Loading...
HomeMy WebLinkAbout12/16/2024 Agreement Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT,SUMMARY FORM FOR CONTRACTS $100,000.00 and Under Contract with- Precision Contractors o Effective Date: See notes below Expiration Date: Contract Purpose/Description: Key Largo Community Park Replacement of(6)steel columns Contractor shall commence within ten(10)days after written authorization. Start/Finish dates are to be announced upon execration of this Agreement.Once commenced,Contractor shall diligently continue performance until completion of Project. Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: Wlliam DeSantis 4307 Facilities Maintenance/Stop##9C CONTRACT COSTS Total Dollar Value of Contract: $ 9,945.00 Current Year Portion: $ (must be$100,000.00 or less) ' (If multiyear agreement then requires BOCC approval,unless the iowl ainni.hliir c 4Inwunr is 1 00.000.00 or I ss). Budgeted? YAK No ❑ Grant: $ N/A County Match: $ N/A Fund/Cost Center/S end Cate O : 147 20503-00062 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 ❑ See pages 24-26 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 12'1116'22''42-06'00' Jaclyn Flatt Digitally signed by Jaclyn Platt Risk Management Signature: Date''2024'12'1611''14''67-06'00' Purchasing Signature: Lisa Abreu Digitally 20241216ned yLisa Abreu Date'.2024.12.16 12'.22'.62-06'00' John Quinn Digitally signed by John Quinn OMB Signature: Date'.2024.12.16 12'.46'.22-06'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 PROFESSIONAL SERVICES AGREEMENT BETWEEN MONROE COUNTY AND PRECISION CONTRACTORS OF SOUTH FLORIDA, INC This Agreement is made by and between Monroe County,a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, ("County"/"Client" /"Owner"))and Precision Contractors of South Florida, Inc("Precision"/"Contractor"), a Florida Company authorized to do business in the State of Florida,whose address is 7761 SW 34"'Terrace, Miami, Florida 33155. WITNESSETH That for the considerations set forth below,the parties hereto agree as follows: 1. Description of Services: The services for the replacement of six(6)steel columns at the large pavilion located at Key Largo Park, 555 Saint Croix Place, Key Largo, Florida 33037 ("Project), are as set forth in Precision's Proposal dated December 3, 2024, ("Proposal"), attached hereto as Attachment A and made a part hereof. Contractor shall provide the services as set forth in the Scope of Work in said Proposal. 2. Effective Date and Period of Performance: This Agreement shall become effective (the"Effective Date")upon the date this Agreement is signed by both parties. Contractor shall commence performance under the contract,which may include applying for a permit if one is required,within ten(10)days after written authorization. Start/Finish dates are to be announced upon execution of this Agreement. Once commenced, the Contractor shall diligently continue performance until completion of the Project. The Contractor shall accomplish Final Completion of the Project within thirty(30)days after commencement, unless an extension of time is granted by the County. 3. Basis of Compensation: This Project will be funded with general budget funds of the Parks and Beaches Department. The compensation to the Contractor under this Agreement for the replacement of six(6)steel columns (- shall be a total Lump Sum of Nine Thousand Nine Hundred Forty-five and 00/100 ($9,945.00) Dollars. i Any alterations, deviation and/or changes in plans from specifications as set out in the Proposal j and this Agreement involving extra cost will be executed only upon written request by the Owner j and will become an extra charge, if necessary, over the lump sum payment amount set forth in this paragraph. 4. Method of Invoicing: i This project will be invoiced upon completion of the work. Invoices shall be sent to the Facilities Maintenance Department, Attention, Chrissy Collins, via email at m„ilIq.iijin7:.°. � m. „rr"7um �ma uyim „! ." „7, who will review the documents and route them to the appropriate County Staff for approval. Upon receiving all required approvals, the invoice(s) will be forwarded to the County Clerk of Courts' office ("Clerk") for payment. 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. 1 The County is exempt from sales and use taxes. A copy of the tax exemption certificate will be provided upon request. 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. 5. Professional Retainer: i No retainer fee is requested, nor to be provided. 6. General Conditions/Reguirements: a. Payment for invoices prepared by Precision is due and payable upon receipt.County shall pay pursuant to the Florida Local Government Prompt Payment Act, Fla. Stat. Sec. 218.70, upon receipt of a Proper Invoice from Precision. Payments due and unpaid under the Contract shall bear interest pursuant to the Florida Local Government Prompt Payment Act. b. This Agreement may be terminated by either party hereto upon fifteen(15)days' notice in writing to the other party. Upon termination, Precision shall prepare and submit a final invoice for services rendered to the date of termination together with any termination expenses incurred. For Contracts of any amount,if the County determines that the Contractor has submitted a false certification under Section 287.135(5), Florida Statutes or has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, j the County shall have the option of(1)terminating the Agreement after it has given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement if the conditions of Section 287.135(4), Florida Statutes, are met. C. Any drawings and specifications developed pursuant to this Agreement are instruments of service, and as such the