Loading...
HomeMy WebLinkAboutItem P02 P2 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein,District 5 Board of County Commissioners Meeting March 25, 2025 Agenda Item Number: P2 2023-3807 BULK ITEM: Yes DEPARTMENT: Administration TIME APPROXIMATE: STAFF CONTACT: Lindsey Ballard n/a AGENDA ITEM WORDING: Ratification of six (6) small contracts signed by the County Administrator. ITEM BACKGROUND: The County Administrator pursuant to Monroe County Code and the Monroe County Purchasing Policy executed six small contracts where the total cumulative value was less than $100,000.00. The contracts are between Monroe County and Blooming Design Events, Curtis Kruer, Identysis, Spice Island Maintenance, Andrew Baker, and MCT Express. PREVIOUS RELEVANT BOCC ACTION: INSURANCE REQUIRED: No CONTRACT/AGREEMENT CHANGES: STAFF RECOMMENDATION: Approval. DOCUMENTATION: Small Contract m Blooming Design Event 02.14.2025.pdf Small Contract m Curtis Kruer 02.1 9.2025.pdf signed.pdf Small Contract m Identisys 02.1 9.2025.pdf Small Contract m Spice Island Maintenance 02.14.2025.pdf Small Contract -Andrew Baker 02.14.2025.pdf Small Contract m MCT Express 03.10.2025.pdf FINANCIAL IMPACT: 3371 Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT.SUMMARY FORM FOR CONTRACTS $100,000.00 and Under A, en BE Effective Date: October 1,2024 Expiration Date: February 28,2025 Contract Purpose/Description: This is the ClEmate, urnmit planning firm,and they are providing additional services at the request of the County including digital marketing content creation,additional administrativdsupport,graphic and creative design services,additional ors-site event coordination,final report preparation and purchase of materials for the event. Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: Rhonda,Haag 8714 2 CONTRACT COSTS Total Dollar Value of Contract: $ 24,372 52 Current Year Portion: $ 247372.52 (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the wwI CJ 1111111t16vc uInlnC.l PMf IS WO llr loss}. Budgeted? YAK No ❑ Grant: $ County Match: $ Fund/Cost Center/Spend Category: 01-0 051 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) Insurance Required: YES ❑NO ❑ CONTRACT REVIEW Reviewer Date In Rhonda Haag Digitally signed by Rhonda Haag Department Head Signature: Date,2025.012410.47.14"05'00' County Attorney Signature: Christine Hurley Risk Management Signature: Christine HLArleyt Purchasing Signature: Christine Hurley OMB Signature: Christine Hu rl ey Comments: Revised BOCC 4/19/2023 Page 84 of 105 3372 AMENDMENT No. I TO THE AGREEMENT BETWEEN MONROE COUNTY BOARD OF COUNTY COMMISSIONERS AND BLOOMING DESIGN AND EVENTS INC. DBA AGENCY BE This Amendment No. 1 is made and entered into on this day of ,2025 by and between the MONROE COUNTY BOARD OF COUNTY COMMISSIONERS ("COUNTY") and Blooming Design and Events Inc. DBA Agency BE("CONSULTANT")to that contract dated March 20,2024. WITNESSETH WHEREAS,the COUNTY and CONSULTANT entered into an Agreement for conference planning services related to the 16th Annual Climate Summit; and WHEREAS, the CONSULTANT is performing the tasks included in the CONTRACT; and WHEREAS, the COUNTY is in need of additional tasks to be performed; and WHEREAS, the CONSULTANT has agreed to perform the additional tasks. NOW, THEREFORE, the parties agree to modify the Agreement as follows: Section IA. SCOPE OF ADDITIONAL SERVICES IA.1 CONSULTANT shall perform and carry out in a professional and proper manner certain additional duties as described in the Scope of Services — Exhibit B1 — attached hereto and made a part of this Agreement. 1A.2 This Amendment shall be retroactive to October 1, 2024. SECTION 4A. PAYMENT TO CONSULTANT 4A.1 The total amount to be paid by the COUNTY under this Contract for services and materials under this AMENDMENT 1 shall be a lump sum amount of Twenty-Four Thousand, Three Hundred, Seventy-Two Dollars and Fifty-Two cents ($24,372.52), as shown in Exhibit B 1. REMAINDER OF THIS PAGE PURPOSELY LEFT BLANK 3373 All other terms and conditions of the original Agreement shall remain in full force and effect. IN WITNESS WHEREOF, the parties have executed this Addendum as of the date first written above. MONROE COUNTY BOARD OF COUNTY COMMISSIONERS Digitally signed by Christine Christine Hurley Hurley By: Date:2025.02.14 07:54:47-05'00' Date Title: County Administrator 1M ONROE+COUNTYATTCIRNEYSOFFICE APPROVED AS TO FORM SST NT COUNTY ATTORNEY DATE: 1-24-2025 Witness BLOOMING DESIGN AND EVENTS INC.DBA AGENCY BE By: Alex Buitron By: 1124125 Printed Name: Title: Date 2 3374 Exhibit B1 Additional Services and Payment Schedule CONSULTANT RESPONSIBILITIES: Task 5.1. Additional Off-Site Work - $12,000 CONSULTANT will complete additional work in the following areas: 5.1.1 Digital Marketing Content Creation: Development of all marketing materials including but not limited to multiple event updates, event communications, and promotional marketing. 5.1.2 Additional Administrative Support: Provide administrative tasks related to participant communications and event promotion. Reach out to all sponsors and speakers to ensure all information and presentations are received, reviewed and readied for the summit. 5.1.3 Graphic and Creative Design : Design of all additional visual assets, including email templates, event communications, graphics, and marketing materials not included in the original scope of work(which included only design of the registration page, event agenda, sponsorship package, and program.) 5.1.4 Creation of content for e-blasts: Develop multiple e-blasts to inform potential registrants of the summit and for registration. Ensure alignment with the Climate Compact guidelines and deadlines. Review and approve drafts for e-blasts with the County team. Develop a comprehensive communications plan leading up to the event. 5.1.5 Attendee communications: Creating and sending pre-event reminders and updates. Managing post-event thank-you emails and survey. Management of Whova event platform. Printed Program: Design of printed program, including gathering of ads from all sponsors and arrangement in order of donation size in the program, gathering of headshots and bios from all speakers alphabetically arranged in the speaker section, and development of agenda within the program. Develop advertisement for Monroe County. Manage vendor timelines for printing and delivery. The program shall be approximately 70 pages in length and printed in full color. 400 copies shall be printed and delivered to the event. 5.1.6 Printed Program Development: Design of printed program, including gathering of ads from all sponsors and arrangement in order of donation size in the program, gathering of headshots and bios from all speakers alphabetically arranged in the speaker section, and development of agenda within the program. Develop advertisement for Monroe County.Manage vendor timelines for printing and delivery. The program shall be approximately 70 pages in length and printed in full color. 400 copies shall be printed and delivered to the event. Task Description Total Cost 5.1.1 Digital Marketing Content Creation $6,000.00 5.1.2 Additional Administrative Support $3,000.00 5.1.4—5.1.6 Graphic and Creative Design, Communications, Program $3,000.00 Sub Total: $12,000.00 3 3375 Task 6.1 On-Site Support Services at Event and Final Report 6.1.1 Event Coordination: Provide 4 full-time employees for on-the-ground management, coordination of sessions, and support for all speakers and attendees. 6.1.2 Staff will arrive on Sunday, December 15 by noon, and will insert the various vendor materials into the 400 summit bags. 6.1.3 Staff will assist vendors with booth set up in the exhibit hall and shall coordinate with the hotel for any unmet needs. Staff shall assist with booth breakdown on Wednesday December 18. 6.1.4 Staff shall greet the summit attendees, print their badges, and provide the lanyards. The registration table shall be staffed from 9:00 a.m. on December 16 through noon on December 18. County staff will supplement staffing as needed. 6.1.5 Staff shall monitor the attendees at the luau dinner to ensure that only those with a badge or pre-paid luau dinner ticket are allowed to attend the luau. 6.1.6 All hotel and travel expenses shall be included, and no additional fees or expenses shall be reimbursed. Staff shall stay at the Casa Marina to ensure that they are available for off-hours assistance. Task 6.2 Final Report 6.2.1 Consultant shall prepare a final report using the information provided in the Whova platform. Task Description Total Cost 6.1.1 Event Coordination $5,000.00 6.2.1 Final Report $2,500.00 $7,500.00 Total CONSULTANT ADDITIONAL RESPONSIBILITIES $19,500 Task 7.1 Purchase of materials and supplies CONSULTANT will purchase the following materials for the summit and provide receipts for reimbursement. The County shall retain all materials after the event: Vendor Name Items Amount Bellak Color Printed Summit Program,in color, 400 copies $3,792.26 Corporation FEDEX Delivery of Vinyl Background $87.09 AFR Furniture Rental Two High Stools for Premier Vendor(WSP)booth $115.20 Amazon 4 Brother QL-800 High speed label printers for $470.76 bade printing Amazon Raffle Tickets Double Roll 2000 Tickets $10.69 Amazon 1 Box 4x6 Index Card Divider $296.15 1 Vinyl Sign Holder 4 boxes of 4x6 Index Card Holder boxes 4 Rotating Key Chain Holders 4 3376 2-12 Rolls Brother QL-800 Address Labels Amazon Printer paper, paper mate pens, 1 metal stapler, 1 $57.97 double sided tape, 1painters' tape Amazon 1 6-roll package heavy duty shipping tape $26.41 Chase Business Zoom telecommunication services $15.99 Total Expenses $ 4,872.52 Grand total : $24,372.52 5 3377 Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT SUMMARY FORM FOR CONTRACTS $100,000,00 and Under Contract with- CLI,rtfs Kruer Contract 9 Effective Date: Date of Signing Expiration Date: 2 months from date of signing Contract Purpose/Description: Time Extension for:To,have,Curtis Kruer perform professional consulting services for the organization,curatton,digitization,and delivery of,the history and documentation of the Florida Keys Artificial Reef Association to the Monroe County Artificial Reefs Program irl both digital igital and hard copy formats. Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: Hanna Koch 786-847-5443 Artificial Reeft/Stop #11 C��Jamel) CExtj (Denartmena—= #l) CONTRACT COSTS Total Dollar Value of Contract: $ 11,50,0 Current Year Portion: $ 111500 (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the go�fl cunmk E'd00,0'h,'h 00 or Budgeted? YAW No F-1 Grant: $11,500 County Match: $ '0 Fund/Cost Center/Spend Category: fund,".,Grant 23132J cost c6nter:,62656/~spend Category:,53,03,10,:SC, 00036, ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g. maintenance,utilities,janitorial, salaries,etc.) Insurance Required: YES E NO El CONTRACT REVIEW Reviewer Date In Date aig-d by Hanna K—h Department Head Signature: Hanna Koch Date 2025.02.18 12 05 53-05'00' Digitally signed by Joseph X.DiNw, County Attorney Signature: Joseph X. DiNovo Date 2025.02.18 12 27 27-0500' Digitally signed by Gaelan P Jones Risk Management Signature: Gaelan P Jones Date 2025 02 18 13 47 10-05'00' Digitally signed by Lisa Albreu Purchasing Signature: Lisa Abreu Date 2025 02 18 14 28 28-05'00' Digitally signed by Arlen,Martinez OMB Signature: Arlene Martinez Date 2025 02 18 15 1211-05'00' Comments: Risk- insurance waived per B. Bradley 10.23.24 Revised BOCC 4/19/2023 Page 84 of 105 3378 FIRST AMENDMENT TO THE AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES This First Amendment ("Amendment") made and entered into this 19th day of February-----, 2025, by and between MONROE COUNTY BOARD OF COUNTY COMMISSIONERS,a political subdivision of the State of Florida,whose address is 1100 Simonton Street,Key West,Florida,33040,its successors and assigns,hereinafter referred to as "COUNTY", AND Mr. Curtis Kruer, Consulting Biologist,whose address is P.O.Box 753,Sheridan,MT 59749, hereinafter referred to as "CONSULTANT', WITNESSETH: WHEREAS, on the 7' day of November 2024, the parties entered into an Agreement ("Agreement")whereby the CONSULTANT was retained by the COUNTY to perform professional consulting services for the organization, curation, digitization, and delivery of the history and documentation of the Florida Keys Artificial Reef Association(FKARA) from approximately 1981 to 1994 to the Monroe County Artificial Reef Program in both digital and hard copy formats;and WHEREAS, pursuant to Subsection 7(b) of the Agreement, performance of the services contemplated thereunder by the CONSULTANT and compensation therefor by the COUNTY were to be completed within three months of the signing and execution of the Agreement;and WHEREAS, the parties desire to amend the agreement to provide for additional time to complete services and submit invoices for payment;and WHEREAS,the parties desire to update the general terms and conditions of the Agreement to comply with new federal,state,and/or county mandatory contract provisions. NOW,THEREFORE,in consideration of the mutual promises,covenants and agreements stated herein and in the original Agreement, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged,the parties agree as follows: 1. Pursuant to Recital No. 3 hereof, Subsection 7(b) of the Agreement is amended to provide as follows: For his assumption and performances of the duties, obligations and responsibilities set forth herein, the CONSULTANT shall be paid upon submission of appropriate invoicing, drawn down from a not-to-exceed total of Eleven Thousand, Five Hundred and 00/100 Dollars ($11,500.00),which shall be within five months of the signing and 3379 execution of this Agreement. Payment will be made pursuant to the Local Government Prompt Payment Act(Chapter 218,Part VII,Florida Statutes). 2. Pursuant to Recital No. 4 hereof, Subsection 11(s) of the Agreement is amended to provide as follows: s. Scrutinized Companies and Countries of Concern per Sections 287.135, 215.473,&287.138,Florida Statutes.The CONSULTANT hereby certifies that it: a) has not been placed on the Scrutinized Companies that Boycott Israel List,nor is engaged in a boycott of Israel;b) has not been placed on the Scrutinized Companies with Activities in Sudan List nor the Scrutinized Companies with Activities in the Iran Terrorism Sectors List (formerly the Iran Petroleum Energy Sector List);and c) has not been engaged in business operations in Cuba or Syria. If the COUNTY determines that the CONSULTANT has falsely certified facts under this paragraph, or if the CONSULTANT is found to have been placed on a list created pursuant to Section 215.473, Florida Statutes, as amended, or is engaged in a boycott of Israel after the execution of this Agreement,the COUNTY will have all rights and remedies to terminate this Agreement consistent with Section 287.135, Florida Statutes, as amended. The COUNTY reserves all rights to waive certain requirements of this paragraph on a case-by-case exception basis pursuant to Section 287.135, Florida Statutes,as amended. Beginning January 1,2024,the COUNTY must not enter into a contract that grants access to an individual's personal identifying information to any Foreign Country of Concern such as: People's Republic of China, the Russian Federation,the Islamic Republic of Iran,the Democratic People's Republic of Korea, the Republic of Cuba,the Venezuelan regime of Nicolas Maduro,or the Syrian Arab Republic, unless the CONSULTANT provides the COUNTY with an affidavit signed by an authorized representative of the CONSULTANT, under penalty of perjury, attesting that the CONSULTANT does not meet any of the criteria in subparagraphs (2)(a)-(c) of Section 287.138, Florida Statutes, as may be amended. Beginning January 1,2025,the COUNTY must not extend or renew any contract that grants access to an individual's personal identifying information unless the CONSULTANT provides the COUNTY with an affidavit signed by an authorized representative of the CONSULTANT, under penalty of perjury, attesting that the CONSULTANT does not meet any of the criteria in subparagraphs (2)(a)-(c) of Section 287.138,Florida Statutes,as may be amended. Violations of this Section will result in termination of this Agreement and may result in administrative sanctions and penalties by the Office of the Attorney General of the State of Florida. 2 3380 is not owned by the government of a Forcipi (.'.'ountry of Concern, is not organized under the laws, of nor has its Principal,Mace of Business 'ill a Poreign("ountry of Concern,and the government of a Foreign Country of(.,0TiccM does not have a("'ontrolling Interest in the entity. L.4ider penalties ofjxt1ury, 1 declare that I have read the foregoing,stateincrit and that the facts stated in it are true. Printed Narrie: MISSIM-1 Signature: Date: 2-4) 2-5 L L- 1 'Fhe remaining;provisions of the Agreement dated November 7, 2024, not inconsistent herewith, remain in full force and effect. 3 3381 -----------I---------------------------------------........................ I I'll-, IN WITNESS WLIFREOF, each party has caused this Agreement to be executed by its duly ILIthorized representative oil the, day and year first above written. MONROECO�, Nuo 02/19/2025 County Administrator or Destgrice Date Christine Hurlev MONROE COUNTY ArTORNEYS CWME APPROVED AS TO FORM printed Narric T=Mii A DATE: CONSULTANT: Siv,;mature: Name: L^/Z F/ L) e, 1,1tic: Date: STWIE' �CA-V I OF: 1 Subscribed and sworn. tro (or affirtried) before rue by means of physical presence or Cl online notarization. can 13 (date) by r f 5 K -f I<--- (name of affiant). Ile/She is personally known tome or has produced_ (type of identification) as identification. ID Lit JENNIFER BURK]E- 3rt NOTARY PUBLIC 1AR NOTARY PUBLIC for the State of Montana , o SEAL- Residing at Shendan,Montana Pines My Commission Expinas July 11,2026 My(,,orrxmissionI,.,.xpires: 0­71)11-26,�2�r 4 3382 BOARD OF COUNTY COMMISSIONERS County of Monroe Mayor Merrill Raschein,District 5 The Florida Keys Mayor Pro Tern James K. Scholl,District 3 Craig Cates,District 1 Michelle Lincoln,District 2 David Rice,District 4 October 23, 2024 RE: Waiver of insurance Requirements Risk Management is waving insurance requirements of Mr. Curtis Kruer, Consulting Biologist for providing data from the Artificial Reef Association. Mr. Kruer is providing his research only. He is not physically present and is not providing opinions or recommendations. There is no direct risk to the county from this contract. Thank you, Brian Bradley Risk Manager 3383 Monroe County Purchasing Policy and Procedures COUNTY ADMINISTRATOR CONTRACT SUMMARY FORM FOR CONTRACTS.