted by the Contractor to the Monroe County Contract Monitor with the Contractor's Invoice for payment. The County shall pay the actual cost of parts and matefials, excluding freight, equipment rental, tax amounts,and,services supplied by others purchased from the manufacturer,plus fifteen percent (15%), to fulfill the obligations of the Contract. Freight, equipment rental, tax amounts, and services supplied by others shall be reimbursed -for amounts charged, A manufacturer's invoice -must accompany all requests for payment. Frei&invoices must accompany all orders that require shipping or transportation of parts,whether the part i's under warranty or riot. Contractor shall submit to County invoices no later than twenty-five (25) days after inspections/repairs with supporting documentation acceptable to the Clerk. Five Year, Aimual, 4 Semi-Annual, and Quarterly inspections shall be submitted in arrears with supporting reports. If any ma)or deficiencies are found., the County must be notified in ,wn'ting within forty-eight (4.8) hours, otherwise reports must be submitted within fifteen (15) days of'Inspection date, Contractor shall submit to the County rep-air invoices with supporting documentation acceptable to the Clerk, atcompletion by the Contractor of the repair and said work approved by an appropn'ate County representative,, to be paid at the earliest date possible following completion of the repair. Acceptability to the Clerk, is based on generally accepted accounting principles and such laws, rules, and regulations as may govem the Clerk's disbursal of funds. Monroe County's Fiscal Year 6 31h 0 is October P" through September 3( All outstanding invoices must be submitted for payment within ten (10) days of the end of the Fiscal Year to avoid non-payment for those services. Major Component Failure or System Breakdown In the event of a major component faiture or system breakdown, the County shall have the option to request from the Contractor only,a proposal/quote for replacement equipmentin an amount that could exceed Five Thousand and 00/100 Dollars ($5,000.00). Any proposal. over Five Thousand and. 00/100 ($5,000.00) Dollars, up to and including Ten Thousand and 00/100 ($10,000.00) Dollars, must be approved and signed by the Division Director and/or the County Administrator. Any proposal over Ten Thousand and 00/100($10,000.00)Dollars,-up to and.including Forty-nine Thousand Nine Hundred Ninety-nine and 00/100 ($49,999.99) Dollars, must be approved and signed by the Division Director and the County Admimstrator. Sc2gLg,fWork*, The Contractor will provide all labor,supervisloll,equipment,parts,tools, trawisportation,services,, and incidentals and supplies for Fire Protection Systems, Preventive Maintenance, Repair, and Emergency Service Calls for van'ous buildings located in the Upper, Middle, and Lower Keys. 33 Reguirements of Contractor a) Perform one, five (5) year inspection test, one (1) annual 'inspection and flow test of the Fire Pump,one(1)semi-arinual and two(2)quarterly-fire sprinkler system inspections and testing per the latest edition of NFPA 25 at the following locations: a. Monroe County Detenti'on Center 5501 College Rd., Key West, FL 33040 b. Harvey Government Center 1200 Truman Ave., Key'West, FL 33040 c. Lester Bufld'ing 530 Wh'Itehead St., Key West,, FL 33040 d. Monroe County Courthouse Annex/Old 411 S02 Whkehead St., Key West, FL 33040 e. Marathon Government Annex 490 63rdSt. Ocean, Marathon, FL 33050 f. Plantabon Key Jail 53 H'I'ghpdI'nt Rd....Tavern'ler, FL 33070 g. Marathon it 981 Ocean Terrace, Marathon, FL 33050 b) Per-form one, five (5) year inspection test, one (1) annual inspection, one (1) semi-annual 4 and two (2) quarterly fire spn'nkler system inspections and testing per the latest edition of NFPA 25 at the following locations'. a. Monroe County Historic Courthouse 500 Whkehead St., Key West, FL 33040 b. Monroe County Sheriff Administration Building 5525 College Rd., Key West, FL 33040 c. Dept. of Juvenile Justice Building 5503 College Rd., Key West,, FL 33040 d. Bayshore Manor 5200 College Rd., Key West,, FL 33040 e. Freeman JustIce Center 302 Fleming St., Key West, FL 33040 C Murray Nelson Government Center 102050 Overseas Highway, Key Largo, FL 33037 g. Monroe County Fire Rescue Station No., 17 10 Conch Ave., Conch Key, FL 33050 h. Monroe County Fire Rescue Station No. 13 390 Key Deer Blvd., Big P'Ine Key, FL 33043 34 W i Monroe County Fire Rescue Station No., 8 6180 2nd Ave., Stock Island, FL 33040 j. Joe London Fire Training Academy 56633 Overseas Highway, Crawl Key, FL k. Bernstein Park 67515 1h St., Stock Island, FL 33040 1. Monroe County Fire Rescue Station No. 11 (new) 22352 Overseas Highway, Cudioe Key, FL 33042 m. Marathon Library (new) 3490 Overseas Highway, Marathon, FL 33050 c) Dun'ng all inspections: clean spfinkler heads as needed, conduct maintenance of FDC/Siamese, PIV/OS&Y, and. extemal above ground pi'ping as needed, and s-ubmft proposals to replace sprinkler heads, piping, and mai"n supply when needed. EXHIBIT "Bly APPLICATION FOR PAYMENT DETAILS ,36 APPLICATION FOR PAYMENT DETAILS DATE: INVOICE NUMBER, ARRIVAL TIME:, ................................................................................. DEPAKrURE LOCATION: ROUTINE: REPAIR: ............... % PARTS AND MATERIALS COSTS ITEM DESCRIPTION UNIT PRICE QUANTITY SUB-TOTAL ................. ............... 