original documents, tracings, and field notes are and remain the property of Precision regardless of whether the work for which they were prepared is executed. d. In the event that legal action is instituted to enforce any of the terms of this Agreement, the party which does not prevail shall pay the legal expenses of the prevailing party, including attorney's fees for collection, litigation, and appeal. e. The parties hereto each bind itself, its successors,executors, administrators and assigns to the other party to this Agreement and to the successors, executors, administrators and assigns of such other party in respect of all covenants of this Agreement. f. Precision's liability for services to be rendered under this Agreement shall be limited to$1,000,000 or the amount of Precision's fee(whichever is greater), unless Client pays for the assumption of additional liability by Precision as a separate line item in Article 3, Compensation. g. If applicable, Client agrees that Precision shall not be responsible for liability caused by the mere presence or previous release of hazardous substances at the site. The Client will either make others responsible for liabilities due to such conditions or will indemnify and save harmless Precision from such liability. This Agreement does not cover the costs for testing and remediation of hazardous materials (asbestos, lead, etc.), and/or 2 permit or inspection fees required by local building department for the overall project, if any. The provisions of this Article 6.g. shall survive any termination of this Agreement. h. The Contractor shall ensure that all non-exempt employees for this effort are compensated in accordance with all State and Local Laws. i. The Contractor shall load, haul, and properly dispose of all construction debris and materials. j. The Contractor shall provide and maintain appropriate (OSHA required) construction warning signs and barriers. k. The Contractor shall furnish all required work site safety equipment. I. Construction work times shall be limited to those as specified by the County. M. The Contractor needs to be aware of the facility, Park activities, and staff with unusual schedules and plan accordingly. n. The Contractor is required to have all current licenses necessary to perform the work and shall submit a copy of the Contractor's License and Monroe County Business Tax Receipt along with this Agreement upon execution. 7. Indemnification, Hold Harmless, and Defense: Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement,the Contractor shall defend, indemnify and hold the County and the County's elected and appointed officers harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of 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 $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 8 herein. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. In the event that the completion of the Project (to include the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the Contractor,the Contractor agrees and warrants that the Contractor shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. 3 The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement. 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 County. 8. Insurance Requirements: As a pre-requisite of the work and services governed, or the goods supplied under this contract (including the pre-staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in this paragraph and 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 insurance amounts and limits as noted herein. 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 term of this contract and any extensions. 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 imposed 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. i 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. 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. j Contractor shall maintain in full force and effect the following insurance with coverage limits as 4 noted which are reasonable in light of the work to be undertaken: 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 $300,000 Combined Single Limit Vehicle: $200,000 per Person (Owned, non-owned, $300,000 per Occurrence and hired vehicles) $200,000 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 33040, shall be named as Certificate Holder and as "Additional Insured" on all policies, except for Workers' Compensation. 9. Ethics Clause: By signing this proposal, the undersigned warrants that he/she/it has not employed, retained, or otherwise had act on his/her/its behalf any former County officer or employee subject to the prohibition 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. 10. 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. 11. 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 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." 5 1 12. Drug-Free Workplace: By signing this proposal, the undersigned certifies that the contractor complies fully with, and in accordance with Florida Statute, Section 287.087, the requirements as follows: 1) They will publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specify the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed 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 1. 