$,1,00,000`00 and Under Ndenti s LA 971MA t055,�4-11 Effective Date: 09.01 2024 Expiration Date: OS'31'2025 ... Contract Purpose/Description:. Amr�t� 1,on-site service contract for bad§fq/,",eojon, in and software,used to ceeate eedges,and ph6fd,113 cards for MCFR erisple a and iergeony la e e len#OeIrt4hhel for identification 0,C, as s.,On site service contract fn It e --- fort .. schedul ceed" seen ma"intenan callsprid"telet ort for the term .and labor,-- with� 09.01.2024 through 08.31.2025, Contract is Original Agreement Contract Amendment/Extension Renewal g Cheri Tamborski Contract Manager: 305.289.6088' mm� CONTRACT COSTS Total Dollar Value of Contract: $ 1,106.00 Current Year Portion: $ 1' 06 00 (must be$100,000,00 or less) (If multiyear agreement then requires BOCC approval,unless the �(][ ll c iiiilmtalfi uoluwiillq is `1i1(000000au Irss Budgeted? Yes❑✓ Noo Grant: $N/A County Match: $ N/A Fund/Cost Center/Spend Cate O : 141/11500(50%),001/13500 a0 1),SC_00084 ADDITIONAL COSTS Estimated Ongoing Costs: $0 /yr For: N/A (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) I nsurance Required: YES NO Cif CONTRACT REVIEW Reviewer R.L. ate In 0 gilally g ed by R.L.Celina Department Head Signature: '` colina D Ie:2025 01 30 14.065fi 0500 F gt Ily g dby Evert Lewis County Attorney Signature. EveIT M. Lewis O .... D l.2025nb3941 0500' : P Jones Risk Management Signature:. _mmm, 440 050° Gaelan P Jones oglazo2s°1d3by1m _ .... Dig tally signed by Lis Pb Purchasing Signature: Lisam Abreu D 1.2025 n20415.5536 0500' D 9ilally signed by John Dunn OMB Signature: John...m Quinn Date:2025 02 05 15:454 0500' _ ..... ..-... .... C'ornments: Revised BOCC 4/19/2023 Page 84 of 105 3384 AGREEMENT between MONROE COUNTY,FL and IDENTISYS INCORPORATED for Monroe County Emergency Services Badge-Making Machine&Maintenance TI1IS AGREEMENT is made and entered into this day ol` 4'b , and retroactively effective to September 1, 2024, by and between Monroe County, a political subdivision of the State of Florida, through its Board of County Commissioners, with principal offices located at 1100 Simonton Street, Key West, FL 33040 (the "County"), and Identisys Incorporated,a Minnesota corporation with principal offices located at 7630 Commerce Way,Eden Prairie, MN 55344 (the "Contractor") to provide Monroe County Emergency Services with a badge-making machine and maintenance,as more fully described herein. Now therefore,in exchange for good and sufficient consideration,the parties hereby agree to the following terms and conditions: 1) The Contract Documents. This Agreement supersedes and replaces, in all respects, all prior agreements including, but not limited to, the evergreen documents between the parties. This Agreement is the current and effectual understanding of the parties, and the contract documents consist of: this Agreement,the IdentiSys"Contract Invoice"attached hereto as "Exhibit A," and the IndentiSys "Maintenance Agreement Terms and Conditions"attached hereto as"Exhibit B." All exhibits referenced herein are incorporated by reference. In the event of a conflict between the aforementioned documents, this Agreement will control,then"Exhibit A,"and then"Exhibit B,"in that order. 2) The Work/Services.The Contractor must perform all work and provide all services to the County required by this Agreement, and as set forth in Exhibits A& B. Any references therein to linked terms and conditions are null and void.Contractor must comply with any and all Federal, State,and local laws and regulations now in effect,or hereinafter enacted during the term of this Agreement,which are applicable to the Contractor,its employees, agents or subcontractors,if any, with respect to the work and services described herein. Contractor shall maintain throughout the term of this Agreement,appropriate licenses. 3) Contract Amount.Contractor will perform contract requirements with pricing as listed in "Exhibit A" and invoicing via Contractor order(s)are allowable hereunder so long as they are acceptable to the Monroe County Office of Clerk and Comptroller (County Clerk). Acceptability to the County Clerk is based upon generally accepted accounting principles and such laws, rules and regulations as may govern the disbursal of funds by the County Clerk.To the extent that purchases made hereunder exceed the total value of$100,000,prior written approval of the Board of County Commissioners shall be obtained.County is exempt from payment of Florida State Sales and Use taxes. 4) Agreement Subject to Funding. The County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. In the event that the County funds on which this Agreement is dependent arc withdrawn,this Agreement is terminated,and the County has no further obligation under the terms of this Agreement to the Contractor beyond that already incurred by the termination date. 5) Contract Term.The initial contract period is for one(1)year commencing on September Page 1 of 9 3385 1„ 2024 (retroactively effective), with the option to renew for four (4), mutually agreed upon,one (I)-year extensions(renewals). An extension or renewal may be accomplished through administrative approval memorialized by written consent of authorized representatives of the respective parties. Annual invoices must be consistent with the pricing provided herein, and in accordance with any annual increase expressly authorized in the exhibits (if any). All renewals are subject to the same terms and conditions as provided herein.Additional services and products above and beyond what is authorized in the exhibits may only be purchased through a duly executed amendment to this Agreement. b) Independent Contractor. This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the County's employee for any purposes. 'n Assignment and Subcontracting.Contractor must not transfer or assign the performance required by this Agreement without the prior written consent of the Board of County Commissioners. 8) Termination a) Termination for Cause and Remedies: In the event that Contractor is found to be negligent in any aspect of service or Contractor is in breach of any contract terms, the County retains the right to terminate this Agreement. The County reserves all rights available to it for monies paid under this Agreement, without limitation thereby,and reserves the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance,located at Section 2-721 et at.of the Monroe County Code. b) Termination for Convenience: The County may terminate this Agreement for convenience,at any time,upon ninety(90)days'written notice to Contractor. If the County terminates this Agreement with the Contractor, County shall be refunded for the portion of the prepaid year not serviced by Contractor, on a prorated per diem basis as of the appointed termination date. 9) Insurance Requirements. Contractor shall obtain and maintain at its own expense insurance coverages as deemed necessary by the Monroe County Risk Manager prior to commencing service under this Agreement, and maintain such coverage throughout the term of the Agreement. 10) Indemnification&Hold Harmless a) The parties agree that one percent (1%) of the total compensation paid to Contractor for the work or services under this Agreement constitutes specific consideration to Contractor for the indemnification to be provided under the Agreement. 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 and employees,harmless from and against any claims, actions or causes of action, 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 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, intentionai wrongful misconduct, errors or other wrongful act or omission of the Contractor or any of its employees,agents,sub-contractors or other Page 2 of 9 3386 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). b) Furthermore, Contractor agrees to defend, indemnify and hold harmless the County, its elected and appointed officials,employees, and agents from all such claims,fees,royalties,or costs for its use of any patent,trademark,or copyrighted materials, and any suits or actions of any name that may be brought against the County, its elected and appointer) officials, employees, and agents for the infringement of any patents,trademarks or copyrights claimed by any person,firm, or corporation. c) Nothing contained herein is:intended,nor may it be construed,to waive County's rights and immunities under the common law or Section 768.28,Florida Statutes, as amended from time to time;nor will anything included herein be construed as consent to be sued by any third parties in any matter arising out of this Agreement. 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. d) In no event shall IdentiS;ys be liable for special, incidental, consequential or punitive damages. In no event shall IdentiSys'total liability under this agreement exceed the insurance policy.limits on general liability held by IdentiSys at the time the cause of action accrued. 