3................................................................................................................................................ ................. .......................... ............. ......................... ................................................................................... ..... ........................................... ...................... ................... PARTS &MATERIALS SUB-TOTAL 1.5% INCREASE ON ABOVE PARTS &MATERIALS $ SERVICES SUPPLIED BY OTHERS (arnount charged to be reimbursed) .......................................................................................... FREIGHT CHARGE(amount charged to be relmbwsed) $ TAX CHARGES (amount charged to be reins se $-----------------------------—-------- PARTS & MATERIALS TOTAL LABOR AND EQUIPMENT COSTS Regular HOURS Mechanic @ $ SUB-TOTAL S HOURSMechanic&Helper S...................................................................................................... SUB-TOTAL $.................................................... --Regular HOURS Helper alone or additional Helper @ S....................... SUB-TOTAL HOURS cc sic @ $ SUB-1"'OTAL Overtime HOURS Mechfuilc & Helper @ SUBOTCYFAL ................................................................. ........-Overtime HOURS Helper alone or additional Helper @$_, SUB-TOTAL $ LABOR AND EQUIPMENT TOTAL $ TOTAL $ DESCRPTION OF WORK: Date Authorized Signaturc/Title *Contractor must provide a copy of Invoice/Receipts for manufacturer's cost of parts& maten'als, freight for transportation/shipping costs, equipinent rental amounts, taxes,,and services supplied by others. 3 7 EXHIBIT "C" DAVIS-BACON WAGES STATEMENT 38 EXHIBIT &SC51 D"MmBACON WAGES STATEMENT "Gene 1 Decis"'."Lon Elumbero, FL20210022 09/10/2021 ?00022 Superseded General Decisi.oj,-,t Nuer ,: FL"le:�VZ11 Cons tri,,,i,cti,on Txy-v,-)e - Bul' .1ding C_,o unt y: mo r-i r o cza,, Co u n t v 'i n FP 1 or.'.'.d a.. .1 BUILDING %e.`,1.0NSTR:UCTI0N PROJE'C"'TS (does not j_nr',,,v1ude single 1 :-%s f-zlmily hor,.,ies or aparfC.-men'..Is up t•o and 1.nclud i­ig 4 stork"".. Note ,: Under Executive Order (E(_­,'_J!) 1.3E.,�'5,8, an hourl.y mi.mi-.mum w a g e o f $10 . 9 5110 f o r c a 1 e n d a.r y e a r 2 0 2.1.111 a p p 11' te--,A,s t.o a.-J,,.-J. contz"acts sublect to ti-i,-e Da,vi.,&.",>-Bacor,,, A(:.,t f(,­,,r w1­i,1' c.1,,i tt�i.e fz,,vontract. "is avira.-cded (,-.--ind, einy sol.i,citation was issije,d) on o.T-., after January 1, 2015 ,,, 'jv'.'f this 'is covereA, by thie EO,f the contractor must pay a.1.1 workEn%l 17 S 'in ar-iy class:i.ficati-or-i listed, on this wage at least $10 . 9.5 per hour (or the appl.lcabl.e wage rate listed. on thi.s 'wage determina,tio.i-.�,, if lit is foy_­ al,].. hoi.,1,rs spent performing on th(,,i�,- cont1P.,C-,­1.__..L 1' n caler,ida:r.- year 2021 . 1 f ti-,t 1.S cont.ract 'is covered 'by the 'EO amd a. classiricat ram,c ..tla coi-,isl..dered x-iecessary for performance of wor'k on t1l,e contract does not appear on this wage e contractor imust pay worker,( in 0­ialtt clas s 1 ficati oni at, least, t1ie wage :t­ate determined, through t:,he c.:,.,onformance process , 297" 5 ) ( ) th m uset, fo.�.ft.h in C1. R . 5 (a1 (.11) (or eEOainimumage rate, J_f it Ls rs higt iei._­ than -the con-forimied. wz,�,,ge rate') The EO minimum wa-ge rate: wi-1.1 be aditi,4:3,ted, anmially - E)lease note tYiat EO applies to the above-rner<.-itiol­led -types of conitracts entered. into by- federal government 1---l.hat are _il does not., 3u.b3ect to the "E"')avit..s-Bacon Act ltself,- 'but. apply to contracts su'bJect only to the Davls...n a acon ekn Acts, _`t,.ric,1,uding those sei.: forth at.. 2 9 (,,",FF'R. 5 . 1 (a) (2) - (60) j contractor req,t.,ii' rem.ents and Addit-ion-al. Lnf 0 r'ITUu!'t,�_o n o worker protect i.oiis, under the EO 'is ava.,J-1able 39 at www .(,qrjl gov/whd/�.,-,� 19,pvcontracts Modi I-ricati.on 'Flubli rcation Date 0 01/01/2021 1, 01/22/2021, 3 07/09/2021. 4 09/10/2021 ELEC'�"0349 Ott 00,3 09/01/2021 R a, e s Fr ' inges *IW*1"AUM VAM 0"4ww M"IV"4'"VW 141M 4" 'uuAm x+.eaxea 141V-——————————————--- --————————— ENG7-0487 mini.004 07/W /2013 Rates F I'r i r)gq e s All C"raries Over IFi Ton C ai p a c i t y.0 19, 0 * 0 0 6 0 0 01 Mk, 01 @1 19, 0 0 .9 0 0 $ 2 9 .. 0 0 8 . 8 0 Y�:,,ard Crax-ie, Hydratil-ILC C r;,:'i n e J C a p a c .,'fir y, 1,5 T o.n, ar d,tnt'W 2 2 , 00 8180 .......--- -------------- ------xuuur IR,C)N O 207 2-004, 1 0/0 1120 20 Ra t,,,e s F nd.n g,e s q IRONWORKERr ST.R[J("I T T,,J RA L, A t,,,4 D RE I NI,-,,"OR I N G $ 25 '7 9 13 . 34 -,""","Am,A., " W. -...- .... w-------.................... ........ PIAIN0365.......004 06/01/2021 Rates E r �.trv� g rk-, 1',,'A.I N''I."E."14',.,oq• B.-ru s h 0 n 1 y $ 2 2 3- ']L.2 , 3 8 ------------ ��"MW%MW WA-""MMd k W"w W� &AM,AMAV,"Alm XAW� Am,'mm�-- -------- SFFL90821-001- 07/01/2 021 Ra t>e s F r 1' ri jes 40 Q R TW'T'r 1 Il J l 7""4 T '?�-T,:Kl 0 K AL E Tq! ' i0I�u3 �wn, .� I rl' y nr ll�0 61,7 4"Q X-i'k (L��r s S H E E (0 3. 42.'- 0 0 3 12 0 1. 2 0".1. Rates Fringes WORKER (11VAC, Duct Imt e 0, i 11, 23 . 5 12 . 18 SUFL2009F-01X59 0,5-,/2-2/2009 z g E�IS 9 p t . s FJ- "-I- I '%--A' R P E N'T E R $ 1 5 * 0 8 07 CEMENT M.M30N/CONCRETE K N I S H E R'£b' � �' a"' 11.2 , 4 5 0 . 00 FCPIEN(-""E E R E T 0 R 9 * 9 4 0 � 00 LABORER# Coicrmr"�o-,Y-l. or Gerierral ft* ft* . . o $ 8 . 6 2 0000 J.'> p tn L A BO R ER: 1 1'z:,i y er $ 1-0 , 45 0 1 ,100 0 P E P,M'O R B a,c kh cD e-. /E x c a.v a,'t o r 1-6 . 98 0 , 00 O PE RA T OR... P av e r (A s p hia,1 t Ag,g r e g al.,e and Concre't,e) $ 9 . 58 0 . 00 OPERATOR: Pt'irn IV. 11 0 0 0 . 00 P A UN lf'T E R.f*y Roller and Spray. 