Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Item C24
C24 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE u,.. 9 Mayor Craig Cates,District 1 The Florida Keys Mayor Pro Tern Holly Merrill Raschein,District 5 Michelle Lincoln,District 2 - James K. Scholl,District 3 ' David Rice,District 4 Board of County Commissioners Meeting June 21, 2023 Agenda Item Number: C24 2023-1132 BULK ITEM: Yes DEPARTMENT: Project Management TIME APPROXIMATE: STAFF CONTACT: Jordan Salinger N/A AGENDA ITEM WORDING: Approval of Change Order#4 in the amount of$16,712.65 and an extension of 288 days to the project completion date for the Pigeon Key Fire Suppression System Installation project. This project is funded by a TDC grant. ITEM BACKGROUND: The County is in the process of installing a fire suppression system on Pigeon Key. The diesel-powered fire pump package experienced a 6-month delivery delay due to supply chain issues from the vendor. The Fire Marshal is requiring the addition of a low-level alarm for life safety in addition tot he low level allarm to protect the pump. This change order also adds a water reclaim system to precvent the waste of fresh water when the fire pump is run once a week as required. Lastly, upon completion of all underground work, much of the sod on the island was disturbed. This change order includes all cost of work associated with the required low-level water alarm, water reclaim system, and sod replacement at a cost of$16,712.65 and is covered by the remaining TDC grant funds. the change order also extends the completion date by 288 days to account for both delivery delays for the pump and the phased completion of the project necessitated by the extended funding plan from all five DACs. PREVIOUS RELEVANT BOCC ACTION: 8/19/2020 - BOCC approval to award bid and execute a reduced scope contract with Gary's Plumbing & Fire, Incorporated in the amount of$468,000.00. 9/15/2021 - BOCC Approval of Change Order#1 to the contract with Gary's Plumbing and Fire, Inc. in the amount of$162,400.00 for the installation of the planned Fire Alarm System. 11/17/2021 - BOCC approval of a 2nd Change Order to the contract with Gary's Plumbing and Fire, Inc. in the amount of$499,937.50 for the fire pump installation and all final connections. 3/16/2022 - BOCC approval of a 3rd Change Order to the contract with Gary's Plumbing and Fire, Inc. in the amount of$244,500.00 for adding the water holding tank and the fire sprinklers and fire alarm scope for the Honeymoon Cottage and Commissary buildings back into the contract which is required to complete the project. 7/20/2022 - Rescind and replace Change Order#3 adding scope in the amount of$244,500.00 for the Pigeon Key Fire Suppression System Installation project. The original Change Order#3 was approved 1104 by the BOCC at the March 16, 2022meeting and incorrectly stated the contract total. CONTRACT/AGREEMENT CHANGES: Add scope and time. STAFF RECOMMENDATION: Approval DOCUMENTATION: Pigeon Key Fire Suppression System Reduced Scope Contract Fully Executed.pdf CO #01 (Fire Alarm Scope) Change Order_Gary's Plumbing_Executed.pdf CO #02 - Concrete Slab and Fire Pump_Executed.pdf CO #03 - Water Tank_HC and Comm Scope_Revised_Executed.pdf CO #04 - Garys Plumbing - Low level alarm—Water reclaim—Sod signed.pdf Gary's Pigeon Key COI exp 8.13.23.pdf FINANCIAL IMPACT: Effective Date: 6/21/2023 Expiration Date: 6/15/2023 Total Dollar Value of Contract: $1,391,550.15 Total Cost to County: $0.00 Current Year Portion: $0.00 Budgeted: Yes Source of Funds: TDC CPI: N/A Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: No If yes, amount: Grant: Yes County Match: 0% Insurance Required: Yes 1105 Kevin Madok, cpA 4� Clerk of the Circuit Court&Corn ptrol ler—Monroe County, Flodda ...........�r��- 0 DATE October 13, 2020 TO: Breanne Erickson, Contract Administrator Project Management FROM: Pamela G. Hanco�*. SUBJECT: August 19' BOCC Meeting Attached is an electronic copy ol'the following item lcor your liandliiW. CH Contract with Gary's Plumbing& Fire, Inc.in the amount of$468,000.00 for the installation of a Fire Suppression System for the Pigeon Key Historic Site Buildings; to be paid by Tourist Development Council Grant#1863; and Tourist Development Grant#2024. Should you have any questions please feel free to contact rite at (305) 292-3550. cc: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY PKIROTH 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 Plantation Key,Florid- 305-294-4641 305-289-6027 305-852-7145 305-852-7145 1106 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALIATION Agreement Between Owner and Contractor Where the basis of payment is a STIPULATED SUM AGREEMENT Made as of August 19, 2020 BETWEEN the Owner. Monroe County Board of County Commissioners 500 Whitehead Street Key West, Florida 33040 And the Conftactor: Gary's Plumbing and Fire, Inc, 6409 2nd Terrace; Suite 1 Key West, FL 33040 For the following Project: Pigeon Key Fire Suppression System Installation Scope of the Work The Scope of Work has been modified due to available funding and shall include, but not be limited to, all work listed below and detailed in the Project Drawings and Specifications. The Contractor shall furnish all labor, supervision, materials, power, tools, equipment, supplies, permits and any other means of construction necessary or proper for performing arid completing the Scope of Work, unless otherwise specifically stated. The scope of work is to: 1 A Provide and install 1000 gallon holding tank. Z Install underground fire supply lines to service all buildings. 3. Install underground alarm conduits for future install of required wiring at all buildings. 4. Test and inspect all installation, 5. Provide and install weatherproof, code-approved domestic pressure system to serve as a temporary, functioning, fire protection system for specified structures. a. Coated sprinkler head building locations and count: i. Classroom -48 ii, Bridge Tenders House—31 iii. Paint Foremen's House—42 iv. General Storage—8 v. Guest House—20 vi. Museum—25 vii. Staff Housing A—5 AGREEMENT 00500- Page 1 of 17 1107 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION viii. Staff Housing 8 - 15 6. Provide and install all fire sprinkler lines in galvanized steel with stainless steel hangers and all thread rod, 7, Provide necessary shop draw ngs and hydraulic calculations to determine all line sizes, 8. All sprinklers are to have protective cages to avoid damage and accidental discharge, 9. Mobilization via marine vessels should be anticipated as the Old Seven Mile Bridge is under active construction and within FDOT jurisdiction, Mobilization rage and methods other than boat, such as but not limited to spudding of barges, may require additional environmental permits at the expense of the Contractor. 10. Provide and install Fire Department Connections (FDC) at location indicated and approved by the Authority having jurisdiction. 11. Install yard mounted hose valve stations for firefighting personnel use, 12. Establish an electrical connection either to the existing (generator) power or the Single- Phase power that could potentially be installed prior to the completion Note: All materials used will be subjected to saltwater environment. All exposed hardware is to be stainless steel, All pipe to be salt water protected either by materials used Or special costing. ARTICLE 1 'The Contract Documents The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Proposal Documents, Addenda issued prior to execution of this Agreement, together with the response to RFP and all required insurance documentation, and Modifications issued after execution of this Agreement. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral, An enumeration of the Contract Documents, other than Modifications, appears in Article 9, In the event of a discrepancy between the documents, precedence shall be determined by the order of the documents as just listed, ARTICLE 2 The Work of this Contract The Contractor shall execute the entire Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others, or as follows, N/A ARTICLE 3 Date of Commencement and Substantial Completion 31 The date of commencement is the date to be fixed in a notice to proceed issued by the Owner. The Contractor shall achieve Substantial Completion of the entire Work not later than Ninety(90) calendar days after the date of commencement or issuance of a Notice to Proceed. The time or times stipulated in the contract for completion of the work of the AGREEMENT 00500- Page 2 of 17 1108 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION contract or of specified phases of the contract shall be the calendar date or dates listed in the milestone schedule, Liquidated clarnages will be based on the Substantial Completion Date for all work, modified by all approved extensions in time as set forth by the Director of Project Management's signature of approval on the Certificate of Substantial Completion. The liquidated damages table below shall be utilized to determine the amount of liquidated damages. FIRST SECOND 31 ST DAY& CONTRACT AMOUNT 15 DAYS 15 DAYS THEREAFTER Under $50,000.00 $50.00/Day $1 00.00/Day $250.00/Day $50,0 tag.00-99,999m 1 00.00/Day 200.00/Day 750.00/Day $100,000,00-499,999,00 200,00/Day 500.00/Day et WOO/Day $500,000.00 and Up 500.00/Day 1,000,00/Day 3,500,OO/Day The Contractor's rec darri es and sole reyleqy, Li§Leq V of _§L!_kLe OWner 1-1 FiW'a_n_extension of time on the Contract. Uncontrollable Circumstance, Any delay or failure of either Party to perforry'i its obligations under, this Agreement Wit be excused to the, extent that the delay or failure was caused directly by an event beyr)nd such Party's control, without such Party's fault or negligericra, and that by its nature could not have been foreseen by such Party or, if it could have been foreseen, was unavoidable: (a) acts of God', (b) flood, fire, earthquake, explosion, tropical storm, hurricane or other declared emergency in the geographic area of the Project; (c) war, invasion, hostilities (whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the geographic area of the Project, (d)government order or law in the geographic area of the Project; (a)actions, embargoes, or blockades in effect on or after the date of this Agreement-, (f) action by any governmental authority prohibiting work in the geographic area of the Project; (each, a "Uncontrollable Circumstance"), Contractor's financial inability to perform, changes in cost or availability of materials, components, or services, market conditions, or supplier actions or contract disputes will not excuse performance by Contractor under this Section. Contractor shall give County written notice within seven (7) days of any event or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, and the anticipated duration of such Uncontrollable Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance under this Agreement. The County will not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only seek additional time at no cost to the County as the Owner's Representative may determine. ARTICLE 4 Contract Sum 4.1 The owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract SUM of our Hundr2g I t � ht �" omas rrd gird f1� Dollars 11AE1,000,0JO , subject to additions and deductions as provided in the Contract Documents, 4,2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner:-N/A AGREEMENT 00500- Page 3 of 17 1109 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION 4.3 Unit prices, if any, are as follows: N/A ARTICLE 5 Progress P—ayments 5A Based upon Applications for Payment submitted by the Contractor to the Director of Project Management, and upon approval for payment issued by the Director of Project Management and Architect, the Owner shall make progress payments on account of the Contract Sum to the contractor as provided below and elsewhere in the Contract Documents. 5.2 The period covered by each Application for payment shall be one (1) calendar month ending on the last day of the month, or as follows: U Payment will be made by the Owner in accordance with the Florida Local Government Prompt Payment Act, Section 218,735, Florida Statutes. 5A Each Application for Payment shall be based upon the Schedule of Values submitted by the Contractor In accordance with the Contract Documents, The Schedule of Values shall allocate he entire Contract Surn among, the various portions of the Work and be prepared in such form and supported by such data to substantiate Its accuracy as the Director of Project Management may require, Thls schedule, unless objected to by the Director of Project Management, shall be used as a basis for reviewing the Contractor's Applications for Payment, 5.5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.6 Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 5.6A Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the Schedule of Values, less retainage,of ten percent 10%. Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included in Applications for Payment. The amount of credit to be allowed by the Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be the net cost to the Owner, less Overhead, Profit and Documented Costs incurred prior to the change Request, as indicated in the corresponding line item in the Approved Schedule of Values for that line item as confirmed by the Director of Project Management.When both additions and credits covering related Work or substitutions are involved in a change, the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. 5.61 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage; 5.6.3 Subtract the aggregate of previous payments made by the Owner; and XG-REEMENT 00500- Page 4 of 17 1110 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION 5,6.4 Subtract amounts, if any, for which the Director of Project Management has withheld or nullified a Certificate for Payment as provided in Paragraph 9.5 of the General Conditions,, 5.7 Retainage of ten percent(10%)will be withheld in accordance with Section 218,735(8)(b), Florida Statutes, 5.8 Reduction or limitation of retainage, if any, shall be as follows: Monroe County is exempt from and not subject to Florida Statutes, Section 255.078, "Public Construction Retainage". Reduction or limitation of retainage, if any, shall be reduced incrementally at the discretion of and upon the approval of the Director of Project Management, ARTICLE 6 Final Payment Final payrnent, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming Work as provided in Subparagraph 12,2.2 of the General Conditions and to satisfy other requirements, if any, which necessarily Survive final payment, and (2) a final approval for payment has been issued by the Director of Project Management, Such final payment shall be made by the Owner not more than twenty (20) days after the issuance of the final approval for payment, The following documents (samples in section 01027, Application for Payment) are required for Final Payment: (1)Application and Certificate for Payment (2) Continuation Sheet (3) Certificate of Substantial Completion (4) Contractor's Affidavit of Debts and Claims (5) Contractor's Affidavit of Release of Liens (6) Final Release of Lien (7) Contractor shall provide two (2) hard copies in tabulated divided binders and one (1) saved electronically tabbed and indexed in Adobe Acrobat file (.PDF) format delivered on a common form (i.e. flash drive) of all the following, but not limited to: A. Project Record Documents (As Built Documents). B. Operating and maintenance data, instructions to the Owners personnel. C. Warranties, bond and guarantees. D. Keys and keying schedule. E. Spare parts and maintenance materials. F. Electronic copies of approved submittals, G. Evidence of payment and final release of liens and consent of surety to final release (includes final release from all utilities and utility companies), AGREEMENT 00500- Page 5 of 17 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION ARTICLE 7 Miscellaneous Provisions 7.1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents, 7,2 Payment shall be made according to the Florida Local Government Prompt Payment Act and Monroe County Code. 7,3 Temporary facilities and services: As described in Section 01500, Temporary Facilities, of the General Conditions, 7A Annual Appropriation, Monroe Caunty's performance and obligation to pay under this contract is contingent upon an annul appropriation by the Board of County Conirnjssioners, In the event that the County funds on which this Agreement is dependent are withdrawn, this Agreement is terminated and the Bounty has no further obligation Under the teens of this Agreement to the Contractor beyond that already incurred by the termination date, 7.5 A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crirne may not submit a bid on a contract to provide any goods or services to a public entity, may riot submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to public entity, may not be awarded or perform work as contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list, 7.6 The following items are included in this contract: a) Maintenance of Records. Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period of seven (7)years from the termination of this Agreement or five (5)years from the submission of the final expenditure report as per 2 CFR §200.33, if applicable, whichever is greater. Each party to this Agreement or their authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the to of the Agreement and for four (4) years following the termination of this Agreement. If an auditor employed by the County or Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement,or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03, Florida Statutes, running from the date the monies were paid to Contractor. Right to Audit. AGREEMENT 00500- Page 6 of 17 1112 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION Availability of Records, The records of the parties to this Agreement relating to the Project, which shall include but not be limited to accounting records (hard copy, as well as computer readable data if it can be made available; subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc); original estimates; estimating work sheets; correspondence, change order files (including documentation covering negotiated settlements); backcharge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance rebates and dividends-, any other supporting evidence deemed necessary by Owner or by the Monroe County Office of the Clerk of Court and Comptroller (hereinafter referred to as "County Clerk") to substantiate charges related to this Agreement, and all other agreements, sources of information and matters that may in Owner's or the County Clerk's reasonable judgment have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any contract document (all foregoing hereinafter referred to as "Records") shall be open to inspection and subject to audit and/or reproduction by Owner's representative and/or agents of Owner or the County Clerk,Owner or County Clerk may also conduct verifications such as, but not limited to, counting employees at the Saab site, witnessing the distribution of payroll, verifying payroll computafions, overhead computations, observing vendor and supplier payments, miscellaneous allocations, special charges, verifying information and arriounts through interviews and written confirmations with employees, Subcontractors, suppliers, and contractors' representatives, All records shall be kept for seven (7)years after Final Completion, The County Clerk possesses the independent authority to conduct an audit of records, assets® and activities relating to this Project. If an auditor employed by the County or Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03, Florida Statutes, running from the date the monies were paid to Contractor. The Right to Audit provisions survive the termination or expiration of this Agreement, b) Governing Law, Venue, Interpretation, Costs, and Fees: This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the County and Contractor agree that venue shall lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida, The Parties waive their rights to trial by jury, 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 submitted to mediation prior to the institution of any other administrative or legal proceeding. c) Severability. If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement, The County and Contractor agree to reform the Agreement to replace any stricken ............ AGREEMENT 00500- Page 7 of 17 1113 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION provision with a valid provision that comes as close as possible to the intent of the stricken provision. d) Attorney's Fees and Costs. The County and Contractor agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and Court costs as an award against the non-prevailing party, and shall include attorney's fees and courts costs in appellate proceedings. e) 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. f) 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 Ww, Each party agrees that it has had arnpie opportunity to submit this Contract to legal counsel of its choice and enters into this agreement freely, voluntarily and with advice of counseL g) Claims for Federal or State Aid, Contractor and County agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement; provided that all applications, requests, grant proposals, and funding solicitations shall be approved by each party prior to submission. h) Adjudication of Disputes or Disagreements. County and Contractor agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. i) Cooperation. In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, County and Contractor agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. County and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement, j) on discrimination/Eq u al Employment Opportunity. The parties agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. The parties agree to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1)Title it of the Civil Rights Act of 1964 (PL 88-352), which prohibit discrimination in employment on the basis of race, color, religion, sex, and national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC §§ 1681-1683, and 1685-1686), which prohibits AGREEMENT 00500-Page 8 of 17 1114 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC § 794), which prohibits discrimination on the basis of handicaps: 4) The Age Discrimination Act of 1975, as amended (42 USC §§ 6101-6107), which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Art of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, §§ 523 and 527(42 USC §§ 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patent records; 8)Title dill of the Civil Rights Act of 1968 (42 USC §§ 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC §§ 12101), as amended from time to time, relating to nondiscrimination in employment on the basis of disability; 10) Monroe County Code Chapter 14, Article ll, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, farniflal status or age; and 11) any other nondiscrimination provisions in any federal or, state statutes which may apply to the parties to, or the subject matter of, this Agreement. k) Covenant of No Interest. County arid Contractor covenant that neither presently has any interest, arid 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, 1) Code of Ethics. County agrees that officers and employees of the County recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency', unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information, m) No Sol icitation/Payme nt. The County and Contractor warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the Contractor agrees that the County shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. n) Public Records Compliance. Contractor must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of article l of the Constitution of Florida, The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other "public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this contract and related to contract perfon-n@nce. The AGREEMENT 00500- Page 9 of 17 1115 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract arid the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. The Contractor is encouraged to consult with its advisors about Florida public Records Law in order to comply with this provision. Pursuant to Fla. Stator, Sec. 119.0701 and the terms and conditions of this contract, the Contractor is required to- (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon receipt from the County's custodian of records, provide the County with a copy of the requested records or allow the records to be inspec,ted or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure, requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion oft contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records that would be required by the County to perform the service, If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of records, in a format that is compatible with the information technology systems of the County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, but if the County does not possess the requested records, the County shall immediately notify the Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor, A AGREEMENT 00500-Page 10 of 17 1116 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, BRIAN BRADLEY AT PHONE# 305-292-3470 BRADLEY-BRIAN@MONROECOUNTY-FL.GOV, MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH Street, SUITE 408, KEY WEST, FL 33040. o) Non-Waiver of ImMUnity, Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the Contractor and the County in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered into by the County be required to contain any provision for waiver. p) Privileges and Immunities. All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the County, when performing their respective functions under this Agreement within 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. q) Legal Obligations and Responsibilities: Non-Delegation of Constitutional or Statutory Duties. This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibflity. Further, this Agreement is not intended to, nor shall it be construed as, authorizing the delegation of the constitutional or statutory duties of the County, except to the extent permitted by the Florida constitution, state statute, and case law. r) Non-Reliance by Non-Parties, No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third- party claim or entitlement 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 AGREEMENT 00500- Page 11 of 17 1117 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. s) Attestations. Contractor agrees to execute such documents as the County may reasonably require, to include a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace Statement, t) No Personal Liability, No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. u) Execution in Counterparts, This Agreernent may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the sarrie instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. v) Hold Harmless, Indemnification, and Defense. Notwithstanding any minimurn 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 indemnified party by reason of, or in connection with, (A) any activity of Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct,errors or other wrongful act or omission of Contractor or any of its employees, agents, sub-contractors or other invitees, or(C) Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the COUNTY or any of its employees, agents, contractors or invitees (other than Contractor). The monetary limitation of liability under this contract shall be not less than $1 million per occurrence pursuant to Fla. Stat., Sec. 725.06. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that OCCUr during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. In the event that the completion of the project(to include the work of others)is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the Contractor, the Contractor agrees and warrants that the Contractor AGREEMENT 00500-Page 12 of 17 1118 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. The first ten dollars ($10.00) of remuneration paid to the Contractor is for the indemnification provided for the above. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement. w) Section Headings, Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. x) Disadvantaged Business Enterprise(DBE) Policy and Obligation. It Is the policy of the County that DBE's, as defined in C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed In whole or in part with County funds under this agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The County and its Contractor agree to ensure that DBE's have the opportunity to participate in the performance of the Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that DBE's have the opportunity to compete and perform contracts. The County and Contractor and subcontractors shall not discriminate on the basis of race, color, national origin or sex in award and performance of contracts, entered pursuant to this Agreement. y) Agreements with Subcontractors. In the event that the Contractor subcontracts any or all of the work in this project to any third party, the Contractor specifically agrees to identify the COUNTY as an additional insured on all insurance policies required by the County. In addition, the Contractor specifically agrees that all agreements or contracts of any nature with his subcontractors shall include the COUNTY as additional insured, z) Florida Green Building Coalition Standards, Monroe County requires its buildings to conform to Florida Green Building Coalition standards. aa) Independent Contractor. At all times and for all purposes under this Agreement, Contractor is an independent contractor and not an employee of the Board of County 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. bb)Entire Agreement. This writing embodies the entire agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written, 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 becornes effective. AGREEMENT 00500-Page 13 of 17 1119 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION T7 Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail, certified, return receipt requested, postage prepaid, 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 shall be sent to the following persons: For Contractor- g&PIgentonze 6409 2nd Terrace Suite 1 Key West, FIL 3304 0 For Owner: Director ofEr-11ect Man ssi�it_a nt.,g 1100 Simonton St. RoogL?