Loading...
HomeMy WebLinkAbout12/11/2024 Agreement Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT.SUMMARY FORM FOR CONTRACTS $100,000.00 and Under Contract with- A-Plus Roofing of Key Effective Date: See Notes Below Expiration Date: Contract Purpose/Description: Roof Repairs-Harvey Government Center 1200 Truman Avenue,Key West,FL 33040 Contractor shall commence performance under contract within 10(ten)calendar days of date of issuance to undersigned bu Owner of a Notice to Proceed;Purchase Order,or Task Order.Once commenced, undersigned shall accomplish Final Completion of Project within thirty(30)days, thereafter, unless extension of time is granted by the county. Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: William DeSantis 4307 Facilities Maintenance/Stop#9C CONTRACT COSTS Total Dollar Value of Contract: $ 28,000.00 Current Year Portion: $ (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the iost 11 aintJi.hliir c 4Imu nr is 100,000.00 or I ss). Budgeted? Yes■❑ No ❑ Grant: $ 28,000.00 County Match: $ N/A Fund/Cost Center/Spend Cate O : 125-06067-00061 1 GNT-00000205 PROJ-00000187 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) Insurance Required: YES 0 NO ❑ Please see pages 48-51 for Certificates of Insurance CONTRACT REVIEW Reviewer Date In Department Head Signature: William DeSantis Patricia Eables Digitally signed by Patricia Eables County Attorney Signature: Date''2024'12'0911'21''36-06'00' Jaclyn Flatt Digitally signed by Jaclyn Platt Risk Management Signature: Date''2024'12'0911''36''00-06'00' Purchasing Signature: Lisa Abreu Digitally 20241210ned yLisa Abreu Date'.2024.12.10 16'.46'.46-06'00' John Quinn Digitally signed by John Quinn OMB Signature: Date'.2024.12.10 16'.20'.68-06'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR SERVICES FOR ROOF REPAIRS - HARVEY GOVERNMENT CENTER 1 BOARD OF COUNTY COMMISSIONERS Mayor James K. Scholl, District 3 Mayor Pro Holly Merrill Raschein, District 5 Craig Cates, District 1 David Rice, District 4 Michelle Lincoln, District 2 COUNTY ADMINISTRATOR Christine Hurley Clerk of the Circuit Court Facilities Maintenance Director Kevin Madok William DeSantis 11/27/20214 PREPARED BY: Monroe County Facilities Maintenance Department Page 1 of 55 Monroe County Facilities Maintenance General Scope of Work Job Name: ROOF REPAIRS - HARVEY GOVERNMENT CENTER Job Location: Harvey Government Center 1200 Truman Avenue Key West, FL 33040 Contact: Chrissy Collins -Facilities Maintenance �(;Hjns-chrissi a nionroecoutv-flgpy 305-304-9711 PROJECT OVERVIEW PROJECT INTENT AND SCOPE GENERAL REQUIREMENTS 1. Project Overview A) Monroe County ("Owner" or "County") shall enter into a contract with a qualified Contractor to perform roof repairs at the Harvey Government Center, 1200 Truman Avenue, Key West, Florida 33040. The term of this contract shall commence upon approval and execution of the contract by Monroe County and will terminate upon final completion of the Project as noted herein. Contractor shall commence performance under the contract, which may include applying for a permit if one is required for the Project, within Ten (10) calendar days of the date of issuance to the undersigned by Owner of a Notice to Proceed,Purchase Order,or Task Order.Once commenced,the undersigned shall diligently continue performance until completion of the Project. The undersigned shall accomplish Final Completion of the Project within Thirty(30)days, thereafter, unless an extension of time is granted by the County. The Contractor shall be required to secure and pay for all required permits and approvals to perform the work which may include: Monroe County Building Department and any other permitting or regulatory agencies,if applicable. Contractor shall 'include those permit fees as a part of the Contractor's bid. B) All quotes are due by Tuesday, December 3, 2024, at 12:00 P.M.,via email to collins- chrissygmonroecounty-fl.gov_ All Quotes must state they will be good for one hundred twenty(120)calendar days from submittal due date. Page 2 of 55 2. Project Intent and Scope Scope of Work: The Contractor shall perform roof repairs at the Harvey Government Center, 1200 Truman Avenue,Key West, Florida, as follows: • Pressure wash the AC Mechanical roof. • Install a Densdeck cover board using an olybond high strength adhesive and fastener system around the perimeter of the raised AC platform. • Install approx. 700 sq. ft. of 60mill fully adhered TPO single-ply roof system. • Re-flash the existing roof drains to ensure they are properly functioning. • Remove all debris from the work site. 3. General Requirements A) The Contractor shall coordinate all activities with the Monroe County Facilities Maintenance Department contact: Chrissy Collins at 305-304-9711 ) The Contractor is required to provide protection for all existing surfaces including, but not limited to: i. Existing fixtures ii. Personal Items iii. Floors iv. Vehicles and Personal Property V. Landscaping C) The Contractor shall ensure that all non-exempt employees for this effort are compensated in accordance with all State and Local Laws. D) The Contractor shall load,haul,and properly dispose of all construction debris and materials. E) The Contractor shall provide and maintain appropriate (OSHA required) construction warning signs and barriers. F) The Contractor shall furnish all required work site safety equipment. G) The Contractor shall furnish and maintain on-site material safety data sheets (MSDS) for all materials used in the construction. H) Construction work times shall be limited to: Page 3 of 55 Specified by the County 1) All materials must be approved by submittal prior to commencement of work. J) The Contractor shall provide a lump sum price by Tuesday,December 3,2024,at 12:00p.m., via email as noted herein. K) The Contractor needs to be awarc of weather and location and plan accordingly. L) The Contractor needs to be aware of the facility,its residents,and staff with unusual schedules and plan accordingly. M) The Contractor shall provide a safety lift plan for any crane/hoist work. N) If applicable, Contractor shall provide paper or electronic copies of all original device specifications, warranties, maintenance schedules, shop drawings, permits, repair and maintenance contacts,and any other information necessary for the proper ftinction and maintenance of the equipment. 0) The Contractor shall provide a schedule for all phases of the project. P) The Contractor shall coordinate all activities with concurrent site work being performed, if any. Q) Insurance Requirements: Workers Compensation Statutory Limits Employers' Liability $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $100,000 Bodily Injury by Disease, each employee General Liability $200,000 per Person $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit Vehicle: $200,000 per Person (Owned, non-owned, $300,000 per Occurrence and hired vehicles) $200,000 Property Damage of $300,000 Combined Single Limit Builders Risk Not Required Construction Bond Not Required Page 4 of 55 The Monroe County Board of County Commissioners, its employees and officials, 1100 Simonton Street, fey West, Florida 3.3040, ,;hall be named as Certificate Holder and Additional Insured on General Liability and Vehicle policies. A "Sample" Certificate of'Insurance is attached, which may not be reflecti"t ofthe insurance amounts required tor this project but is provided for-informational purposes" only R) The Contractor is required to have all current licenses necessary to perform the work and shall submit the Contractor's License and Monroe Count-Y, Business Tax Receipt along with its Proposal. If the Contractor is not a cur-r'erit registered Monroe County Vendor, then it shall also submit a property completed and executed W-9 Form, S) INDEMNIFICATION, HOLD HARMLESS, AND DEFENSE. Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, the Contractor shall defend, indernnif-y' 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, (it') any litigation, administrative proceedings. appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption. arid (iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indernnified party by reason of;'or in connection with, (A)any activity of the 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 the Contractor or any of its employees, agents, sub-contractors or other invitees, or(C) the 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 the Contractor). The monetary limitation of liability under this contract shall be equal to the dollar value of the contract and not less than S I mill ion per occurrence pursuant to Section 725,06, Florida Statutes. The limits of liabilitY shall be as set forth in the insurance requirements included in Paragraph 3 Q. herein. Insofar as the claims, actions, causes of action., litigation, proceedings, costs or expenses relate to events or circumstances that occur during the to of this Agreement, this section will survive the expiration of the to of this Agreement or any earlier termination of this Agreement. C� 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 shall hold the County har-midess anndshalll indemnify it from all losses occurring thereby arid shall further defend any claim or action on the County's behalf. The extent of liability is in no wav limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement. page-5 of 5 5 United States Depa tment of the Treasur% Indemnification To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the United States Department of the Treasury and its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of this Contract. This indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the sovereign immunity of the United States or the County. T) NON-COLLUSION.By signing this proposal,the undersigned swears, according to law on his/her oath, and under penalty of perjury, that their firm executes this proposal with prices arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition,as to any matter relating to such prices with any other bidder or with any competitor. 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 opcning, directly or indirectly,to any other proposer or to any competitor.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. The statements contained in this paragraph are true and correct, and made with the full knowledge that Monroe County relies upon the truth of the statements contained in this paragraph in awarding contracts for this project. U) EMPLOYMENT OR RETENTION OF FORMER COUNTY OFFICERS OR EMPLOYEES. By signing this proposal, the undersigned warrants that he/she/it has not employed, retained or otherwise had act on his/hers/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 0 10-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion,terminate this Agreement without liability and may also, in its discretion,deduct from the Agreement 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. V) 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. Page 6 of 55 NV) DRU(;-FREEXN'0RKPLACE.By signing this proposal,the undersigned certifies that the contractor comphes Fully with, and in accordance with Florida Statute, Section 287 087, the requlrements as follows, I) They will publish a statement notifying employees that the unlawfi,it manufacture, distribution, dispensing, possession, or use of a controlled substance i.s prohibited in the workplace and specify the actions that will be taken against 0 employees for violations of such prohibition. 2) Inform eniplovees about the dangers of drug abuse in true workplace, the business's policy of maintaining a dinig-tree work-place, any available dnic, counscling,rehabilitation,and employee assistance prograrns,and the penalties the may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection I 4) In the statement specified in subsection 1, notify the erriployees that, as a condition of working on the commodities or contractual services that are under bid. the employee will abide by the terms of the statement and will notify.the employer Oaf any conviction of, or plea of guilty or nolo contenders to, any violation of Chapter 893 (Flonida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a, sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program If such is available in the employee's community., for any employee who is so convicted, 6) Make a good faith effort to continue to maintain a drug-firee workplace through implementation of this section, ADDITIONAL CONTRACT PROVISIONS 1) Nondiscrimination/EgRAL Inn R!2lpllnLQR22rlHai!l. The Contractor and County agree that there will be no discrimination against any person,and it is expressly understood that upon a determination by a court of competent junisdiction that discrimination has occurred, this Agreement automatically ten-.ninates without any further action on the part of any party, effective the date of the court order. Contractor agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscit'i mi nation. These include but are not limited to: 1) Title Vf1 of the Civil Rights Act of 1964 (PL 88-352) which prohibits discn'rnination in employment on the basis of race, color, religion, sex, or national origin., 2) Title EX of the Education Amendment of 1972, as amended (20 LjSC ss. 1681-168.3), and 1685-1696), which prohibits discrimination on the feasts of sex.; 3) Section 504 of the Rehabilitation Act of 1973, as arriended (20 USC s. 794). which prohibits discrimination on the basis of disability; 4) 'K he ikge Discrimination Act of 1975, as arriended(.42 I;SC: ss. 610 1-6107) which prohibits discrimination on the basis ofage; 5)The Drug Abuse Office and Treatment Act of 1972(PL 92-255),as amended, relating to nondiscrimination on the basis of drug abuse9 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of t970 (PL 91-616), as amended, relating, to nondiscrimination on the basis of alcohol abuse Pa-e 7 of 55 or alcoholism, 7) ..rhe Public Health Service Act of 1912, ss. 523 and 527 (4]2 USC .3s, 690dd..3 and 290ec-3), as amended., relating to confidentiality of alcohol and drug abuse patient records-, 8) Title VII I of the C1%il Rights Act of 1968 (42 USC s. 3601 et seq.), as amended., relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans xlth Disabilities Act of 1990 (42 USC s. 12 101 Note), as may be amended frorn tirne to tirre, retating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Articte I'l, which prohibits discrimination on the basis of'race, color,sex., religion,national origin,ancestry, sexual orientation, gender identity or expression, familial status or ages and 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the sub.ject matter of, this Agreement. During the performance of this Agreement, the Contractor, in accordance with Equal EmploYment Opj_)ot-tunit'v 130 Fed. Reg. 12319, 121935, .3 C,F,R. Part, 1964-1965 Comp- p. .339.) as amended by Executive Order 11375, Amending Executive Order 11246 Relating to 1-i'qual Eml-)Io'vnient OpportunitY. and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor), she 2 C.F.R. Part 200, Appendix H., � C, agrees as follows: 1) The Contractor will not disclirninate against any employee or applicant for employment because of race, color, religion., sex, sexual orientation, gender identity,or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated equally during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national on-gin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination.; rates of pay or other forms of cornpensarion; and selection for training, including apprenticeship, The Contractor agrees to post in conspicuous places, available to employees and applicants for employment. notices to be provided setting forth the provisions of this nondi scrim]nation clause. 1) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor-, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3) The Contractor twill not discharge or in any other manner discriminate against any employee or applicant For employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee., who has access to the compensation on information of other Page 8 of employees or applicants as a part of such employee's essential job functions, discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. 4) The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the labor union or workers' representative of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,and of the rules,regulations,and relevant orders of the Secretary of Labor. 6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books,records,and accounts by the agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations, and orders. 7) In the event of the Contractor's non-compliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965,and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The Contractor will include the portion of the sentence immediately preceding paragraph(1)and the provision of paragraphs(1)through(8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for non-compliance, provided, however, that in the event a contractor becomes involved in, or is threatened with,litigation with a subcontractor or vendor as a result Page 9 of 55 of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. ills VI�C—the S.—i-vLi1 R i—ub-is A q-t o.—f -19-64, The Contractor and any subcontractor, successor'.. transferee, and assignee shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from a program or activity,denying benefits of, or otherwise discniminating against a person I ZZ, on the basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury's Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this contract (or agreement). Title VI also includes protection to persons with "Limited English Proficiency"in any program or activity receiving federal financial assistance,42 U.S.C. § 2000d et seq., as implemented by the Department of the Treasury's Title VI regulations, 31 CFR Part 22, and herein incorporated by reference and made a. part of this contract or agreement. cl� 11) Termination Provisions. A. 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) days' written notification to the Contractor. B. Either of the parties hereto may cancel this Agreement without cause by giving the other party sixty (60)days' written notice of its intention to do so. C. Termination for Cause and Remedies: In the event of breach of any contract terms, the County retains the right to terminate this Agreement, The County may also terminate this agreement for cause with Contractor should the 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 five (5) calendar days' notice and provide the Contractor with an opportunity to cure the breach that has occur-red. 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 F'alse 'k-lourns Ordinance, located at Section 2-721 rt al. of the Monroe County Code. D. Termination for Convenience: The County may terminate this Agreement. for convenience, at any time, upon seven(7) days' notice to Contractor. 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 remannng in the contract, The Page 10 of 55 maximum amount due to Contractor shall not exceed the spending cap in this Agrccment. 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 Couty's False Claims Ordinance, located at Art. I , Section 2-721 et al. of the Monroe oe County Code. E. Scrutinized Co n ies: For Contracts of any amount, if the County determines that the Contractor/Consultant has submitted a false certification under Section 7.135(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 O maintaining the Agreement if the conditions of Section 287.135( ), Florida Statutes, are met. ) Maintenance c s. The Contractor shall maintain all books, records, and documents directly pertinent to erfo ace under this Agreement in accordance with generally accepted accounting principles consistently applied° Records shall be retained as applicable for 1) a period of five (5) years after all funds have been expended or returned to the Department of the Treasury, whichever is later; or 2) for a period of seven (7) years from the termination of this Agreement or for a period of five (5) years from the submission of e final expenditure report as per 2 CFR§200.33,whichever is greater. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for seven(7)years following the termination of is Agreement. If any auditor employed by Monroe County or County 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 by e County. Further, the Contractor is subject to the following: 1) The Contractor shall maintain records and financial documents sufficient to evidence compliance with Sections 602(c)and 603(c)of the Social Sec unity Act,Treasury's regulations implementing that section,and guidance issued by the Department of the Treasury regarding the foregoing. 2) The Department of the Treasury Office of Inspector General and the Government Accountability Office, or their authorized representatives, shall have the right of access to records (electronic and otherwise) of the Contractor in order to conduct audits or other investigations. Page 11 of 55 IV) to ita Availability, qfRecords. 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); back charge 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 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, fights, 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 andlor 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 job site, witnessing the distribution of payroll, verifying payroll computations, overhead computations, observing vendor and supplier payments. miscellaneous allocations, special charges, verifying information and amounts through interviews and written confirmations with employees, subcontractors, suppliers, and contractors' representatives. All records shall be kept for ten (10) 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 any auditor employed by Monroe County or County Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained byte 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. V) Payment of Fees/Invoices. County shall pay pursuant to the Florida Local Government Prompt Payment Act, Fla. Stat., See, 218.70,upon receipt of a Proper Invoice from the Contractor. Payments due and unpaid under the Contract shall bear interest pursuant to the Florida Local Government Prompt Payment Act. The Contractor is to submit to the County invoices with supporting documentation that are acceptable to the Clerk. Acceptability to the Clerk is based on generally accepted accounting principles and such laws, rules, and regulations as may govern the Clerk's disbursal of funds. Invoices shall be submitted to Monroe County Facilities Maintenance Department, Attention: Chrissy Collins via email at collills­ chrissv,a monroecountN_f1.1Lty, The County is exempt from sales and use taxes. A copy of the tax exemption certificate will be provided upon request. Page 12 of 55 Final payment shall be made by the County, as the Owner, to the Contractor when the Contract has been fully performed by the Contractor and the work has been accepted by the County. VI) Public RecorALCompfianee. The Contractor must comply with Florida public records laws,including but not limited to Chapter 119, Florida Statutes and Section 24 of article I 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 performance, The 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 and 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. Stat., 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 request from the County's custodian of records, provide the County with a copy of the requested records or allow the records to be inspected 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 of the 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, Page 13 of 55 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 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, MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH Street, SUITE 408, KEY WEST, FL 33040, " " CO RI 4 NROE " ) ' F1,. w: (305)292-3470. VII) E-Verify System. Beginning January 1, 2021, in accordance with Fla. Stat., Sec. 448.095, as it may be amended from time to time, the Contractor and any subcontractor shall register with and shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the subcontractor during the Contract term. Any subcontractor shall provide an affidavit stating that the subcontractor does not employ,contract with,or subcontract with an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. The Contractor shall comply with and be subject to the provisions of Fla. Stat., Sec.448.095. Pursuant to Section 448.095: 1. A public agency,Bidder, or subcontractor who has a good faith belief that a person or an entity with which it is contracting has knowingly violated s. 448.09(1) shall terminate the contract with the person or entity. 2.A public agency that has a good faith belief that a subcontractor knowingly violated this subsection, but the Bidder otherwise complied with this subsection, shall promptly notify the Bidder and order the Bidder to immediately terminate the contract with the subcontractor. Page 1.4 of 55 3. A contract terminated under this paragraph is not a breach of contract and may not be considered as such. If a public agency terminates a contract with a Bidder under this paragraph,the Bidder may not be awarded a public contract for at least I year after the date on which the contract was terminated. A Bidder is liable for any additional costs incurred by a public agency as a result of the termination of a contract. V111) Notice Regu ire ment. Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail, certified,return receipt requested, postage prepared, or by courier with proof of delivery. Notice is deemed received by Contractor when hand delivered by national courier with proof of delivery or by U.S. Mail upon verified receipt or upon the date of refusal or non-acceptance of delivery. 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: �g-60440 Vol 0�0 ipta-brA For Owner: Facilities Maintenance Department Attention: Chrissy Collins 123 Overseas Highway-Rockland Key Key West, Florida 33040 And Monroe County Attorney's Office 11 I I 12'h Street Suite 408 Key West,Florida 33040 IX) UncontroRable Circumstance. Any delay or failure of either Party to perform its obligations under this Agreement will be excused to the extent that the delay or failure was caused directly by an event beyond such Party's control, without such Party's fault or negligence 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; (e) 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, Page 15 of 55 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, or as soon as possible after such Uncontrollable Circumstance has occurred if reasonably anticipated, and the anticipated cipated 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 a no cost Change Order or Amendment for such reasonable time as the Owner's Representative may determine. X) Adjudication of 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. This provision does not negate or waive the provisions of Section 1, Nondiscrimination, or Section 11, concerning Termination or Cancellation. 