4) In the statement specified in subsection 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5)days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program 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-free workplace through implementation of this section. ADDITIONAL CONTRACT PROVISIONS I 1) Nondiscrimination/Equal Employment Opportunity: i 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 jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. Contractor agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VI of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination in employment on the basis of race, color, religion, sex, or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685- 1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of disability; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92- 255), as amended, relating to nondiscrimination on the basis of drug abuse;6)The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title VIII of the Civil 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 with Disabilities Act of 1990 (42 USC s. 12101 Note), as may be amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Article 11, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; and 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 6 II) Maintenance of Records: The Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained as applicable for a period of seven(7)years from the termination of this Agreement or in accordance with the State of Florida retention schedules (https://dos.fl.gov/library-archives/records-management/general-records-schedules/),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 the applicable retention period following the termination of this Agreement. III) Right to Audit: Availability of Records. The records of the parties to this Agreement relating to the Project, which shall include but not be limited to accounting records (hard copy, as well as computer readable data if it can be made available; subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc.); original estimates; estimating work sheets; correspondence; change order files (including documentation covering negotiated settlements); 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, rights, duties,or obligations under or covered by any contract document(all foregoing hereinafter referred to as "Records") shall be open to inspection and subject to audit and/or reproduction by Owner's representative and/or agents of Owner or the County Clerk. Owner or County Clerk may also conduct verifications such as, but not limited to, counting employees at the 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 seven (7) years after Final Completion of the Project. 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 by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03 of the 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. IV) Public Records Compliance: 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 7 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, 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 AT: MONROE COUNTY ATTORNEY'S OFFICE, 1111 12T" Street, SUITE 408, KEY WEST, FL 33040, publicrecords(&-monroecounty-fl.com, PHONE NO. 305-292-3470. V) E-Verify System: Beginning January 1, 2021, in accordance with Fla. Stat., Sec.448.095, as may be amended from time to time, the Contractor and any subcontractor shall register with and shall utilize the U.S. 8 II i 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 f 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. 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 one (1)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. VI) Notice Requirement: 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: For Contractor: Precision Contractors of South Florida, Inc 7761 SW 341h Terrace Miami, Florida 33155 For Owner: Facilities Maintenance Department Attention: Chrissy Collins 123 Overseas Hwy. —Rockland Key Key West, Florida 33040 And Monroe County Attorney's Office 1111 121h Street Suite 408 Key West, Florida 33040 VII) Uncontrollable 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 9 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 P 'ect;(emch. a "Uncontrollable Circumstance"). Contractor's financial inability to perfonn, changes in cost nr availability cfmaterials, componenbs, 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 Civuunnebanoe, and the anticipated duration ofsuch Uncontrollable Circumstance. Contractor shall use all diligent efforts to and the Uncontrollable Civcumetonca, ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance under this Agreement. The County will not pay additional cost am a result cfan Uncontrollable Circumstance. The Contractor may only seek e no cost Change Order or Amendment for such reasonable time as the Owner's Representative may determine. ViU) Admudication of Disputes or Disagreements: County and Contractor agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. |f the issue orissues are oUU not resolved to the satisfaction of the portieo, then any party shall have the right to seek such relief or remedy ma may be provided by this Agreement orby Florida law. This Agreement io not subject to arbitration. This provision does not negate or waive the provisions of Section |. Nondiscrimination, or Paragraph 6.D., concerning termination or cancellation. 13. Governing Law, Venue, and Inttr r This Agreement shall be governed by and construed in accordance with the laws of the State of Florida, applicable to agreements made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the County and Contractor agree that venue ohm|| lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. 14. If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent byo court of competent jurindintion, the remaining terma, oovenonta, conditions and provisions of this AQreemnent, ahm|| not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The County and Contractor agree to reform the Agreement to replace any stricken provision with o valid provision that comes as close as possible to the intent of the stricken provision. 