-216 1100 Simonton St, I Test, FtjrLida 33C140 Kea West, F[L)d�ja 33040 ARTICLE.8 'rermination or Suspension 8A 'The, Contract may be terminated by the Owner as provided in Article 14 Of the General Conditions, 82 In the event that the Contractor shall be found to be negligent in any aspect of service, the County shall have the right to terminate this Agreement after five(5)calendar days"written notification to the Contractor. 8.3 Either of the panties hereto may cancel this Agreement without cause by giving the other party sixty (60) days'written notice of its intention to do so. 8.4 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 fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, prior to termination, the County shall provide Contractor with seventy-two (72) hours' written 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 to termination, 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. &5 Termination for Convenience: The County may terminate this Agreement for convenience, at any time, upon thirty (30) days' written notice to Contractor. If the County terminates this Agreement with the Contractor, County shall pay Contractor the sum due AGREEMENT 00500- Page 14 of 17 1120 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION 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. 0.6 For Contracts of any amount, if the County determines that the Contractor/Consultant has submitted 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 it has given the Contractor/Consultant written notice and an opportunity 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 if the conditions of Section 287.135(4), Florida Statutes, are met, 8.7 For Contracts of $1,000,000 or more, if the County determines that the Contractor/Consultant submitted a false certification under Section 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 List or been engaged in business operations in Cuba or Syria, the County shall have the option of (1) terminating the Agreement after it has given the Contractor/Consultant written notice and an opportunity 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 if the conditions of Section 287,135(4)9 Florida Statutes, are met. AffTICLE 9 Enumeration of Contract Documents 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: a) Drawings: C-11, FA0.1, FA1.0, FA1.1, FA1.1, FA1.2, FA1.3, FP0.1, FP1.0, FP1.1, FP1.2, FP1.3, FIR1.4, FP1.5, FP1.6, F131.7 9AA The Agreement is this executed Standard Form of Agreement Between Owner mid Contractor. 9.1.2 The General Conditions are the General Conditions of the Contract for Construction. 9.1.3 The Addenda, if any, are as followsv Number Date Page This Agreement is entered into as of the day and year first written above and is executed in at least one (1) original copy. BALANCE OF PAGE INTENTIONALLY LEFT BLANK SIGNATURE PAGE TO FOLLOW AGREEMENT 00500-Page 15 of 17 1121 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION cution by the Contractor must be by a person with authority to bind the entity. OF THE PERSON EXECUTING THE DOCUMENT MUST BE NOTARIZED. BOARD OF COUNTY COMMISSIONERS Kevin Madok,Clerk OF MONROE CO FLORIDA By: As Deputy Cie tyor�/Afhan UN TTOR"U"CWpooft Date ^r""CWU*^6 To fro"M (SEAL) f---N .x- , 0"Nav 2n f TF4 CONTRACTOR'S Witnesses Attest: C 0 N I T;R�A�CCT 074: Contractor must provide two witnesses signatures Signature: AJ Signature Print Name:- d164 4, CekttKW- Print Name-.,t&WM OLS&A.) Title: Date: Date: 20-Lo and Signature: Print Name: C:) Date: STATE OF lolrida- COUNTY OF ...-*1joftrn e- C:) On thls_1, day of 20JA before me, the undersigned notary puW r►own to me be the person whose Warne is subscribed above or who ced '""" as rdentifica#ion, and acknowledged that helshe is the person who executed the above contract with Monroe County for PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION for the purposes therein contained. Notary Pubfic-z 9- ad&j 40�-4 f C.., I Print Narne-!&j:Ag ► My commission expires: tilt - 2a 2a (Seal) End of Section 00500 AGREEMENT 00500-Page 16 of 17 1122 W ti Staten Phintibing,Y.ieenu.4 %tate Fire Marshall License 0 M'1.125 I35 '�a FPC 13.0(11)064 10/09/2020 To whom it may concern, I, Rachel Harper, witnessed Gary Centonze sin the Pigeon Key Contracton duly 15th, 2020. I mistakenly omitted my Notary ID whichis 15501131. Rachel Harper Gary's Plumbing and Fire, Inc Second6409 ce Suite 1 Key West, FL 33040 ( ) 1 ( ) 2924978 6409!"Terrace,Sui!„te i "ey % est, 3 0 Phone(305) 396-6 3 Fat(3ta5)2 249 * gar)splar bln 1 a aolae® 1123 PIGEON KEY FIRE SUPPRESSION SYSTEM INSTALLATION GENERAL REQUIREMENTS Where Project Management is Not a Constructor Section 00750 General Conditions Section 0097'0 Project Safety and Health Plan Section 00980 Contractor Quality Control Plan Section 01015 Contractor's Use of the Premises Section 01027 Application for Payment Section 01030 Alternates Section 01040 Project Coordination Section 01045 Cutting and Patching Section 01050 Field Engineering Section 01200 Project Meetings Section 01301 Submittals Section 01310 Progress Schedules Section 01370 S0edule of Values Section 01385 Daily Construction Reports Section 01395 Request for Information — (RFI) Section 01410 Testing Laboratory Services Section 01421 Reference Standards and Definitions Section 01500 'remporary Facilities Section 01520 Construction Aids Section 01550 Access Roads and Parking Areas Section 01560 Temporary Controls Section 01500 Field Offices and Sheds Section 01505 Construction Cleaning Section 01600 Material and Equipment Section 0 1630 Post-Proposal Substitutions Section 01540 Product Handling Section 01700 Contract Closeout Section 01710 Final Cleaning Section 01720 Project Record Documents Section 01730 Operation and Maintenance Data Section 01740 Warranties WARRANTIES 01740-Page 17 of 17 1124 Pigeon Key Fire Suppression System installation +DTI 120 NON-COLLUSION AFFIDAVIT 1, 4pf the city Xiyll)Ls� _V I - acco in to law on my oat and under nal of raury, de _se an say that: 1. lam l of the firm of J-y. rC + r the proposer making the ro sal far the pro) ct described in the notice for calling for proposals for: 657 Gt1 ke ir f -- and that I executed ke saidpro sal with full autWrity to do ; 1 The prices In this proposal have been, arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other proposer or with any competitor; and 3, Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to proposal opening, directly or Indirectly, to any other proposer or to any competitor, and 4. No attempt has been made or will be made by the proposer to induce any other person, partnership or corporation to submit, or not to submit, a proposal for the purpose of restricting competition; and 5. The state a is contained in this affidavit are, true and correct, and made with full knowted saidproject. (Signature -f poser) (Da ) STATE OF: MARMC.MUR ? 2 COUNTY OF: f td,2020 PERSONALLY APPEARED FOR E, the undersigned authority, who, after first being sworn by me, (name of individual signing)affixed hisfh r signature in the space provided above. on this day of - _ , 20 NOTARY PUl y commission expires. PRO ?SAL F M 0 120- Page 28 of 217 1125 Pigeon Key Fire Suppression System Installation LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE /In (Coml5any) warrants that he/it has not employed, retained or otherwise had act on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1 1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee". (Signature Date. 'TATEOF: COUNTYOF: onl"Ue, Subscribed and sworn to (or affirmed) before me on (date) By CQ.t]fiy1U ._fnameofaffiant). He/Sheis ers:o:nallykno !p me or has produced as identification. (Type of!dent" cation) NOTARY PUBLIC—' My commission expires: 9, I'D C MUIR D'ly F 8"00-us."19 PROFF OSAL FORM 00120- Pale 29 of 217 1126 Pigeon Key Fire Suppression System Installation DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: Quwbiar (Name of Business) I Publishes 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. Informs employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Gives 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), notifies 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. Imposes a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Makes 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 vlip firm complies fully with the above requirements, es Signature OZI 17 - Date ZK " PROPOS AL, FORM 00120-Page 30 of 217 1127 Pigeon Key Fire Suppression System Installation LOCAL PREFERENCE FORM A. Vendors claiming a local preference according to Ordinance 023-2009,as amended by Ordinance No. 004-2015 and 025-2015, must complete this form. Name of Bidder/Responder__6;���(71�Pi-e�- Date: Aot�o - za 1. Does the vendor have a valid receipt for the business tax paid to the Monroe County Tax Collector dated at least one (1) year prior to the notice of request for bids or proposals? (Please furnish copy.) 2. Does the vendor have a physical business address located within Monroe County from which the vendor operates or performs business on a day to day basis that is a substantial component of the goods or services being offered to Monroe County? (The physical business address must be registered as its principal place of business with the Florida Department of State for at least one(1)year prior to the notice of request for bid or proposal.) List Address: Telephone Number: B. Does the vendor/prime contractor intend to subcontract 50%or more of the goods, service,or construction to local businesses meeting the criteria above as to licensing and location? �Q—� If yes, please provide: 1. Copy of Receipt of the business tax paid to the Monroe County Tax Collector by the subcontractor dated at least one(1)year prior to the notice or request for bid or proposal. 2. Subcontractors physical business address within Monroe County from which the subcontractor operates, (The physical business address must be registered as its principal place of business with the Florida Department of State for at least one(1)year prior to the notice of request for bids or proposals) ,6*61 OW 7—ee v- Ocq Tel.Numbe Address Print Name. 6Wy 6-w ure d Title of AuthAzed Signatory for ure BidderlRe onder STATE OF COUNTY OF 6h a he undersigned notary pubic,' wn to be he person e name 2� before p rs whose me is�bo who mnti I tio . acwi g that of a n known to m subscribed above or 'uced as idee fica the and acknowledged ed ed he/she is the person who executed the above Local Preference Form e purposes therein contained. My commission expires: Ji 1111 Print Name MANSAC.MUIR bk ExpmWlm#FF9H572 roaJuy%2020 PROPOSI FORM 00120-Page 31 of 217 1128 r%a Pigeon Key Fire Suppression System Installation PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided In Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." 4- I have read the above and state that neither or P", /&vf1s UN6 (Proposer's name) nor any Affiliate has been placed o�4�ntconvicted vendor lisl within A last thirty-six (36)n ths. (Signat re) Date: 2Q, t STATE OF: COUNTYOF: ry)om�-e- Subscribed and swom to (or affin-ned) before me on the I _day of 201 6� by ago, -U _(name of affiant). He/She ill ersonally known to me or has pro p identification}as identification. M -7 y Commission Expire,.,;, J 1% MARISSAC.MUIR CommMWIFF90572 NoTAlax-RMLic Eorsshly%2020 PROPO SAL FORM 00120-Page 32 of 217 1129 'Pligeon Key Fire r i VENDOR CERTIFIC ATION REGARDING SCRUTINIZED COMPANIES LIST Project Descriptions) sq'Ontesstm S��ftV3 Respondent Vendor Name: Vendor FEIN: Vendor's Auth ri d Repre ntative N e and Trtle: #' Address: A c City: 6 m State: Zip: n- Phone Number ` Email Address: Ific a .Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.1135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of$1,000,000 or more, that are on either the Scrutinized'Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to s. 215,473, Florida Statutes, or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the Section entitled "Respondent Vendor Name"is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector last, or engaged in business operations in Cuba or Syria, I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorneys fees, and/or costs. I further understand that any contract with the County may be terminated, at the option of the County, if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies vAth Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria. Certified By: _ ,who is authorized to sign on behalf of the above r ere pang, Authorized Signature:� Print Name; Title: Note:The Last are available at the following Department of Management Services Site: httD:/1WWWJJrrrs.rn onda. ttrasine Werationgistate urchasin /vendor information/convicted s ended discrimina o complaints vendor lists PROPOSAL FORM 00120-page 33 of 217 1130 Pigeon Key Fire Suppression System Installation SUBCONTRACTOR LISTING FORM Division Subcontractor Contact Person Ph#w/areacode Fax: 004: Address 3 6d 1w VWF '9Y3 V8V--7757. PROPOSAL FORM 00120-Page 34 of 217 1131 Pilgeon Key Fire Suppression System Installation PROPOSER'S INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIREMENTS Worker's Compensation Statutory Limits Employers Liability $1,000,000 Bodily Injury by Accident $1,000,000 Bodily Injury by Disease Policy Limits $1,000,000 Bodily Injury by Disease, each employee Worker's Compensation Jones Act $1,000,000 Combined Single Limit General Liability, including $1,000,000 Combined Single Limit Premises Operations Products and Completed Operations Blanket Contractual Liability Personal Injury Liability Vehicle Liability(Owned, non-owned, and hired vehicles) $1,000,000 Combined Single Limit If split limits are preferred* $500,000 per Person $1,000,000 per Occurrence $100,000 Property Damage Watercraft Liability Insurance $1,000,000 Combined Single Limit The contract shall require a Public Construction bond equal to the contract cost, The bond must be issued by an A rated surety company doing business in the State of Florida. Hold Harmless and Indemnification. 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 @ any claims, actions or causes of action, (fl) 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 (Ii)i any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of Contractor or any of its employees, agents, contractors or other inviltees during the to of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of Contractor or any of its employees, agents, sub-contractors or other invitees, or(C) Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the COUNTY or any of its employees, agents, contractors or invitees (other than Contractor). The monetary limitation of liability under this contract shall be not less than $1 million per occurrence pursuant to F. S. 725.06. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events INSURANCE REQUIREMENTS AND FORMS 00130-Page 42 of 217 1132 Pigeon Key Fire Suppression System Installation or circumstances that occur during the to of this Agreement, this section will survive the expiration of the to of this Agreement or arty earlier termination of this Agreement. In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor s failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans ands cifi tions provided by the Contractor, the Contractor agrees and warrants that the Contractor shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any c4aim or action on the County's behalf. The first ten dollars ($10.00) of remuneration paid to the Contractor is fort indemnification provided for the above, The extent of liability is In no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this AGREEMENT. P-80P.M99 MIEMENI I understand the insurance that will be mandatory K awarded the contract and will comply in full with all of the requirements herein. I fully accept the indemnificat and hold harmless and duty I fully accept the indemnifical and hold harmless and to defend as set out in this proposal. r PROPOSER Signature INSURANCE REQUIREMENTS AND FORMS 00130-Page 43 of 217 1133 Client#: 66814 GARPL DATE(MM/DD/YYYY) ACORD,. CERTIFICATE OF LIABILITY INSURANCE 1 8/21/2020 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 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 Amanda Lisenbey Acrisure dba Gulfshore Ins-SF PHONE 239 659-8867 FAX 239 213-2803 4100 Goodlette Rd N -MA Lo,Ext: (A/c,No): ADDRESS: alisenbey@gulfshoreinsurance.com Naples, FL 34103 INSURER(S)AFFORDING COVERAGE NAIC# 239 261-3646 INSURER ASecurity National Insurance Company 33120 INSURED INSURER B:Commerce&Industry 19410 Gary's Plumbing and Fire, Inc. INSURER C Old Dominion insurance Company 40231 6409 2nd Terrace, Suite 1 INSURER D Key West, FL 33040 INSURER E 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 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 AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MM/DD/YYYY) MM/DD/YYYY LIMITS A GENERAL LIABILITY X X SES134008904 08/13/2020 08/13/2021 EACH OCCURRENCE $1,000,000 qXBl'/PD DAMAGE TO RENTED OMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence)... _$100,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) s5,000 Ded:2,500 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY FX PROJECT LOC $ C AUTOMOBILE LIABILITY X X B1 P3439D 08/13/2020 08/13/2021 Ea acciden SINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident B UMBRELLA LIAB X OCCUR BE068430198 08/13/2020 08/13/2021 EACH OCCURRENCE $2 000 000 X EXCESS LIAB CLAIMS-MADE AP TSK AGGREGATE s2,000,000 DED RETENTION$ ' _ - $ WORKERS COMPENSATION "'r =`" -. " '"�" IVORY ATU- EORH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N 9/8/2 0 2 0 E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A DA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under - _ DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ GL & AL cove age on y DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Monroe County Board Of County Commissioners is included as Additional Insured on a primary and noncontributory basis with regards to General Liability only as required by written contract per form CG2033 0704&NXGL009 0809, includes ongoing and completed operations, per form CG2037 0704,Waiver of Subrogation in favor of Additional Insured(s)per form CG2404 0509.Additional Insured in regards to Auto Liability only as required by written contract per form 64K290 1018, including Waiver of Subrogation. Umbrella follows forms. CERTIFICATE HOLDER CANCELLATION Monroe County Board Of Count SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 2798 Overseas Hwy, Ste 300 Marathon, FL 33050 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION.All rights rese—PH ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD 1134 #S1595793/M1592001 AHL18 AC" ® CERTIFICATE OF LIABILITY INSURANCE FDATE(MM/DD/YYYY) L.� 9/8/2020 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 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 Harvin PGI of West Central Florida,LLC PHONE(A/C,No,Ext): 941-242-9619 (A/C,No): 941-242-9621 3809 E SR 64 ADDRESS: amanda@pgiofwestcentralflorida.com 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: 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 INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR 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 AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'NTR TYPE OF INSURANCE ANSD WVD POLICY NUMBER UB POLICY EFF OCIC LIMITS (MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE n OCCUR -DAMAGE TO RENTED PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ --------- ----------------------------------------------------------------------------------- ---------------------------------------------------------------------------------------------------------------- GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY�I PE O �I LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY .; $ �' , (Ea accident) ANY AUTO ,9 �� - ,.,.n,.. BODILY INJURY(Per person) $ ALL OWNED SCAUTOS HEDULED AUTOS BODILY INJURY(Per accident) $ .,®,�,=-� 6 ,- ` NON-O HIRED AUTOS AUUTOSWNED FF<DAT _ 9/2 2/2 O 2 O (Per accident) e t)AMA $ UMBRELLA LAB OCCUR WAW A ,w EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X STER OTH- ATUTE ER AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 A OFFICER/MEMBER EXCLUDED? ❑N N/A Y 830-52315 2/6/2020 2/6/2021 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) A Waiver of Subrogation is in favor of Monroe County Board of County Commissioners in regards to Workers Compensation. USL&H$1,000,000 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County Board of County Commissioners 2798 Overseas Highway AUTHORIZED REPRESENTATIVE Suite 300 Marathon FL 33050 @ 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 1135 F,3/20/2020 TE(MM/DD/YYYY) AIII CCO" CERTIFICATE OF LIABILITY INSURANCE 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 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 Alina Chia o NAME: pp FAX NSI Insurance Group AIONN Ext. (305)556-1488 A/C No: (305)556-3680 8181 Northwest 154th Suite 230 E-MAIL ADDRESS:alina@rmig'us INSURER(S)AFFORDING COVERAGE NAIC# Miami Lakes FL 33016 INSURERA:Great Lakes Reinsurance (UK) Grlake INSURED INSURER B Paradise Divers Inc. INSURERC: INSURER D 31243 Ave E INSURERE: Big Pine Key FL 33043 INSURERF: COVERAGES CERTIFICATE NUMBER:CL1622511152 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 INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR 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 AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ITR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP L ..... LIMITS TR POLICY NUMBER MM/DDIYYYY MM/DDIYYYY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED A CLAIMS-MADE OCCUR PREMISES..(Ea occurrence) .. $ X Incl Passenger Liability X CSRYP/180857 2/23/2020 2/23/2021 MED EXP(Any one person) $ X Incl Crew Liability PERSONAL&ADVINJURY $ ------------------ ------------------- ................................................. GENI AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 1,000,000 POLICY JECT PRO LOC PRODUCTS-COMP/OP AGG $ OTHER: Uninsured Boaters Liabitliy $ 100,000 AUTOMOBILE LIABILITY C Ea OMaccidentBINED SINGLE LIMIT $ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS A UTOS ' BODILY INJURY(Per accident) $ 1• NON-OWNED A s � PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident $ UMBRELLA LIAB OCCUR 1 O/1/2 O 2 O EACH OCCURRENCE $ EXCESS LAB -- ...: �. CLAIMS-MADE '• �� AGGREGATE $ DED RETENTION$ '- �- $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1987 30" Island Hopper Hull value 45,000 "Paradise Sea Diver" DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) Dive boat operation located at 1 Knights Key Blvd, Marathon, FL and 1240 Overseas Hwy, Marathon FL Hull $45,000; Ded $3,150, W/S Ded $6,300, Towing $500, P&I $1,000,000; Ded $2,500, Crew Liability $1,000,000; Ded $2,500, Passenger Liability $1,000,000; Ded $2,500, Pollution $1,000,000; Ded $2,500, Medical Payments $10,000; Ded $100, Uninsured Boater $100,000 ADDITIONAL INSURED CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe County BOCC THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1100 Simonton Street ACCORDANCE WITH THE POLICY PROVISIONS. Key West, FL 33040 AUTHORIZED REPRESENTATIVE Oscar Seikaly/ALINAS� `" S ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 1136 INS025(201401) Westfield Insurance Company Westfield Center, Ohio 44251-5001 Bond No. 065222X AIA DocumentA312 Payment Bond Any singular reference to Contractor, surety, owner or other party shall be coriddered plural where applicable. CONTRACTOR(Name and Address)-, SURETY(Name and Principal Place of Business): Insur ance Company Gros x Plmnbin*&F=,Inc Wastfleld 1 Park Circle PO Box$001 Westfield Center,Ohio 44261-6001 6409 2nd Tumacu Suite I Kcy Wesi,FL 33040 Doc#2279777 Bk#3041 Pg#837 OWNER(Name and Address): Recorded 9,1 11020 11.08 AM Page I of 8 monfoo courity Boord of Colulty ConluljAslorlm ft)Whitehond Air imt Filed and Rtworded in Official Records of Kuy Wesi,FL 33040 MONROE COUNTY KEVIN MADOK,CPA CON STR4 ,TION RACT Mete; Ugust PAN Amount: Four Hundred Sixty Fight Thoumnd&ONI 00 Milarg($468,0(X).00) Desoription(Name and Looetion): Pigeon Key Firic Supprc scion Sysicin Installation BOND Date(Not earlier than Construction Contract Date);AtiguM 24,2020 Amount:EML 1iL1nd1UJ5ixLv hiLdLt'l lwusund&001100 Dulluj%($468,WU.00) Modifications to this Bond,' [3 None see Page o CONTRACTOR AS PRI CIPAL SURETY , S JPI, CIPA� Company; Goq`iq Plum, j &Fire.Lio, Compvny; Westfield Insurance Company $(Corpora to eel) {car to*gv) `C to Oil Signature: Signature: Name and itl .Cie eta Prmesident Name end Title: AM=K.Broder..A#ent&Attoruey-in-Foct (Any additional signatures appear on page 6) (FOR INFORMATION ONLY—Nams.Address end Telephone) AGENT or BROKER; Owner's Representative(Architect,Engineer or of party): Broder&Company n1a 6191 Orange Mitt.#6159E Davie,FL 33314 (954)584-3002 AJA DOCUMENT A312 0 PER MAN BOND AND PAYMENT BOND v DECEMBER 1964 ED. AiA t P1144TED IN COOPERATION WTH THE AMMICAN INGMTUTE OF ARCHITEM 173514eN1ORK AVE H INGTON,D 0.2M A312-1984 4 OD 5971 M(01.0) 1137 I The Contractor and the Surety, jointly and severally, 5 R a notice required by Paragraph 4 Is given by the bind themselves, their heirs, executors, administrators, Owner to the Contractor or to the Surety, that is successors and assigns to the Owner to pay for labor, sufficient compliance. materials and equipment fumithad for use In the 6 Whom the Claimant has satisfied the conditions of performance of the Construction Contract, which is Paragraph 4, the Surety 0all promptly and at the Surety's Incorporated herein by reference. expense take the following actions: 2 With respect to the Owner, this obligation shall be null 6.1 Send an answer to the Claimant, with a copy to and void fifth e Contractor; the Owner, within 45 days after receipt of the 2.1 Promptly makes payment, directly or indirectly, claim, stating the amounts that are undisputed for all sums due Claimants, and and the basis for challenging any amounts that 2.2 Defends, Indemnities and holds harmless the are disputed. Owner from clairns, dern and% lions or auks by 6.2 Pay or arrange for payment of any undisputed any parson or entity whose claim, demand, lion amounts. or suit is for the payment for labor, materials or 7 The Gurety's total obligation shall not exceed the equipment furnished for use In the peftirmance amount of this Bond. and the amount of this Bond shall of the Construction Contract, provided the Owner be credited for any payments made In good faith by the has promptly notified the Contractor and the Surety. Surely (at the address described In Paragraph 6 Amours ts owed by the Owner to the Controgtor under 12) of any claims, demands, lions or suits and the Construction Contract shall be used for the tendered defense of such claims, demands, lions performance of the Construction Contract and to satisfy or suite to the Contractor and the Surety, and claims, If any, under any Construction Performance Bond. provided there Is no Owner Default By the Contractor furnishing and the Owner accepting this With respect to Claimants, this obligation shall be null and,they agree that all funds earned by the Contractor In and void If the Contractor promptly makes payment,directly the performance of the Construction Contract are dedicated or indireatly,for all sums due, to satisfy obligations of the Contractor and the Ourety under 4. The Surety shall have no obligation to Claimants under this Bond, subject to the Owner's priority to use the funds this Bond until.: for the completion of the work. Cl Claimants who are arnplayed by or have a direct 9 The Surety shall not be liable to the Owner, Claimants contract with the Contractor hays given notice to or others for obligations of the Contractor that are unrelated the Surety (at the address described in to the Construction Contract. The Owner shall not be liable Paragraph 12)and sent a copy, or notice thereof, for payment of any costs or expenses of any Claimant to the Owner, stating that a claim Is being made under this Bond, end shall have under this Bond no under this Bond and, with substantial accuracy, obligations to make payments to, give notices on behalf of, the amount of the claim. or otherwise have obligations to Claimants under this on 4.2 Claimants who do not have a direct contract with 10 The Surety hereby waives notice of any change, the Contractor including changes of time, to the Construction Contrad or .1 Have furnished written notice to the to related subcontracts, purchase orders and other Contractor and sent a copy, or notice thereof, obligations. to the Owner, within 90 days after having last il No suit or action shall be commenced by a Claimant performed labor or lout furnished materials or under this Bond other than In a court of competent equipment included in the otalm stating, with jurisdiction In the location In which the work or part of the substantial accuracy,the annount of the claim work Is located or after the expiration of one year from the and then of the party to whom the date(1)on which the Claimant gave the notice required by materials were furnished or supplied or for Subparagraph 4.1 or Clause 4.2 (111), or (2) an which the whom the labor was done or performed,and last labor or service was performed by anyone or the last .2 Have either received a rejection in whole or Iii materials or equipment were furnished by anyone under part from the Contractor, or not received the Construction Contract, whichever of (1) or (2) first within 30 days of furnishing the above notice occurs. If the provisions of this Paragraph are void or any communication from the Contractor by prohibited by law. the minimum period of limitation which the Contractor has Indicated the claim available to sureties as a defense In the jurisdiction of the will be paid directly or Indirectly;and suit shall be applicable. .3 Not having been paid within the above 30 112 Notice to the Surety,the Owner or the Contractor shall days, have vent a written notice W the 3urety De malloo or delivered to the address shown on the (at the address described In Paragraph 12) signature page. Actual receipt of notice by Surety, the and sent a copy, or notice thereof, to the Owner or the Contractor, however accomplished, shall be Owner, stating that a claim Is being made Sufficient compliance 22 of the date received at the address under this Bond and enclosing a copy of the shown an the signature pagc previous written notice furnished to the 13 When this on hoe been furnished to comply with a Contractor statutory or other legal requirement In the location where the construction was to be parthrmad, any provision in this Bond conflicting with said statutory or legal requirement AJA DOCUMENT A312-PERFORMANCE BOND AND PAYMENT ND.DECEMBER 1 ED.