1-1 21 0 , 00 3l 2 . 2 7 3 . 33 J a I II1,D I­J IV 'g I T'I IV R, C ompos.i't,i o r,�i.;t H o t, T r a,n d , , el" a 1, P 1 Y'.)1n. 4, M -0 $ 4 # 3 3 0 , 0 0 SHEET METAL WORKER,, Exc';ludes HVAC D uct, In-stalla.-t art on . . . . . . . . . . . $ 14 , 41 3 6 1, TRUCK DERO-MER, Incltac'les Du,r'np a n d 10 Y a.r d li a,u-L Aw a y $ 8 , 00 41 ­­--1 1.--­.1-1----­­--1­---I--I-O ,,�,�,'WM*-------------------------- WELDERS -- Receive ratr;a presc'.-r-l',bed for craft per f rasAAR operatiot"i to whj,,(.-.ih. w(.�_�-ddl..i­ig ,i,,s jb I.J 't. U 3 n g P ai_d 1.7,x(e t v e uraer ,a,bl 4"D k p S j-s 1, V 4- L a v,e f().r IF"eF.-,rdt.e.r a 1 o n t.­r,gam c't r 1.:3 a,,?,,,, i. e Is o a c o n a,c t Is 14 r-a h,e Da vi.s B-c o n, A c F'o r w I i 1-�t �t:`,hL e c o 11 t.:i".,a c t 3L IS D1 S 1,11C-1.0 o n, w a s 1 s: u A f r a.w a rk,-,1,e d. "a. d a In,v s o"I c 1'.t a ri 01.o -r-gn r,In by the EO, k-January i, 2. k.,.n,.:.i..,s a is co-To,:� 1 F 1, � the 1,,,.ontJ,_-a-(,.­,.tor m,�,ist. pz-ovide e m p_11-o y e I e" w I 1,.,n .11. h o u r o XF a,,i a s 1' e C-v e f o e v e r y ck A u In,o u rs 1--hev w,o, _-L-k Ii.:o 56 ho-.,A-',r o p a3.a s..Ick leave ea-C-11h Year . E Ir J_0 Y%.& N� d so .ck for m, ees MuSt 'ne perm:L`._-:tt,,ed 1,Nj UU23,r,-�.'� Z�3i�1 J_ J_ P P, - neds,1,h,e own, illni..z.,ss, inlury or, ol-h=-r 11 e a 1 1_-:n, a .ed e t, 1...nchi.alng e.-,1.are ,- to ass_'Ls'C,._ a family for ps ' kr't I eoy .�,) A- Seronwhoislie failyCIo me�, io ..L- p_L i r"i­i tj cl r h ars o t h e r 'h e a 1 It'l-i e 1 a-L e d na.eeds, inclt,�iding, -care ox­ for rea.sons result ing f rorrii, or to assist a family (o t, perso.n. w1--to 1.1'.'ke -to the erytployt,,�e) who a vi' ctl"r�,i of', r..1,r,.)Tmest-.1' c vlolence, sexti-a)... assault, or stalkii,",i(,,". 3 1 1 j Add, LtJona.l ' r­iformation coi-.i,L­x.*ka­.(,,-­tor revquir(:,,�ments work.-er protect 'ur,tdei_­ the EO q ` 1,.--,,i,b1e at www. dol . gov ' " " 1,c; a.v a 1 w r".�c:i/g o,i c o n t r a t s Unlisted, n-eed-ed foT-,, wo.rk not- J._nc1.i.,i,,ded " IttiAt-, t-f-ie scope �,:)..f the classifications listed may be added wl, 1, L af-ter award. or-il y as provided ." r--i -t,.I,).e labor Is tanda.rds cox tract clatis cas (29CTRI 5 . 5 (a.) (1) t".a dY2NL WM.-­------o The body of each wage determ.2".nation list:.s thf (:.,lassir`ication and. wage 'rates that have been fo-i-ind to be " lLy"ic), for tYie c ' 'ted type (s) of' cc:)nstruct ' ' n t I).,e preval 1 3-c,.>n 1 area c-,overed by tYie wage determinatJ,.,ori . T.Yie clM.7iss.,-'.'Lf-.'Lcat,-i'.,01.."IS are 13sted in. alpl­iabetical order of' ""Identifiers"" -t'hat .I-n Cj,-I-C at W 1­1 t 1-i..( r t.h e p ar t 1'.c ti 1 a r :r.-,a t e 1' s a u n 16 ,rz),n. r a t e cu rr..e n-t n 1' o r"i n e g o t i a t e d ra t e f'o r .1.o c a.1 a SU r v e y r 1:_-, 42 0".� (we.igl.­cti'z��d av�,4 rag(-z�n rate) or a Uj.0)_,Ji,,on aver,age (weighted 1,3 1"I.i.on a,verage n�-ite) Union Ra t e I d enti,fie rot.'s A fc;iur letter classiLtication abbreviation icleritif.:L(,�r er).closed 'in dotted beginnij."Ig WIth. c-,h a r a ct er s o 1-.,t e r than. or PN Ana"" denotes that-. 'the union classif-ication and rate -were preva_i I.1' nrc j for that I:,,.,xamr.)Ie - PLUMOIS)8­001`,�'ion -'.n tIr"IlIcEll survey , J., -W 0 7/0.1,1201 4 , P LI(JM I.dent-JL,'j.,i.,,er o f' '- p­v- xaI 1" r�j j­he s- rv -y tor thiE.he un.-Lon wpm.evJ11-ed . L. ue .s which aLn s e x amp 1 e Umbe- or dpoi£' sl­r cft cou.nc-',-,,- 0198 indl(".,at-es ',--.he '.1ocal- u-n)'..o n n, .1-' a- 1_� 3 n,ler ww.e ep T)q'� -W l 0e,CPy 'hxt,bhel applicab-L1 . Lw-on LOca19 . T .,e S r­j Iv­iex-.�.:­_ nur,'ibelf, 005 in the., exai-itip].e. L _J_n'C.,,.er_na_I numbe.-I.- used R f -lW.ie -1 -k +-I. , 'I -Y 10 1- 12 0"L 4 1,s i A processing 1 or, o�. .,.ne wage deteI..-m_'6na4CA Of" 1-1,jph rr�,OS,t cl',rxer t nego'l- ated rat"e, w h i tc,.h e Jf.4:"ective date J_ A 11 k-I J_ J_ J_ 4 in t-..,iis examp , e is u 1 y 1 2 n., OF ij ­ates are updated to ref lect all ✓r�-,ite Un,:,i..on prevc-�ci.. wage i.. changes in co 11.ec 1:1 J..'�;,e bargaining agreement. (CBA,) g o v,e r r,t i r­i q t h.i s c,�1 a s s 1' :[1' c a t i o n. a n-d r a.t e S i_i r v,e y R,a, (-,,- I d,e n t i f i e.t s ' fClassifications td ir idntiier indiczits nceh e that no one rate prevailed for thisc­; c..1assification in tl-ke stir­r�),ey and, tl-.�ie published rate "is deri-med by' compl-'Iti,ng a wel.dr ghted, a,%,,YcaArage r�,-ate baseci, on a_11, th,e rates re"Ported in -k.-Jie f o z,- tk.iat cl a ss-if-i c ation . As tc.,-ni s we]Lght krone d average rate Inc.'D.,,.-.!des a1l ratews report.-.ed ..I'.n the survey, ']_'t- ntay 1ricl'i,,ide bol:'1h i..,inion and non--union rates . Example .. SULA2012-007 5/13/2014 . STJ indicates the rates are survey e�. - rates based, on a we.' ghted averac ior,,i o'.E., rates an-d'. :1 je calculat ' are not ma-lority r,-'at-es . LA indicateL>> tI­ie State of' Lo-i-iii-siana . 2012 '3'...s the year of survey on wh.ich. these class.i.JJ.-Cations and rates are based. V-)-e r­�.ext number, 0,017 In t_Iie mix ax­rAple, i s an nurr�ber �., ecl- J_n, producing the d( termi-na-t rod-or), ixiiddcates t1ie s,urvey coiz-ip,leti.on date 't!'or the classifications and -rates wid-er that I' d ent ifi e-r, 4_3 AC' C t Stir,vrey wag(-:�, rates are riot updated and remai,n in unt i,. n e w §wr v e y :L s c o n rzi u ct e d Un io Ave rage I d e nt *1 f ir r s (s) j_ics_"tk.­,(,�:�.`d under .Jie UAVG ideritif.-ier.," i.,nai..ca,,te -lz.ha,t no s."Lngle rnajority rate prevz.iiled for those ci.ass,ifica.tlorisll 1-iowever, 1,00% of ttie da,ta repoi_­ted for- thc-.