15. Aftorney's Fees and Costs: County and Contractor agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative tothe enforcement or interpretation of this Aoreernent, the prevailing party shall be entitled to reasonable otbornay'ofeeo. court costs, invaadgmUve, and out-of-pocket expenoea, an on award against the non-prevailing party, at all levels of the court system, including in appellate proceedings. 16. 10 Contractor agrees to execute such documents as the County may reasonably require to include, but not limited to a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free p Workplace Statement, attached hereto as Attachment B and made a part hereof. 17. Authority: Each party represents and warrants to the other that the execution, delivery, and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. 18. Cooperation: In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, County and Contractor agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings,and other activities related to the substance of this Agreement or provision of the services under this Agreement. County and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 19. Conflicts: In the event there are any conflicts in the terms of this Agreement, the Proposal, or other oral agreements or understandings between the parties, the terms of this Agreement shall control. 20. Section Headings: Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. 21. Entire Agreement: This writing embodies the entire agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. Any amendment to this Agreement shall be in writing, approved by the Board of County Commissioners, and signed by both parties before it becomes effective. IN WITNESS WHEREOF, the parties hereto have caused the Agreement to be executed by their duly authorized officers on the dates as written below. i Contractor: Client: Precisiop Contractors of South Florida, Inc. Monroe County Christine Digitally signed by BY: BY: C'hrictina Hurley H u r I ey Date:2024.12.16 Printed Nam Printed Name: 14:46:37-05'00' Title:a Title: County Administrator or Designee II DATE: DATE: 11 MoNME COUNTY AT ORN Y'ro OFFICE ASSIST ORNEY DATE: ATTACHMENT A PRECISION CONTRACTORS OF SOUTH FLORIDA, INC PROPOSAL DATED DECEMBER 3, 2024 i i i i I 12 I� PRECISION PI is 7861-759-3555 December 3rd 2024 Key Largo Community park 555 Saint Croix PI. Key Largo, FL 33037 ATT: Chrissy Collins, William Desantis, Scott Atkins RE: Replacement of(6) steel columns We are pleased to submit our proposal for your project at the above referenced location. Our proposal is based on the information provided to us by owner and by our field observations. Our total sum quote inclusive of the description and specifications included in the breakdown is for the amount of$9,945.00 This project is proposed to be constructed and reach substantial completion within 15 days from the date we receive the deposit to proceed. Scope of work: • Isolate area to be worked on with barricades and caution tape • Brace each section and remove the existing damaged columns • Cut out concrete base, install new column with galvanize hardware • Install (6) new 6 x 6 x%" steel columns with 12"x12"x%" bases under concrete • All work to be done during daytime working hours • Leave area clean and debris free * Note: This price is good for 30 days due to material availability and daily price increases. ........... ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ....................... Precison Contractors of South Florida,Inc. 1 Phone:786-759-3555 Email:V. ,,irm7c.:.�.p!r2 lIsiiioir7 oir7tira toirs;flll,;.,coiry7 PAYMENT SCHEDULE: Balance at completion: 100% $9,945.00 TERMS: Any alterations, deviation and/or changes in plans from above specifications involving extra cost will be executed only upon written request by the owner and will become an extra charge over the estimate. This proposal does not include costs for testing and remediation of hazardous materials, costs for removing, relocating, repairing, or modifying existing framing, surfacing, HVAC, electrical, and plumbing systems (or bringing those systems into compliance with current building codes), costs for testing and remediation of hazardous materials (asbestos, lead, etc.), and/or permit or inspection fees required by local building department for the overall project, if any. All agreements are contingent upon strike, accident, or delays beyond our control. Payments shall be made in accordance with this agreement. Precision Contractors of South Florida, Inc. shall impose a 1.5%monthly late charge fee on any payment received more than 30 days after due date. In the event that payments are not timely made, Precision Contractors of South Florida, Inc. shall be entitled to recover all costs associated with collection of funds due, including but not limited to reasonable attorney's fee for collection, litigation and appeal. This proposal is subject to final approval by an authorized agent or officer of Precision Contractors of South Florida, Inc.following acceptance by you. Only then so accepted and finally approved shall this proposal constitute a contract between us. If we can be of any further help please don't hesitate to contact us. Approved by: Accepted by: Jose R Ga z, President Precision Contractors of South Florida, Inc. ........... ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ............. ....................... Precison Contractors of South Florida,Inc. 2 Phone:786-759-3555 Email:V. ,,irm7c.:.