4. FEDERAL CONTRACT REQUIREMENTS The Contractor and its subcontractors must follow the provisions, as applicable, as set forth in 2 C.F.R. §200.326 Contract provisions and Appendix 11 to C.F.R. Part 200, as amended, including but not limited to: A) Clean Air Act (42 U.S.C. �V401-7671u.) and the Federal to Pollution Control Act (33 U.S.C. §§1251-13871. as amended. CONTRACTOR agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act, as amended, (42 U.S.C. §§7401 et seq.) and the Federal Water Pollution Control Act, as amended (33 U.S.C. §§1251 et seq.) and will report violations to the Department of the Treasury and the appropriate Regional Office of the Environmental Protection Agency (EPA). The Clean Air Act (42 U.S.C. §§7401-7671q) and the Federal Water Pollution Control Act (33 U.S.C. §§1251- 1387), as amended, applies to Contracts and sub ants of amounts in excess of $100,000.00. The contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by the American Rescue Plan Act funding. The Contractor agrees to report each violation to the COUNTY, understands, and agrees that the COUNTY will, in turn, report each violation as required to assure notification to the Department of Treasury/Federal Agency and the appropriate EPA Regional Office. Page 16 of 55 Contract Work Hours and Safet'% Standards Act (40 U.S.C. §§ 70 - 70 ). Where applicable, which includes all FE A grant and cooperative agreement programs, all contracts awarded by the County in excess of$100,000 that involve e employment of mechanics or laborers,and construction work must comply with 40 U.S.C. §13702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. §3702 of the Act,each Contractor must compute the wages of every mechanic and laborer on the basis of a standard work week of forty( 0)hours. Work in excess of the standard work week is pernuissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of forty (40) hours in the work week. The requirements of 40 U.S.C. §3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous,or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work,which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation;liability far unpaid wages;liquidated damages. In the event of any violation of the clause set forth in Paragraph ( )(1) of this section,the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated Damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph(b)(1)of this section, in the sum of $32 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Paragraph( )(1)of 29 C.F.R. §5.5. (3) Withholding for unpaid wages and liquidated damages. (i) Withholding process. The Federal agency may, upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to Page 17 of 55 ................................................................................................... be kkithheld From the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of tine prime,, contract or any subcontractor for any unpaid wages- monetary relief, including interest,- and i lquidated damages required by the Clauses set forth in this paragraph (b) on this contract, any other federal contract vith. the same prime contractor,or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2), ­rhe necessary funds may be withheld from the contractor under this contract, any other federal contract with the sarne prime contractor,or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was 0 awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (n) Priority to withheld funds. The Department has priority to funds with-held or to be withheld in accordance with paragraph (a)(2)(i) or(b)(3)(1) of C.F.R. § 5.5 or both, over claims to those Funds by:. (A) A contractor's surety(ies), including without limitation performance bond Sureties and payment bond sureties; (B) A. contracting agency for its reprocurement costs" (C) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate,, (D) A contractor's assignee(s),- (E) A. contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.0 3901-390T (4) Subcontracts. The contractor Or Subcontractor must insert in any subcontracts the clauses set forth in 29 C.F.R. §.5,5, Paragraphs (b)(I) through (5), and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with. the clauses set forth in 29 C..F.R §5,5, Paragraphs (1) through (5). In the event of any violations of these clauses, the prime contractor, and any subcontractor(s) responsible will be liable for any unpaid wages and nwrietary relief, including riClUding interest from the date of the underpayment or loss, due to any worker-, of tower-tier subcontractors, and associated liquidated damages and may be subject ect to debannent, as appropriate. Anti-retaliation. It is unlawful for any person to discharge, demote, inurnidate, threaten, restrain, coerce, blacklist, harass, or in any Page 18 of 55 other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: (i)Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; (ii)Filing any complaint,initiating,or causing to be initiated any proceeding,or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CVvFHSSA or this part; (iii)Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CVv1HSSA or this part." `ghts to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of"funding agreement"under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental,developmental,or research work under that"funding agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"and any implementing regulations issued by the awarding agency. D) Debarment and Suspension (Executive Orders 12549 and 12689) A contract award under a "covered transaction" (see 2 CFR §180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management(SAM), in accordance with the OMB guidelines at 2 C.F.R. Part 180 that implement Executive Orders 12549 (3 C.F.R. Part 1986 Comp., p. 189) and 12689 (3 C.F.R. Part 1989 Comp., p. 235), "Debarment and Suspension" and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Nonprocurement Debarment and Suspension). SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed This contract is a covered transaction for purposes of 2 C.F.R.Part 180 and 2 C.F.R.Part 3000.Contractor is required to verify that none of the contractor's principals (defined at 2 C.F.R. §180.935) or its affiliates (defined at 2 C.F.R. §180.905) are excluded (defined at 2 C.F.R. §180.940) or disqualified (defined at 2 C.F.R. §180.935). The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. This certification is Page 19 of 55 a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. Bidders or Proposers agree to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. Pt. 3000,subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Bidder or Proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions,including that the award is subject to 2 C.F.R. Part 180 and the Department of the Treasury's implementing regulation at 31 C.F.R. Part 19. E) Byrd Anti-Lobbying Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. §1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in wrn will forward the cerfification(s) to the awarding agency. If the award exceeds $100,000, the attached certification must be signed and submitted by the Contractor to the County. F) Comphance with Procurement of Recovered Materials as set forth in 200.323. The Contractor must comply with Section 6002 of the Solid Waste Disposal Act, as amended, by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. In the performance of this contract,the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— 1.Competitively within a timeframe providing for compliance with the contract perform ance schedule; 2. Meeting contract performance requirements; or 3. At a reasonable price. Page 20 of 55 Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines website, ,'A V_, The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. The Contactor should, to the greatest extent practicable and consistent with the law, purchase, acquire, or use products and services that can be reused,refurbished,or recycled; contain recycled content, are biobased, or are energy and water efficient; and are sustainable. ) Prohibition on certain telecommunications and video surveillance services or equipment as set forth in 2 CFR § 200.216. (a)Definitions.As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services, as used in this clause— (b)Prohibitions. 1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year2019,Pub. L.No. 115-232,and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. 2)Unless an exception in paragraph(c)of this clause applies,the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: i. Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; ii. Enter, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system,or as critical technology of any system, iii. Enter, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or iv.Provide,as part of its performance of this contract, subcontract,or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. 1)This clause does not prohibit contractors from providing— i. A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or Page 21 of 55 ..................................................__.. is. Telecom mun i earl ons equipment that cannot route or redirect user data traffic or permit -visibility into any user data or packets that such equipment transmits or otherwise handles. 2! By necessary implication and reOulation, the proliNtions also do not apply to : I I Covered telecommunications CqU1 pinent or ser',,ices that: a. Are not used as a substantial or essential component of any sy�item-1 and b. Are not used as critical technology of any system. i.i, Other telecommunications equipment or scr�iccs that are not considered covered telecommunications equipment or services. 31Report.ing requirement. I) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part. of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information. in paragra 1._ ph (d)(2) ofthis clause to the recipient or subrecipient., unless elsewhere in this contract are established procedures for reporting the information, 2) The Contractor shall report the fbIlowing information pursuant to paragraph (d)(1) of this clause: i. Within one business day from the date of' such. identification or notification: The contract number, the order nurnber(s), if applicable-, supplier namc; supplier unique entity identifier (if known)-, supplier Commercial and Government Entity (CAGE) code (if known), brand-, model number (original equipment manufacturer number, manufacturer part number, or wholesaler number),- item description; and any readily awallable information about mitigation Ligation actions under-taken or recommended. ii. Within 10 business days of submitting the information in paragraph. (d)(2)(i) of this clause: A.ny further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of' covered telecommunications equipment or services. (e)Subcontracts. The Contractor shall insert the substance of'this clause, including this paragraph (e), in all subcontracts and other contractual instruments," H) Ronie fic Preference for Procurements as set forth in 2 C. . , '2flfkA322w The County and Contractor should, to the greatest extent practicable,, provide a preference for the purchase., acquisition, or use of goods, products, or materials produced in the L"nited States (including but not limited to iron, aluminum, steel, �ement, and other manufactured products).These requirements of thissection must be included in all subawards including contracts and purchase orders for work or products Linder federal award. For purposes of this section: Page 22 of 55 (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings,occurred in the United States. (2) "Manufactured products"means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer- bascd products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 1) Copeland "Anti-Kickback" Act 12 C.F.R. 200, Appendix 11 (D)L40 U.S.C. §3145). This section applies if the contract is in excess of$2,000 and pertains to construction or repair, and further, if required by Federal program legislation. Contractor shall comply with the Copeland "Anti-Kickback" Act (40 U.S.C. §3145), as supplemented by Department of Labor regulations (29 C.F.R. Part 3), "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides in part that Contractor shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which it is otherwise entitled. The County shall report all suspected or reported violations to the Department of the Treasury. 5. Other Federal and/or Department of the Treasury Requirements (as applicable) Section 602(b) of the Social Security Act (the Act), as added by Section 9901 of the American Rescue Plan Act (ARPA), Pub. L. No. 117-2 (March 11, 2021), authorizes the Department of the Treasury(Treasury)to make payments to certain recipients from the Coronavinis State Fiscal Recovery Fund and the Coronavirus Local Fiscal Recovery Fund (Fiscal Recovery Funds). Monroe County shall not enter into a Contract or make any distributions of funds to Contractor using monies from the Fiscal Recovery Funds absent Contractor's agreement and adherence to each to and condition contained herein. The Contractor and its sub-contractors must follow the provisions set forth herein, as applicable, including but not limited to: A) Americans with Disabilities Act of The Contractor will comply with all the requirements as imposed by the AA, the regulations of the Federal government issued thereunder, and the assurance by the Contractor pursuant thereto. B) Disadvantaged Business Enterprise (DBE) Polici 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 Page 23 of 55 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 2 C.F. - §200.321 (as set forth below), 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. C.F.R. � 200.321 CONTRACTING WITH SMALL AND MINORITY BUSINESSES. WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS a. If the Contractor, with the funds authorized by this Agreement, seeks to subcontract goods or services then, in accordance with 2 C.F.R. §200.321, the CONTRACTOR shall take the following affinnative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever liossible. b. Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economicall,, feasible,into smaller tasks or quantities to permit maximum participation by small and minority businesses,and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. (6) Requiring the Prime contractor, if subcontracts are to be let, totake the affirmative steps listed in paragraph(1)through(5)of this section. Access to Records. Contractor and its successors, transferees, assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing the access to records, accounts, documents, infort-nation, facilities and staff by the United States Department of the Treasury. Contractors must: (1) Cooperate with any compliance review or complaint investigation conducted by the Department of the Treasury;(2)Give the Department of the Treasury access to and the right to examine and copy records, accounts, and other documents and sources of information related to the grant and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by the Page 24 of 55 Department of the Treasury regulations and other applicable laws or program (Yuidance, and Submit timely, complete, and accurate reports to the appropriate Department of the Treasury officials and maintain appropriate backup documentation to support the reports. D) Chanaes to Contract. The Contractor understands and agrees that any cost resulting from a change or modification, change order, or constructive change of the Agreement must be within the scope of any Federal grant or cooperative agreement that may fund this Project and be reasonable for the completion of the Project. Any contract change or modification, change order or constructive change must be approved in writing by both the County and Contractor. E) Executive C2MRERsation. As required by 2 C.F.R. Part 170, Appendix A, the Contractor must report the names and total compensation of its five most highly compensated executives and the names and total compensation of the five most highly compensated executives of its subcontractors for the preceding completed fiscal year if: (a) the total federal funding authorized to date under the award funding this Agreement equals or exceeds S30,000.00 as defined in 2 C.F.R. §170.3 20; (b) the Contractor received 80 percent or more of its gross revenues from federal procurement contracts(and subcontracts)and federal financial assistance subject to the Transparency Act, as provided by 2 C.F.R. §170.320(and subcontracts); (c) the Contractor received $215,000,000.00 or more in annual gross revenues from federal procurement contracts (and subcontracts) and federal financial assistance subject to the Transparency Act, as defined in 2 C.F.R. §170.320 (and subcontracts); and (d) the public does not have access to information about the compensation of the executives through periodic reports filed under Section 13(a) or 15(d) of the Securities Exchange Act of 1934(15 U.S.C. 78m(a),78o(d))or Section 6104 of the Internal Revenue Code of 1986. To determine if the public has access to the compensation information, see US. Security and Exchange Commission total compensation filings at http, M rs, F) No The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the County/non- Federal entity,contractor or any other party pertaining to any matter resulting from the contract. G) ts or Related Acts. The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract. Page 25 of 55 H) The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verift the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E.-Verify system to verify the employment eligibility of all anew employees hired by the subcontractor during the Contract term. 1) 'The Contractor will be bound by the terms and conditions of the Federally Funded State & I-ocal Fiscal Recovery Fund Financial Assistance Agreement between the County and the United States Department of Treasury attached hereto as Attachment A and made a part of this Agreement, J) The Contractor shall hold the United States and County harmless against aft claims of whatever nature arising out of the Contractor's performance of work under this Agreement, to the extent allowed and required by law, K) E�nergv Efficiencv, IF applicable, the Contractor will comply with the Enemy Policy and Conservation Act (P,L. 9,4-163: 42 U,S.C. §§62-01-64221) and with all mandatory standards and policies relatinIg to energy efficiency and the provisions of the state Energy Consen,ation Plan adopted pursuant thereto, L) Conflicts of Interest. The Contractor understands and agrees it must maintain a conflict-of-Interest policy consistent with 2 C.KRf § 200.318(c) and that SUch conflict-of-interest policy is applicable to each activity funded under the federal award as set forth in Attachment A. The Contractor and subcontractors must disclose in writing to 'Treasury or the pass-through entity, as appropriate, any potential conflict of interest affecting the awarded funds in accordance with 2 C1.R. § 200 112, M) Remedial Actions. In the event of the Contractor's noncompliance with Section 602 of the Act, other applicable laws, Treasury's implementing regulations, guidance, or any reporting or other prograrn requirements, Treasury may impose additional conditions on the receipt of a subsequent tranche Of tutUre award funds, if any, or take other available remedies as set forth in 2 C.F.R. § 200.339, In the case of violation of Section 602(c)of the Act regarding the use of funds, previous payments shall be subject to recoupment as provided in Section 602(e) OF the Act and any additional payments may be sub)I ect to withholding as provided in Sections 602(b)(6)(A)(il)(111) of the Act, as applicable. N, coirrr Hance with Federal Law Re-ulations and Executive Orders. This is an acknowledgment that Department of the Treasury (Treasury) financial assistance will be used to fund the contract only. The Contractor agrees to comply with the requirements of Sections 602 and 603 of the Act, regulations adopted by Treasury pursuant to Sections 602(f�and 603(f) of the Act, and guidance issued by Treasury regarding the foregoing, The Contractor also agrees to comply with all Other Page 26 of 55 applicable federal statutes, regulations, and executive orders, and the Contractor shall provide for such compliance by other parties in any agreements it enters into with other parties relating to this award. Federal regulations applicable to this Department of Treasury award include, without limitation,the following: L Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 C.F.R. Part 200, other than such provisions as Treasury may determine are inapplicable to this award and subject to such exceptions as may be otherwise provided by Treasury. Subpart F—Audit Requirements of the Uniform Guidance, implementing the Single Audit Act, shall apply to this award. ii. Universal Identifier and System for Award Management(SAM),2 C.F.R. Part 25,pursuant to which the award to set forth in Appendix A to 2 C.F.R. Part 25 is hereby incorporated by reference. iii. Reporting Subaward and Executive Compensation Information,2 C.F.R. Part 170,pursuant to which the award to set forth in Appendix A to 2 C.F.R. Part 170 is hereby incorporated by reference. iv. OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement),2 C.F.R. Part 180, including the requirement to include a term or condition in all lower tier covered transactions (contracts and subcontracts described in 2 C.F.R. Part 180, subpart B)that the award is subject to 2 C.F.R. Part 180 and Treasury's implementing regulation at 31 C.F.R. Part 19. V. Recipient Integrity and Performance Matters,pursuant to which the award to set forth in 2 C.F.R. Part 200, Appendix XII to Part 200 is hereby incorporated by reference. vi. Govern mentwide Requirements for Drug-Free Workplace 31 C.F.R. Part 20. vii. New Restrictions on Lobbying, 31 C.F.R. Part 21. viii. Uniform Relocation Assistance and Real Property Acquisitions Act of 1970 (42 U.S.C. §§ 4601-4655) and implementing regulations. ix. Generally applicable federal environmental laws and regulations. 0) Hatch Act. The Contractor agrees to comply, as applicable, with requirements of the Hatch Act(5 U.S.C. §§ 1501-1508 and 7324-7328),which limit certain political activities of State or local government employees whose principal employment is in connection with an activity financed in whole or in part by this federal assistance. Page 27 of 55 P) False Statements. The Contractor understands that making false statements or claims in connection with this award is a violation of federal law and may result in criminal, civil, or administrative sanctions, including fines, imprisonment, civil damages and penalties,debarment from participating in federal awards or contracts, and/or any other remedy. Q) Publications. Any publications produced with funds from the federal award as set forth in Attachment A must display the following language: "This project [is being] [was] supported, in whole or in part,by federal award number[enter project FAIN] awarded to [name of Recipient]by the U.S. Department of the Treasury." R) Debts Owed the Federal Government. a, Any funds paid to the Contractor (1) in excess of the amount to which Contractor is finally determined to be authorized to retain under the terms of this award as set forth in Attachment A; (2) that are determined by the Treasury Office of Inspector General to have been misused; or(3) that are determined by Treasury to be subject to a repayment obligation pursuant to Sections 602(e) and 603(b)(2)(D) of the Act and have not been repaid by Contractor shall constitute a debt to the federal government. b. Any debts determined to be owed the federal government must be paid promptly by Contractor. A debt is delinquent if it has not been paid by the date specified in Treasury's initial written demand for payment,unless other satisfactory arrangements have been made or if the Contractor knowingly or improperly retains funds that are a debt as defined in Paragraph 14(a)of the federal award as set forth in Attachment A. Treasury will take any actions available to it to collect such a debt. S) Disclaimer. a. The United States expressly disclaims any and all responsibility or liability to the Contractor or third persons for the actions of Contractor or third persons resulting in death, bodily injury, property damages, or any other losses resulting in any way from the performance of this award or any other losses resulting in any way from the performance of services funded under the federal award as set forth in Attachment A or any other losses resulting in any way from the performance of services pursuant to any contract, or subcontract under this award. b. The acceptance of these funds provided by the federal award as set forth in Attachment A by the Contractor does not in any way establish an agency relationship between the United States and the Contractor. T) Protections for Whistleblowers. a. In accordance with 41 U.S.C. § 4712, the Contractor may not discharge, demote, or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below, Page 28 of 55 information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant, a gross waste of federal funds, an abuse of authority relating to a federal contract or grant, a substantial and specific danger to public health or safety, or a violation of law, rule, or regulation related to a federal contract (including the competition for or negotiation of a contract) or grant. b. The list of persons and entities referenced in the paragraph above includes the following: i. A member of Congress or a representative of a committee of Congress; ii. An Inspector General; iii. The Government Accountability Office; iv. A Treasury employee responsible for contract or grant oversight or management; v. An authorized official of the Department of Justice or other law enforcement agency; vi. A court or grand jury; or vii. A management official or other employee of Recipient, contractor, or subcontractor who has the responsibility to investigate, discover, or address misconduct. c. The Contractor shall inform its employees in writing of the rights and remedies provided under this section,in the predominant native language of the workforce. U) Increasing Seat Belt Use in the United States.Pursuant to Executive Order 13043, 62 FR 19217(Apr. 18, 1997),the Contractor is encouraged to adopt and enforce on-the-job seat belt policies and programs for its employees when operating company-owned, rented, or personally owned vehicles and encourage its subcontractors to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company-owned, rented, or personally owned vehicles. V) Reducing, Text Mess yin`� While Driving. Pursuant to Executive Order 13513, 74 FR 51225 (Oct. 6, 2009), the Contractor should encourage its employees, subrecipients, and subcontractors to adopt and enforce policies that ban text messaging while driving, and the Contractor should establish workplace safety policies to decrease accidents caused by distracted drivers. Page 29 of 55 PROPOSAL FORM PROPOSAL TO: Monroe County Facilities Maintenance 1.23 Overseas Highway- Rockland Key Key West,FL 33040 The undersigned, having carefully examined the Work and reference Drawings. Specifications, Proposal, and Addenda thereto and other Contract Documents for the construction of: and hay in{;carefully examined the site where the Work is to be performed, having become familiar with all local conditions including labor affecting the cost thereof, and having familiarized himself with material availability,Federal, State, and Local laws, ordinances, rules and regulations affecting performance of the Work, does hereby propose to famish all labor, mechanics, superintendents, tools, material,, equipment, transportation services, d all incidentals necessary to perform and complete said Work and work incidental hereto, in a workman-like manner,in conformance with said Drawings,Specifications,and other Contract Documents including Addenda issued thereto. The undersigned farther certi fies that he"she has personally inspected the actual location of where the Work is to be per-formed,ed,together with the local sources of Supply and that he/she understands the conditions under which the Work is to be performed. The proposer shall assume the risk of any and all costs and delays arising from the existence of arty subsurface or other latent physical condition which could be reasonably anticipated by reference to documentary information provided and made available, and from inspection and examination of the site. The undersigned agrees to commence performance of this Project within 'Ten (10) calendar days after the date of issuance to the undersigned by Owner of the Notice to Proceed/Purchase Orderli r Task Order. Once commenced, undersigned shall diligently continue performance until completion of the Project. The undersigned shall accomplish Final Completion of the Project within Thirty (30)days,thereafter,unless an extension of nme is granted by the County. Page 30 of 55 The Base Proposal shall be furnished below in words and numbers. If there is an inconsistency between the two,the Proposal in words shall control. ..... ........ __ " ., Dollars. (Total Base Pr)posal- rrds) S - - _ --Dollars. (Total Base Proposal—numbers) I acknowledge Alternates as follows:N/A I acknowledge receipt of Addenda No.(s)or None No. Dated No. Dated Page 31 of 55 In addition, Proposer states that he/she has provided or will provide the County, along with this Proposal, a certified copy of Contractor's License, Monroe County Business Tax Receipt, and Certificate of Insurance showing the minimum insurance requirements for this project. Execution by the Contractor must be by a person with authority to bind the entity. By signing this agreement below,the Contractor has read and accepts the terms and conditions set forth by the Monroe County General Requirements for Construction found at the link on the Monroe County web page: htip://fl-monroecountv.civicplus.com/Bids.as�.Qatl�D--18; AND accepts all of the terms and conditions and all Federal required contract provisions herein. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their duly authorized representatives, as follows: Contractor: Mailing Address: - .... 114 Phone Number: E.I.N.: Email: Date: q/,J5—/,ZCZ4iSigned: ,WN, me Title re mag The County accepts the above proposal: MONROE COUNTY, FLORMA y Digitally signed by Christine Hurley Christine Hurle Date:2024.12.11 12:46:16-05'00' Date: By: County Administrator or Designee MMRM CMMW ArMFOWY-S OWMI J% As Page 32 of 55 pis= aNer DATE NON-COLLUSION AFFIDAVIT I—Vinca,341 � of the city of according to,14w on my oath, and under penalty of perjury, depose and say that: a. l am....' _w. _._ of the irm of ._... w the bidder making the Proposal for the pr ject described in the Request for Pr p saIs for: and that I executed the said proposal with full authority to do so; b. The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; and C. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and d. No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit,or not to submit, a bid for the purpose of restricting competition; and e. The statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. � �-�- F4 k � ' vz/f�jz':�Z4 (Signa ure _f. ron_.s*A (Date) 'vow, r, is „ t- ---------------------------- Subscriibed and sworn to (or affirmed) before me, by means of physical presence or ® online notarization, on (date) by SCOwli (name of affiant). QShe is personally known to me or § rcl (type of identification)as identification. NCJTAR'�f`PUBLIC ....____. .�._.w.._n�.. .._. My commission expires:_,..µ .... 449 MPso L) #1Rf 04976er 21,2023 Page 33 of 55 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE u , mv+ F1 (Cor any) warrants that he/she/it has not employed, retained or otherwise had act on his/her/ 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. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement 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: ._ µ r Subscribed and sworn to (or affirmed) before me, by means of physical presence or 11 online notarization, onww ....__. _.___. .20 ate) by personallyknown to me _ b (name of aflsant). She is or roduce as identification. (Type of identification) NOTA" Pi LlC _ My commission expires: (9:R1MYC E5TOMPSONH UNMY ® S�NHI6049786 S.o21,202 Page 34 of 55 DRUG-FREE WORKPLACE F'ORM The uzadcr;IV GCa:f N c.tor an aa"a:4srataanc',e 1 �tE"� �k"1�4.nrant a St,6LEtc Sec. 2,87 087 hereby certifies that: sa (Name of i 1-Si ,c. ,N l, Publish a statement notifying employees that the unlawfil manufacture, distribution., dispensing, possession., or use of a controlled substance is prolubited in the workplace and specifying the actions that will be taken against employees for v iolatlons of such prohibition. 1 Inform emaployees about the dangers of dnzg abuse in the workplace, the business's policy of maintaining a druc-free workplace, any available dram counseling,lirng, rehabilitation, and employee assistance programs., and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are tinder bid a copy of the statement specified in ,subsection (1). 4. In the statement specified in subsection (.1.). no nfv the employees that, as a condition of working on the commodities or contractual ,services that are under bid, the employee will abide by the termus 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 (Plorida Statutes) or of any controlled substance lave 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 satisfaactory participation.in a dru;abuse assistance or rehabilitation protwrazn ifsuch is available in the employee's community, for any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to.sign the statement, I certify,that this firms complies fully with the above requirements. rr os c 441a nature lzr ------------- �� bate i � a �(/l Subscribed and sworn to (or affirined)before rxnn; by rnewls of dJophysical presence or I 1 online tno'tartzataom on (daty)b � �..._... tauno, uffaffuaat . Iaa ltezt�<rnall kzaar(tyl�cwn aoido ti lafLs aGwoatiasodc .of _...Y , ..__ ... ...._ _..._ s identification, 10 N0TAkY PUBLIC (SE., ,) 99M :ply t,°orninis�sionn Expires. C �0 Page 35 of 55 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, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a 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, Florida Statutes, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list." I have read the above and state that neither V� (Respondent's name) nor any Affiliate has been pl d on t co T ted vendor list within the last thirty-six(36) months. (S'ignaturlg) Date: Subscribed and sworn to (or affirmed)before me, by means of Ophysical presence or Cl online notarization, on the day of 2 (date), "e (name of affiant). is p 0�� e e known or je e of identification) as identificati, _NOT tFRVY'-F_UBL_1C (SEAL) My Commission Expires, RICK E.RICK C .2 0 So� L MMW N 6 4 6 EXPUtBS:0cf0ber 21,2028 0 8 WZE.-P bF, 20U2 Page 36 of 55 VENDOR CERTIFICATION DIN SCRUTINIZED COMPANIES LISTS Pro ect Descri tion s " Respondent Vendor Name: nc Vendor FEIN ._.� ..._. _..... ' ."i��... w� __...�. � , Vendor's Authorized Repr sentativ ~_ew Address. e Name and Ti , ..� "" � ��n, t� ,�. 'l .� State; V, l.. .._. _ dip . City: Phone Number Email Address . 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 287.135, Florida Statutes, also prohibits a company from bidding on,submitting a proposal for, or entering into or renewing a contract for good 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 Terrorism Sectors 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 fisted on either the Scrutinized Companies with Activities in Sudan List,the Scrutinized Companies with Activities in the Iran Terrorism Sectors List,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,attorney's 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 with Activities in the Iran Terrorism Sectors List or been engaged in business operations in Cuba or Syria. Vendor has reviewed Section 287.135, Florida Statutes,and in accordance with such provision of Florida law, is eligible to bid on,submit a proposal for,or enter into or renew a contract with Monroe County for goods or services. Certified By: "LL ._._ who is authorized to sign on behalf of the above referenced company. Authorized Si nature Print Name:_ . . .. .. ...:_. Title:.m Note:The List are available at the following Department of Management Services Site: � If,;t ail a,lffl Wff d�(.h.l ._.f.°.fP1i,aV k(I IPA ' n rile I I? va Page 37 of 55 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR Name IrvLABOR�K SERVICES- Entity/Vendor 1 Vendor FEIN: Vendor's Authorized Representative (Name and Title) Address: VN . ,Im �_ � n City State: 7 Zip:_ &� Phone Number, � � Email Address: As a nongovernmental entity executing, renewing, or extending a contract with a government entity, Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor does not use coercion for labor or services in accordance with Section 787.06,Florida Statutes. As defined in Section 787.06(2)(a),coercion means: 1. Using or threating to use physical force against any person; 2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or othercredit methods to establish a debt by any person when laboror services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt,the length and nature of the labor or service are not respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa,or other immigration document,or any other actual or purported government identification document,of any person; 5. Causing or threating to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit;or T Providing a controlled substance as outlined in Schedule I or Schedule II of Section 893.03 to any person for the purpose of exploitation of that person. As a person authorized to sign on behalf of Vendor,I certify under penalties of perjury that Vendor does not use coercion for labor or services in accordance with Section 787.06. Additionally, Vendor has reviewed Section 787.06,Florida Statutes,and agrees to abide by same. CertifiedBy: w . 1" ...:.i ..._... _.� -- — ----- who is authorized to sign on behalf o `the above referenced company. Authorizedi ' Signature, � _ R _ Title: ') t Print Name:e I""t_... -- Page 38 of 55 A N REGARDING LOBBYING (To be submitted with each bid or offer exceeding$100,000) Certification for Contracts,Grants,Loans,and Cooperative Agreements The undersigned certifies,to the best of his or her knowledge and belief,that: I. No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan,or cooperative agreement. 2 If any funds other than Federal appropriated funds have been paidOTwill be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying," in accordance with its instructions. 1 The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. If any funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this commitment providing for the United States to insure or guarantee a loan, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. Submission of this statement is a prerequisite for making or entering into this transaction imposed by section 1352, title 31,U.S.Code. Any person who fails to file the required statement shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. The Contractor,mi—rti—o-iA--$catdfy_cAL--certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition,the Contractor understands and agrees that the provisions of 31 U.S.C. Chap.38,Administrative Remedies for False Claims mid Statements,apply to this certification and disclosure, if any. Sir ature t r's uthoriz ��Offlctial /15/ZOZq nfticial Date Name and Title of Contractor's Authorized Page 39 of 55 DISCLOSURE OF LOBBYING ACTIVITIES Approved by OW Complete this form to jlsclqkq lobbying activities pursuant to 31 U.S.Cm 1352 03494M (See reverse for public burden disclosure) .............................. 1.Type of Federal Action: 2. Status of Federal Action: a. Ot bidfolferlapplIcation 0.initial filing grant initial award b-material change C.cooperative agreement c.post-award For Material Change Only: d. an ye r uarter. ............................... e- an guarantee I ate of last report f.loan insurance ,Ckan�e�ndAddress--of.-Reporling Entity: S,If Reporting Entity In No.4 is a Subawardee,Enter Name op SubmMdft and Address of Prime: Tier- if District 0 Ict,C n resslanal DisU_.hown,_ _q; rftw 6.Federal DepartmentlAgency: 7.Federal Program NamelDescrotion: CFDA Number,ff#gpjk4bjL 8.Federal Action Number,if kW,9Wq- 9.Award Amount,d hp ............. ......... 10.a.Name and Address of Lobbying Registrant b.Individuals Performing Services(including address if (if individual,last name,&d name, dMerent hom No- 10MI (last name,fir6t name, Ml� 31 u-sf--I*'- Signature: I'M' M& d W&O�ad-ws a a nMaW mpmommkm d ba "' Print Name: a wand am M&dwlmm 4 rm*Avd M%OKM?M KSXL IMI Ttm "*M"Wom 440 tw MpWM tax ow CWV&ft twkt4miaw aw WN be MANAW be pMr kopk*M- Aft ww*a*W MjW I*Ow im4,AkW dhxb*M*4a 9* Title: ubjeft ib,a&A wnwy 4 ma Wft"MM*W no fffte*on MUM MW efth*Wh hwom Telephone No.: Date: L oc Federal Use Only: =ard F=U ........... Page 40 of 55 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient,at the initiation or receipt of a covered ederal action,or a material change to aprevious filing,pursuant to title 3 1 U.S.C. section 1352.The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with a covered Federal action.Complete all items that apply for both the initial filing and material change report.Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1.Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2.Identify the status of the covered Federal action. 3.Identify the appropriate classification of this report.If this is a follow up report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred.Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4.Enter the full name,address,city,State and zip codc of the reporting entity.Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is,or expects to be,a prime or subaward recipient.Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the I st tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5.If the organization filing the report in item 4 checks "Subawardee,"then enter the full name,address,city, State and zip code of the prime Federal recipient.Include Congressional District,if known. 6.Enter the name of the Federal agency making the award or to commitment-Include at least one organizational level below agency name,if known.For example,Department of Transportation,United States Coast Guard. 7.Enter the Federal program name or description for the covered Federal action(item 1).If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements,loans,and to commitments. 8.Enter the most appropriate Federal identifying number available for the Federal action identified in item I (e.g., Request for Proposal(RFP) number; Invitation for Bid ( )number; grant announcement number; the contract,grant,or to award number;the application/proposal control number assigned by the Federal agency).Include prefixes,e.g.,"RFP-DE-90-00 1." 9.For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. 10.