� EXAMPLE -o U,AVG.-­-0H-0010 classitic,c _,ions wc,"Is uni,on deat,�.a, 0 /2 "2?0,'1 G ' C -L , - " is 89,/ _L4 . UAV ]`..rid1Etes thlrIt ra,..-,e ia we.J_ghted, e S t�-4,- 21 , - C, I.Ce . The next U.nion :E*11.1v4,=�.,rage rrate . C.)EI ".ndi.-c-,ates n1,Jm.ber,, 0010 .'-n the example, 'is an i,nternc.-1. 1 nu:rft.11,_a�er L],sed. 3-.n proQui,,,:'(1,na U-Ile wage de'tera.ry�t,'I.r-t,a.t 'i,or"i . (),kE4',;'/29/20.14 .'indic a 4.---e s he survey cr..-)mPletion CiLal.te for the e,--,,-lass 'lil- 'lcat,"-- 'ions and rates under that identifier . A UAW'."." ra, Cle will be updat­-,ed once a year, tisuaL.Ly ' n January of each year, to reflect a weidr gl­ited wvrerage of the cur-rent neg,otJ.'...ated/(".1.BA ratle of. -ttie un.I',(,--)n lo(,.-.yals frorn. whicl­i the rate 'Shea b-a.s e d. _.W------------------------�M,Ma-&M.MO WMA----------- % AP!'XEALS P11MCESS WAGE Thi tcSl 1 . ) Has t-1 h ere b ee n a n de c i si,on i r:i t h e m a t terffi can be a n e x i s-tin g 1:.),Lib l is'ned tvtage deteratinat mow,on a survey underlyi.ng, a wq'ac�'e. (,-.,,.1e.termi.na,ti.on a Kage and, Hour Dillision letter, setting forl_h a pos:t.tion o n a wa,ge de-ter[TI 1"n a.t i'Lon rr,ta,,At_J_er ry a conformance 3additi,onia-.1 classiflcat,ic,)n and, rate) ruling iP 0 il On survey re lated rtitatters, ini.ti.,.al con .-.�.act, i,r,,tcD,.idi_..ng k I 4: requests f(,-,)r sti,,tarriar,".i..es oj._ s�. tirveys, shou,.11A be with ttie Wagc,,, and. Hout, R,eg1k,,)na.1. Officf�?, for thr�.,!. -area in whic",T'i ti'ie stlrve�y I was cor'idticted bec�ai.ize t'l-iose Regional Offi,ces have Jbi_'Lity for the Davis­Bacork survey prograrri. If 1,JJ,e r es p o n s I rcn,-sponse frorri thi' .!�-,�; iril. a 1, c o n't a c t Is riot satisL3,ctory, th e n t h e process described in 2 . and 3 .. sT-iould b e f ollowed, 44 T-1 -`ma v 1. 1) regard. to a,.ny other matter riot, yet ripe for the for�'� ii t process described, here, ,,i-nitlal contact should be w.i t1­1 t h e n s t r i.,i o n Ka mar e t.e r rnl, a t"l.0 Il 531 W r i t e t o Br a nch of C o ns t ruct.ion Wage Wag(z,,� and Flour Divisi-on. [J . S a ent, Deprtin o f Labor, 2 0 0 C o r-t,s t 1 t 1 o ri Av e riti e, N W t uri, DC 2 0 2 10 i,on r- a n 2 . If the,, answer 'to thle quest ' n 1, s y e lnteres�'Lted Plr-_trtl-llv (the.-,,se af by tl-le action) Car'i reqi.-test, review and. ltfecons']'-derat ' on frorti tlie Wage ai-id Hou-r Aclu.41 1"11 s 1".r a t o r (See 2 9 CFR Part 1 . 8 ariCi .9-9 Cl.,,-;"R Part Wr ite o : d Waegk-,,-� C-Ind, HiC)uIr Admlnl.41--5tr-,.-'l.-.or U,,, S , DepartrnenTl.', of Labor 200 Constltuti(,Dri iAOvenue, N .W. Washingtor'),, DC 20210 ,,Mocn,1-1-t 0 f The request. sl"iould be �,-accomj.-)-&,..,r--il' ed li-�)y a fu,'l.-l. stallE.. n. tl'i.e iTiterested", 1.)artyls posit.iori i,,-)y any -Lnf'orynatiol^ (wage payment data, pro-Dect descript,.I-ori, area practice rctaterial etc . ) tli,at- the requestor considers relevar'll.: Uo 3 1 f t I,Ni e. d,e c i s i o n o f t,h e Adm J-n 1' s r a t o 1"" 1' S n o,t:. f'a v o r a b 1 e an interest-ed, r)&rty may appeal IL. -t-he A drruL n i s t.r a t 1' v e Review Board (formerly tlie Wage Appealc.-.; 1 Review Board U . S . Department: of Labor 200 Constit,uitiori Avenue, N.W. DC 2 0 210 c Jr4 . ) Allde .-.si-ons bythe 1oaared 'ENE) OF GENERAL DECISION" 45 EXHIBIT "Q" CERTIFICATION REGARDING LOBBYING as APPENDIL(_.A 44 C.,F,.R,,.PA.RT.18.--.CE.RTI.FIC.AT.10.N.REGARDING LOBBYING (To be submitted with each bid or offer exceeding $100,000) Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies,, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person -for 'Influencing or attempting to 'Influence an officer or employee of an agency,a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress "in connection with the awarding of any vedera� contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreenient, and 'the extension, continuation, renewal, amendment, or modification of any Federa� contract, grant, loan, or cooper"at"I'Ve". agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person forinfluencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee ofCongress,or an employee of a Member of Congress in connection with this Federal -contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form -to Report Lobbying," in accordance with 'Its instructilolls. 3. The undersigned shall require that the language of this certification be A included in the award documents for all subawards at all tiers (including subcontracts, sup ants, and contractS Under grants, loans, and cooperative agreements) and that all sup is shaH certify and disclose accordingly. This certification 'is a material representation of fact upon which reflance was pVaced when this transaction was made or entered into. Submission of this certification is a prerequiisite for making or entering into this transaction imposed by section 1352, Tiltle 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 -3 nd not more than $1.00,000 for each SUch fallUre. The Contractor; *7 erti ies or affirms the truthfulness and _ARKAI-911 114.Ic accuracy of each statement of rflftcation and d*isclosure, if any. In addition, P^_ the Con-tractor underst-, and agrees that the provisions of 31, U.S.C. Chap. 38,, Administrative Remedie,- fo.., False Claims and Statements, app�y to thi's certi-fica-flon and disclosure, if any.. ----------------------------------------- .......... ------------------------------------------------------------------------------------------ S'l-Mature of C_ ::tractor s orized OffMal ko ............................... N a ine ad'd iftle of tractoe uthorized Offic'W Date 4.7 DISCLOSURE Of LOBBYPiG ACTMTIES I` C CAMpli 11 7CUS-F SpIl M.DE C"L C)SE LO BB TO'211 1 U----S"C-1 v 1 3 5 2 1. T-typre,of Fedt,nmi-Ai ctiovw� I. Steitus-of Federml Actiom�:,, 3,. Repon Type: I i i-L c Mtn c 7 a.b A"O&-r 4PPAC ado m a I 'b, g-run Mi"'-Jbll`w1rd, chn-ugge- C. coo penlvp"*apeemem; C. po"-'t-uma d Yor'M-Iate-null Champ Only": "Vem- qmnzu f. Ion,'==:e ante vf Us t repan t. Namemd AiWess af',R rfi ng Entity t. If Rtpwrting Eubty,jm�N'O��4 i�',Subamrardee, IE mtn'Name a ud-Ad dr e s:.r.of P nme: ❑—I F Tier ff know-m- Cou esmi ism a]:his tnc flbown Camgr e sziD 10'a1'Di tn.