11) Data Management;Data Security Standards.Contractor must agree to comply with the County's written demands regarding cooperation (and any applicable financial responsibilities) for timely data breach incident reporting, response activities/fact- gathering,public and other governmental agency notification requirements, severity level assessment, and after-action reporting, consistent with Sections 282.3185(5) & (6), and 501.171,Fla. Stats.,as amended from time to time_And specifically in the context of data breaches that involve Protected Health Information pursuant to Health Insurance Portability and Accountability Act (HIPAA), Contractor must comply with all requirements of the Health Information Technology for Economic and Clinical Health Act (HITECH); Section 105 of Title I of the Genetic Information Nondiscrimination Act of 2008(GINA); and 45 C.F.R. Parts 160, 162 and 164 and Final Omnibus Rule eff. March 26, 2013). To ensure safety of personal data, Contractor must comply with the 2016 European Union's General Data Privacy Regulation(GDPR) that became effective in the European Union on May 25,2018,and any more recently revised version thereof.For any system integration between the County's network systems and that of the Contractor,the Contractor hereby agrees to comply with ISO/IEC 27001 for its internal system, at a minimum, and any unique integration requirements of the County's network and information technology systems. 12) Discriminatory Vendor List. Contractor hereby acknowledges its continuous duty to disclose to the County if the Contractor or any of its affiliates, as defined by Section 287.134(l)(a),Florida Statutes,are placed on the Discriminatory Vendor List.Pursuant to Section 287.134(2)(a),Florida Statutes. "An entity or affiliate who has been placed on the discriminatory vendor list 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 Page 3 of 9 3387 under a contract with any public entity; and may not transact business with any public entity." 13) Prohibition on Conflict of Interest, Gratuities, Kickbacks, and Collusion. 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 herein in awarding the contract for this Project. a) Conflict of Interest.Contractor covenants that it presently has no interest and will not acquire any interest that would conflict in any manner or degree with the performance of services required.Each party hereto covenants that there is no conflict of interest or any other prohibited relationship between the County and itself. b) Gratuities.Contractor hereby certifies that it has not offered,given,or agreed to give any :Monroe County employee a gratuity, favor; or anything of monetary value in connection with any decision,approval,disapproval,recommendation,preparation of any part of the Project or award of this contract. c) Kickbacks. Contractor certifies that it has not given payment, gratuity, or offer of employment to be made by or on behalf of a Sub-contractor under a contract to Contractor or higher tier sub-contractor or any person associated therewith, as an inducement of the award of a subcontract or order. d) Non-Collusion Statement. By signing this Agreement, Contractor certifies under penalty of perjury that the price proposed by Contractor was arrived at independently without collusion, consultation, or communication for the purpose of restricting competition;and no attempt has been made to induce another person or entity to submit a proposal,or not submit,for the purpose of restricting competition in the award of this Project. e) Contract Clause. The prohibitions on conflict of interest, gratuities, kickbacks, and collusion prescribed in this paragraph must be conspicuously set forth in every contract and subcontract and solicitation initiated by Contractor in its performance of this Agreement. 14) Ethics Clause pursuant to Monroe County Ordinance No. 010-1990.By signing this Agreement,the Contractor 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 2-149,Monroe County Code of Ordinances,or any County officer or employee in violation of Section 2-150, Monroe County Code of Ordinances. 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 pursuant to Subsection 2-152(b),Monroe County Code of Ordinances. 15) Prompt Disclosure of Litigation, Investigations, Arbitration, or Administrative Proceedings.Throughout the term of this Agreement,the Contractor has a continuing duty to promptly disclose to the County, in writing, upon occurrence, all civil or criminal litigation,investigations,arbitration,or administrative proceedings relating to or affecting Contractor's ability to perform under this Agreement. If the existence of such causes the County concern that the Contractor's ability or willingness to perform the Agreement is jeopardized, the Contractor may be required to provide the County with reasonable assurances to demonstrate its ability to perform as required hereunder, and that its employees/agents have not or will not engage in conduct similar in nature to the conduct alleged in such proceeding. 16) Choice of Law and Venue.The parties hereby agree that the only laws that apply to this Page 4 of 9 3388 Agreement are those of the State of Florida and United States of America. The parties waive the privilege of venue and agree that all litigation between them in the state courts will take place exclusively in the Sixteenth Judicial Circuit in and for Monroe County, Florida,and that all litigation between them in the federal courts will take place exclusively in the United States District Court in and for the Southern District of Florida, or United States Bankruptcy Court for the Southern District of Florida,whenever applicable. 17) Public Records. County is a public agency subject to Chapter 119, Florida Statutes, as amended from time to time. To the extent Contractor is a Contractor acting on behalf of the County pursuant to Section 119.0701,Florida Statutes,as amended from time to time, Contractor must comply with all public records laws in accordance with Chapter 119, Florida Statutes. In accordance with state law,Contractor agrees to: a) Keep and maintain all records that ordinarily and necessarily would be required by the County in order to perform the services. b) Upon request from the County's custodian of public records,provide the County with a copy of the requested records or allow the records to be inspected or copies within a reasonable time at a cost that does not exceed the costs provided in Chapter 119,Florida Statutes,or as otherwise provided by law. c) Ensure that public records that are exempt,or confidential and exempt,from public records disclosure are not disclosed except as authorized by law for the duration of the Agreement term and following completion of the Agreement if the Contractor does not transfer the records to the County. d) Upon completion of the services within this Agreement,at no cost,either transfer to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the services. If the Contractor transfers all public records to the County upon completion of the services,the Contractor must 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 services, the Contractor must 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 public records,in a format that is compatible with the information technology systems of the County. 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 AGREEMENT, CONTACT THE COUNTY'S CUSTODIAN OF PUBLIC RECORDS AT PHONE NO. 305-292-3470, PUBLICRECORDS@MONROECOUNTY-FL.GOV, MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH STREET, SUITE 408, KEY WEST, FL 33040. If Contractor does not comply with this section, the County will enforce the Agreement provisions in accordance herewith and may unilaterally cancel this Agreement in accordance with state law. 18) Public Entity Crimes Statement.Pursuant to Section 287.133(2)(a),Florida Statutes,as amended from time to time, Contractor hereby certifies that neither it nor its affiliate(s) have been placed on the convicted vendor list following a conviction for a public entity crime. If placed on that list, Contractor agrees: to immediately notify the County and is prohibited from providing any goods or services to a public entity;it may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; it may not submit bids on leases of real property to a public entity; it may not be Page 5 of 9 3389 awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity;and,it may not transact business with any public entity in excess of the threshold amount provided in Section 287.017,Florida Statutes,for Category TWO($35,000),as may be amended,for a period of thirty-six(36)months from the date of being placed on the convicted vendor list. 19) Foreign Gifts and Contracts.The Contractor must comply with any applicable disclosure requirements in Section 286.101, Florida Statutes. Pursuant to Section 286.101(7)(b), Florida Statutes:"In addition to any fine assessed under[§286.101(7)(a),Florida Statutes], a final order determining a third or subsequent violation by an entity other than a state agency or political subdivision must automatically disqualify the entity from eligibility for any grant or contract funded by a. state agency or any political subdivision until such ineligibility is lifted by the Administration, Commission [Governor and Cabinet per §14.202,Florida Statutes]for good cause." 20) Scrutinized Companies and Countries of Concern per Sections 287.135, 215A73, & 287.138, Florida Statutes. Contractor hereby certifies that it: a) has not been placed on the Scrutinized Companies that Boycott Israel List,nor is engaged in a boycott of Israel; b)has not been placed on the Scrutinized Companies with Activities in Sudan List nor the Scrutinized Companies with Activities in the Iran Terrorism Sectors List(formerly the Iran Petroleum Energy Sector List);and c)has not been engaged in business operations in Cuba or Syria. If County determines that Contractor has falsely certified facts under this paragraph,or if Contractor is found to have been placed on a.list created pursuant to Section 215.473, Florida Statutes, as amended, or is engaged in a boycott of Israel aster the execution of this Agreement, County will have all rights and remedies to terminate this Agreement consistent with Section 287.135, Florida Statutes, a.