�.p!r2 lIsiiioir7 oir7tira toirs;flll,;.,coiry7 Preuison Contractors of South Florida,Inc. 3 phone:7os-7se'asss I i ATTACHMENT COUNTY FORMS f I �I I' 15 i LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE „ fla("L511 A (Company) 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: i STATE OF: COUNTY OF: kad Inde, i i Subscribed and swam o or affir ed b fore e, by means o physical presence or ❑ online notarization, on DQ _20 (date) by (name,o ant). e/S I r know lame or h produced ers II as id ti ication. (Typ f'dentification) r r NOTARY BLIC i My commission expires: (SEAL) Notary Public State of Florida Arliet Vita My Commission Q�r HH 249109 Exp. 4/4/2026 16 DRUG-FREE WORKPLACE FORM g t '>► ie, S 87 h e y e ifies that: The undersl ne n or t accor nc w t for da t �¢ (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Imposes a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, 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 firm complies fully with the above requirements. IL P j ue Date STATE OF: COUNTY OF: Subscribed andsworn to (or affirm d) efore m , by means of hysi al pr ence or ❑ online notarization, on _ (date) by _._........._ (name of affiant). He/She "personally o me oINOTAR duced � .� (type of ido s tion. B IC (SEAL) My Commission Expires: Notary Public State of Florida 17 Arliet Vita 1111 MyHH 249109 on Exp. 4/4/2026 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 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." � rr I have read the above and state that neitherb a109 MOO- 1� « (Respondent's name) nor any Affiliate has been placed on the convicted vendor list within the last thirty-six (3,P) months. (Sig atu ......rv,. Date: STATE OF: ND COUNTY OF: f Subscribed and sworn t (or affir d) before pe, y means of physical presence or ® online notar' ation, on the day of v �.�m.� ( 'e) y me or has produced (name of affiant). He/She is � y rso all k n ... (type of identification) as identification. NOTARY PUB ,'. (SEAL) My Commission Expires: qjjx�� Notary Public State of Florida Arliet Vita My Commission 1111 HH 249109 EXp. 4/4/2026 I i i 18 VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Project Description(s): on i --Pu 11511. Respondent Vendor Name: Vendor FEIN: Vendor's Authorized RepresentaXjve Name and Title. I Address: ] City: I State: Zip: Phone Number ..,, .. �m�ailAdd�ress� 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 Petroleum Energy Sector Lists which were created pursuant to s. 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the Section entitled "Respondent Vendor Name" is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector 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 Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria. Certified By: I 0-�, �ho is authorized to sign on behalf of the abov r eren d Authorized Sign ure: Print Na e: Title: 1 Note: The List are available at the following Department of Management Services Site: i� IfJVmIVV#6.k.tllYl!`�„I.d 1141( 'Y 4).!{ V4��I�•,, /� % 4 wh . 19 AFFIDAVIT ATTESTING nQNONCOERCIV CONDUCT FOR LABOR OR SERVICES Entity/Vendor Na e:, Vendor FEIN: C SW ity: Tfl State:, Z i p: Phone Number:' lie& As a nongovernmental entity executing,renewing,or extending a contract with a government entity,Vendor is required to provide uo affidavit under penalty of perjury attesting that Vendor does not use coercion for labor or services in accordance with Section 7D7.O6, Florida Statutes. &s defined in Section 787.06(2)(u)`coercion means: l. Using orthmu6nQtu 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 o,his will; 3. Using lending or other credit methods to establish a debt by any person when labor o, services are pledged as u security for the dc6«, if the value of the labor or services as o:uuonub\y assessed is no, applied tovvun6 the liquidation of the debt, the length and nature of the labor o, service are no, respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withho\din&, o, possessing any uotuu| or purported pusuport, visa, or other immigration dooument, o, any other uotuu| or purported government identification document,o[any person; 5. Causing orthou6nQto cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit;o, 7. Providing a controlled substance as outlined in Schedule I or Schedule 11 of Section 893.03 to any person for the purpose o[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,ou6idrby same. Certified B .who is authorized to sign on behalf of the abo e referenc company. Authorized Sign ture: Print Nam� 20 l FOREIGN ENTITIES AFFIDAVIT F.S.287.138 I, 1 of the city of®_ 1 according to law on my oath,and under penalty of perjury,depose and say that: 66 UJ a. am Apf-) of the firm of (Qo Entity ),the Firm making the Proposal for the project described in this Agreement for replacement of the columns on the Pavilion at the Key Largo Community Park and that I executed the said proposal with full authority to do so; b. The Entity is not owned by the government of a foreign country of concern as defined in Section 287.138, Florida Statutes. (Source:§287.138(2)(a),Florida Statutes); C. The government of a foreign country of concern does not have a controlling interest in Entity. (Source:§287.138(2)(b), Florida Statutes); d. Entity is not owned or controlled by the government of a foreign country of concern,as defined in Section 692.201, Florida Statutes. (Source:§288.007(2), Florida Statutes); e. Entity is not a partnership,association,corporation,organization,or other combination of persons organized under the laws of or having its principal place of business in a foreign country of concern, as defined in Section 692.201,Florida Statutes,or a subsidiary of such entity.