( if kmowm ri 6. Federal.Depm `mwmt cy:� Federil,PrnVy xmN C"T DDA N"umb en,if nppplizcaj:Ae- n am ALward Am, t',f knoam: 10. a. N aund-LAA-dreg of Lobbv Enfir, b. InAnvid Is Perfar-ming Sle rmmts Y (11"iadMci al,1ast umine,&st name.''y iad&I,ASS Lf'-O f.-:- m 12 On) (mi-a-ch Cam" abon Sheer(s.'-IMMI �i.ffner. mvr) I L A.minumt-of Pacy-mont(chmm'k-&H ffiat'app't -), 1A. Type,,o f P aymeM 'hhmt A i hat apoty) F—Imp-mal F7,P-:hmed F—I a, re-rainer irjrie-dmef�p- 12.- Form.of Pan wmt,(check all tkat apply"Y: Cv c C( 'm i-1 pion F❑ b, m-k-iin-1. ,spec li-.f"Nr: nara,A-, pi defeTred f" Othu-,Specify, 14.- Brj.ef'lie rnpIjamn-of Sendces P ens mr,med', a..to b*pe-rform-4",aud.'Evate<z)o_f Senrice.,imcluding otficeT(s),,emplqrWs),or member(s)cam-tacted,,fw Parrmut ImAicati-,id"',in-Item 11: (all-n-ch Cattimmtza Shleev,'s)ifiae-ceiiiary) 15.- attached': Yes F—I xo F] 2n.fx=,a 6 an,mq zA,i,-A -.� n,fcm it,v wizod,Fry Titl;37.US.C.Soic"U'lim 131`2 Tm- -r. cl I-Obbliag 'Sjpjwnus: mbzncocmm-r.p Law:ad b w dw,tiar mlb w.�&wlm-ku.tmmuollk-u 1011 Pm r 11:1 amp- mpomd to C cagma r.i m-milabIG,6w y'cifnat S 10 w'X.05 -I,=S I Yi,00 0,in'ga C'h'.-Uz.-'n ELLwgi. Tale-�hme IN-0. "C-ate: Authenzed feir Stan-bud,Fa LLL- 2-6c PART-2fC 0 U STY 48 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,I I I _,whether subawardee or prime Federal recipient,at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C.section 1352. The filing of a form is required for .such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published bythe Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name,address,city,state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,,subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks"Subawardee"then enter the full name,address,city,state and zip code of the prime Federal recipient. Include Congressional District,if knolAn. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name,if known. For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements,loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1(e.g., Request for Proposal(RFP)number,Invitation for Bid(IFB)number,grant announcement number,the contract grant.or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes,e.g., "RFP-DE-90-00 1." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or S. 10. (a)Enter the fall name,address,city,state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b)Enter the fall names of the individual(s)performing services and include fall address if different from 10(a). Enter Last Name,,First Name and Middle Initial(MI). II. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity I it I I I _ (item 4)to the lobbying entity (item 10). Indicate whether the payment has been made(actual)or will be made(planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box. Check all boxes that apply. If payment is made through an in-kind contribution,specify the nature and value of the in-kind payment. 13. Check the appropriate box. Check all boxes that apply. If other,specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s)of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s)or employee(s)contacted or the officer(s)employee(s)or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s)is attached. 16. The certifying official shall sign and date the form,print his/her name,title,and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction,, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information,, including suggestions for reducing this burden,,to the Office of Management and Budget,Paperwork Reduction Project (0348-0046),Washington,D.C.20503. SF-LLL-Instructions Rev.06-04- 90<<ENDIF>> 2-6d PART 2/COUNTY 49 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statutes, Sec. 287.087, hereby certifies that: W (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2, Inform employees about the dangers of drug abuse in'the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3 ve each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal,the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes*) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program -if such is avallable 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 irm fully with the above requirements. -------------- ----------------- (Proposer'',Signature) Date: ............. STATE OF: F1 OIL I'd a. COUNTY OF: 0 n Sub-scribed and sworn to(or affirmed)before me,by means 0 'S al presence or 0 online notarization, name of on Ck (date) ............... affiant). He/She is personally known to me or has pooduced iftitification)as identification. NF6 A T1 177 T" C 4 11D #H H 011 ommialon#H H 0 11177 2 A" PUBL v C 0 7 1 I E%plres Juno 232024 6 ww Ttyu Troy sh Im was I woe SoMW Vn Ymy Fain lowwft 604& My Commission Expires: PROPOSAL FORM 00120-Page 35 of 95 LOCAL PREFERENCE FORM A. Vendors claiming a local preference accordingance 023-2009, as amended by Ordinance 0 5 and 025-2015, must compi e.,this form. :67 Name erg esDate:ne : �y ......... ..,.