% amended. The County, reserves all rights to waive certain requirements of this paragraph on a case-by-case exception basis pursuant to Section 287.135„ Florida Statutes, as amended.. Beginning January 1, 2024, the County must not enter into a contract that grants access to an individual's personal identifying information to any Foreign Country of Concern such as: People's Republic of China, the Russian Federation, the Islamic Republic of Iran, the Democratic People's Republic of Korea,the Republic of Cuba,the Venezuelan regime of Nicolas Maduro,or the Syrian Arab Republic,unless the Contractor provides the County with an affidavit signed by an authorized representative of the Contractor,under penalty of perjury, attesting that the Contractor does not meet any of the criteria in subparagraphs (2)(a)-(c)of Section 287.138,Florida Statutes,as may be amended. Beginning January 1, 2025, the County must not extend or renew any contract that grants access to an individual's personal identifying information unless the Contractor provides the County with an affidavit signed by an authorized representative of the Contractor,under penalty of perjury, attesting that the Contractor does not meet any of the criteria in subparagraphs (2)(a)-(c) of Section 287.138, Florida Statutes, as may be amended. Violations of this Section will result in termination of this Agreement and may result in administrative sanctions and penalties by the Office of the Attorney General of the State of Florida. 11)ENT"M 1'NCtA RPO11AT D is not owned by the government of a Foreign Country of Concern, is not organized under the laws of nor has its Principal Place of Business in a Foreign Country of Concern, and the government of a.Foreign Country of Concern does not have a Controlling Interest in the entity.Under penalties ofperjury,I declare that I have read the foregoing statement and that the facts stated in it are true. Printed Name: Title: ,, [° l tl is r Signatur : Date: 1 Page 6 of 9 3390 21) Noncoercive Conduct for Labor or Services.As a nongovernmental entity submitting a proposal, executing,, renewing, or extending a contract with a government entity, Contractor is required to provide an affidavit under penalty of perjury attesting that Contractor does not use coercion for labor or services in accordance with Section 787.06, Florida Statutes.As an authorized representative of Contractor,I certify under penalties of perjury that Contractor does not use coercion for labor or services as prohibited by Section 787.06.Additionally,Contractor has reviewed Section 787.06,Florida Statutes,and agrees to abide by same. 22) Nondiscrimination.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 VII of the Civii Fights 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; 11)The Pregnant Workers Fairness Act(PWFA)pursuant to 42 U.S.C.2000gg et seq.;and 12)Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to,or the subject matter of,this Agreement. 23) E-Verify Requirements. Effective January 1, 2021, public and private employers, contractors and subcontractors must require registration with, and use of the E-verify system in order to verify the work authorization status of all newly hired employees. Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of- a) All persons employed by Contractor to perform employment duties within Florida during the term of the contract;and b) All persons (including subvendors/subconsultants/subcontractors) assigned by Contractor to perform work pursuant to the contract with the County. The Contractor acknowledges and agrees that use of the U.S.Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the County. By entering into this Agreement, the Contractor becomes obligated to comply with the provisions of Section 448.095, Florida Statutes, "Employment Eligibility," as amended Page 7 of 9 3391 from time to time.This includes,but is not limited to,utilization of the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit to Contractor attesting that the subcontractor does not employ,contract with,or subcontract with,an unauthorized alien.Contractor agrees to maintain a copy of such affidavit for the duration of this Agreement. Failure to comply with this paragraph will result in the termination of this Agreement as provided in Section 448.095, Florida Statutes, as amended, and Contractor may not be awarded a public contract for at least one(1)year after the date on which the Agreement was terminated. Contractor will also be liable for any additional costs to County incurred as a result of the termination of this Agreement in accordance with this Section. Upon executing this Agreement,Contractor will provide proof of enrollment in E-verify to the County. 24) Prohibited Telecommunications Equipment. Contractor represents and certifies that it and its applicable subcontractors do not.and will not use 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,as such terms are used in 48 CFR§§52.204-24 through 52.204-26.By executing this Agreement,Contractor represents and certifies that Contractor and its applicable subcontraetors must not provide or use such covered telecommunications equipment, system, or services for any scrape of work performed for the County for the entire duration of this Agreement.If Contractor is notified of any use or provisions of such covered telecommunications equipment,system, or services by a subcontractor at'any tier or by any other source,Contractor must promptly report the information in 40 CFR§ 52.204-25(d)(2)to County. 25) Antitrust Violations; Denial or Revocation under Section 287.137, Florida Statutes. Pursuant to Section 287.137,Florida Statutes,as may be amended,a person or an affiliate who has been placed on the antitrust violator vendor list (electronically published and updated quarterly by the State of Florida)following a conviction or being held civilly liable for an antitrust violation may not submit a bid,proposal,or reply for any new contract to provide any goods or services to a public entity;may not submit a bid,proposal,or reply for a new contract with a public entity for the construction or repair of a public building or public work;may not submit a bid,proposal,or reply on new leases of real property to a public entity;may not be awarded or perfommn work as a contractor,supplier,subcontractor, or consultant under a new contract with a public entity;and may not transact new business with a public entity. By entering this Agreement, Contractor certifies neither it nor its affiliate(s)are on the antitrust violator vendor list at the time of entering this Agreement. False certification under this paragraph or being subsequently added to that list will result in termination of this Agreement, at the option of the County consistent with Section 287.137,Florida Statutes,as amended 26) Merger; Amendment; Interpretation; Joint Preparation. This Agreement constitutes the entire Agreement between the Contractor and the County, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and authorized designees of the County. The titles and headings contained in this Agreement are for reference purposes only and will not in any way affect the meaning or interpretation of this Agreement.It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and accordingly the rule that a contract will be interpreted strictly against the party preparintg. same does not apply herein due to the joint contributions of both parties.. 27) Severability; Waiver of Provisions.Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction will,as to that jurisdiction,be ineffective to the extent Page 8 of 9 3392 of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non-enforcement of any provision by either party will not constitute a waiver of that provision nor will it affect the enforceability of that provision or of the remainder of this Agreement. 28) Signatory Authority; Counterparts and Multiple Originals. Upon request, the Contractor must provide the County with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. This Agreement may be executed in multiple originals, and may be executed in counterparts, each of which is hereby deemed to be an original, but all of which, taken together, constitutes one and the same agreement. IN WITNESS WHEREOF, County, signing through its authorized representative, and Contractor, through its authorized representative,have made and formed this Agreement that is retroactive to September 1,2024. CONTRACTOR: IDENTISYS INCORPORATED B " 6KSignaturc Date Lapmsl ' " 'I . Print Name&Title STATE OF COUNTY OF p + The foregoing instrument was sworn to/affirmed and acknowledged before me by means of l 'physical presence or[J online notarization,this :� day of, ,201y,by President/Director/VP of 1DENTISYS INCORPORATED,a Minnesota Corporation, He/She is personally known to tote/or has produced " (type of identification)as identification. By A1VNE 1l lM Signatu e of Notary Public t4dwy Public Minnesota (Prin &Stamp Commissioned Name of Notary Public) BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY,FLORIDA: y: _ Christine Hurley,County Administrator Date Approved as to legal form&sufficiency:. plgji7'sNgY a����A° ML Levels Eve M. Lewis ax�aa.