(Source:§288.007(2), Florida Statutes); f. Entity is not a foreign principal, as defined in Section 692.201, Florida Statutes. (Source: § 692.202(5)(a)(1), Florida Statutes); g. Entity is in compliance with all applicable requirements of Sections 692.202,692.203,and 692.204, Florida Statutes. h. (Only applicable if purchasing real property) Entity is not a foreign principal prohibited from purchasing the subject real property.Entity is either(a)not a person or entity described in Section 692.204(1)(a), Florida Statutes, or (b) authorized under Section 692.204(2), Florida Statutes, to purchase the subject property. Entity is in compliance with the requirements of Section 692.204, Florida Statutes.(Source:§§692.203(6)(a),692.204(6)(a), Florida Statutes) i. 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. I (Signatur I ti Date: 10 STATE OF: "T IU n t/1 r COUNTY OF: 1 back Subscribed and sworn to(or affirmed)before me, by means of physical presence or❑online notarization, on 61�N Y (date)by (name of affiant). He/She is personally known me or has produced T (type of identification)as identification. I NOTARYPUB C Notary Public State of Florida My Commission Expires: i Arliet Vita My Commission IIII HH 249109 EXp. 4/4/2026 21 i INSURANCE AGENT'S STATEMENT have reviewed the above requirements with the proposer named above. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES 0 Liability policies are Occurrence Claims Made dhl, Ofs lix(ovef Insurance Agency SignAure Page 45 of 54 i CERTIFICATEwOF INSURANCE _....._. _. .___ _ ........ .w. .w.__.. ISSUE DATA_._. .._ _9/04/2024 THIS CERTIFICATE 0.ISSUED A8 A MATTER�INFORMATION ONLY AND CONFER8 NO RIGHTS UPON THE CERT�tCATE iIOIDER TNT CERTIFICATE DOE8 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 ),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT:IF THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED,THE POL.ICY(IES)MUST BE ENDORSED.M WBROGATIONI 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 00 LIEU OF SUCH (S). .__. .... _.. _......_ ..o. PRODUCER ( OCOVERAGE _E••__�E ,,._.INSURER 81 AFFORDING CO......�...,��.............................VERAG ..............� ..�................,....... Neighbors Insurance Agency,Inc. INSURER A Mesa Underwriters Specialty Insurance Company 7149 West Flagler St ...............................� ...... .....� ...�„�,w..n .._r...........�. m� 11Wiarni,FL 33144 INSURER B:r NIA INSURED INSURER C. Precision Contractors of South,Florida INSURER D. 7751 SW 34th Terrace ....��................M.�w�......m..,........ .......................�..,...,........n,.�...M. .............,..... ........,.,................,.. ..................................._..,............,.... .. Miami,FL 33155 INSURER E. N/A .. COVERAGES ....................�w...��.,..,.............w.,.. ,,...��.��.�..............,.. IS IS TOCERTiFY ....................�.,.....��...,.,.� ...........,......,,...........� m..... ..... .....................................,,........ ........ ..w........,... .,. ,.........................w......,..... ..........�.,......�.... 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&§4".C�TYPE f F'"—.."._........................LICY ....._.,�.,...........................P— 16Yw......................._..., )LICY LIMITS........ ...w...................................„.....,.... MITTS LTI .. ....__..INSURANCE._.. NUMBER................... ............... T.__..__._......__..., EXPIRATION DA TE _EFFEE CTIVE DATE XP _�._. _.. ............ A GENERAL,LIAMUTY MP0009019009905 {{i 09/02f24 09/02/25 ..�.�....,.._..._�GENERAL,AI'XaRL°�(AT ........................_,_... ._�_�.. �„���._.......2, 0 00 PRODUCTS-COKOP A. ., _ ..........., 1. 000 ... "RS &ADV,INA.#RY 11 Iq EACH OCCURRENCE 1,000,000 /V! 100,000 EXPENSE .(Any ,,.......„,..�..w...,,,.,.,.n.. ..,.,.,.. MED BPERSONAL LJASIUTY .,, ..,....�,....,..�.................................. CX)4nSIHEi.I'b SIhY.......,....�.IkIIT ...,...,...,. .w,.,,.......,._.....,....................,,,...�..,...�.., GLF OTHERS E " �' " tl,kl OCCURRENCE ff NCE T�'$ ... P ar°Ess L ILI�. �.. ..w�._ .. � MEDICAL By . �� F PAYMENTS �.. .. ..,� ,., . ...... .� . _.,,... ..m tY b I 9.10. ACAAEGATE �_. WAN" KtkXYW�, ....... ..... .. ...._...�................................ . ..._...._......................._ ............ E PROPERTY SU113ING : ._.m .�,m ............ ....o.Po, .......... VN 'NT _....BUVNESS INNOIL.__........._...................._ i3 INSURANCE IS ISSUED PURSUANT TO THE FLORIDA SURPLUS LINES LAW.PERSONS INSURED BY SURPLUS LINES CARRIERS DO NOT HAVE THE PROTECTION OF THE FLORIDA GUARANTY ACT TO THE EXTENT OF ANY RIGHT OF RECOVERY FOR THE OBLIGATION OF AN INSOLVENT UNLICENSED INSURER. SURPLUS LINES INSURERS'POLICY RATES AND FORMS ARE NOT APPROVED BY ANY FLORIDA REGULATORY AGENCY. S. .W.�.ONI OF OPERAMNS .�_ SPECIALTY ITEMS Corbatftrs E ve Stoevosors ex E S m tr sub a ,m "r 0bukhr nBoard of I C aemni na di'mej tm s kth r I to al II QEx° ir��R it a- ur SURPLUS ..LINES..AGENT VIRGINIA CLANCY LICENSEII A206695 13577 FEATHERSOUND DRIVE PO BOX 17069 CLEARWATER.FLORIDA 33762 CERTIFICATE HOLDER SHOULD ANY OF� .®....��� ��. � �..��.�... T .�� BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL.._ ....HE ABOVE DESCRIBED POLK:IES BE CANCELLED BE DELIVERED IN rxCounty Board of County CommssOners ACCORDANCE WITH THE POLICY PROVISIONS, 1100 somton St Key West,FL33040 AUTHORIZED SIGNATURE� . , CERTIFICATE OF LIABILITY IIINSURA,N�CE I �2�2I �M t tl CERTIFICATE IS ISSUED TT Of ONF I� TlluN'N CH IC A CONIFERS NO RIGHTS UPON THE RTIFNIt�AT HOLDER, THIS CERTWICATE DOES NOT AFFIRMAUVEll V OR NEGATIVELY , EXTEND ALTER THE COVERAGE AFFORDED BY THE POUCIIIES FUFIIwCNW rHIS CERTIFICATE CIIF INSURANCE NCE DOES NOT CONSTITUTE CONTRACT BETWEEN TFIF ISSUING* Ii Ct ' 4,'S), NNwt,NTIwNII21IU0 FGFIF -!Lf u;"FgvIE PIRODUICL1�:FC,ANDITHE CERTWICATE HOI.I DER IMPORTANT If the cwtiftate twoldw hs an ADI)FT"ZONAL INSURED,the Frmticy,(Ws)must have ADDITiONAL iNSJAJIRJED provisJoris rsr be endors&T 11 SUIRROGAT0N IS WAIVED, III ct to t tart"s mind candkitions of Ow;v#cy,copirtain pollicWis may requiro rura enclicirsernant, A statatinonil on tlhIs ciesdrIkake dovisnel v4"lIor .ts to 11"c rt0li hotdor to Nona of such IpwIR&W,' IrTr^JCI, U»mdnr 0_R.EORGE�1CT �L 191E IIGHB AS INSURANCE AGENCY � Fµ � tiAX � l �wLJLv�N AIL P'N C141Fo F1egWirt Sw TFa �r ru� rI TBulmrlruulmn�rvnmdronrrr 11 ny.lw ullwo WVWIAt A(4r AFlFORVI i,,,QV%RAQl,, 04AK0 Wowrin Flk,. 