�... .... ....... .....,... .. ...... .....`.... T .. ... .....i ..... "i Does the vendor have a valid receiptfor the business tax paid to they Monroe County Tax Collector at leash one(1)year prior to the notice of requestfor bids or proposals? furnish 'k 2. s the vendor have a physicalbusiness address located hn Monroe Countyfrom h ch the vendor gates or performsbusiness on a day to day basis that is a substantial component the goods services being offered to Monroe County? \ji' `. -------------- (The physical business address must be registered as its principal place of business with the Florida Departmenttare for,at leastone year prior tothe notice of requestfor bid or proposal. 10 A A )esf d List Tess 3 It f' TelephoneNumber: ..............3t6 ;M�p-b 01Z.............................................................................................................. ................................................. .......................................................... B. s the vend contractor in n subcontract ore of the goods, services-,, or construction to local businesses meeting the criteria above as to licensing andlocation? } If yes, please e: 3 Copy of Receiptthe business . x paid to the Monroe County Tax Collector by the sub-contractordated at least one(1) year phor to the notice or request for bid or proposal. .Subcontractor's physical business address withinfrom is the subcontractor operates, (Thy physical businessTess must be registered as its principal placebusiness with the Florida Department of State s year notice of requestfor bids or proposals) Tel. Number Address Print Name. A ......... ......... Sign and atur.'' TitleAuthorized n for Bidder/f4esponder STATE COUNIXOF'. . a sc rr bed and swo rn to ern- before me by m ean ss of physical presence r El online notarization, affiant). He/She is person fly known to me or has produced --------------------------- ( y iidentification)as idenfi c 6 0, TIFFANY FOLKx. ' q, 11"ARY PUBLIC BWdW En Troy FWn My Commission Expires- FO - Page 36 of 95 PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for pUblic entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construc%on or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perforin work as a contractor, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided ]in Section 287.017, Florida Statutes, for CATEGORY TWO for a penod of 36 mon-ths from the date of being placed on the convicted vendor list." I have read the above and state that neither Proposer's name) nor ................. any Affiliate has been placed on the convicted vendor list withir t last thirty-six (36) months. ............................................. .......................................................................... ( n ) Date', 14 A STATE OF: Ok d -------------------------------------- -------- COUNTY OF - .. ........................--------------------------------------------------------------------- Subscribed and sworn to (or affirmed) before me, by means of physical presence or 1:1 onfine notarization, on (date) by -------------------------------------- ----------------------------------------------------- ----------------------------------------------------- (name of aff i-ant). He/She is personally known to A me or has produced (type of' identification) as ------------------------------------------------------------------- ------------------------------------------------------- -------------------------------------------------------- identiffication. TWFANY FOLKS -—--------------------------------------------------------------------------------------------------------------------------------------------- * ttCOMMMIN N 14H 0 11177 ExOres June 23,2024 PUBLIC BOOM 1° Troy Fain Mama MU&J019 (SEAL) My Commission Expires: PROPOSAL FORM 00 12 0- Page 37 of 95 VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS gi ai)Pr 'ect Descdpfion(s) J_4A ... lu M A I&, 17A C Respondent Vendor Name: ­...................... ............... ................. Vendor FEIM Vendor's Authorized Representative-Name and 'Htle: Address: C11,1011P __U111._.._'_ -1................................................................ CRY44 State. Zlp Phone NUMber: 305 ota%,, ................ 7_ Emall Address: ............... .......................... .....................................Section 287,135, 1.0'lorida Statutes prop ib'sts a co-mpany from Widding on, sub in. a proposal for, or entering into or renewing a Contract for goods or services of any amount if, at the terr of contracting or renewal,the company 'is on the Scrutinized Comparnesthat Boycott Israel List,created pursuant to Section 215.472,51 Florida Statutes, or 'is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also pro hi bits a Company from b idding 011�S Libini W&ng a proposal for,o r enter rito or renew I ng a co ntract for goods or services of$1,000,000 or i-nore, that are on either the Scrutinized Companies with Activities Stidan List or the Scrutinized Companies wit'I't Activities 'in the Iran Petroleum Energy Sector Lists which were.created pUrSUant to s.2 15.473, Florida Statutes,or is engaged in business operations in CUba or Syria,, As the person authorized to, sign on behalf of Respondent, I hereby ceffify that the company identified above, in -the Section entitled"Respondent Veridor Name" 'is not fisted on the Scrutinized