�z.bz�s .xa-asno Eve M. Lewis,Assistant County Attorney Page 9 of 9 3393 A't CONTRACT INVOICE Invoice Number: 680475 Inc.Identlifts Invoice Date: 8/20/2024 7630 COMMOrM WOV,Eden Prairie,MN 55 Remit to;P0.scm x0m,Minnetonke,MN SS31454301116 Account Number: MC84 w:952. .12 T*1141r , 4,3i.9M F,9S2-97S.0660 Balance Due: $1,081.00 Fed hIM 41-1938561 0 8 Bill To: Monroe County Emergency Management Customer: Monroe County Emergency Management Acts Payable/Alary Luttazi 490 63rd Street Suite 160 490 63rd Street Suite 160 Marathon, FL 33050 Marathon,FL 33050 ue Total Balarms Due i 1` M Due upon rr: `espt .. 8D,B20%2024 A $ 1,081 D0 0 ..I F .�`:;.r..-.,-,,^wti• ,.,,'.I'i .'�,r.....ti ,1p 9. .a.L.,' w r ,.,.....:r...:t. *.1 "'AZ..+r^^l;:m.':..M ry .•nn,.,. P^!'..z s"r "'3 ,.e«a .'w. 'm^"n,."V"".'X"'. .. .. .. ,. +'9M '"'C "� ..,aMIAYwraA+r.,.,ry-,,y,y,vWww.wuww wqq «+rv,ww. r,+v M ' •e✓ ^ i w,w +W.sr l ,wa •c. � � '^.-u.+WYA.Y�ilr +MIY ;�,W.'11'usmu'wWu'wWHYy,,+tlmYrAnYe""�r-.YMr XpMx+b'r"x,~wAYL+Nwwnm.d+xeMirvw .,..Y'wIVYA^'w.INY,'�'M •�uRW ••°'MM'n sk^+r"!�w:"ry 'o-MYanu NvM Yi�Powe mlM•,.xk.A"'AMI w..MR'r,rP Tx+N'w.A..,9u R'�W� PA Nwrbw Start I �Caftect contract 01F'IM : ,rvwmww.^tx..w. r» ww.. Date : * ,....,,- AEG IMAID544-11 Cheri Tamborsld'305 289-6004 $ 1 D81 DD 9/1R�4 8/31/2025 .. s1d ,. .... .,�,......�b .......,.r r.n inn.. ..-g, Contract bwav,....�n,w•wn.•....ww„amrmw, nrni.�:e...rc.wr..,w..wr...nr..n..•�+._..,....wu rw..n.,rnr...,.-.u..xw«r..®.r,..n.,w.nwr... ro.w-m..xn ar,ry r •• •- • DEAR VALUED CUSTOMER: k jTHIS IS AN INVOICE FOR THE NE' s"TERM ON YOUR,SERVICE,CONTRACT FOR THE BELOW EQUIPMENT. IDENTISYS LOOKS FORWARD TO PROVIDING YOU I I WITH CONTINUED GREAT SERVICE,AND IF YOU HAVE ANY QUESTIONS PLEASE DONT HESITATE TO CONTACT ME, I LAMISSA JENSEN,CONTRACT ADMINISTRATOR,P:952-294-1206,F:952-975-0660,EMAIL:LAMISSA ]ENSEN@IDENTISYS.COM AND M icoNTRACTS@IDENTISYS.COM ION-SITE'SERVICE CONTRACT INCLUDES PARTS„LABOR AND TRAVEL.WHEN YOUR EQUIPMENT NEEDS REPAIR,PHONE SUPPORT AND PREVENTIVE MAINTENANCE (EXCLUDING CONSUMA8I.ES PRINTHEADS) **CALL 877-�4I7-3724 OPT 7 FOR SERVICE AND TO SCHEDULE PM'S LE NINE IDENTISYS EVERGREEN TERMS AND CONDITIONS TA HED ,x Summary: Contract base rate charge for the 9/1/2024 to 8/31/2025 billing period $1,081.D0 *Sum of equipment base charges $1,081.00 Detail: p; Datacard (Entrust)/Datocard CD800 Duplex Number Serial Number Base Change Location E103034 C36159 $1,081.00 Monroe County Emergency Management 490 63rd Street Suite 160 Marathon,FL 33050 Pay Your Bill Online:www.identisys.com/contact-us/bill-pay Invoice Sub-Total $1,081.00 To review the current version of the IdentiSys Terms of Use and Sale or IdentiSys Service Tahc _$0.00 Contract Terms and Conditions,visit:www,identisys.com/terms-d-use-and-sale Invoice Total $1,081.00 Balance due before start date: $1,081.00 Balance due after start date: $1,106.00 Page 1 of 1 3394 DDffY CERTIFICATE OF LIABILITY INSURANCE DATE(MM/01l24/2025 ) 025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder is an ADDITIONAL,INSURED,the policy(ies}must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)� PRODUCER NANM TACT Jeanne Okeson � x�_ AssuredPartners of Minnesota LLCrCN 'xt. (651)644 7200 (ArC N� (651)644-9137 ........ 2685 Long Lake Road ADDRI SS: jeanne.okeson@assuredpartners.com INSURERfSI AFFORDING COVERAGE NAIC# St.Paul MN 55113 INSURERA: Massachusetts Bay Insurance Co 22306 . ... INSURED INSURER B: Allmerica Financial Benefit.In 41840 IdentiSys,Incorporated INSURER C: Hanover Insurance Company' 22292 7630 Commerce Way INSURER D. -,- INSURER E��. _EIEE .... ..... ........ Eden Prairie MN 55344 INSURE'RF: COVERAGE$ CERTIFICATE NUMBER: 24-25 GL/BAAI PNC WOS REVISION NUMBER: THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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. fMNr� NSD ewvD ........ _ v aMrDD LlMlrs �W �...........A M C EW Ll Y -RP TYPE OF INSURANCE POLICY NUMBER MkPdGDrYYY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 J F7T 100,000 CLAIMS-MADE �OCCUR E 7rEXP t�kn�o euraCeS ) '$ xy $ 10,000 A Y ZDX9803177 12/31/2024 12/31/2025 PERSONAL&ADVINJURY $ 1,000,000 GEN'LAGOREu(�.iATE..LIMITAPPLIES PER: /`ENEFrAL Ad„Y""tdFS SATE $ 2,000 000 PR'C71L19JdW T�, �.�. POLICY PRO ❑LOC " COMP/OP AGG .$ 2,000,000 JECT •-�"". OTHER. ......... E UMCT __. ....... .......�-...W_......... ....... """'"- """" '��i1Bl['�96-L'p$'IN�"56 E U9N19'�" 1,000 AUTOMOBILE LIABILITY Ea accrda,�I $ 000 " ' ANY AUTO BODI LY I NJU RY(Per person) S B OWNED •••� SCHEDULED Y AWX9803390 12/31/2024 12/31/2025 BODI LY I NJ URY(Per accident) $ ,,,,,,, AUTOS ONLY AUTOS "^' """'"" HIRED NON-OWNED iper aE.TY DA�,'HAL'sE $ 7,000,000 AUTOS ONLY AUTOS ONLY Pier ac.crdaant, ,-,-, "„""'"""" - .„••.• Uninsured motorist S 1,000,000 UMBRELLA LIAR OCCUR CCUPR ENCE.. $ _��.Y.--"...... ..... C EXCESSLIAB UHX9803178 12/31/2024 12/31/2025 AGGREGATE $ 7,000,000 CLAIMS•NMADE . _ DED RETENTION 6 s ..... +WORKERS COMPENSATION No cov for Volunteer R STAKd,CTE PER Cn,ER AND EMPLOYERS'LIABILITY YIN 500,000 A ,+Mph'YPROPRIETOWPAR"rNEIRIE�`EC;UTIVE NIA WDX9792238 12/31/2024 12/31/2025 '�,E.LEACHACCIDENT '$ OFFIUERWEMSER EXCLUE y , 500,000 (Mandalory in NH) E.L DISEASE-EAEMPLOYEE $ _. If yes describe under 500,000 DESCRfPTI2?Md OF OPERATIONS below E-L.DISEASE•POM.IId"„.Y U,11WMP7 �'$ Prot E&O Each Claim $2,000,000 Errors&Omissions L(atall(Y)t FL LHXD982247 12/31/2024 12131/2025 Cyber/Pnv aoh Clad I°2 00QI OOmm^^^^ C Cyber&Privacy Securiwy 90K Ret F .. °�' ''etroDale7/1511 2MShared�� DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Per the attached forms per written contract or written agreement between Named Insured and Additional Insured(s) Please note:this certificate does not supersede the policy and its forms. APPROVED BY RISK MANAGEMENT DATE 12,9,25 WAIVER NIA X YES 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 Street '.AUTHORIZED REPRESENTATIVE Key West FL 33040 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 3395 "EXHIBIT B" IDENTISYS MAINTENANCE AGREEMENT TERMS AND CONDITIONS 1. IffM The Agreement shall bo signed by the Customer and 8. AUM Customer shall permit ldentiSys frea access to the will commence on the start date stated on the Agreement,and equipment to be serviced hereunder and shall provide to shall continue for an initial one-year term. IdenttSys adequate storage space„working space and all necessary utilities. 2. RMIj2#0 of gSvgLv` During the term of this Agreement,IdoutiS,ys agrees to provide the preventative and 9. a omen lacement.IdentiSys mservcs the right remedial maintenanco services recommended by the st its arption to replace or repair any part or component which manufiacturer.IdentiSys technicians will perform maintenance fails to perfbrm its function under normal use.IdenfiSys further services sufficient to kmp equipment in good operating reserves the right to use,at its option,new,rebuilt comparable. condition.Maintenance services include necessary replacement or reconditioned parnsfcomponents or improved of standard parts,and labor necessary to replace such parts„to pwW-components which are capable of performing;functions matte technical adjustments„and to clean and lubricate the similar to those of than replaced parts/components, equipment.Customer most contact.the IdentiSys Service Department at 877-437-3724 opt 2 or rs ttG W11115"w'.car, 10. MffMgZr waenta Avallala]Ilty.In the event.that pares or to sot up service calls Isar preventative and remedial sraviocs, equired to repair or maintain coretrcd product arerare Ltnlcss o�eawi noted,on fife fount side ofilable,IdontiS,ys may tnre��nate+errv�e for all or p cified product an l will lair's die Cnstarmer athis form,service will be provided Monday through Fridaye for rate unused portion of the term chargar. ga}onm to s-.00pm local time,excluding,holidays observed by IdentiSys. Including but not limited to:New'year's Day, it, yLVLsqJ& IdentiSys warrants that alI services provided. Memot'u]Day,July 4`s,Labor Day,.'Thanksgiving& hereunder shall be peif"orrned in a new,workman]We manner Thanksgiving Friday,Christmas Eve Day„and Christmas Day. and shall comply with industry standards and practices. to fire 4, n I covotwt ervl;oaa.This Agreement and the event that any ldentiSy's services do not meet those warranty fees for maiatanance do not cower labor,parts,and expenses specifications,IdentiSys shall correct such defective services at necessary tot(a)repair damage caused by Customer's its expense, EXCEPT AS:SET FORTH HEREIN.IDEN J ISYS negligence;((a)roe onfrgrura or relocate the oquipmont;(o)set up MARES NO WARRANTIES,EXPRESS OR IMPLIED, nrenprovide;(b) ng for porson reloal Ite Cho o,„(d)repair INCLUDING WARRANTIES OF MERCHANTABILITY problems which arise from the use by(Customer ofnon- AND FITNESS FOR A PARTICULAR PURPOSE. Idtn iSys approved parts,artawhmcnts,devices nr supplies 12. 1m ; ' Lion tb L i IN NO EVENT°SHALT.IDENTISYS list f thir a II ` lear not a rev BE LIABLE FOR SPECIAI,INC]TIEi`IT'Al',, by Id IS s a r t rmi a' ofthi CONSEQUEINTIA.I OR PUNITIVE DAMAGES. IN NO a t (fir)repair datnage caused by customer EVENT SHALL IDENTISYS'TOTAL LIABILITY UNDER faciIhy/gs1ems (t)recover last data due to the absence of'an THIS AGREEMEMr EXCFFD THE SUM OF ALL accurate back-ups(g)receive applicable upgrades;(tr)replace: AMOUNTS PAID BY CUSTOMER TO IOP NTISYS UNDER printheeads,0)any feat that pertain to Vaccination„Registration THIS AGREEMENT UP TO THE TIME THE CAUSE OF or Testing requirements„(k)iftesting is required prior to entry ACTION AROSE, for onsito service a$140 not rate fee would be billed separately and payment would be required before service is dispatched. 