(a)Enter the full name,address,city,State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b)Enter the full names of the individual(s)performing services and include full address if different from 10 (a).Enter Last Name,First Name,and Middle Initial(MI). 11.The certifying official shall sign and date the form,print his/her name,title,and telephone number. According to the Paperwork Reduction Act.as amended,no persons are required to respond to a collection of information unless it displays a valid OMB Control Number.The valid OMB control number for this information collection is OMB No.0348-0046.Public reporting burden for this collection of information is estimated to average 10 minutes per response,including time for reviewing instructions,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing he collection of information.lend comments regarding the burden estimate or any other aspect of this collection of information,including suggestions for reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project(0348.4046),Washington,DC 20503. Page 41 of 55 INSURANCE REQUIREMENTS AND FORMS MONROE COUNTY,FLORIDA RISKMANAGEMENT POLICY AND PROCEDURES General Insurance Requirements For Other Contractors,Subcontractors and Professional Services As a pre-requisite of the work and services governed, or the goods supplied under this contract (including the prc-staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in any attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Subcontractors engaged by the Contractor. Alternatively, the Contractor may require all Subcontractors to obtain insurance consistent with the attached schedules. The Contractor will not be permitted to commence work governed by this contract (including pre- staging of personnel and material) until satisfactory evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of work, resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time,except for the Contractor's failure to provide satisfactory evidence. The Contractor shall maintain the required insurance throughout the entire to of this contract and any extensions specified in the attached schedules.Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposcd as if the work had not been suspended,except for the Contractor's failure to maintain the required insurance. The Contractor will be held responsible for all deductibles and self-insured retentions that may be contained in the Contractor's Insurance policies. The Contractor shall provide,to the County, as satisfactory evidence of the required insurance,either: •Certificate of Insurance or •A Certified copy of the actual insurance policy. The County, at its sole option,has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation, non-renewal, material change,or reduction in coverage unless a minimum of thirty(30)days prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed by law. Page 42 of 55 The Monroe County Board of County Commissioners, its employees and officials, at 1100 Simonton Street, Key West, Florida 33040, will be included as "Additional Insured" on all policies, except for Workers' Compensation. Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled"Request for Waiver of Insurance Requirements"and approved by Monroe County Risk Management Department. Page 43 of 55 PROPOSFR'S MURANCE AND fNDENTNIFICATION STATEMENT INSURANCE RFOUIREMENTS Workers Compensation Statutory Limits Employers Liability S 1 00,000,1500,000/s 100,000 Boddy Injury by A.ccident,'Bodily Injury by Disease, policy hmits,,Bodtly Injury by Disease each employee General Liability S200,000 per Person $300,000 per Occurrence S200,000 Property Damage or S300,000 Combined Single Limit Vehicle $200,000 per Person Ovned, non-owned, and hired vehicles) $300,000 per Occurrence S200,000 Property Damage or $300,000 Combined Single Limit Builders Risk Not Required Construction Bond Not Required The Monroe County Board of County Commissioners, its employees and officials, 1100 Simonton Street, Key West., Florida .33)040, shall be named as Certificate Holder and Additional Insured on General Liability and Vehicle policies. INDEMNIFICA'FION,HOLD HARNILLESS,AND DEFENSE. Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement,Contractor shall defend,indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against (i) army 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(inn)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 wrongfial rnisconduct, errors or other wrongful act or ornission 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 ternis 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 lirintation of liability under this Page 44 of 55 contract shall be equal to the dollar value of the contract and not less than$1 million per occurrence pursuant to Section 725.06, Florida Statutes. The limits of liability shall be as set forth in the insurance requirements included in Paragraph 3.Q. herein. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the to of this Agreement, this section will survive the expiration of the to 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 topurchase or maintain the required insurance, the Contractor shall indemn-ify 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 shall hold the County han-nless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. United States Department of the Treasur� Indemnification To the fullest extent pen-nitted by law,the Contractor shall indemnify and hold hannless the United States Department of the Treasury and its officers and employees,from liabilities,damages,losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of this Contract. This indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the sovereign immunity of the United States or the County. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement. PROPOSER'S STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in fall with all of the requirements herein. I fully accept the indemnification and hold harmless and duty to defend as set out in this proposal. PROPOSER Signature Page 45 of 55 I T I have reviewed the above requirements it the proposer named above. following deductibles ly to the corresponding policy. POLICYDEDUCTIBLES GL- 012GL00178800 $5,000 Liability li ` Occurrence Claims ade PGI of West Central Florida Insurance . m ..... ... Signature Page 46 of 55 MONROE COUNTY,FLORIDA REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS It is requested that the insurance requirements,as specified in the Co ty's Schedule of Insurance Requirements,be waived or modified on the following contract. Contr torNendor: Project or Service: ContractorNendor Address&Phone#: General Scope of Work: Reason for Waiver or ­ Modification: : Policies Waiver or Modification will apply : Signature of Cou actor or: Date:..M ...., d dd.. Approved- _....................., of Approved --------- Risk Management Signature: Date: County Administrator a 1: Approved: -, .. .. ...............Not Ap rov Date- - Board d of County Commissioners appeal: Approved:_ w dot Approved:__ Meeting Date, Page 47 of 55 ACO® DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 12/04/2024 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 endorsements) PRODUCER CONTACT NAME: Todd George Bouchard Insurance for WBS-TG PHONE 6 ..0 ext.6 6 FAX _ PO Box 6090 SA c,.Iio�L (86 )293 36023 lore,Noy: _ Clearwater,FL 33758-6090 ADDRIESS: I NAIC# ® ,, INSURER Zurich-American py 16535 INSURED INSURER B: Workforce Business Services,Inc.Alt.Emp:A Plus Roofing of Key West Inc "' ®" 1401 Manatee Ave.West Ste 600 INSURER C Bradenton,FL 34205-6708 INSURER D, INSURER E: ......— INSURER F COVERAGES CERTIFICATE NUMBER:24FL079807633 RE .. ........_....._. __.....................................__. ._ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLIC.Y...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. IN7P8 ADOL COMMERCIALPEF INSURANCE..... ... I Y' POLICY EFF 1 POLICY EXP LIMIT$ „ POLICYNUMBER MMIDDIYYYYy „�MMIDDIYm EACH OCCURRENCE S __. GENERAL LIABILITY ... -...- RRENCE CLAIMS-MADE OCCUR DAMA�,`ET�RENTED PREMISES,(EaoGcurrenpe, $ 7'11 . K a MED EXP(Anyone person)PERSONAL&ADV INJURY $_. .._ ....... ,GENLAGGREGATELIMITAPPLIESPER: -. „-- GENERAL AGGREGATE $PRO-POLICY JECT LOC 24 PRODUCTS-COMPIOPAGG $q ,,, � ,�„.,,— „,.,, _tea, ..... ..... .-.- -.-.-.- ,. OTHER: I II $ AUTOMOBILE LIABILITY ...... ,..^ .$ ..... ���_,„—„�:;,• COMBINED SINGLE LIMIT _ Ea accidentl., ANY AUTO BODILY INJURY(Per person) $ ........ ,, —. .... ..... ......,.n •�� OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY ..-......_.. AUTOS HIRED I NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY _,+Per accidentl $ - UMBRELLA LIAB OCCUR EACH OCCURRENCE EXCESS LIAB f CLAIMS-MADE I AGGREGATE {$ DED COMPENSATION RETENTION .._...._....._.�.,....... ......... $ WO —is -� AND EMPLOYERS'LIABILITY "•' " -- - A OFFICER/ME TOPJPA TNERIE� N!A WC 9O-O OFFICE IME BE EXCLIERlEXECUTIVE Y� 0-818-14 12/31/2024 12/31/2025 E,L.EACHACCIDENT E,RH O $ 1 000 000 --____.DESCRIPTION,OF OPERATIONS below _....,_ _ ,,,, ,,,,,,,,, E.L.DISEASE-POLICY LIMIT I $ 1,000000 _ e (Mandatory an ato in Period: 12/31/2024 12/31/2025 Client# 050982 I ' .__....... ........... _..._�Location Coverage. � ...... .�.. .�. ... ... ... , DESCRIPTION OF OPERATIONS 1 LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Coverage is provided for A Plus Roofing of Key West Inc only those co-employees 5686 Maloney Ave of,but not subcontractors Key West,FL 33040 tU: .......�.._....... -......................-....... ... �,,. ,.,.,,�H. ,.�.,,.n.,.«„ .....�......., ...... ..�.._....�.___. CERTIFICATE HOLDER CANCELLATION Monroe County BOCC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1100 Simonton Street THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Key West,FL 33040 ACCORDANCE WITH THE POLICY PROVISIONS. -------- AUTHORIZEDD REPPRESE_NJTAATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and loco are reaistered marks of ACORD ACORD CERTIFICATE OF LIABILITY INSURANCE DIATE(MIN�/DDNYYY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 1W1"'llll"'IVh"1 III""IIL.. IIIIIIWWWLIII' �Ill,a IIL..IIIII" LWW''. III IIIIIIII ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 8111111"1 1111,54,54 V""III""IIR11:IIIIIII'E"'W"' V"'W"'F 270 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. IIIVIIIM111 III AKES VI 33016 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA: AVAGUARD WN UIRAIN E COMPANY 1�111 VIIV III1'001111°IIIIII G WIII"' IIKEY WIII SW 1111111C INSURERS: W1i0 W(W..,Y 11121111.. �"u�A#3"1 INSURERC: KEY WEST',III L 330'40 INSURER D: INSURER E: COVERAGES 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.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ INSR DD' POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED CLAIMS MADE OCCUR MED EXP IAn onere"rso" AN ! ) .-.-._... ...........--_. _ ww."._w..w '......PERSONAL&ADV INJURY ,.� ..,.,.,.-..-..-.._." ..._ .... wwww--.,.�.. ....,. GENERAL AGGREGATE f, GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG S$ POLICY'', PRO- '.....LOG COMBINED SINGLE LIMIT $ 01" 0 AUTOMOBILE ANYY AUTOIABILITY . 1"wAU551�II07 0Illlh l 11"u') 0 111W1�2025 (Ea accident) Ulill„'WJ' ALL OWNED AUTOS BODILYINJURY $ X SCHEDULED AUTOS (Per person) X. HIRED AUTOS BODILYINJURY $ : � NON-OWNED AUTOS (Peraccidenl) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT 5 '1 k i OTHER THAN EA ACC w ANY AUTO a ,��,- AUTO ONLY:.. AGG ._www---- .,.....-..,...._ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE OCCUR CLAIMS MADE ... . ," ,.,."4 - , tea, AGGREGATE .w..... -..._. ._......_ ....1, 5- � DEDUCTIBLE WAMM tk> RETENTION +P WORKERS COMPENSATION AND WC STATU- OTH- ka— EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE' 1sf If yes,describe under ........ ................. .. - ---... �'r r E.L.DISEASE-POLICY LIMIT OTHER A PERS01111 L WMV,.IVVIt APAU558807 01106/ 11'.1 0°1106/20 IV 11111100 VF'W.'1°'LIumVWIlIL DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES f EXCLUSIONS ADDED BY ENDORSEMENT!SPECIAL PROVISIONS WI'wll'ROE y'„L'WWNI.Y CVWCC IV L1V ED,AS ADDI WI;)ftiliIil 11111INIS RED 1"IIiI.1HE V,1.ITO IIVI':LM""II I0 III', 0 V..150,V'WI IFTFIN,,IEVIISVV'C451''lp1'IV 2. �. .. 0 "..,...„ i'. .." 5 ��,;^"t°', w: .. ..",r,„ 2 �w.,t,� q�. '7 5.,p, dC' .. 7"„ �... �',"" fi tl d ��..dl VI�IPL 1""111 W1�W VW NiLI ,MI_I��MV �IIS�� 1 1,1 VI.IVL WV1�V1"���.I'W��r,.W11LLv'I�u�1„.�� 1111�W N�I.IFL NVLaw"�11��.. lm�'I��LVI�.W�I,W��d"1"1 1.`IILI�I.°�w'I"".11�11VV�I,III��VL"�'.';'N',:'1621'R 0 VI':I"„I,.CTA. UP,WD TBRI . 4197V4'W'4IWI.I"1"1"189 11114T'� 16541HT1..I'MI"VF11111'H631'''I'33 01' 04 11'RD 1 150-VW#1 IFTFUN 2W94NBNill11'N6% CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION VN,;IIWI IIWV CO IIIN")""'lll'"LOCC DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN 1100 SIMONTON ST NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 111L`,II W'L 1" 1111 VJVVI'1 ''.... REPRESENTATIVES. AUTHORIZED REPRESENTATIVE " ^ ACORD 25(2001/08) ;ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001108) ACC> CERTIFICATE OF LIABILITY INSURANCE °ATE(WMM'°°"r""Y' 12/04/2024 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. T-. e certl Irate io er Is an ,t e po rcy Ies' must a en arse su ject to the terns 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 -� NAME: ... Amanda Katulich aDDSREss: 1' 941-2 i — � .......... INSURERS)AFFORDING COVERAGE NAIC# ......... .................... ... ... ..,: Bradenton FL 34205 INSURER A• Accelerant Specialty Insurance Company _._. ------- ..... ...--.-. ..................-- ...�.................. INSURER ..............." ..._.,...-,,.."__w__. ____ ,..,-. INSURED B: The Burlington Insurance Company 23620 A Plus Roofing of Key West,Inc INSURE.... RC 5686 Maloney Ave INSURE... -- RD INSURER E Key West FL 33040 INSURER ........ ......w.__ ------- .....��_-----���.� __ww...... . .w... _ ...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. i.,...... ,TYPE OF INSURANCE ..... ......--- 'INSD WVD,.., ...�...... POLICY NUMBER............ ... ...'Pd'L"!' "`'%=F T'P{31 'd" ...._ ......--- ..._..... .....__... ........