®ABA C, MUTED IN COOPERATION WTH THE AMMICAN INSTITUTE OF ARCHITECTS 173614eNPORK AVE IN W,WASHIWTON,D O.2M AV24984 3 BD 5971 M(01.081 1138 shall be deemed deleted herafromand provisions or rental equipment used In theConstruction Contract, conforming u statutory or other legal requirement rc l ur i and engineeringr e s required r shall be deemed Incorporated herein. The intent Is that this performance of the work of the Contractor and the Bond h ll be construed statutory and and not as a Contractor's subcontractors, d all other Items for common law bond, which a mechanWe lion may be aseerteclIn the 14 Upon request y any person or entity p e do to be jurisdiction er the labor, materials or equipment potential beneficiary of this Bond, the Contractor ahall were furnished, promptly i h a copy of this Bond or shall permit a copy 16.2 Construction ant agreement between to be med& the Owner and the Contractor identified an the signature pag , Including aII Contract Documents 15 DEFINITIONSchanges thereto. 15.1 Claimant: An IndlMdual at entity having i r Default: Failure r, which has contract with the Contractor or with a subcontractor of neither been remedied nor waived, to pay the the Contractor to furnishlabor; materials or equipment Contractor as required by the Construction Contract or r use in the performance of tha Contract. The intent arm and complete or comply with the other terms of this and shall be to Include without limitation In the thereof, terms'labor, materials orequipment' part of water, s, power, light, heat, oil, gasoline, telephone service MODIFICATIONS TO THIS This bond Is modifiedIn aocordance with the ach Rider entitled Y 4 Bond Rlder" aftached hereto and fully Incorporated herein. Provisionsand Lintitatidors of dart a Statute 2550 are hereto and funy incorporated 1wrein. (Space Is rovi below for additional signatures of added parties,other then those appearing an the cover page.) CONTRACTOR AS PRI CIE L SURETY Company,. Company: (Corporate Beal) (Corporate al) l ntuSignature, Name and Title; Name end Title; Address: Address, T f s MAN CZ BOND AND PAYMENT BOND r DeCEMSER 1W4 ED.a AIA T' PWNTEDIN COOPERATION VATH THE A ICAN INMUM OF ARCMTECTO.17351,RRV YORKA NW WAWNGTON,DO2M@ 80 597t ( t ) 1139 Westfield Insurance Company Westfleld Insurance I Park Circle, PO Box 5001 Viketfield Center, Ohio 44251- 1 Bond# o65222x A312 PAYMENT BOND RIDER This rider amends the provisions of the A312 Payment Bond as follows: Paragraph 5 is deleted in its entirety. Paragraph 6 is deleted in its entirety and replaced with the following, 6. When the Surety has received Notice as required In Paragraph 4 above, the Surety shall take the following action; 6.1) Send an acknowledgment letter to the claimant, with a copy to the Owner, requesting Information and documentation necessary to Investigate the cla;rn. 8.2) As soon as reasonably practical under all circumstances, and after having received the requested documentation from the claimant, including a properly executed Affidavit of Claim, advise the claimant of the status of the claim. No provision of tnis bond Shall be interpreted to waive or discharge any right or clerense of the Surety or the Contractor. No action or fallure to act by the Surety or the Contractor shall be considered to be an admission of liability or a waiver of the Contractor or Surety's right to dI spute a claim In whole or In part. BD 5971 A(0148) 1140 General POWER NO. 0992212 00 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio ....................... .......... Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, Corporations, hereinafter referred to indhvfduaffy as a 1 *.ad collacilvely as 'Companies,' duly organized and existing under the Taws of the State of Ohlo, and having Its principal office in Center, Methria County, Ohio, do by these vusents make, constitute and appoint AOTHUIR K. BRODER, MICHAEL P. BRODER,JOINTLY OR SEVERALLY of DAME and State o'� FIL Its true and lawful Attorneys)-m-Fact, with full power and author,ty hereby conferred in its name, place and stead, to exitcule, acknowiedge and deliver any and all bonds, recognizances, undertakings, or other Instruments or contracts at suretyship- - - - - - - - - - - - -- - - - - - - -- . . .. . . .. . . . . LIMITATION, THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE ZUAWXWE® OR BANK DEPOSITORY BONDS, and to bind a try of th , Cb-panios Il,ereby as fully amd to the saine extent as it such bonds were signed by the President, seated w0h the corporate seal of the applicable Company and dull attested by its Secretary, hereby ratifying arid confirming all that the said Allorn 9 y(s)-in..Fact may do In the prernises. Said appointment Is nA under and b authorit of the 1011014in resolution adopted by the Board of directors of each of the WESTFIELD INSURANCE COMPANY,WE Mill. INSNANCE COMPA%Y and OHIO FARMERS INSURANCE COMPANY, 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Modify & Surety operations Executive of other Executive shall be and Is hereby vested with full power and authority to appoint any one or nrioae suitable persons as Atiorn e y(s)-in-Fact to reriiieseial slid act for and on behalf of the Corripany subteet to itie following provisions! The Atforney-in-Fact, may be g,iven full power an authority for and in the narne of and on behalf of the Company,to execute,acknowledge and deliver, any and Mt bonds, recognIzances, contracts, agreenients cif hidernnity and other conditional m obligatory' undoitakIngs and any and sit iloitces and docunwilts vancehrig or lerntinating the"Cornpany*s liabUity thereunder, and any such instiurrients so executed by any such Attorn-di-Facl shall be as b riding upon the Company as if Signed by the President and sealed and attested by the Corporate Secretary." '88 ,Further Resolved, Him tire signature of any such designated person and the seat a,ftfia Company heretofore or hereafter affixed In any power, of allGiney or any (�erflficafe relailing thereto by facsimille, and any ti;svtpr of ailr:;fr u, cq rertiflcate bearing larsinilie, signair.ues or lmcsinrle seal shall be valid and binding upon the Company with respect to any bond or undefl akin to which it Is attached.' (Each adopted at a meeting held on Februa f 8,2000 In Witness Want L-STFIELD,INSURANCE COMPANY, WESTFIELD NATION-K, INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 21st day of MARCH A. D,, 2014 . Corporate N WESTFIELD INSURANCE COMPANY Seals 0- WESTFIELD NATIONAL INSURANcE COMPANY OHIO FARMERS INSURANCE COMPANY Aba. SEAL 0 184 State of Ohio By: Dennis P. Balus, National Surety LoadePand County of Medina S&: Senior Executive On this 21st day of MARCH A.D.,2014 , before me personally came Dennis P. Baus to me known, who, Doing by me duly sworn, did depose and sa�, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior ExecutivNof WESTFIELD INSURANCE COMPANY, WESTF;ELD NAVONAL INSURANI-',E COMPANY and OHIO FARMER INSURANCE COMPANY, the carnprinipi described in and whicil executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said Instrument are such corporate seals;that they wore so affixed by order of the Boards of Mrauhars of said Companies, and [hat he signed his name thereto by like order. No taw:1 i Seal tAL Affixed Ile, David A. Kotrilk, Aflorney at Law, Notary Public tIiateof of Ohio erl ss.� 0 My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) ounty M 0 1, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY,VIFSTNEUD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANC'- 'COMPANY dc lie-,by certify 1;-ral ,he above and loregoMq is a Ivue and correct copy of a Power of Attorney, executed by said Companies, which Is still in full force and effect; and furthermore,the resoiuflons of the Boards of Direclors, slot out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at WestfWd Centel, Ohio, this �Ay of IU ORA 0 0 NA X map % SEAL H SEAL 140, a 4 .."o S Frank A. Carrino, Secretary BPOAC:2 (combined) (06-02) 1141 Westfield Insurance Company Westfleld Center, Ohio 44251-5001 Bond No.o6s222x AIA Dooment A312 Performance Bond Any singular reference to Contractor,Surety, owner or other party shell be considered plural where applicable, CONTRACTOR(Name and Address): SIt Y(Name and Prinninal Plarm of AnninAmV Gpry'e Plijtnbinp&Fire.Inc, Weratfield Insurance Company I Park Circle PO Box 5001 Westfield Center,Ohio 44251-5001 6409 2nd Terrace-Sitite I Kcy Wost,Fl.33040 OWNER(Name and Address)! KmmeCounty Ht)urdt,rCtitiiilvCtimmixiioneT-.s 500 Whitehead Street Kqy Wcs(,I'L 33040 CONSTRUCTION CONTRACT Oalom August 19,2020 Amount: FOUr HwArLd Sixty &00/100 Dollurs($468,(XI0,00) Description(Name and Lac do Pigeon Key Fire Suppression System Installation BOND Date(Not earlier then Construction Contract Date):Augwl 24,2020 Amount Four Hutitired Sixth,Mott Thousand&00/100 Doltnrs($468,000.00 Modification%to this Bond: a None 13,9ee Page 3 CONTRACTOR AS PRINCIPAL SURETY Company: Company: Westfield Insurance Company (corporate seal) (corporate seat) Signatury jLt Signature: 4A Name and TRI CtiARIC., col Lit Name and Title,.Arthur K. ftxILT,Agmt Aff—u—nicy-iff-FwL _j6UjddWna1 1510tLlres 909MMESM, (FOR INFORMATION ONLY—Name,Address and Telephone) AGENT or BROKER: Owner's Repre sentstrue(Architect,Engineer or her pstfy).' Broder&company IV11 6191 Omp Ddvc.06159E Davie.FL 33314 (954)504-1002 AIA DOCUMENT A512*PaRFORMANCa BOND ANOFAYMMNTWN0 a 09CM1001IR IBM ED.-AJA* PRINTED IN COOPERAI ION VAIN THL2 AMFIRICAN NSI I UTE OF ARCHITECTS.173S NEWYORK AVE,N W,WASHINGTON,0,C.2mm- A3124984 I THIRD PAINTING*MARtH 1107 BO 6971 M(01--'ODS) 1142 I The Contractor and the Surety, jointly and severally, soon as practicable after the amount Is bind themselves, their heirs, executors, adminis tray tor@, determined, tender payment therefor to the successors and assigns to the Owner for the performance Owner or of the Construction Contract, which Is incorporated herein A Deny liability in whole or In part and notify the by reference, Owner citing reasons therefor. 2 If the Contractor performs the Construction Contract, 5 If the Surety does not proceed as provided In the Surety and the Contractor shall have no obligation Paragraph 4 with reasonable promptness, the Surety @hall under this Bond, except to participate in conferences as be deemed to be Indefault on this Bond fifteen days after provided In Subparagraph V. eipt of an additional written notice from the Owner to the 3 If there Is no Owner Default, the Surety's obligation Surety demanding that the Surety perform Its obligations under this Bond shall arise after under this on , and the Owner shall be entitled to enforce 3.1 The Owner has notified the Contractor and the any remedy available to the Owner. If the Surety proceeds Surety at Its address described In Paragraph 10 below as provided In Subparagraph 4.4, and the Owner refuses that the Owner Is considering declaring a Contractor the payment tendered or the Surety has denied liability, In Default and has requested and attempted to arrange a whole or In part, without fuTther notice the Owner shall be conference with the Contractor and the Surety to be entitled to enforce any remedy available to the Owner. held not later then fifteen days after receipt of such 8 After the Owner has terminated the Contractor's right notice to discuss methods of performing the to co ets the Construction Contract, and If the Surety Construction Contract. If the Owner,the Contractor and elects to act under Subparagraph 4.1, 4.2, or 4.3 above, the Surety agree, the Contractor shall be also a then the responsibilities of the Surety to the Owner shall reasonable 111rine to perform the Construction Contract, not be greater then those of the Contractor under the but such an agreement shall not waive the Owners Construction Contract, and the responsibilities of the right, If any, subsequently to declare a Contractor Owner to the Surety shall not be greeter than those of the Defauft;and Owner under the Construction Contract. To the limit of the 31 The Owner has declared a Contractor Default and amount of this Bond, but subject to commitment by the foirmolly ter noted the Contractor's right to complete Owner of the Solonce of the Contract Price to mitigation of the contract. Such Contractor Default shall not be costs and damages on the Construction Contract, the declared earlier then twenty days after the Contractor Surety is obligated without duplication for and the Surety have received notice as provided In 6.1 The responsibilities of the Contractor for correction Subparagraph 31;and of detective work and completion of the Construction 3.3 The Owner has agreed to pay the Balance of the Contract, Contract Price to the Surety Ina wfth the 6.2 Addi'llonal legal,design professional and delay terms of the Construction Contract or to a contractor costs result!In from the Contractor's Default,and selsicted to perform the Construction Contract In res ulting from the actions or failure to act of the Surety accordance with the terms of the contract with the under Paragraph 4; and Owner. 6.3 Liquidated damages,or If no liquidated damages 4 When the Owner has satisfisd the conditions of are specified In the Construction Contract,actual Paragraph 3, the Surety shall promptly and at the Surety's damages caused by delayed performance or expense take one of the following actions! nonperformance of the Contractor. 