13. EoEW a a gr Neither party shall be liable to she other hereunder for failure to perfotm if such failure is due to acts of 5. PLICIES, Prices for tire maintenance.services are set forth on God,Strikes,labor disputes,.failure of suppliers,wars,or the front side ofthis Agrftmefu,'Prices may include additional judicial action affecting the terms of performance of this charges for extensions of the stir KW4 coverage hours and for Agreement Customer sites that are located more titan fifty-(50)miles from an IdentiSys service point. 14. General provision.This Agreement represents the comPlclo t All ovattimo charges and agreement between the parties with respect to the subject matter 6. rrrval hereof and supercats any contemporaneous or prior written or travel expenses of IdentiSys personnel not included to the oml understandings or agreements with respect hereto. °fhis contracted maintenance,sorviees will be charged to the Agreement may not be altered or modified except by a writing, Customer at the rates in IdentiSys'maintenance price list in signed by both;parties.This terms and conditions of this etfect at the time of occurrence. Any maintenance service Agreement shall prevail in the event,ofnrty conflicts with terms started during the contracted coverage hours and completed and conifi ions comained on a Customer putehaso order... The within ono balf'hour after such period shall not be treated as Agreement shall be governed by and construed in accordance overtime, Service completed after sucb one-half hour period with the laws of the State of Minnesota. and service otherwise provided at Customer's request outside of the contracted coverage period shall be treated as overtime,. 15. 3dutLr AddoAym, When the Covered Equipmcm A minimum ono hour charge shall apply to overtime services. includes imprinters and/or data recorders,the following terms and conditions are made part of this Service Agreement. T, nt. Customor shall pay a.]I invoices within thirty(3lty IdentiSys shall provide on call rcrucdial maintenance for days of the date of invoice.Any past due invoicc(s)to imprinters on a batch basis. Herein at toast four imprinters/data IdontiSys may,at the sole discretion of IdemiSys,cause your recorders mast be in need of rertaedial maintenance before a account to be put on hold. Ifyour account is on hokl„services service request is placard. The average response time to said under this Maintenance Agreement will not be,performed until request is within 24 hours,'it is recommended than the all past due amounts are clewed or arrangements made 10 the customer have.adequate spares on stand while waiting for the satisfaction of ldroliSys. Intcrest shall accrue on all overdue defective units to be repaired. amounts at the rate of twelve percent(120%)per year,or the maximum amount permitted under local law,whichever is less. 16. son. If the customer purchases new equipment,front Unless tax excropL Customer shall pay all municipal„state or ldenti ;ys the customer may choose to be ref4nd4 in cash.the federal taxes levied or based on charges payable under this remaining portion of tiro current premium or apply it towards Agment,excluding,income taxes payable by IdentiSys.. In the warranty on a new piece of equipment. the event that.Customer does not make timely payment of amounts due hereunder,IdentiSys may terminate this 17. etlati t „This contract may lac cancelled at any IdenAgreement upon ton(Ile days advance written notice ens] time with 30 days notice,Penalties will apply,tito amount of reasonable shall he entitled uw comrecover its onju expcnc i (including the penalty will be two-months premiums based on pricing for calectio a attorneys'flees)incurred in conjunction with any the current service agreement. collection action. IMA-1602 3396 ZDX 9803177 2509550 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY BROADENING ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SUMMARY OF COVERAGES 1. Additional Insured by Contract,Agreement or Permit Included 2. Additional Insured—Primary and Non-Contributory Included .._.. ......- ............. ..... 3. Blanket Waiver of Subrogation Included - �_. 4. Bodily Injury Redefined Included 5. Broad Form Property Damage—Borrowed Equipment Customers Goods & Use of Elevators Included ......._ ............._ _ 6 ,..... Knowledge of Occurrence Included 7. Liberalization Clause Included' 8. Medical Payments—Extended Reporting Period Included 9. Newly Acquired or Formed Organizations- Covered until end of policy period Included 10. Non-owned Watercraft 51 ft. 11. Supplementary Payments Increased Limits .., Bail Bonds $2,500 Loss of Earnings $1000 .......... ..........._ ........_ ._. ._ .._.. _._ —.... 12. Unintentional Failure to Disclose Hazards Included �....._�............ 13. Unintentional Failure to Notify Included', This endorsement amends coverages provided under the Commercial General Liability Coverage Part through new coverages, higher limits and broader coverage grants. 1. Additional Insured by Contract, Agreement or (1) "Your work" for the additional insured(s) Permit designated in the contract, agreement or The following is added to SECTION II — WHO IS permit; AN INSURED: (2) Premises you own, rent, lease or occupy; Additional Insured by Contract, Agreement or or Permit (3) Your maintenance, operation or use of a. Any person or organization with whom you equipment leased to you. agreed in a written contract, written agreement b. The insurance afforded to such additional or permit that such person or organization to insured described above: add an additional insured on your policy is an (1) Only applies to the extent permitted by additional insured only with respect to liability law; and for "bodily injury", "property damage", or "personal and advertising injury" caused, in (2) Will not be broader than the insurance whole or in part, by your acts or omissions, or which you are required by the contract, the acts or omissions of those acting on your agreement or permit to provide for such behalf, but only with respect to: additional insured. 421-2915 06 15 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 4 00123B 0112 of 0275 3397 ZDX 9803177 2509550 (3) Applies on a primary basis if that is advertising injury" involved the rendering required by the written contract, written of or failure to render any professional agreement or permit. services by or for you. (4) Will not be broader than coverage d. With respect to the insurance afforded to provided to any other insured. these additional insureds, the following is (5) Does not apply if the "bodily injury", added to SECTION III — LIMITS OF "property damage" or "personal and INSURANCE: advertising injury" is otherwise excluded The most we will pay on behalf of the from coverage under this Coverage Part, additional insured for a covered claim is the including any endorsements thereto. lesser of the amount of insurance: c. This provision does not apply: 1. Required by the contract, agreement or (1) Unless the written contract or written permit described in Paragraph a.; or agreement was executed or permit was 2. Available under the applicable Limits of issued prior to the "bodily injury', "property Insurance shown in the Declarations. damage", or "personal injury and This endorsement shall not increase the advertising injury". applicable Limits of Insurance shown in the (2) To any person or organization included as Declarations. an insured by another endorsement 2. Additional Insured — Primary and Non- issued by us and made part of this Contributory Coverage Part. The following is added to SECTION IV — (3) To any lessor of equipment: COMMERCIAL GENERAL LIABILITY (a) After the equipment lease expires; or CONDITIONS, Paragraph 4. Other insurance: (b) If the "bodily injury", "property Additional Insured — Primary and Non- damage", "personal and advertising Contributory injury" arises out of sole negligence of If you agree in a written contract, written the lessor agreement or permit that the insurance provided to (4) To any: any person or organization included as an (a) Owners or other interests from. whom Additional Insured under SECTION II — WHO IS land has been leased which takes AN INSURED, is primary and non-contributory, place after the lease for the land ex- the following applies: pires; or If other valid and collectible insurance is available (b) Managers or lessors of premises if: to the Additional Insured for a loss covered under Coverages A or B of this Coverage Part, our (i) The occurrence takes place after obligations are limited as follows: you cease to be a tenant in that a. Primary Insurance premises; or (ii) The "bodily injury", "property This insurance is primary to other insurance damage", "personal injury" or that is available to the Additional Insured advertising injury arises out of which covers the structural alterations, new con- Additional Insured as a Named Insured. We struction or demolition operations will not seek contribution from any other performed by or on behalf of the insurance available to the Additional Insured