- (MMIDD/YYYY) MM/GDyyy, LIMITS COMMERCIAL GENERAL LIABILITY } EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE FX OCCUR S I,J-.a eoc-�Tence) $ 100,000 MED EXP(Any one person) s 5,000 A Y S0012GLOO178800 05/09/2024 05/09/2025 PERSONAL&ADV INJURY $ 1,000,000 _ --- _...... .... GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY a PECT LOC PRODUCTS-COMP/OP AGG $ 2 000 000 AUTOMOBILE..? 4 Ea admit,.MIr'T'"",CI, $ ... $NT . LIABILITY ANY AUTO 4 BODILY INJURY(Per person) $ �.,.. . ...ice ....., ALL OWNED SCHEDULED .. AUTOS AUTOS 5 24 BODILY INJURY(Per accident) $ �kpt w,� - ....... .. HIRED AUTOS ..mm NON-OWNED p I` ,,,,,,�,. �� .�". .""' Per accede[') ,F�9-e';'" .. $WAW .. AUTOS •- $ „»mom. .._ .�.....,. .�.. .� _ UMBRELLA LIAR X OCCUR FAGGREGATE OCCURRENCE $ 3,000,000 B X EXCESS LIAB CLAIMS-MADE 850BE0587402 05/29/2024 05/09/2025 $ 3 000 000 DED RETENTION$ $ WORKERS COMPENSATION ..._..._��_-�� AND EMPLOYERS'LIABILITY Y/N f STATUTE ER ANY IETOR/PARTNER/EXECUTIVEE.L.LEACH C CIDENT OFFICERWEMSEREXCLUDED? NIA $ (Mandatory to NH) E.L.DISEASE- EMPLOYEEEA $ SCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY If es.describe under D ..�,,, ,,,,,,,,,,m_�,.".,m...,.�,,,........._..... ...-.�.._.".._.".. .._...........-- "........_-----.._....----.,. ....� ..._"". w.. MIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 701,Additional Remarks Schedule,may be attached N more apace is required) Certificate holder is listed as additional insured on a blanket basis as required by written contract. _... - _.... .__._._._. _.....W� CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Monroe County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton St AUTHORIZED REPRESENTATIVE Suite 1-190 Key West FL 33040 ... .._.._.. ....... _..___ .WW ....__._..___ 01988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD ATTACHMENT A CORONAVIRUS STATE AND LOCAL FISCAL RECOVERY FUNDS FINANCIAL ASSISTANCE AGREEMENT Page 49 of 55 OMB Approved No. 1505-0271 Expiration Date: 11/30/2021 U.S.DEPAR'I'.%IENTOF'I'HF-I'REASURY CORONAVIRUS STATE AND LOCAL FISCAL RECOVER)'FUNDS Recipient name and address: DUNS Number:073876757 Monroe Count),Board of Commissioners I t Taxpayer Idenffication Number:596000749 1100 Simonton SuccL Room 2-213 Assistance Listing Number and Title:21.027 Key West,Florida 33040 Sections 602(b)and 603(b)of the Social Security Act(the Act)as added by section 9901 of the American Rescue Plan Act,Pub.L. No. 117-2(March It,2021)authorizes the Department of the Treasury(Treasury)to maLe payments to certain recipients from the Coronavirus State Fiscal Recovery Fund and the Coronavirus I.Aical Fiscal Recovery Fund. Recipients hereby agrees,as a condition to receiving such payment from Treasury•,agrees to the terms Wwhed hereto. Recipient: li,11, 3i,ed by Tina Boan Tina Boan Date:2022.08.02 09:11:02 -"001 Authorized Representative Signature(above) Authorized Representative Name: Tina Boan Authorized Reprmntativi:Title: Senior Director BudLet&Finance to Signed: U.S.Department of the Treasury: Authorized Representative Signature(above) Authorized Representative Name: Jacob Lcibettluft Authorized Representative Title: Chief Recoven Officer,Offioe of Recover, Prow=rams to Signied: May 14,2021 PAPERWORK PEDUCTTON k(r N0710E The information collected will be used for the U.S Government to proms requests for suppoa Tlw estimated Wrden associated with this collection of information is 15 minutes per response.Comments conoerning the accuracy of this burden estimate and suggestions for reducing this burden should be directed to the Office of Privacy,Transparency and Records,Department of the Treasury,150OPennsylvania 4,ve,N.W.Washington.D.C.202-0 DONOT send the form to this aMms.An agency may not conduct or sponsor,anct a person is zbx required toeespoixi to.a collection of information tmlcss it displays a valid control nurnber assigned by 01,113. Page 50 of 55 U-N,1)li?AR I MYNTOFTUE FREASURY CC)R(X11-VM'-'S SI ATE'FISCA!,R�i(,',")VERY FUNLi RI) I'ER.MS A COM)f rV 9, a Rcc;ptcrt undeistarils and at=s that he funds disbursed under this award may only be used in compliance with sections 662(c)and 603(-')of the Social Security Act the Act,i and Treasury's regulanomi irnplcmeming that;ection and guidance li Recipient will determine Prior to engaging in any priject using Jus assistance that it 11M tlyc institutional,managerial,and fwari,�ia!capability to ensure proper plam-ung,management,and--,)m pldron of such project. The period of performance for this awarJ begins on the date hereof and ends on Decern ber 33,2(YM.As s- . t forth in Keasury*i implerrienung regulations,Recipient may use award funds,to cover eligible costs incurred diii-ing the period hat begins on March 3,2021 and ends-on Decembff 31,2024 Recipient,agrees to comply with any reporting obfigationi established by Treasury,is it relates to this award a. Recipient shall maintain records and finaticial documentssufficieni.to evidence can phiince with sections 602(c)and 6CO(o),Treasury's regulations implementing thosesiecuons,and guidance regarding the eligible uses of funds. The Treas ry Office of Inspector General and the 3 over-runerit Accountabilay Office,or their authorized representatives, shall have the right of access to record-,(electronic and otherwise)at'Re,-ip4ent,in order to conduct audits or other investigations. c Records shall be maintained by Recipient for as period of live(5;years after all runck have been c.\T�endedor retruned to Trmurv,whichever is later. Pre-award costs.as defined in 2 C 132 §200 458,may not be paid wah funding from this award. Recipient may use funds provided under this award to over bodi direct and indirect costs, J-L�Q `° Cost sharing or matching funds,are not,required to be provided by Recipient. Recipient understands and agrees it must maintain a conflict of interest policy consistent with 2 C,F.R-5 2C0,318(c)and that.such conflict of interest policy is applicable to each activity funded under this award.Recipient and subrecipients must.disclose in writing to Treasury or the pass-throuprh entity,as appropriate.,any Potential conflict of interest affecting the awarded furids in accordance with 2 C.F.R .5 200.11 2 a. Recipient agrees to comply with the requiremorrLs of sections 602 and 603 of the Act,regulations adopted by Treasury pursuant to sections 60'(f)and 603(f)of the Act.,and gui&n.ce issued by'lreasusy regarding the foregoing Pecipicritaiso agrees to comply with all other applicable federal statutes,reguladons,and execunve orders,and Recipient shall provide for such compliance by other parties in any agreements,it enters into with other parties relating to this award- b- Federal regulations applicable to this award include,without limitation,the following i Uniform Administrative Requirements,Cost Primiplda,and Audit Requirements for F ecral Awards,2 CY R Pan 200,other than such provisions as Treasury may determine are mapplicable to dos Award and sublect to such exceptions as may be otherwise provided by Treasury Subpart.F -Audit Requirements of the Uniform Guidance, implementing the Single Audit Act,shall apply to this award. at. T-Iniversal Identifier and System For Award Management;,SANI),2 C F,R,Paz,25,pursirant to which the award term set forth in Appendix A.to 2 CY R-Part.1-5 is hereby incorporated by reference. tu, Reporting Subaward and Fxecutive Compensation Informartm, 2 C.F.R-Part 17()..pw-suantto which the award term set Forth in App-ndix A to 2 C F R.Part.I 7G is hereby iricorrsorittd 1w reference, tv O-AR(luidelines to Agencies on CovernmentwK.le Debarment and Suspension�Nonprocurernent)'2 C F R.Part 130,including the requuement to include a resin or condinon in all lower tier covered transactkoris(contracts and %ubconuTLic,i.s described in 2 C,KR.Ptu-E 130,subpart B 1-tat the award is subject to 2(.'.F R.Part 191)and Treasurv'o5 implementing n-gularon at.3I C5 R Part,19 Page 51 of 55 v. Recipient Integrity and Performance Iviatters,purmmnt to which the award term set forth in 2 C.F.R.Part 200, Appendix XII to Part 200 is hereby incorporated by reference. vi. Governmentwide Requirements for Drug-Free Workplace,31 C.F.R.Part 20. vii. New Restrictions on Lobbying 31 CYR,Part 21. viii. Uniform Relocation Assistance and Real Property Acquisitions ALI of 1970(42 U.S.C.§§4601-4655)and implementing regulations. ix. Generally applicable federal environmental laws and regulation& c. Statutes and regulations prohibiting discrimination applicable to this award,include,without limitation,the following: L Title VI of the Civil Rights Act of 1964(42 U.S.C.§§2000d et seq.)and Treasury's implementing regulations at 31 CYR_Part 22,which prohibit discrimination on the basis of race,color,or national origin under programs or activities receiving federal financial assistance-, ii. The Fair Housing Act,Title VIII of the Civil Rights Act of 1968(42 U.S.C.§J 3601 et seq.),which prohibits discrimination in housing on the basis of race,color,religion,national origin,sex,familial status,or disability; iii. Section 504 of the Rehabilitation Act of 1973,as amended(29 U.S.C.§7941 which prohibits discrimination on the basis of disability under any pmgram or activity receiving federal financial assistance, iv. The Age Discrimination Act of 1975,as amended(42 U.S.C.§§6101 et seq.) and Treasury's implementing regulations at 31 C.F.R.Part 23,which prohibit discrimination on the basis of age inprograms or activities receiving federal financial assistance,and v. Title 11 of the Americans with Disabilities Act of 1990,as amended(42 U.S.C,§§12101 et seq.),which prohibits discrimination on the is of disability under pmgrams,activities,and services provided or made available by to and local governments or entalities or agencies thereto. 10-Rem diaLAcli c In the event of Recipient's noncompliance with sections 602 and 603 of the Act,other applicable laws, Treasury's implementing regulations,Svidanw,or any reporting or other program requirements,Treasury may impose additional conditions on the receipt of a subsequent tranche of future award funds,if any,or take other available remedies as set forth in 2 C.F.R.§200.339.In the caw of a violation of sections 602(c)or 603(c)of the Act regarding the use of funds,prev tous payments shall be subject to recoupment 93 provided in sections 602(e)and 603(e)of the Act JJ_Hatch LAct Recipient agrees to comply,as applicable,with requirements of the Hatch Act(5 U.S.C.§§1501-1508 and 7324-7328),which limit certain political activities of State or local government employees whose principal employment is in connection with an activity financed in whole or in part by this federal assistance. 12,Ealso Statemc=.Recipient understands that making Use statements or claims in connection with this award is a violation of federal law and may result in criminal,civil,or administrative sanctions,including fines,imprisomnent,civil damages and penalties,debarment from participating in federal awards or contracts,mid/or any other remedy available by law. 13,Uli&ati=.Any publications produced with funds from this award must display the following language:"This project[is being][was)supported,in whole or in part,by federal award number(enter project FAIM awarded to Monroe Ccxmty Board of Commissioners by the U.S.Department of the TreRsury.- 14.,Drbts Q!nd the_EadcnA_Q rove mnant a. Any funds paid to Recipient(1)in excess of the amount to which Recipient is finally determined to be authorized to retain under the terms of this award,(2)that are determined by the Treasury Office of Inspector General to have been misused;or (3)that are determined by TreanLry to be subject to a repayment obligation pursuant to sections 602(c)and 603(e)of the Act and have not been repaid by Recipient shall constitute a debt to the federal government b. Any debts determined to be owed the federal government must be paid promptly by Recipient A debt is delinquent if it has not been paid by the date specified in Treasury's initial written demand for payment,unless other satisfactory arrangements have been made or if the Recipient knowingly or improperly retains funds that are a debt as defined in paragraph 14(a). Treasury will take any actions available to it to collect such a debt. Page 52 of 55 Ii-Diwamm a. The United States expressly disclaims any and all responsibility or liability to Recipient or third persons for the actions of Recipient or third persons resulting in death,bodily injury,property damages,at any other losses resulting in any way from the performance of this award or any other losses resulting in any way from the performance of this award or any contract, or subcontract wider this award- b. The acceptance of this award by Recipient does not in any way establish an agency relationship between the United States and Recipient. a. In accordance with 41 U.S.C.§4712,Recipient may not discharge,demote,or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below,information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or graM a gross waste of federal furids,an abuse of authority relating to a federal contract or grant a substantial and specific danger to public health or safety,or a violation of law,rule,or regulation related to a federal contract(including the competition for or negotiation of a contract)or grant b. The list of perscro and entities referenced in the paragraph above includes the following: L A member of Congress or a representative of a committee of Congress-, ii. An Inspector General-, iii. The Goverment Accountability Off-ice iv. A Treasury employee responsible for contract or grant oversight or management, v. An authorized official of the Department of Justice or other law enforcement agency; vi. A court or grand jury,or viL A management official or other employee of Recipient,contractor,or subcontractor who has the responsibility to investigate,discover,or address misconduct, c. Recipient shall inform its employees in writing of the nghts and remedies provided under this section,in the predominarit native language of the workforce. Pursuant to Executive Order 13043,62 FR 19217(Apr.18, 1997).Recipient should encourage its contractors to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company-owned,rented or personaUy owned vehicles. Ill Rrdc® Pursuant to Executive Order 13513,74 FR 51225(Oct,6,2009),Recipient should encourage its employees,subrecipients,and contractors to adopt and enforce policies fliat ban text messaging while driving,and Recipient should establish workplace safety policies to decrease accidents caused by distracted drivers. Page 53 of 55 (XdB v d Maa. V. 5° 7d &X*Bfim Date,1113OW21 "L MOpf°II" ( :"OF 1964 of mmijA aaf °al assistarm from the Deperfinent of the Treamay,the y Bowd of rra ° to as d)provides fd•a assurnmes stated federal(hmmial assistanoe away.