4.1 Arrange for the Contractor, with consent of the 7 The Surety shall not be liable to the owner or others owner, to perform and complete the Construction for obligations of the Contractor that are unrelated to the Contract:or Construction Contract, and the Balance of the Contract 4.2 Undertake to perform and complete the Price shall not be reduced ors off on account of any such Construction Contract itself, through Its agents or unrelated obligations, No right of action shall accrue on through Independent contractors', or this Bond to any person or entity other than the Owner or 4.3 Obtain bids or negotiated proposals from qualified as heirs,executors,administrators or successors. contractors acceptable to the Owner for a contract for 0 The Surety hereby waives notice of any change, performance and completion of the Construction Including changes of time, to the Construction Contract or Contract, arrange for a contract to be prepared for to Wated subcontracts, purchase orders and other execution by the Owner and the contractor selected obligations. with the Owners concurrence, to be secured with 9 Any proceeding, legal or equitable, under this Bond performance and payment bonds executed by a may be Instituted In any court of competent jurisdiction In qualified surety equivalent to the bonds Issued on the the location In is the work or part of the work 15 loosted Construction contract, ano pay to the owner the and shall be Instituted within two years after contractor Mount of damages as described in Paragraph 8 In Default or within two years after the Contractor ceased excess of the Balance of the Contract Price Incurred by working or within two years after the Surety refuses or falls the Owner resu in from the Contractors defoult:or to perform Its obligations under this Bond, vAlithaver 4.4 Waive its right to perform and complete, arrange occurs first. If the provisions of this Paragraph are void or for completion, or obtain a new contractor and with prohibited by low, the minimum period of limitation reasonable promptness under the circumstances, available to surefies as a defense In the jurisdiction of the .1 After Investigation, detefirrilne the amount for suit shall be applicable. which it may be liable to the Owner and, as AIA DOCUMENT 614.PERFORMANCE BOND AND PAYMENT BONO a OffCEMSER 19U 90-.VA PRINTED IN COOPERANON Vin H THE A CAN IN51 11 LITE OF ARCHITECTA 1735 New YORK AVE.N W,WASHINGTON,D.C.20M- A312-1984 2 THIRD PRINTING*MARCH IW 60 6971 M(01-20DO) 1143 10 Notice to the Surety,the r or the Contractor shall b ft Owner in settlement of isu nce or other be mailed or delivered to the address shown on the c(sims for damages to which the Contractor is entitled, signature page, reduced II valid and proper payments made to or 11 When this Bonds been furnished to comply with a on behalf of the Contractor under the Construction statutory or other legal requirement in the location where Contract. the construction was to be performed, any provlMon in this 12.2 Construction Contract, The r between Bond conflicting wit sold tuts or legol requirement the Owner and the Contractor Identified on the shall be deemed deleted herefrom and provisions signature page, Including all Contract Documents and conforming u statutory or other legal requirement changes reo. shall be doomed Incorporated her in. The intent Is that this 12.3 Contractor Default; Failure of the Contractor, Bond shall be construed as a statutory bond and not as a which has neither been remedied nor waived, to common low bond, perform or othaWas to comply with the tenre of the 12 DEFINITIONSo ru on Contract, 12.1 k nce of the Contract Price: The total amount 12A owner uft: Failure of the Owner,which has payable by the Owner to the Contractor under the neither been remedied nor waived, to pay the Construction Contract after all proper adjustments Contractor as required by the Construction Contract or have been made, Including allowance to the to performand complete or comply with the other Contractor of any amounts received or to be received ter s thersot MODIF[CATIONS TO THIS L , (Space Is provided below for additional signature&of added parties,other than those appearing on the cover e. CONTRACTOR AS PRINCIPAL SU T`f Company'. Company. (CorporateSeal) (Corporate Seel) SignatUre,. Signature: Name n Title; Name and Address; Address IA DOCUMENT A512 e PERFORMANOESM40AND PAYMMW BOND m OWCANGIRR IN44 ED.•AIA* PRINTED IN C ATONWIH THE!AMERICAN IN51NUTff 0PARCMITeMrS,1735 NEWYORKAVE,NW,wA ' TON.D.C.21=0 ®1 THIRD FRINnNO®MARCH lIff 90 6971 M( 1® ) 1144 MONROE COUNTY/ENGINEERING/ PROJECT MANAGEMENT' CONTRACT CHANGE ORDER PROJECT TITLE., CHANGE ORDER NO: #001 Pigeon Key Fire Suppression System Installation INITIATION DATE:812712021 CONTRACT DATE:08/19/2020 TO CONTRACTOR: Gary's Plumbing and Fire, Inc. 6409 2nd Terrace;Suite I Key West, FL 33040 The Contract is changed as follows: The original (Contract Sum)(Guaranteed Maximum Price) ......................................... $468,000.00 Net change by previously authorized Change Orders................................... 0.00 The(Contract Sum)(Guaranteed Maximum Price)prior to this Change order was 468,000.00 The(Contract Sum)(Guaranteed Maximum Price)will be(increased)(decreased)(unchanged)by this Change Order ..$ 162,400.00 The now(Contract Sum)(Guaranteed Maximum Price)Including this Change Order is........$ 630,400.00 The Contract Time will be(increased)(decreased)(unchanged)by.................... ........ 272 Days The date of Substantial Completion as of the date of this Change Order Is..................... 10/15/2021 Detailed description of change order and justification: The full scope of this project was advertised with bids due on 210712019. The sole respondent's bid price exceeded the available project funding. In an effort to utilize grant funding prior toits expiration, a reduced scope contract eliminating several work items,including the fire alarm installation, was executed 811912020.. Additional grant funding was awarded by the TDC which becomes available 1010112021. As such, adding the fire alarm scope which includes complete alarm installation in 8 of 10 buildihgs and associated electric back into the contract is required to proceed with the work. An additional 272 days will be required to extend contract to current date and allow for completion of the added scope. Change order is 34.7 of original contract price. Not valid until sinned by Owner,Architect(if apellcablel,and Contractor ARCHITECT: Thomp- 8 Youngtb4 Eng Consult., LLC Date CONTRACTOR: 'GS' m.1560' 'nd Fire, Inc. -.'PI Date BOARD OF COUNTY COMMISSIONERS OF MONROE VY,FLFLORIDAA' rV/IN MADOK,CLERK ca—An By. �2 Mayor Michelle Coldiron As Deputy Clerk AAONAOE COUNTY ATTORNEYS OFFICE APPROVED AS TO FORM r TANT COUNTY ATTORNEY < C DATE: R-,An-9n91 C) -T1 1145 Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes Z No ❑ If Yes, explanation: The alarm scope was eliminated via a reduced scope contract due to insufficient funding. This change order adds the original scope back into the contract now that additional funding has become available. • Change Order was included in the original specifications. Yes ❑ No Z If Yes, explanation of increase in price: • Change Order exceeds $50,000 or 5% of contract price (whichever is greater). Yes ❑ No ❑ If Yes, explanation as to why it is not subject for a calling for bids: The sole respondent's bid price exceeded the available project funding. To utilize grant funding prior to its expiration, a reduced scope contract eliminating several work items was executed. The addition of this change order restores, in part, the original scope reflecting the design plans upon which the original bid of the contractor was based. This scope makes the fire suppression system whole and compliant with applicable fire code. • Project architect approves the change order. Yes Z No ❑ If no, explanation of why: • Change Order is correcting an error or omission in design document. Yes ❑No Z Should a claim under the applicable professional liability policy be made? Yes ❑ No Z Explain: NIA 1146 StAte Plumbing ..,as State Fire Marshall Licenselt C :r �'y� .,. FPC13.-000064 REQUEST August 27, 2021 Monroe oun Public Were Engineering Project Management ar i f Fire SprinUer System Loc: Pigeon Key Sub: Request for Change Barnes Alarm ns: , 3 .1 Gary'Gary's Plumbing Fire, Inc. - % Management: $ 7,308.90 Ga 's Plumbing and Fire, hic. Direct Cost: k,!S ra rr Ilf3Tr� 1Inc. r 1147 ,,, BARNES Quotation 5800 Overseas Highway, Suite 30 Quote of um b r: FA Pigce,ru"r <'e,)C106 r Plumbing rat ate: Terrace, !t 1 Feb 6,West, Key FL 33040 Pace: g r,'r;is p()] 3,/8, 1.iid N f,8 t ),5 ):,m na,^,t g 10 be,t,'0:1 �Ouanfitv Descruption Unit Price Extension UOta' ieaau 1.,f:t3VIAJC"Ct' is, for Pigeon key Fi;r.` lri;,iry based on Drawings FA 0.1., 1 .1., 1 .2, 1.3 dated 4/20/201 T 1 .00 Add,tessable Fire Alarm Panel wit..ta one ( 1) SLC 2, 557.00 2, 557.0() 1 .=311 12011A Surge Protector 69.50 69.50 1 .00 Battery IX.h#."tx for 2 bat _•. 12180 86.00 36 t)F 1 .00 Not if ier 50 Character LCD Annunciator 8°72.00 ' 872.0() 0.00 Addressable Smoke i2t?.twa,tor Head, plaoto, 103.00 3n090A0 3MO Smoke Detector Base - New Style 19.00 57000 24.00 Addressable Pull S tat ism 119.00 2, 856A0 22_00 Horn/Strobe White '75. tJ 1, 650,00 i 0.00 Spect.rAler:t Mul_ti t:arKaela Strobe, White 60.00 ', 1,3:41¢3.t)0 39-00 Mini Monitor Module 68.00 1,652.1t1 l f Firm,-Lite„ 1her-saroTec A11 Wr, ,.tither )3eat. Detef. tipxT 194 49.00 49 A0 deg fixed 1.00 Mini Monitor Mori.ule 68.00 6800 1-00 Cable, Connectors aria€:i Hardware 14,000.00 14,000,00 1,00 Preferred Contractor ar,>r:,.tunt:. 10% on Material 3,079,55 3,079, 55 1 .00 Labor to Install new ts..re ,alaarsrr system 1 sed ;r% 3.7, 55.00 a, 1, 55.f0 Drawings FAt1 1, 1..1., 1. .1, 1 t ' looted 412()/1 3 program and teat Note: 120VAw Dedicated 1t,xeaakr:.at to be installed by electrical cont'.rrcacor not s.ncl..rac`ted 1.n ab,arraa Note., All Sreasr.trl..ng and er::aaueu'uit with pull string work is to be done by gelectri,.ral C"ontsra ct.tar anal Is not included in above pricing Note: Permitting lees are not :1.nc'.udead in abave Subtotal C;ca Ili titrrWre d, Voice. 1-305s-74.3- 7334 Fax. 1-33 5 "7 ax.•i?...t)i k G' Sales T ax Freight Cont.ina ecl Stake Certified EF20000482 Total }0F1t:i.araued 1148 f�f � BARNES Quotation 5 0 Overseas Highway, Suite 30 MARATHON, FL 33050 Quote Number: FA Pigeon cq0106 Plumbing Quote Date: 6409 2nd Terrace, i 1 Feb 6, 2019 West,Key Customer i rx)r "i,.,hru a)n'ne t 'T rms Sales p garysp01 3/8,r'19 Net �15 Days �gl obeCOi. Quarifitv Description Unit Price t n i an r.ic in and wil1 l:ae add].t.ac n, .,a1 r w5wrk: Note;, Any Paint or Patch work as excluded in above pricing and will be cwione by other Note: Transportation to arid from pigeon island i xclrr�ti.ed in above pricing and will prr,:ivided by of ll r ist rm� cost to BAS Note- All neccesary Eqa aiprfkent is to be transporter by other and not included. in above pricing Note Quote is 1"rased on AHJ rappro>na.l if any additional devices are needed another quote will. be laa:�rva,.al. r� Subtotal :0 ,0 Voice: 1 -3C)S-743-7334 Fa x i 3 0 ai r. 8 0 5 8 0 SalesJ! Lw r' ? s Frei u; ,Of State C rtutied EF20000482 Total '7 3, 7 1,8 1149 .R OF m ev '('41CAE rsp sal tie ar tleto-�urea rtltat e�t at l trreal and PAC conduit infrastructure for lartrr circuit and controller requirements for project Pigeon Key the prrrnp and sprinkler renovation.This proposal is lea„t.l on information and tr iuiiernents contained in drawings provided and numbered job 151365,dated for permit 4/20/2017, ,,his proposal includes,,, ��9trrrs tt.r r�a��t Supply .u...p rl'�.�.,,yw„and installation µ, m„ ...w........................................ ....,.....w...a..........,_...............M ....... ..�.. µ..ark.. � u..... _.,. .........,... m w... of all a�ondtrlt,boxes,troondu tons, isrtannects,and wasosi�aar .. plrttrt the Name voltage Supply and installation of all PVC conduit,boxes,nnud ramps,pall string,and associated fittings to facilitate install of alarm cables and devices by fire alarm contractor, needed'.All conduits to be PVC.All lime voltage circuits to comply with draerings provided,2011 N E C.,and t ountil rpquired building c:,.o les, All low voltage,fiber optic,signal,control wires or cables for fire alarm syst rn or fire pump,control panels,paver supplies d'e gces,or del mtors,to be provided and installed by fire:alarm contractor ...........__...... __..... _....................._................._.....__.. . ........._....... ..._...... ..... .... .... All trenching,icompaatattrg,and backNirtp to be provided by others. PP��s r ' rrs t - trGa7`ad __ ._._._.._ _..._._. . _ __... . ._._ ._ . . . ___..__. ..... _.... ._..._ .�.._... .. .... :.. y and all tees from permitting,trtilipa,engineering,state or county entities, Any pails,labor,or repairs to arry part of this prrsler,t or property not specified on provided dfawings 1 Key Deer' Wvd, Big Pine Key, FL 33043 3054914899 1150 State Plumbing License# State Fire Mai-shall License# CFC1425735 FPC13-000064 rp ------------—- ------------- ............... PROPOISAL April 20,2021 Monnrie Couru�y Public Works & Engineering Prvaject Manap,etnerrt Department via email: �ftlart_&,p,LJ Attn: JOrdan Safinger�- Pro'iectNllanager Ref. Fire Alarm Installation Ciary's Plun-ibing and Fire, Inc.shall provide all labor, material and equipment necessary to install the following as per plans by'rhouipson & Youngross Engineering, Inc.,job number 15136,dated 4/20/17: Provide and install alarm systems for the 8 buildings sprinkled under previous scope Classroom Bridge Tender's House Paint Forem an's House General Storage Guest House Museum Staff Housing A Staff Housing B Electrical scope includes the following: Provide and install all above ground 3/4" Sch 80 PVC coriduit infrastructure lbr fire,alarin in 8 stnictures. Install all required conduit, boxes, pull itring, fasteners and associated In in Itt g's, Route all interior conduits on surfiace and/or above drop ceiling with g Alvanized fhsteners.. Route all exterior conduits tinder,structures with SS flasteriers. Provide 120 vac circuits for FACPs(Fire, Alarm Control Panel), Alarm system will include the f6l lowing: Address sable fire alarin panel with I SIX 120 volt surge pr(.Aector 18 amp-hr battery Battery box for 2 batteries Not if is r 80 c haracter LC 1) A tin u nc iator Smoke Detector Addrc,,,ssable Pull Station Weatherproof Horn /Strobe SpectrAlert inulti candela strobe Mini monitor module Fire-lite therinotec all weathcr heat detector Cable, connectors and hardware PROPOS L MOUNT S 162,40U0 Respectfit ly tttd, Gary Cent nze, Pr silent Gary's Plur ibing ai re, Inc. 6409 2""Terrace,Suite I Key West,FL 33040 Phone(305)296-6013 * Fax(305)292-4978 * garysplumbing1,,4,ao1.eom 1151 Client#: 66814 GARPL DATE(MM/DD/YYYY) ACORD,. CERTIFICATE OF LIABILITY INSURANCE 1 10/13/2021 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 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 Amanda Lisenbey Acrisure dba Gulfshore Ins-SF PHONE 239 659-8867 FAX 239 213-2803 4100 Goodlette Rd N -MA Lo,Ext: (A/c,No): ADDRESS: Alisenbey@gulfshoreinsurance.com Naples, FL 34103 INSURER(S)AFFORDING COVERAGE NAIC# 239 261-3646 Obsidian Specialty Insurance Company 16871 INSURER A: p Y P Y INSURED INSURER B:Commerce&Industry 19410 Gary's Plumbing and Fire, Inc. The Travelers Insurance Company 36137 INSURER C: p Y 6409 2nd Terrace, Suite 1 INSURER D Key West, FL 33040 INSURER E 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 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 AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MM/DD/YYYY) MM/DD/YYYY LIMITS A I X COMMERCIAL GENERAL LIABILITY X X PTCGL00000007800 08/13/2021 08/13/2022,EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X1 OCCUR PREMISES(Ea occurrence)... _$100,000 X BI/PD Ded:2,500 Approved Risk Managemetit MED EXP(Any one person) $10 000 PERSONAL&ADV INJURY $1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY X JECT LOC 10-13-2021 PRODUCTS-COMP/OPAGG $2,000,000 OTHER: $ C AUTOMOBILE LIABILITY X X BA4S5617752142G 08/13/2021 08/13/202 COEaMBINED accident SINGLE LIMIT $1 r 000r 000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident $ B UMBRELLA LIAB X OCCUR X X BE049327143 08/13/2021 08/13/2022 EACH OCCURRENCE $5 000 000 X EXCESS LIAB CLAIMS-MADE AGGREGATE s5,000,000 DED F I RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Pigeon Key Fire Suppression System Certificate Holder(s)are 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 per form CAF079 0817 including Waiver of Subrogation. Umbrella follows forms. CERTIFICATE HOLDER CANCELLATION Monroe County Board of County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ty THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton Street, Suite 2-216 AUTHORIZED REPRESENTATIVE Key West, FL 33040 ©1988-2015 ACORD CORPORATION.All rights rese—Pd ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD 1152 #S1736558/M1718211 AHL18 AC" CERTIFICATE OF LIABILITY INSURANCE FDATE(MM/DD/YYYY) `,� 09/30/2021 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 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 Harvin PGI of West Central Florida,LLC PHONE 941-242-9619 PHONE Ext): (A/C,No): 941-242-9621 3809 E SR 64 ADDRESS: amanda@pgiofwestcentralflorida.com 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: 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 INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR 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 AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INTR TYPE OF INSURANCE NSD WVD POLICY NUMBER UBR POLICY-EFF LILY EXP LIMITS (MWDD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE n R OCCUR -DAES( RENTED ,,,,,PREMISES(Ea occurrence) $ Approved Risk Managerrent MED EXP(Any one person) $ .......... PERSONAL&ADV INJURY $ .. ___ ___ ____. ____. ____. d _. ____. ____. ____ ____. _______- GEN'L AGGREGATE LIMIT APPLIES PER r GENERAL AGGREGATE $ POLICY EI JECT �I PRO n LOC 1 PRODUCTS-COMP/OP AGG $ OTHER: 1 0-1 3-202 1 $ AUTOMOBILE LIABILITY (Ea accident) $ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPER TY DAMS $ HIRED AUTOS AUTOS (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X STER ATUTE UIH- ER AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 A OFFICER/MEMBER EXCLUDED? � N/A Y 830-52315 02/06/2021 02/06/2022 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) A Waiver of Subrogation is in favor of Monroe County Board of County Commissioners in regards to Workers Compensation. USL&H$1,000,000 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County Board of County Commissioners 2798 Overseas Highway AUTHORIZED REPRESENTATIVE Suite 300 � Marathon FL 33050 f ry rt? @ 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 1153 DATE(MMIDDIYYYY) A�" CERTIFICATE OF LIABILITY INSURANCE 10/06/2021 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 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 rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Christina Smith NAME: NSI Insurance Group LLC AICONN0 Ext: (305)556-1488 AIc,No): (305)556-3680 5875 NW 163 Street E-MAIL christinas@nsigroup.org ADDRESS: Suite 207 INSURER(S)AFFORDING COVERAGE NAIC# Miami Lakes FL 33014 INSURERA: Clear Spring Prop&Casualty INSURED INSURER B: Paradise Divers Inc. INSURER C: INSURER D: 31243 Ave E INSURER E: Big Pine Key FL 33043 INSURER F: COVERAGES CERTIFICATE NUMBER: CL2192227746 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 INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR 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 AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MMIDDIYYYY MM DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ See Below l) CLAIMS-MADE OCCUR PREMISES Ea acourrence $ MED EXP(Any one person) $ A X YACHT CSRYP/200719 02/23/2021 02/23/2022 PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑ PRO ❑ LO Approved Risk Management PRODUCTS-COMP/OP AGG $ OTHER: a $ AUTOMOBILE LIABILITY } � COMBINED SINGLE LIMIT / �i 3 �'^II`°�' d""^v, Ea accident $ ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS 10-13-2021 HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB HCLAIMS-MADE AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE ElN/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ Hyes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) 1988 30'Island Hopper'Paradise Diver IV"HUIIID:AXA17200A888;Hull:$50,000 Ded:$5,500 Wind Ded:$11,000;Non-Emergency Tow:$500; Liability:$1,000,000 Ded:$2,500;Crew Liability Extension:$1,000,000 Ded:$2,500;Commercial Passenger Liability Extension:$1,000,000 Ded:$2,500; Limited Pollution Extension:$1,000,000 Ded:$2,500;MedPay:$10,000 Ded:$100;Uninsured Boater:$100,000. "Certificate Holder Hereby Listed as Additional Insured" CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Monroe County BOCC ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton Street AUTHORIZED REPRESENTATIVE Key West FL 33040 OSL S @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 1154 MONROE COUNTYANGINERUNG/ PROJECT MANAGEMENT CONTRAICT CHANGE ORDER PROJECT TITLE: CHANGE ORDER NO: #002 Pigeon Key Fire Suppression System Installation INITIATION DATE: 11/0112021 CONTRACT DATE. 0811912020 TO CONTRACTOR: Gary's Plumbing and Fire, Inc. 6409 2"d Terrace, Suite 1 Key West, FL 33040 The Contract is changed as follows: V The original(g2n!Eg9La=)(Guaranteed Maximum Price) .....................—.....................$468,000.00 Net change by previously authorized Change Orders....... ..........................................—$ 162,400.00 The(Contract Sum)(Guaranteed Maximum Price)prior to this Change order was ... 630,400.00 The(-Contrart Sum)(Guaranteed Maximum Price)will be(increased)(decreased)(unchanged)by this Change Order........ ......$ 499,937.50 The new(Q9nkaaL$-vM)(Guaranteed Maximum Price)including this Change Order is... ....$1,130,337.50 The Contract Time will be(Ingr�eaed)(decreased)(unchanged)by........ ........................ 120 Days The date of Substantial Completion as of the date of this Change Order is........................ 02/12/2022 Detailed description of change order and justification: The full scope of this project was advertised with bids due on 210712019. The sole respondents bid price exceeded the available project funding. In an effort to utilize grant funding prior to its expiration, a reduced scope contract eliminating several work items, including the diesel tire pump and associated housing and concrete stab, was executed 811912020,Additional grant funding from DAC 11,111,IV,and V totaling$501,596.00 was awarded by the TUC and became available 1010112021. As such, adding the fire pump package scope which Includes purchase, delivery, and Installation of the fire pump, the hurricane rated housing, and the construction of the structural stab It sits on, back into the contract is required to proceed with the work. An additional 120 days will be required to extend contract to allow for completion of the added scope, Change order is I06.8%of original contract price. Not valld u!1tlI signed by Owner,Arcbitect if applicable),and Contractor ARCHITECT: ........ ...... Thompson oungross Ent " nsult., LLG Date CONTRACTOR: jllc a�v 6 d Fire, Inc. Date fir, BOARD OF COUNTY COMMISSIONERS .......... OF MONRO COON FLORIDA ATI".,"�, T VIN MADOK, CLERK .......... By: . ... .......... ........ ....... ....................................................................... i7 Mayor/Chairman As Deputy Clerk MONROE COUNTY ATTORNEYS OFFICE APPROVED AS TO FORM 6,4 n PH—,j sTAJQWU(EMtIDNNTYWATOTORNEY DATE., jj-n2.2021 1155 Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes ® No ❑ If Yes, explanation: The fire pump package, housing, and concrete slab scope was eliminated via a reduced scope contract due to insufficient funding. This change order adds the original scope back into the contract now that additional funding has become available. • Change Order was included in the original specifications. Yes ❑ No If Yes, explanation of increase in price: • Change Order exceeds $50,000 or 5% of contract price (whichever is greater). Yes ® No ❑ If Yes, explanation as to why it is not subject for a calling for bids: The sole respondent's bid price exceeded the available project funding. To utilize grant funding prior to its expiration, a reduced scope contract eliminating several work items was executed. The addition of this change order restores the original scope reflecting the design plans upon which the original bid of the contractor was based. This added scope works towards making fire suppression system whole and compliant with applicable fire code. • Project architect approves the change order. Yes ® No ❑ If no, explanation of why: • Change Order is correcting an error or omission in design document. Yes ❑No Should a claim under the applicable professional liability policy be made? Yes ❑ No Explain: N/A 1156 ., LO State Plumbing bi License State Fire Marshall License# CFC1425735 "" �� FPC21-000111 November ber 1, 2021 Monroe County Public Works & Engineering Pu4uJect Management Depua.rtumau'a via email: ptrl Mgr ,tgwm� Q-)v f- Fire Sprinkler System ,awry Pigeon .Key Sub: Request for Change Order MSI ., Fire Pump Equipment:ent: $229,140.00 SI - , 'ax fa:.ar RM )'Limp E.'qu ipm entw 17,185.50 Reynolds Engineering- Engineering Services. $ 12,500,010 G ary's fluumaabing and Fire, line, ,- 5% Management: 12,08100 Bonding:. 6,50(D. 10 Gary' Plurnbing and Fire, Inc, Direct o t- I lou.seke ping P'�alr 1-'arrm s & Placemetw 14,800,00 0 V.qu.uppmtraeaut: 12,900.00 Con retc Placernient & Construction- 1 1&1p':'1 0. 10 L.abor to completle scope'. 5 ,6 t' ,.0110 5°d' n"), c " 10,115.00 51M)Overhead: 1. p O p 55.0() Respl ea, fu ly� 'n u�abmitt d, rug Brut 'par 's 1PIuurmubirq, and Fire, Inc. 6409 2" Terrace,Suite 1 Key West, FL 33040 Phone(3 5)296-601 * Fax(305)292-4978 * garysplurnbingl@aol.cc► 00 W) T- 5�ynIrm d8 I neering Reynolds Engineering Servi S i ces, Inc. rices, Inc. PROPOSAL for DESIGN SERVICES TO: Gary's Plumbing and Fire, Inc. DATE: 11/11/2021 RE: Pigeon Key Fire Protection System PROJECT DESCRIPTION: The project generally consists of: Provision of a sprinkler fire protection system for the island including a water storage reservoir and fire pump. DESIGN SERVICES: Consulting services for design of steel reinforced concrete foundations for a water storage tank reservoir and fire pump building. The fire pump building will be elevated so that the critical electrical components are at the Design Flood Elevation (AE-9 + 1). The tank will be at grade.. Access to the elevated pump building will be designed with stairs. No special provisions will be made for fueling the pump station other than the access stairs. Documents to be provided by Owner: 1. Survey of Pigeon Key in CAD format 2. Elevations of existing grade in vicinity of proposed pump station. 3. Geotechnical report of site subsurface conditions if available. 4. Shop drawings/specifications for water storage tank 5. Shop drawings/specifications for fire pump building. DESIGN FEE: Lump sum fee of$12,500.00 DEPOSIT: 20% ($2,500.00) SCHEDUMASAP SERVICES NOT INCLUDED: Construction Phase Services TERMS & CONDITIONS: GENERAL CONDITIONS I. REUSE OF DO WMENTS All documents, including drawings and specifications furnished by Engineer pursuant to this agreement are instruments of his services in respect to this project. They are not intended or represented to be suitable for reuse on extensions of this project or any other project. Any reuse without specific written verification or adaptation by Engineer shall be the user's sole risk, and without liability or legal exposure to Engineer and the other party to this agreement shall indemnify and hold harmless Engineer from all claims, damages,losses and expenses including attorneys"fees arising out of or resulting therefrom. Any such verifications or adaptations will entitle Engineer to further compensation. 24478 Overseas Hwy%Summeriand Key,Fi,33042 1 Pham 305-394-5987 CA#25597 LO 2. LIMITATION OF DAMAG Owner agrees the liability, if any, of Engineer to the Owner whether to this contract or other claim such as fraud, negligence, implied contract, quantum merit, warranty, products liability, malpractice or otherwise as may now or otherwise exist shall be limited in each case to the amount Owner has actually paid the Engineer for professional services. In this regard, Owner agrees Engineer shall in no event be liable for consequential or incidental damages, attorneys fees, costs of suit, interest nor other expense, injury or damage and the parties agree this and the other paragraphs are material provisions of the contract which have significantly influenced the decision of Engineer to contract to perform the services and to perform the services at the rate or rates agreed to between parties. 3. QOMPLIANCE WITH CODES Engineer does not guarantee compliance with federal, state and local laws codes, ordinances and regulation, but will use the best efforts to achieve compliance and assumes no responsibility for changes in said laws, codes, ordinances and regulations occurring after completion of the design period, 4. RIGHT TO RELY ON OWNER-FUR.NISHED INFORMATION Engineer has the right to rely on the Owner- supplied information such as soils tests, surveys, past plans, standard plans, etc. which will be utilized by Engineer in providing services under this agreement. 5. JOB SITE SAFETY In no event shall the contract between the Owner and Engineer be construed to require Engineer to be responsible for safety on the job site,including, but not limited to any applicable occupational safety or health act requirements applicable state, county, township, city or other federal guidelines, rules, regulations, ordinances, statutes, laws or other requirements. 6. MUTUAL RIGHT OF TERMINATION OF jgRy&EJ This Agreement may be terminated by the Owner or the Engineer upon seven (7) days of written notice without cause. In the event of termination, not the fault of the Engineer, the initial retainer shall be forfeited and the Owner shall pay the Engineer for all services performed and reimbursable expenses to the date of termination. Authorization Owner Date Engineer,,,,�-"' Date 24478 Overseas Hwy Summerland Key,M.33042 - Phone:305-394-5987 �ftyag CA#26597 o cfl MS[ SUPPLY INC. 4411 SEE RIDGE ROAD#439 SARASOTA FLORIDA 34233 (P)941-371.7745 (F) 941-379.4112 www.M!SI1H22jyt!&= To: GARYS PLUMBING From: LARRY WOLDMAN Project PIGEON KEY Pages., 1 Bid- ASAP Datec 11/1/2021 Re: FIRE PUMP HOUSE Quote# Q3700 We are pleased to of as follows: This proposal is based on the details and specifications given on the original Bid documents dated December 2018. Specific reference given to Drawing FP1.0 and FPO.1 each noted with Permit date of 04/20/2017 prepared by Thompson &Youngblood Engineering Consultants, LLD as"engineer of record". EQUIPMENT PROPOSED: DIESEL ENGINE DRIVEN FIRE PUMP STATION WITH ENVIRONMENTAL ENCLOSURE, SyncroFlo Model 500FHSCD75EC-H-M-UL/FM prefabricated fire protection pumping system designed to produce 500 GPM at 75 PSI. The power supply will be 460/3/60—120/3/60/12VDC volts. Pumps, controls and piping are all mounted on a structural steel skid with environmental enclosure for outdoor installation. The complete pump station will be ETL listed and manufactured in as ISO 9001-2015 compliant facility and will be hydrostatically tested prior to shipment. Enclosure rated for 150 MPH wind load &50 lb. live load. EQUIPMENT&SERVICES TO BE FURNISHED: 1. All exterior pipe,fittings and pipe supports shown on drawing FPO.I (Fire Sprinkler Pump and Water Supply Detail)—NOT INCLUDED. 2. Residential grade muffler and hardware will ship loose for field installation. 3. Exhaust piping insulation is ...NOT INCLUDED. 4. 4" Hose Valve Header, (2)2.5"hose valves, caps and chains will be shipped loose for field installation. Nipples, (2)2.5"x0'.4'galvanized—NOT INCLUDED. 5. The following will ship loose for field installation: a. Gutters b. Downspouts VISIT OUR WEBSITE www.msisupplyinc.com cfl c. Rain hoods d. Batteries and battery racks e. Fuel tank fill and vent piping 6. 3"dia. Main Relief valve piping extended to exterior of pump room terminating w/galvanized ell. 7. Environmental Enclosure(Pump House)estimated size 141 x 11 VW x I OH. Estimated weight at time of shipment, 18,000 lbs. 8. Engine additives NOT INCLUDED: a. Diesel fuel for engine start-up and flow test. b. Battery electrolyte, 1800cc. c. Engine coolant, 3 gallons. 9. Complete submittals and drawings generated in AutoCAD. Submittals will be electronically transmitted. No printed copies will be supplied. 10. IO&M's provided 6 weeks after equipment shipment. 11. Shipment(118)weeks after full"Release for Fabrication" ...