Companies that Boycott Israel List or engaged in a boycon of Israel and for Projects- of'$'1,000,000 or more is not.listed on either the Scrutinized Companies with Activities in Sudan Ust,the Scrutinized Companies.with Activities in-the Iran Petroleurn Ener I I,gy Sector List,or engaged in business operaflons 'n Cuba or Syria, I un de-rstand that pursuant to Section 287.1351 Florida Statutes,the submission of a false certificat'son may sul ect company to civil penalties,attorney's fees,and/or costs. I furthel'UndeNstand that any contract with the County i-nay be lei Tninated, at the option of the County, if the comp�my IS fOUnd to have submitted a false certification orhas been placed on the Scrutinized Conipsakes that Boycott Israel I...ist or engaged in a boycott of Israel or placed, on the Scrutinized Companies with Activities ill SUdan I..,ist or the Scrulinized Comparkies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria. Certified By: �_CeA 76M wl-to is authorized ........... ...................................................................... ........................................................................................................................ to sign on behalf of the above �`,renced company. Authorized SignatUre: J)7j L Print Name: A-6 71 kesoi O?A ...........­,­...................................... ................................. Note: The 'i - ent Serv'1.ist are.avai fable at the following Department of Managesn I ces Site: htq? �0( I I �,c I-.Li,�'wWxkr..di-ns.ni'�florida.coi-rVb'Lisine,,i,.�-�o x�rat�ion ea,_slate UrchasingZygpdor 'nformaflon' ony'ded SLIS i Li a iscritn' -Lc m awj,,s vendor hms PROPOSAL FORM 00 120- Page'.38 PROPOSEPVS INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIREMENTS Worker's Compensation Statutory Limits Employers Liability $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease Policy Limits $100,000 Bodily Injury by Disease, each employee General Liability, including $500,000 Combined Single Limit Premises Operaborls Products and Completed Operations Blanket Contractual Liability Personal Injury Liability Vehicle Liability (Owned, non-owned, and hired vehicles) $300,000 Combined Single Limit If split limits are preferred: $200,000 per Person $300,000 per Occurrence $200,000 Property Damage Builder's Risk Not Required Performance Bond Not Required Hold Harmless, Indeminffication, and Defense., Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, Contractor shall defend, indemnify, and hold the COUNTY and the COUNTY's elected and appointed officers and employees harmless from and against (i) any claims, actions, or causes of action, (ii) any, litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (Including death), loss, damage, fine, penalty or business interruption, and (Iii) any, costs or expenses that may be asserted against initiated with respect to, or sustained by, any indernnified party by reason of, or in connection with, (A) any-activity of Contractor or its any of ernployees, agents, contractors, or other invitees d ur ing the term of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of Contractor or any of its employees, agents, sub-contraclors, or other invitees, or (C) Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs, or expenses anse from the intentional or sole negligent acts or omissions of the COUNTY or any of its employees, agents, contractors, or invitees (offier than Contractor). The monetary limitation of liability under this contract shall be equal to the dollar value of the contract and not less than $1 million per occurrence pursuant to Fla. St at., Sec, 725.06. The limits of liability shall be as set INSURANCE REQUIREMENTS AND FORMS 00 130- Page 43 of 95 forth 1 n the insurance l rements incl uded 1 n th is Sectioa causes of action, litigation, ings, costs, or expenses relate to eventscircumstances that occur during the termthis reement, this sectionill survive the expirationr this Agreementr any earlier termination of thisAgreement. In the event that the completion of the project (to include the workothers) is delayedr resultsuspended as a tr failure r r maintain the requlrinsurance, the Contractorshall indemnify the County fromall increased expenses resulfingr such 1 . Should any claimsiris the COUnty by virtuen r ambiguity in the plansspecifications r ided by the Contractor, the Contractor agrees and warrants t the Contractorl r l l indernnify it rall losses occur-ringll further claimr action t to The extent of liability limited r lessened by the insurance rr contained within thi's AGREEMENT, PROPOSER'S STATEMENT l understand theinsurancewill be mandatory if awarded the contractill complyr with all of the requirements r l .. l fully accept the indemnification and hold har l t to defend as set outin thisproposal.. Ac( PR0P0__ ;ER. . . Signatur.. .. .. { S INSURANCE lREMENTS AND FORMS 00130- Page. N DATE(Ml DOM C"R CERTIFICATE OF LIABILITY INSURANCE- 09l1412021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHT'S UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICA4­1TE HOLDER. IWO If t +DR- Date t er an oy eS must D on orse subject to the terms and Conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not Confer rights to the certificate holder In lieu of such andorsom nt(al): PHONE PRODUCER NAME: Amanda Harvin 941.242-9619� 941.242-9621 PGI of West Central Florida,LLC �I ;- (NCB N*)• 3809 E S8 64 +od DRESS; a�rnal°da p it fist.. ntratflo°datcorn INSUR9R(S)AFFORDING COVERAGE N/iIIC 0 Bradenton FL 34208 INsuReR;.. 