°miude f.alend gmnts,ft to dfwo recipient's bowficorim dk use or rrat of r-aderal land axr pqxrty at II market vaby,Federal tminin&a loan of Falwal perstevwL subsidim wel odr.r armeemem wiafa mtathan of ad assistme,redual finwal s not awompm contwt of"Suwx9m or maumaica.modoW 11is assuriume Wphes to all federal f==W amistanot ftm or made avr ` bIIe d of do°f may rapaest bw the hare, °i"fwe avil.. .. of 1987 provides dw Podgy kA of d=MMUWM apply to adf afew recipiews s� qmrvicm ard saivilimloog as my portion of Ow nicipieWs IIr (s)ins federefly assisted in die manner proactibedabove. L Recoat axwes its current and fidure emplimwwirtdn TWe Ill of dw QQ of d which of ft a of,or ec. to . °as.m 9 s and Zvi iv° federal ficuk of any person in d w Uir than VMWA of amm,color,ormfional origin(42 U.&C..I 2000d alseq.),as implemented Depuftest of the Treasury Tide VI reguhtions at 31 CFR But 22 and e ordm such as Executive Order 13166, ° : 9 ;memonavk andibr pWanve 2. Rgdpiwd ackwwleftesaccutive Order 13166,"Impfiuving Access to',..�Alry i far with£A.ve de£ ffy d p d activities .. fed of nafiaml have Landed" w to s, v a of II is a f of � i . proWlatvd Wider Tide VI ofddwe Civa R*bb Act of 1964 and the Depoftent of de"£a 's` e , r y widr of the T "s a. flax amure dat LEP perscris have mewtirefal sco=to as programs, i i° d access may adad a " largoap assistance tervicm mcludmgd`mterpeetabon and wriften translationwhae racessay,to azure effecfive cccorounicafion in the Rec*icWsd activides. 3 Recipian Wees to oomider On need for larguage services for LEP pemns ftiag developmof epplim6k when ccnducb%pnWasss,services arid activibes,As a ee„the Depm1ment of dc'Treanzy his published its UP guidarm at 70 FR 6067,For more information, vast 4. Recipiat adbowledgesp° e wide dwis iumamoe congiuses a cmxfficn of z a of fedwal financial asustarice and is binft upon Ro:4wmt aud RompieWs succeacav,transferees and asatneas for the period in which such amstimm w pmaded i. Recipmot addowleegasit as %,e =bcontractors,successors, to ply with aystammes 1-4 above.mid agrem to bworporate the following a in every =*va or agreement abject to Title,V1 wW ks roplatiors;between dw Recipiard%md The Recipient's akIpwoes, k9mierew,and sssigoe= C° `dd aSM Act of 1.964 whkh prokibib reciments o fedtraf a proSraw or acdWy,dvgft benefits af,or olher*se di.wrinthiating agaiml a Person an du badso r or regvWbm 31 M Part 2Z whkh ov herein incorporate d by reftrence,and race a part rvA 2' aft his a Qa" er(or Koko i s p taper °°@:mated P "ixa W pwgronor £ "r•Mk PIWguladonx 31 rM Pat 22,amd hemk.WorNratrdrby N vw&adarqgrrem@nL fi" dany vent Txorwrty or strucure is pnwidrA or ivqtrovPA wid k do aid of fedsral firsavial of dw°II`r ,wMe assurance ublqofts die Recipient,as in dw caw of a sitseqrrA er,the UmufarA for dr,period&mirg wtuch the real propmty sir e is ined fee a pmpwe for which Me fedual firimxial assisbj=is odmded or for r° . involviaw °o . "avw of. afar savioes or bermfift.If any personal propeny is provided,this assurance obhpft the Recipient for the period during which it rateme ownershipor possession ofthe property-, * Recipient shall cooperate in any onforcement or compliance review activitiesthe Department of the Treasury of the aforenientioned obligations, may include investigadoix arbitnition,mediation,litigatiom and monitoring,of any sedlemat agreements that may resuk 67om these actions.That is,the Recipient shall comply with m4ft coraplience reviews,and.reporting * Recipient shall maintain•complaint log aid inform the Depiartment of the Treasury of may complaintsof discrimination on, do grounds of race,colM cc national origin,and limited EnShA proficiency covered Tdk VI of the Civil Rights Act of I a ' h s or proceedings based on the ° pincluding. a outcome. must in( of the Treasury if receivedRecipient bas no comiplauft tander Tide VL. 9. Recipient must provide documentation of an administrative 's or court's findirigs of non4mplienoc of T° efforts l y vokmtuy compliance or other agreements between the Faivard and the administrative agency diet ins&the findin&If the Recipienta case or matter alleging such discrimination,the Recipient must wide documentation of do settlement.If Recipient has not beert das a4ect of any court of Wbinistrative agencyof discrimination,plesse so state. Io° If to other agencies or other entifies,the Recipient is responsible for ensming that complysub-iocipents also with Tide VI and other applicable authorities covered in diis document State agancies that make sub-irwards must e in place standard grant sasuriences and review procedures to damoristiae that that dmy am effectively monitoringcivil rights compliance of stibrecipiaft I'he United States of America W the right to sealrjudicial onforcoment of to terms ofthis assuawices document and nothing in this document ahers cr limes the f s that the Unitedmay take in to, addmm violations of this document or applicable lederal law. Under penshy of paijury.the undersigned s)cartifies 00 haAha has read and widerstood ft obligationsas in conjunction with this assurance docurnext is acc=te mid complete,and that the ism compliance with the PVft 1 ti. mm,®.dam S` l: ft do Us.Govensamot to of 15 be ° to do Ofine aftvacy.Tmmpwwcy mid Pamids,Deputnot Offba Tummy,ISM Pausylvask Art.,KW.,WOND&IM Q.C. NOT most ft fum to dds @Mon.Anagony may m candod or aponsm sad• t4■cdWito ofWanawdos uAw 1 a voW Ow"MmkoraudgaidbyOUS. Page 55 of 55 ATTACHMENT B ESTIMATE FROM: A-PLUS ROOFING OF KEY WEST, INC. ISSUE DATE: { { Attn: Chrissy Collins «-- 305-292-4431 Harvey Gout Center A- lu E 305-304-9711 1200 Truman Ave ) Y collins-chrissy@monroecounty-fl.gov Key West, Florida 33040 z desantis-William@monroecounty-fl.gov Roofing Estimate • Pressure wash the AC Mechanical roof • Install a Densdeck cover board using an olybond high strength adhesive and fastener system around the perimeter of the raised AC platform. • Install approx. 700 sq ft of 60mill fully adhered TPO single-ply roof system. • Re-flash the existing roof drains to ensure their properly functioning. Cost $28,000.00 1&1' , f " 2 ' u�+ IP �,arP i r,„o„r rar,/�,,,✓� m�ii�rart;i'!?�r�em6�.�d .........ra„w, CONTRACT ACCEPTANCE SIGNATURES OWNER/CONTRACTOR DATE A-PLUS ROOFING DATE (305) 296-2568 1 5686 Maloney Ave. I Key West, FL. 33040 1 CCC058008 TmS EKI'r ATE WILL r;xpiiRr;30 DAYS AFTER RE ISSUE DxiE ATTACHMENT C PROPOSAL FROM: ROOFING BY RUFF, INC. 1010 Kennedy Dr., Suite 201 305 296 1000 Key West FL 33040 hy Fox 305-296-1001 Sealed' Proposal for Rolof Repairs s a Harvey Government Center Monroe County Board of County Commissioners 1100 Simonton Street Key West, Florida 33040 Bid Due Date: December 3, 2024 12:00 PM RESIDENTIAL • INDUSTRIAL • COMMERCIAL • INSTITUTIONAL ROOFING &SIDING • SHEET METAL WORK www.ruffroofers.com MEMBER: NATIONAL ROOFING CONTRACTORS ASSOCIATION = - -l Ol OKennedy Dr., Suite 201 305 296 1000 Kerr West, FL 33040 440, Fox 305-296-1001 TABLE OF CONTENTS 1. Bid Form a. Statement Regarding Quote Validity 2. Copy of Contractor's License 3. Monroe County Business Tax Receipt 4. Non-Collusion Affidavit 5. Lobbying and Conflict of Interest Affidavit 6. Drug Free Workplace Statement 7. Public Entity Crime Statement 8. Vendor Certification Regarding Scrutinized Companies Lists 9. Affidavit Attesting to Noncoercive Conduct For Labor or Services 10.Appendix A, 44 C.F.R Part 18—Certification Regarding Lobbying 11.Insurance Requirements a. Signed Proposer's Statement b. Signed Insurance Agent's Statement c. Copy of Certificate of Insurance RESIDENTIAL • INDUSTRIAL • COMMERCIAL • INSTITUTIONAL ROOFING &SIDING • SHEET METAL WORK www.ruffrgofers.com MEMBER: NATIONAL ROOFING CONTRACTORS ASSOCIATION PROPOSAL FORM PROPOSAL TO: Monroe County Facilities Maintenance 123 Overseas Highway—Rockland Key Key West, FL 33040 PROPOSAL FROM: Roofing by Ruff, Inc. 1010 Kennedy Drive uite 201 Key Wet Florida 33040 The undersigned, having carefully examined the Work and reference Drawings, Specifications, Proposal, and Addenda thereto and other Contract Documents for the construction of: ROOF REPAIRS—HARVEY GOVERNMENT CENTER and having carefully examined the site where the Work is to be performed,having become familiar with all local conditions including labor affecting the cost thereof, and having familiarized himself with material availability, Federal, State,and Local laws, ordinances, rules and regulations affecting perfoninance of the Work, does hereby propose to furnish all labor, mechanics, superintendents, tools, material, equipment, transportation services, and all incidentals necessary to perform and complete said Work and work incidental hereto,in a workman-like manner,in conformance with said Drawings,Specifications,and other Contract Documents including Addenda issued thereto. The undersigned further certifies that he/she has personally inspected the actual location of where the Work is to be performed,together with the local sources of supply and that he/she understands the conditions under which the Work is to be performed. The proposer shall assume the risk of any and all costs and delays arising from the existence of any subsurface or other latent physical condition which could be reasonably anticipated by reference to documentary information provided and made available, and from inspection and examination of the site. The undersigned agrees to commence performance of this Project within Ten (10) calendar days after the date of issuance to the undersigned by Owner of the Notice to Proceed/Purchase Order/Task Order. Once commenced, undersigned shall diligently continue performance until completion of the Project. The undersigned shall accomplish Final Completion of the Project within Thirty(30)days, thereafter,unless an extension of time is granted by the County. Page 30 of 55 The Base Proposal shall be furnished below in words and numbers. If there is an inconsistency between the two,the Proposal in words shall control. Forty-nine thousand, nine hundred and ninety Dollars. . ....... (Total Base Proposal-words) $ 49,990.00 _ .. ... Dollars. (Total Base Proposal—numbers) I acknowledge Alternates as follows:N/A I acknowledge receipt of Addenda No.(s) or None No. Dated None No. Dated Page 31 of 55 ATTACHMENT D 2024 / 2025 COUNTY BUSINESS TAX RECEIPT EXPIRES SEPTEMBER 30, 2025 A-PLUS ROOFNG OF KEY WEST, INC. 2024 / 2025 MONROE COUNTY BUSINESS TAX RECEIPT EXPIRES SEPTEMBER 30, 2025 RECEIPT# 30140-21886 Business Name: A-PLUS ROOFING OF KEY WEST INC RICK THOMPSON, VINCENT A SCARDINA 1107 KEY PLAZA 317 Owner Name: Business Location: KEY WEST, FL 33040 Mailing Address: 1107 KEY PLZ STE 317 Business Phone: 305-296-2568 KEY WEST, FL 33040 Business Type: CONTRACTOR (ROOFING CONTRACTORS) Employees 5 STATE LICENSE: CC C058008 Tax Amount Transfer Fee Sub-Total Penalty Prior Years Collection Cost Total Paid 20.00 0.00 20.00 0.00 0.00 0.00 20.00 Paid WRB-23-00073273 07/01 /2024 20. 00 THIS BECOMES A TAX RECEIPT Sam C. Steele, CFC,Tax Collector THIS IS ONLY A TAX. WHEN VALIDATED PO Box 1129, Key West, FL 33041 YOU MUST MEET ALL COUNTY AND/OR MUNICIPALITY PLANNING, ZONING AND LICENSING REQUIREMENTS. MONROE COUNTY BUSINESS TAX RECEIPT P.O. Box 1129, Key West, FL 33041-1129 EXPIRES SEPTEMBER 30, 2025 Business Name: A-PLUS ROOFING OF KEY WEST INC RECEIPT# 30140-21886 1107 KEY PLAZA 317 Business Location: KEY WEST, FL 33040 Owner Name: RICK THOMPSON, VINCENT A SCARDINA Mailing Address: Business Phone: 305-296-2568 1107 KEY PLZ STE 317 Business Type: CONTRACTOR (ROOFING CONTRACTORS) KEY WEST, FL 33040 Employees 5 STATE LICENSE: CC C058008 Tax Amount Transfer Fee Sub-Total Penalty Prior Years Collection Cost Total Paid 20.00 0.00 20.00 0.00 0.00 0.00 20.00 Paid WRB-23-00073273 07/01 /2024 20. 00 ATTACHMENT E 2024 FLORIDA PROFIT CORPORATION ANNUAL REPORT A-PLUS ROOFING OF KEY WEST, INC. 2024 FLORIDA PROFIT CORPORATION ANNUAL REPORT FILED DOCUMENT#M68199 Apr 18, 2024 Entity Name: A-PLUS ROOFING OF KEY WEST, INC. Secretary of State 4561631007CC Current Principal Place of Business: 5686 MALONEY AVE KEY WEST, FL 33040 Current Mailing Address: 1107 KEY PLAZA P.M.B. 317 KEY WEST, FL 33040-4077 US FEI Number: 65-0037377 Certificate of Status Desired: Yes Name and Address of Current Registered Agent: FARRELLY, GREGORY G 506 LOUISA ST KEY WEST, FL 33040 US The above named entity submits this statement for the purpose of changing its registered office or registered agent,or both,in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : Title DVP Title P Name SCARDINA,VINCENTA Name THOMPSON, RICK E Address 5686 MALONEY AVE Address 1703 SOUTH ST City-State-Zip: KEY WEST FL 33040 City-State-Zip: KEY WEST FL 33040 1 hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath;that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607,Florida Statutes;and that my name appears above,or on an attachment with all other like empowered. SIGNATURE:VINCENT A SCARDINA VP 04/18/2024 Electronic Signature of Signing Officer/Director Detail Date ATTACHMENT F STATE OF FLORIDA DEPARTMENT OF PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SCARDINA, VINCENT A A PLUS ROOFING OF KEY WEST, INC. m -10 Z 7C) Q ETV O [ ) U1� ( ICol C,4 1. � tun7 ,MwM,p�/i o i + 1,P�%/1r ilo J $' 5 O �Jr� Pi �� Fir i J J Y! J/ �%J I�j W J r J L LL J 1 `; I' N eo N C l � rii�� I U O his. �E Uj W t{ o ivy LU 01 LU IIRIM'�II -G f J, OCL l0 O ZCL IS 1 Q > W L 0 ! � U O 2 u vi O LLJ R ., 41 4„ r. � a rr[ �I t