33144a�W uwl dk.d.OFVII°IlrNlft�'Po Ilnk UI IFNR L; IVatlkYLArMED Inawsiton Conkraiilairsul'1Tmut I>°umrnt r likswiftlMc 1161 S'W 34TH CI,I1; m1a4W II�FmwF�r G+91�1ramll FL T'Lt1;"�Ls COVERAGES CERTIFICATE TIIFIIC T NUIINIII I I : _ _ _ _ _ E"IS81 ON II UMSE L I IH f 1„% IN b.L„L1"0FY TTIRAl THE P1,ylJuT,°ES CW h a,ff,;AN E L.SR1.0.) .R,,U IRr,+dE BEEN Lai,+➢,11 0 ro i l RL„ INSURED ri F,FL ME I N„FtlaR TraIC 0 nLIC r F Ttfi OD IND11CAJE h1rSu0 dOV IN6 TUR S 1 ANY iiV,)1RII Rrr111NN1 I'l�af�,M 041 a:;(04 09R1014 O f ANY 1l,II tRA(R9 4,R11 T;THER 4J�r�`UVE NI WITH RESPECT`'ECT I1.7 io w'e�CH TN ' 9„�„Id"1"Po01"Or„'A'T . MAY 19NI Yw9,"94J191,4.9 I NTAY N'elE '`?rr IN, Wliti IfUiSURAN~N4":d A049rtlN' ED sy THE" W1ti'alll94"'41,"'S Dir""Sl„IW`V,rII1,0 II "'0`NEPlN IS wnN,. ul9h"d„,9' TO A,TO 'IHit,„ 'IE4rMS NFG,d.fLi4rdlo klrL<NrdRIfRJrN�9a,WW"11,F,INmF41. F'.:1L.VFONYm1qil✓° Rr� 1VIh9TRVFFtLaN�dFttl9d0..LAIRI'I^rF D("LwldFli1 irrlkra. ,,,, ,. ,. Fwnrrruu raver mra) IrI@ey„�, Fk,IRo rWr �, 1Wf„1���k,rNi aV;lafguF t ! 1aemRwl'„9p Ti'N9TN9rr4mR"T?'T _, .N.,wlrmr✓r-MAraR ir(..Qoun I I Y P U4N Jrt��r G9»w�p��ur����ec It .. ... .. MID w N.W OwRlmwp,)U'54mw4 31 414Ut i1j'Arr N ?nPMfyi,MW5REgvATE 1 A40 AdIPIRJ1,a PE I I 'I C lP'I.6+dAl:Aw`erJA'116niW 4E r... S a;y Irt*la,➢�.,'W _1 Jmc 4ti74T: 4�PI i"m1,A,Uf,Pm k.,/N!Mi89f Iwg UluW"w"",n r ... w m .. Iwwr a irr4 d „Nn i.ulkn r — ,J tL l NA�rr N'rk J N'V rNaa rr"r N I'� rmu u!u„r,or aukemm,rowdwnlm r¢10,�,row ,Ir rl muv 1 509,>'B,�KA-6 001 '11102124 � C75/02/25" 0,0CM,Y 0uum�,r (Vow, m 4o,1a oruWm Owl raPo Nc0l a I'W)N 1 Na lk II Id41 R Y W rurUural a"�w^ n .....�94V 41 W ....... Av Y e4,r f"'PU1l nr .,.,.:..��............... ...�.... � ...,.......... w�� . .. ................................. .........: iw�R&�Iv .R� ;ar��ls.l,vN� I , ytl��'nayn,,mwWrwiuuiF L r......a It M 4y5r rr7L 04, I ru;rt,u,�q., rmrrF rr��w�u�� r�bFl llM`r bNr,^� a�w�.ti rl�q�'b40 _� �� m I li a4N nr F AlllPK Trr Nmr�H amW+��4 of t I /A } �a IIIpNmw� lw,raamr Wm"Hn �.`", J ..."' r L 011,4N,A r EA t Iw-mow U.24 "E 4 4n AA.N4...I�ut N klNl4.�...'R... WAW IDVW1rr.w P IFIO N OF mWrwrr:PmmmrW&k r LOCATIONS N VERMLIES iArJQRD'ii0k AAW1 Bwoovu1 mau,W 54rwm 0""tax he MRAIWON"II rr wm aw sodoo 641 u"u»rarv4r@ 0!ru woe County Board of C,m,rw l y Cmammurmo wornw F is fiVed r N,iwn A,M11iumnM housed ,. LLA SHOULD ANY OF THE ABOVE DESCFRIKED PCK)C,IVES OF CANuaCE ED REFllrlRE TW� EXPIRAnON DATE; THEREOF, NOTICE WtLL BE DELIVERED IN Monroe County Board of County Commissioners ACCORIDANU 0TWTHE POk.IV 'M F u 0l 11 00 1100 Simonton St. Key West,Ficrida 33O40 Ai, TA WIVE . ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ..w. ,,,,,, . ._,._ _ . _ _ _ ..�.�....� ..._ �� _� ,...... 21 t� •2 I IL4 C� —CORPORATION, Ails rights reserved, ACOAD 2 (2 1 1 � The ACORD naime and UNr lal air@ reglatered rrmairks,of AI ' RRD JIMMY PATRONIS CHIEF FINANCIAL.OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS'COMPENSATION *•CER°TiF ICATE OF ELECTION TO BE EXC4.APT F.90'.0 FLO.910A:'JOB 1:CE17S'CO 110,01SA TION LAW CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elciUcd to be exompf fron-, n ridu Coy ipcn�4ion law. EFFECTIVE DATE: 9/29/2024 EXPIRATION DATE: 9/29/2026 PERSON: JOSE R GAMEZ EMAIL: ARLIETVITAQAOL.COM FEIN: 823876447 BUSINESS NAME AND ADDI:ESS: PRECISION CONTRACTORS OF SOUTH FLORIDA, INC. 7761 SW 34TH TER MIAMI, FL 33155 This certificate of election to be exempt is NOT a license issued by the Department of Business and Professional Regulation.To determine if the certificate holder is required to have a license to perform work or to verify the license of the certificate holder,go to www.myfloridalicense.com. IMPORTANT:Pursuant to subsection 440.05(13),F.S.,an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter.Pursuant to subsection 440.05(11),F.S.,Certificates of election to be exempt issued under subsection(3)apply only to the corporate officer named on the notice of election to be exempt.Pursuant to subsection 440.05(12),F.S.,notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if,at any time after the filing of the notice or the issuance of the certificate,the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate.The department shalt revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT E01974913 QUESTIONS?(850)413-1609 RULE 69L-6.012, F.A.C.REVISED 01/2023 ATTACHMENT C 2024 - 2025 MIAMI-DADE - STATE OF FLORIDA LOCAL BUSINESS TAX PRECISION CONTRACTORS OF SOUTH FLORIDA, INC. I11111111111111111111111111 MIAMI-DADE COUNTY - STATE OF FLORIDA N/A December 10,2024 MIAMFDADE LOCAL BUSINESS TAX RENEWAL 7340258 2024 -2025 APPLICATION RECEIPT.7632735 STATE#CGC1531875 DBA/BUSINESS NAME: BUS.COMMENCEMENT DATE:12/28/2017 PRECISION CONTRACTORS OF SOUTH FLORIDA INC SEC TYPE OF BUSINESS BUSINESS LOCATION: BLDG1 GENERAL BUILDING CONTRACTOR 7761 SW 34TH TER 1 MIAMI,FL 33155-3523 OWNER/CORP. APPLICATION DETAILS PRECISION CONTRACTORS OF SOUTH FLORIDA INC FEE AMOUNT C/O ALEX J GONZALEZ QUALIFIER Receipt Fee 30.00 PHONE# 786-759-3555 UMSA Fee 30.00 7761 SW 34TH TER Beacon Council Fee 15.00 MIAMI,FL 33155-3523 Bingo Permit Fee 0.00 Nightclub Permit Fee 0.00 Multi-Municipal Contractor Fee 0.00 Restricted Contractor Fee 0.00 Library Fee 0.00 N Transfer Fee 