8rldgefield Employers Insurance Company w 10701 INSURED INSURER B: Gary's Plumbing and Fire,Inc INSURERC: 6409 2nd Terrace INSURER D Ste 1 INSURER E: Ike West FL 33040 INSURER F COVE C RTIFI AT NUMBER- REVISION NUMBER: 'THIS tS TO CERTIFY"THAT THE,POLICIES OF I N SURAN C E L I T D BELOW HAVE,BEEN ISSUED TO THE I SV RE D NAMED D ABOVE FOR THE POL10Y PERIOD INI)IC TED. NOTWiTHSTANDING ANY REQUIREMENT,TERM R CONDITION:DID ANY CONTRACT OIL OTHER DOCIUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY Be ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED IBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDJT(ONS OF SUCH P ..ICIE S LIMITS T HOWN MAY HAVE BEEN R EOU OE E 'PAID CLAIMS, TYPE OF INSURANCE POLICY NUMBER IMAMID R. LIMITS I�i$D 'M'�'D COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE 1 OCCUR _PREMISES(En oommn $ � ............... ... ..................... MEa EXP(Any one person) $ PERSONAL. ADV INJURY S .... T GENERAL AGGREGATE #,, G1EN!_AGGREGATE LIMIT APPLIES PER: 3 PRO- PRODUCTS-C4MPlOP AGG POLICY7 JECT° L M, °. OTHER-. Cmm.. AUTOMOBILL,� tip 10 5 2 0 (Ee er�erml` s BODILY INJURY(Per person) S ANY AUTO . ALL OWNED SCHEDULED w _ n �, BODILY INJURY(Per accddent)' S AUTOS AUTOS °° "°� NON-OWNED (Pat a= sit) $ HIRED AUTOS AUTOS UMBRELLA LIAR OCCUR P EACH 0CCURR5NCE EXCESS UAB AGGREGATE S CLAIMS-MADE DED RETENTION$ S _..- WORKERS COMPENSATION A STATUTE� ER AND EMPLOYERS'LIABILITY � ANY PROPRIETORIPARTNERIEXECUTIVE r N NIA 2022 E,L.5ACH ACCIDENT S 1,000,D00 A OFFICEWME,MABER EXCLUDE07 $3d-52315 D2lOL 12C�21 02IOb1 E1.DISEASE-EA EMPLOYE $ 1,000,000 (Nsndetary In MH) lT yyeess,desbe undsr DESCRIPTION OF OPERATIONS belowE,L.DISEASE-POLICY LIMIT 3 1,000,000 DESCRtPT oN or OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,AddMansl Remarks Schedule,may ba attached N mom space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY+OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELI'1lERED IN ACCOkDANCE WITH THE POLICY PROVISIONS. Monroe County Board of County Commissioners c/o PurchasingDe artment � A►UTHflRILED REPRESENTATIVE 1100 Simonton Sit.,€oom 2-213 Key West FL 33040 C.�-� ;Z_za�� 019 $.2014 ACO RD CORPORATION. All rights r owerved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD Client#:66814 GARPL DATE(MMIDDIYYYY) A CORD... CERTI F ICATE OF LIABILITY INSU RANCE 9114/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. WOORTANT:If the certificate holder Is an ADDITIONAL INSURED,the pollcy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder In lieu of such endomement(s). CONTAC PRODUCER !.�'NAJOF� T Amanda Usenbey PHO� Acrisure dba Gulfshore Ins-SF No 0. - 239 213-2803 .x1L 9 6�59-8�86 Ext:239 659-8867 AfC.W 4100 Goodlette Rd N E-MAIL Aiisenboy@gulfs,horeln!surance.com ADDRgA;�. Nap les,FL 34103 INSURER(S)AFFORDING COVERAGE NAIC 239 261-3646 Obsidian Specialty Insurance Company T6871 PISURER A INSURED WSURER it.Commerce&Industry 19410 Gary's Plumbing and Fire,Inc. INSURER C:The Travelers Insurance Company 36137 6409 2nd Terrace,Suite I INSURER D, Key West,FL 33040 INSURER E INSURER F COVERAGES CERTIFICATE 1N REVISION NUMBER:UMBER4: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS ANO CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY PF POLICY EXP RL.I�u LIMITS IIISR TYPE OF INSURANCE POLICY NUMBER W1DI1frM M MyyyylLTR INS IWVD. ........ X COMMERCIAL GENERAL LIABILITY A X X PTCGLOOOOOOD7800 08113/2021 08/1312022 EACH OCCURRENCE $i 000 000 X, C E OCCUR RENTED 000000 m,r I-i LAIPAS-MAD ._ X BI/PD Dad:21500 MEDEXP(My one verve)_$10,000 . PERSCNAL&ADV INJURY S1,000,000 ................__........................ ................................................................. GENrl_AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s2,000,000 POLICY PRO. LOC PRODUCTS-COMPIOP AGG s2,000,000 L X JECT "OTHER: t-0 i5 GLE LIMIT 1.000,0 C AUTOMOBILE LLAB1.17"Y X X BA05611775214213 08113/2021 08113/2022 CC" 00 8a accident) BODILY INJURY(Parr person) S X ANY AUTO OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY AUTOS HIRED x NON-OWNED PROPE CIE! Is AUTOS ONLY AUTOS ONLY [P*f UMBRELLA LIAO X OCCUR X X BE049327143 0811312021 08/11=0221ACH OCCURRENCE $5 000.000 X EXCESS UAS CLAIMS-MADE AGGREGATE $5,000,000 oED RETENTION S 1,SK OTH- S WORKERS COMPENSATION AND EMPLOYERS'UASMI[TY YIN ER --------------- ANY PROPRIcTOWPARTN EX F-WEwECUTIVE--- E-L,EAC14 ACCIDENT S CLUDED7 (Mandatory,in W4I NIA E.L.DISEASE-EA EMPLOYEE $ It te -under 10 . 5 . 2021 0 S��desaibe RIFTfON OF OPERATIONS below E,L.DISEASE-POLICY LIMIT S ---------------- ------ WAAM ...................... DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is mciul rod) Monroe County Board Of County Commissioners is included as Additional Insured in regards to General Liability,including ongoing operations,per form CG2010 0413 and completed operations per form CG2037 0413 on a Primary non-contributory basis per form CG2001 0413 and Waiver of Subrogation per form CG2404 0509. Additional Insured in regards to Auto Liability only as required by written contract perform CAF079 0817 Including Waiver of Subrogation.Umbrella follows forms. ---------- CERTIFICATE HOLDER CA CrELLATION -------- Monroe County Board Of County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WffH THE POLICY PROVISIONS. c/o Purchasing Department ---_-_ --- -1100 Simonton St.Rm.2-213 AUTHORIZED REPRESENTATIVE Key West,FL 33040 0 1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) 1 of I The ACORD name and logo are registered marks of ACORD AHLI 8 #S1724178IM1718211