(release for fabrication consists of a signed submittal, signed general arrangement drawing and written release from the customer)and full receipt of customer supplied equipment. 12. Rigging and off loading at site—NOT INCLUDED. 13. Inland freight escorted due to equipment size. 14. Start-up and commission with Factory technician and certified diesel engine mechanic. PRICE F.0.13 MARATHON FIL ® NET(SALES TAX INCLUDED) PAYMENTTERMS: 50% DUE WITH PURCHASE ORDER % DUE WITH DRAWING APPROVAL AND PROCEED TO FABRICATE BALANCE DUE NET 30 DAYS AFTER SHIPMENT Page 2 of 3 1 i/l/2021 State Plumbing License# State Fire Marshall License# C FC 1425735 FPC21-000111 PROPOSAL October 19,21 Monroe County Public Works& Engineering Project Management Department via email: Salin er- or a �k onroeCoun Attn: Jordan Salinger®Project Manager e ire Pump Installation and all ri connections ary's Plumbing and Fire, Inc. shall provide all labor, material and equipment necessary to install the following as per plans by Thompsono oss Engineering, Inc.,job number 15136,dated1 /17: • Provide and install plan referenced 5 (,) 75 psi Tier III Horizontal Split Case Diesel Fire Pump. • Storm rated fire pump house structure per plans and specs. • Transportation and setting of fire pump on elevated slab. • Ali final electrical,alarm water piping connections. • Is ectio s by Monroe County Fire Marshall. • Provide drawings by structural engineer for concrete base. • Install concrete base to meet 100 year flood plan • Tutorial to Island personalon full operational system. • Commissioning Factory Technicians. P'II �D1l� SD1UT ' , 7® Respect I Submitted, Cary(J entonze, Pesident C3ary'o Plumbing nd Fire, Inc,. 6409 2nd Terrace,Suite 1 * Key West, FL 33040 Phone(305)296-6013 * Fax(305) 292-4978 * garysplumbingl@aol.com 1162 �cou �GJS COURTS w 00A Kevin Madok, CPA o .... .. �' Clerk of the Circuit Court& Comptroller— Monroe County, Florida �Roz COVNSy DATE: August 1, 2022 TO: Breanne Erickson, Contract/Budget Administrator Project Management Stan Thompson, Contract Administrator Project Management FROM: Liz Yorngue, Deputy Clerk SUBJECT: July 20t1n BOCC Meeting At:t:aclicd is a copy of tlic followirng itctrt, «fliicli lias been executed and added to the record: C13 Revised 3rd Clnaange Order"vitln Gary's 1'lturnlmig and Fire, Inc., adding scope in the atnotznt of$244,500.00 for (lie Pigeoii Rey Fire Suppression Systern Installation Project:. The correct total contract amount with this Change Order is $1,374,837.50. This replacement corrects the mathematical error from the original 3rd Change Order. Should you have any questions please feel free to contact me at (305) 292-3550. cc: County Attorney_ Finance File 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 1163 MoNwE COUNTY/ENGINEERING/ PRoJEcr MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: CHANGE ORDER NO: #003(Revised) Pigeon Key Fire Suppression System Installation INITIATION DATE:6130/2022 CONTRACT DATE: 08/19/2020 TO CONTRACTOR: Gary's Plumbing and Fire, Inc. 6409 2"d Terrace;Suite f Key West, FL 33040 The Contract is changed as follows: The original(Contract Sum) (Guaranteed Maximum Price).............................................$468,000.00 Net change by previously authorized Change Orders.....................................................$662,337.50 The (Contract Sum) (Guaranteed Maximum Price)prior to this Change order was ............$ 1,130,337.50 The (Contract Sum)(Guaranteed Maximum Price)will be increased)(decreased)(unchanged)by this Change Order ...............$ 244,500.00 The new(Contract Sum)(Guaranteed Maximum Price)including this Change Order is ........$1,374,837.50 The Contract Time will be(increased)(decreased)(unchanged)by................................. 200 Days The date of Substantial Completion as of the date of this Change Order is........................ 08/31/2022 Detailed description of change order and justification: The full scope of this project was advertised with bids due on 210712019. The sole respondent's bid price exceeded the available project funding. To utilize grant funding prior to its expiration, a reduced scope contract eliminating several work items, including the water holding tank and fire sprinkler and fire alarm installation in the Honeymoon Cottage and Commissary buildings, was executed 811912020. Additional grant funding from DAC Il, IV, and V totaling $250,000.00 was awarded by the TDC and became available 2108/022. As such, adding the water holding tank and the fire sprinklers and fire alarm scope for the Honeymoon Cottage and Commissary buildings back Into the contract is required to complete the project. This Revised Change Order#3 is correcting an addition error in the total contract amount. An additional 200 days will be required to extend contract to allow for completion of the added scope. Chance order is 52.24%of original contract price. Not valid until signed by Owner,Architect(if applicable),and Contractor Andrew J i Digitally signed by Andrew J ARCHITECT: Youngross Thom son oungrosf:ErDfap"214¢,05 13?4�04 Ya n ro 04'00' CONTRACTOR: 6(� _ Gary's PI bing an-rfI Fire, Inc. Date BOARD OF COUNTY COMMISSIONERS h SEAL) OF MONROE COUNTY, FLORIDA EST:KEVIN MADOK, CLERIC:' '" - 23f By: °c? May airman G — AsVep6tq Clerk r- MONROE COUNTY ATTORNEY's OFF APPROVED AS TO FORM °Qc co _ STANT COUNTY ATTORNEY DATE: -1--052022 1164 Client#: 66814 GARPL DATE(MM/DD/YYYY) ACORD,. CERTIFICATE OF LIABILITY INSURANCE 1 10/13/2021 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 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 NAME: Amanda Lisenbey Acrisure dba Gulfshore Ins-SF PHONE 239 659-8867 FAX 239 213-2803 A7C,No,Ext: (A/C,No): 4100 Goodlette Rd N E-MAIL ADDRESS: sen Alibe /� ulfshoreinsurance.com y@g Naples, FL 34103 INSURER(S)AFFORDING COVERAGE NAIC# 239 261-3646 INSURER A:Obsidian Specialty Insurance Company 16871 INSURED INSURER B:Commerce&Industry 19410 Gary's Plumbing and Fire, Inc. The Travelers Insurance Company 36137 INSURER C: p Y 6409 2nd Terrace, Suite 1 INSURER D Key West, FL 33040 INSURER E 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 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 AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLSUBR POLICY EFF POLICY EXP M LIMITS LTR INSR WVD POLICY NUMBER MMD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY X X PTCGL00000007800 8/13/2021 08/13/2022 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES„-(Ea,occurrence)--„-,,,.-$._1-00,000 X BI/PD Ded:2,500 Approved Risk Managemetit MED EXP(Any one person) $10,000 i PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: iVG� !M 'r, `.l .. . u GENERAL AGGREGATE $2,000,000 PRO- POLICY X JECT LOC 10-13-2021 PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ C AUTOMOBILE LIABILITY X X BA4S5617752142G 8/13/2021 08/13/202 (CEO,accciden SINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident $ B UMBRELLA LIAB X OCCUR X X BE049327143 8/13/2021 08/13/2022 EACH OCCURRENCE s51000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE s5,000,000 DED I I RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Pigeon Key Fire Suppression System Certificate Holder(s)are 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 per form CAF079 0817 including Waiver of Subrogation. Umbrella follows forms. CERTIFICATE HOLDER CANCELLATION Monroe Count Board of Count SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton Street, Suite 2-216 AUTHORIZED REPRESENTATIVE Key West, FL 33040 O 1988-2015 ACORD CORPORATION.All rights rese—PH ACORD 25(2016/03) 1 Of 1 The ACORD name and logo are registered marks of ACORD 1165 #S 1736558/M 1718211 AH L18 MONROE CouNTY/ENGINEERING/ PROJECT MANAGEMENT cfl cfl CONTRACT CHANGE ORDER PROJECT TITLE: CHANGE ORDER NO: #004 Pigeon Key Fire Suppression System Installation INITIATION DATE, 610512023 CONTRACT DATE. 08/19/2020 TO CONTRACTOR: Gary's Plumbing and Fire, Inc, 6409 Old Terrace;Suite I Key West, FL 33040 The Contract is changed as follows: The original (Contract Sum)(Guaranteed Maximum Price) ..... ......... ...... ........ 468,000.00 Net change by previously authorized Change Orders.........__.... ......... $906,837.50 The (Guaranteed Maximum Price) prior to this Change order was $ 1'374,837.50 The (Contract Sum) (Guaranteed Maximum Price)will be{increased (decreased) (unchanged) by this Change Order ... ...... ....$ 16,712.65 The new(Contract Sum)(Guaranteed Maximum Price) including this Change Order is $1,391,550.1's The Contract Time will be {increased)(decreased) (unchanged) by.... ......... ....._ 288 Days The date of Substantial Completion as of the date of this Change Order is....... .... 06/15/2023 Detailed description of change order and justification: The diesel-powered fire pump package experienced a 6-month delivery delay due to supply chain issues from the vendor. Once the fire pump was delivered and installed, it was determined by the Fire Marshall that while the diesel holding tank was equipped with low-level alarm, the water tank would also require a low-level alarm for life safety. It was also determined that a water reclaim system would be beneficial to the island to prevent flooding when the fire pump is run once a week as required and would also conserve water on the island.Lastly, upon completion of all underground work, much of the sod on the island was disturbed. This change order includes all cost of work associated with the required low-level water alarm, water reclaim system, and sod replacement and is covered by the remaining TDC grant funds. An additional 288 days will be required to bring contract time current to allow for final payment and closeout of the contract. The substantial completion date will be increased from 813112022 to 611512023. QhpRgq order is 3.57%ptgftag/cQr ac( rice. Not valid u til i a ner ro itec if lic le a tractor rxawy! red by Mdrew J Younaross ARCHITECT: PN:qr,Andrew J Youngross, Andrew J d'"Qvil- c=u*[)ate R24 I h we reviewed this document Dot 2023.0&05 13:06:47-04'00' CONTRACTOR: _'6/_'0a ate Gary" PlumIn nd Fire, BOARD OF COUNTY COMMISSIONERS (SEAL) OF MONROE COUNTY, FLORIDA ATTEST: KEVI ADOK, CLERK By: By. Mayor/Chairman As Deputy Clerk MONROE COUNTY AT-TOMNEYS OFFNCE APPROVED AS TO FORM STANT COUNTY ATTORNEY DATE: 6-0';-?0?'1 ti cfl Change Order Aftachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes Z No 0 If Yes, explanation: The additional work added was not identified in the original contract and was added during construction. • Change Order was included in the original specifications. Yes D No Z If Yes, explanation of increase in price: • Change Order exceeds$50,000 or 5% of contract price (whichever is greater). Yes El No Z If Yes, explanation as to why it is not subject for a calling for bids: • Project architect approves the change order. Yes Z No E] If no, explanation of why: • Change Order is correcting an error or omission in design document. Yes F]No Z Should a claim under the applicable professional liability policy be made? Yes El No Z Explain: NIA 00 to Gary's Plumbing and Fire,Inc. Proposal Ph. (305)296-6o13 6409 end Terrace Suite i Key West,FL 33040 Date Ph.(1Q5)296-6013 garysplumbingl@aol.com 5/8/2023 Name Address Monroe County Public Works&Engineering Project Management Department 1o600 Aviation Blvd Marathon,FL 33050 Project Qty ToW Ref- Fire System Sub: Low Level Alarm Provide all labor,material and equipment to install a"Low Level Alarm"on 12,000 gallon holding tank that will be monitored by system control panel. Barnes Alarm 800.io 800.10 Sparkehaser 2,500.05 2,500.05 Gary's Plumbing and Fire,Inc 1,650.00 i,650.00 'We appreciate your continued business. Subtotal $4,950.15 Signature/Title Sales Tax (7.5%) $0.00 Total $4,950,15 cfl Gary's Plumbing and Fire,Inc. Proposal Ph. (305)296-6o13 6409 2nd Terrace Suite i Key West,Fl.33040 Date Ph.(30.5)296-6oi3, garysplumbingi@aol.com 5/8/2023 Name Address Monroe County Public Works&Engineering Project Management Department io600 Aviation Blvd Marathon,FL 33050 Project Qty Total Ref: Fire System Sub: Water Recovery Loc: Pigeon Key Provide all labor,material and equipment necessary to capture discharged water during required weekly fire pump operating back into 12,000 gallon holding tank. Discharge water pooling above ground and may result in an unsafe situation for guest or staff. Proposal amount 5,200.00 5,20oM00 `We appreciate your continued business, Subtotal $5,200.00 Signature/Title Sales Tax (7.5%) $0.00 Total $5,200,00 0 ti Gary's Plumbingand Fire, Inc. . (305)296.6o13 Proposed Change Order 6409 end Terrace Suite 1 Rey West,FL 33040 Date Ph.(305)26-6o13 garysplumbingi@aol.corn 9/21/2022 Name/Address Monroe County Public.Works&Engineering Project Management Department lo600 Aviation Blvd Marathon,FL 33050 Project CQ# Total Ref: Sod Pigeon Rey Installation of Sod not part of original contract 6,25o.00 6,250.00 5%Management Fee 31.2.50 312.50 R.espectflally Submitted, Gary Centonze,President Subtotal 56,562.50 Signature/Title Sales Tax ( a fie) S0.00 Total 6,562.50 Client#: 66814 GARPL DATE(MM/DD/YYYY) ACORD,. CERTIFICATE OF LIABILITY INSURANCE 1 6/05/2023 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 2 4100 Goodlette Rd N E A Lo,Ext: (AIC,No): 39 213-2803 ADDRESS: tmarkee@gulfshoreinsurance.com Naples, FL 34103 INSURER(S)AFFORDING COVERAGE NAIC# 239 261-3646 INSURER A:Obsidian Specialty Insurance Company 16871 INSURED INSURER B:Burlington Insurance Company 23620 Gary's Plumbing and Fire, Inc. Technology Insurance Company 42376 6409 2nd Terrace, Suite 1 INSURER C: 9Y p Y INSURER D:The Travelers Insurance Company 36137 Key West, FL 33040 INSURER E 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 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 AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY X X PTCGL000000O07801 08/13/2022 08/13/2023 EACH OCCURRENCE $2,000,000 CLAIMS-MADE L] OCCUR PREMISES(E.occur ante $100,000 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 PR POLICY � ECOT F LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ MINED D AUTOMOBILE LIABILITY X X BA4S5617752142G 08/13/2022 08/13/202 (CEO,aBc,den1SINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident $ B UMBRELLA LIAB X OCCUR X X 604BE06423 08/13/2022 08/13/2023 EACH OCCURRENCE s4,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE s4,000,000 DED RETENTION$ $ C WORKERS COMPENSATION X TWC4150303 08/13/2022 08/13/2023 X STATUTE EERH AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? � N/A 'I T (Mandatory in NH) ^w, E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below 9 m—W ^"` E.L.DISEASE-POLICY LIMIT $1,000,000 6 . 23 WNYW DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACOR_ ._.,..__..._.._..._..._...___..___._,..._,___..__..__....._._ is required) Pigeon Key Fire Suppression System Certificate Holder(s)are included as Additional Insured in regards to General Liability, only as required by written contract, 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 (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Monroe Count Board of Count SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton Street,Suite 2-216 AUTHORIZED REPRESENTATIVE Key West, FL 33040 ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD 1171 #S1969662/M1945702 TKM21 DESCRIPTIONS (Continued from Page 1) 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 regards to the workers compensation per form WC000313. Umbrella follows forms. SAGITTA 25.3(2016/03) 2 of 2 1 172 #S1969662/M1945702