0.00 AICS CODE: 2389 Doing Business without a License Penalty 0.00 Print Blocking Flags: Late Penalty 0.00 Collection Cost 0.00 Addt'I Doc Description: State/County License or Certificate NSF Fee 0.00 Prior Years Due 0.00 Amount Recently Paid - 75.00 TOTAL AMOUNT DUE: 0.00 ................................................................................................................................................................................................................................................................................................................. To pay online go to https:/Imiamidade.county-taxes.com If no longer in business, please notify us in writing. To pay by mail, make check payable to: Review and correct the information shown on this application. Miami-Dade County Tax Collector A 25%penalty will be assessed to anyone found operating Business Tax without a paid local business tax, in addition to any other 200 NW 2nd Avenue,3rd Floor penalty provided by local ordinance(Sec 8A-176(2)). Miami FL 33128 To pay in person go to: A Certificate of Use and/or City Business Tax 200 NW 2nd Avenue, 1st Floor Receipt may also be required. (305)270-4949 local.businesstax@miamidade.gov A service fee of not less than$25.00 up to a minimum of 5%will be charged for all returned checks. ................................................................................................................................................................................................................................................................................................................. t RETAIN FOR YOUR RECORDS t MIAMI-DADE COUNTY- 1 DETACH HERE AND RETURN THIS PORTION WITH YOUR PAYMENT 1 N/A December 10,2024 STATE OF FLORIDA LOCAL BUSINESS TAX RENEWAL RECEIPT.7632735 2024 -2025 APPLICATION STATE#CGC1531875 7340258 BUSINESS LOCATION: 7 + 7 6 3 z 7 3 5 + 2 0 2 5 7761 SW 34TH TER MIAMI,FL 33155-3523 Scan to pay BUS.COMMENCEMENT DATE:12/28/2017 SEC TYPE OF BUSINESS OWNER/CORP. 0 0 BLDG1 GENERAL BUILDING CONTRACTOR PRECISION CONTRACTORS OF SOUTH FL 1 APPLICATION IS HEREBY MADE FOR A LOCAL BUSINESS TAX RECEIPT OR PERMIT FOR THE BUSINESS PROFESSION OR C/O ALEX J GONZALEZ QUALIFIER OCCUPATION DESCRIBED HEREON.I SWEAR THAT THE INFORMATION IS TRUE AND CORRECT. 0 • , PRECISION CONTRACTORS OF SOUTH FLORIDA INC C/O ALEX J GONZALEZ QUALIFIER 7761 SW 34TH TER SIGNATURE REQUIRED SEE INSTRUCTIONS ABOVE MIAMI,FL 33155-3523 Please pay only one amount.The amounts due after Sept 30th Include penalties per FS 205.053. If Received By Dec 31,2024 Jan 31,2025 Feb 28,2025 Mar 31,2025 Please Pay $0.00 $0.00 $0.00 $0.00 7000000000000000000000007632735202500000007500000000000001 ATTACHMENT D 2024 FLORIDA PROFIT CORPORATION ANNUAL REPORT PRECISION CONTRACTORS OF SOUTH FLORIDA, INC. 2024 FLORIDA PROFIT CORPORATION ANNUAL REPORT FILED DOCUMENT#P17000101249 Mar 06, 2024 Entity Name: PRECISION CONTRACTORS OF SOUTH FLORIDA, INC. Secretary of State 5587541758CC Current Principal Place of Business: 7761 SW 34TH TER MIAMI, FL 33155 Current Mailing Address: 7761 SW 34TH TER MIAMI, FL 33155 US FEI Number: 82-3876447 Certificate of Status Desired: No Name and Address of Current Registered Agent: GAMEZ,JOSE R 7761 SW 34TH TER MIAMI,FL 33155 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 P Title OFFICER Name GAMEZ,JOSE R Name GONZALEZ,ALEX J. Address 7761 SW 34 TER Address 7761 SW 34TH TER City-State-Zip: MIAMI FL 33155 City-State-Zip: MIAMI,FL 33155 FL 33155 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 1 am an ofioer 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:JOSE R. GAMEZ PRESIDENT 03/06/2024 Electronic Signature of Signing Officer/Director Detail Date ATTACHMENT E FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATIONS PRECISION CONTRACTORS OF SOUTH FLORIDA, INC. 0 C II A S II Il Ik r. 0 0 14e.II II 6 A F,"A Ida Y" JW Ikir.INj III 0 U q & 4,,0 `rrSII0INtA,Il t G U A 0 `4 ul 11JL"I COVIAC1 LIS `,,A�YACCI J�N GNLJINE. SERVCEES LJCE NSE E'. ME FTA L.S 1:47:31 PM 1211012024 Apply ft)iI a [Jceinse Licensee Information Verity cersee Name: GONZALEZ,A..LE X JASON (Primary Name) PRECISION CONTRACTORS OF SOUTH View IFood&III.odging Illlrnsl ections FLORIDA, INC. (DBA Name) File a C oirriplaint Main Address: 15733 SW 43 TER MIAMI Florida 33185 C ontinuing Education C ouirse County: DADE Search View Application Status License Location: 7761 SW 34 TER MIAMI FL 33155 Find l:Aairn linforimiation County: DADE Lhrflhicensed AdWity 1Ceairc.1 i License Information AB&F1[)dhhnqueint Invoice&Activity L ist Search License Type: Certified General Contractor Rank: Cert General License Number: CGC1 531875 Status: Current,Active Licensure Date: 03/24/2022 Expires: 08/31/2026 Special Qualification Effective Qualifications Construction 03/24/2022 Business Alternate Names Vlie w FRelated Liceinse linforimiation Vlie w Liceinse C oirriplaint 2601 Blair Stone Road,Tallahassee FIL 32399::Email:Customer Contact Center::Customer Contact Center:850.487.1395 The State of Florida is an AA/EEO employer.Copyright @2023 Department of Business and Professional Regulation-State of Florida.Privacy Statement Under Florida law,email addresses are public records.If you do not want your email address released in response to a public-records request,do not send electronic mail to this entity.Instead,contact the office by phone or by traditional mail.If you have any questions,please contact 50.47.1395.'Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S.must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee. However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public.Please see our Chapter 455 page to determine if you are affected by this change.