manager or lessor. except: (5) To "bodily injury", "property damage" or (1) For the sole negligence of the Additional "personal and advertising injury" arising Insured; out of the rendering of or the failure to (2) When the Additional Insured is an render any professional services. Additional Insured under another primary This exclusion applies even if the claims liability policy; or against any insured allege negligence or (3) when b. below applies. other wrongdoing in the supervision, monitoring If this insurance is primary, our obligations are hiring, employment, training or of others by that insured, the not affected unless any of the other insurance "occurrence" which caused the "bodily is also primary. Then, we will share with all that other insurance by the method described injury" or"property damage" or the offense in c. below. which caused the "personal and 421-2915 06 15 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 2 of 4 3398 ZDX 9803177 2509550 b. Excess Insurance insurer contributes equal amounts until it has (1) This insurance is excess over any of the paid its applicable limit of insurance or none of other insurance, whether primary, excess, the loss remains, whichever comes first. If any contingent or on any other basis: of the other insurance does not permit contribution by equal shares, we will contribute (a) That is Fire, Extended Coverage, by limits. Under this method, each insurer's Builder's Risk, Installation Risk or share is based on the ratio of its applicable similar coverage for"your work"; limit of insurance to the total applicable limits (b) That is Fire insurance for premises of insurance of all insurers rented to the Additional Insured or 3. Blanket Waiver of Subrogation temporarily occupied by the Additional I The following is added to SECTION IV — Insured with permission of the owner; COMMERCIAL GENERAL LIABILITY (c) That is insurance purchased by the CONDITIONS, Paragraph 8. Transfer Of Rights Additional Insured to cover the Of Recovery Against Others To Us: Additional Insured's liability as a tenant for "property damage" to We waive any right of recovery we may have premises rented to the Additional against any person or organization with whom you Insured or temporarily occupied by the have a written contract that requires such waiver Additional with permission of the because of payments we make for damage under owner; or this coverage form. The damage must arise out of your activities under a written contract with that (d) If the loss arises out of the person or organization. This waiver applies only to maintenance or use of aircraft, "autos" the extent that subrogation is waived under a or watercraft to the extent not subject written contract executed prior to the "occurrence" to Exclusion g. of SECTION I — or offense giving rise to such payments. COVERAGE A — BODILY INURY 4. Bodily Injury Redefined AND PROPERTY DAMAGE LIABILITY. SECTION V — DEFINITIONS, Definition 3. "bodily (2) When this insurance is excess, we will injury" is replaced by the following: have no duty under Coverages A or B to 3. "Bodily injury" means bodily injury, sickness or defend the insured against any"suit" if any disease sustained by a person including death other insurer has a duty to defend the resulting from any of these at any time. "Bodily insured against that "suit". If no other injury" includes mental anguish or other insurer defends, we will undertake to do mental injury resulting from "bodily injury". so, but we will be entitled to the insured's 5. Broad Form Property Damage — Borrowed rights against all those other insurers. Equipment, Customers Goods, Use of (3) When this insurance is excess over other Elevators Insurance, we will pay only our share of a. SECTION I—COVERAGES, COVERAGE A— the amount of the loss, if any, that BODILIY INJURY AND PROPERTY exceeds the sum of: DAMAGE LIABILITY, Paragraph 2. (a) The total amount that all such other Exclusions subparagraph j. is amended as insurance would pay for the loss in the follows: absence of this insurance; and Paragraph (4) does not apply to "property (b) The total of all deductible and self damage" to borrowed equipment while at a insured amounts under all that other jobsite and not being used to perform insurance. operations. We will share the remaining loss, if any, Paragraphs (3), (4) and (6) do not apply to with any other insurance that is not "property damage"to "customers goods"while described in this Excess Insurance on your premises nor do they apply to the use provision and was not bought specifically of elevators at premises you own, rent, lease to apply in excess of the Limits of or occupy. Insurance shown in the Declarations of b. The following is added to SECTION V — this Coverage Part. DEFINTIONS: c. Method Of Sharing 24. "Customers goods" means property of If all of the other insurance permits your customer on your premises for the contribution by equal shares, we will follow this purpose of being: method also. Under this approach each 421-2915 06 15 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 3 of 4 001239 0113 of 0275 3399 ZDX 9803177 2509550 a. worked on; or 10. Non-Owned Watercraft b. used in your manufacturing process. SECTION I — COVERAGES, COVERAGE A c. The insurance afforded under this provision is BODILY INJURY AND PROPERTY DAMAGE excess over any other valid and collectible LIABILITY, Paragraph 2. Exclusions, property insurance (including deductible) subparagraph g.(2) is replaced by the following: available to the insured whether primary, g. Aircraft, Auto Or Watercraft excess, contingent (2) A watercraft you do not own that is: 6. Knowledge of Occurrence (a) Less than 51 feet long; and The following is added to SECTION IV — (b) Not being used to carry persons or COMMERCIAL GENERAL LIABILITY property for a charge; CONDITIONS, Paragraph 2. Duties in the Event of Occurrence, Offense, Claim or Suit: This provision applies any person who, either with your consent, either uses or is e. Notice of an 'occurrence", offense, claim or responsible for the use of a watercraft. "suit" will be considered knowledge of the insured if reported to an individual named 11. Supplementary Payments Increased Limits insured, partner, executive officer or an SECTION I — SUPPLEMENTARY PAYMENTS "employee" designated by you to give us such COVERAGES A AND B, Paragraphs 1.b. and a notice. 1.d. are replaced by the following: 7. Liberalization Clause 1.b.Up to $2,500 for cost of bail bonds required The following is added to SECTION IV — because of accidents or traffic law violations COMMERCIAL GENERAL LIABILITY arising out of the use of any vehicle to which CONDITIONS: the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. Liberalization Clause 1.d.All reasonable expenses incurred by the If we adopt any revision that would broaden the insured at our request to assist us in the coverage under this Coverage Form without investigation or defense of the claim or "suit", additional premium, within 45 days prior to or including actual loss of earnings up to$1000 a during the policy period, the broadened coverage day because of time off from work. will immediately apply to this Coverage Part. 12. Unintentional Failure to Disclose Hazards 8. Medical Payments — Extended Reporting The following is added to SECTION IV — Period COMMERCIAL GENERAL LIABILITY a. SECTION I—COVERAGES, COVERAGE C— CONDITIONS, Paragraph 6. Representations: MEDICAL PAYMENTS, Paragraph 1. Insuring Agreement, subparagraph a.(3)(b) We will not disclaim coverage under this Coverage is replaced by the following: Part if you fail to disclose all hazards existing as of the inception date of the policy provided such (b) The expenses are incurred and reported failure is not intentional. to us within three years of the date of the accident; and 13. Unintentional Failure to Notify b. This coverage does not apply if COVERAGE The following is added to SECTION I — C — MEDICAL PAYMENTS is excluded either COMMERCIAL GENERAL LIABILL ITY by the provisions of the Coverage Part or by CONDITIONS, Paragraph 2. Duties in the Event of Occurrence, Offense, Claim or Suit: endorsement. 9. Newly Acquired Or Formed Organizations Your rights afforded under this policy shall not be prejudiced if you fail to give us notice of an SECTION II — WHO IS AN INSURED, Paragraph "occurrence", offense, claim or"suit', solely due to 3.a. is replaced by the following: your reasonable and documented belief that the a. Coverage under this provision is afforded until "bodily injury" or"property damage" is not covered the end of the policy period. under this policy. ALL OTHER TERMS, CONDITIONS, AND EXCLUSIONS REMAIN UNCHANGED. 421-2915 06 15 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 4 of 4 3400 d. The allegations in the "suit" and the infor- (2) Provides us with written authorization to: mation we know about the "occurrence" are (a) Obtain records and other information such that no conflict appears to exist be- related to the"suit"; and tween the interests of the insured and the (b) Conduct and control the defense of interests of the indemnitee; the indemnitee in such "suit". e. The indemnitee and the insured ask us to So long as the above conditions are met, attor- neys'and control the defense of that in- neys' fees. incurred by us in the defense of that demnitee against such "suit" and agree that we can assign the same counsel to defend indemnitee, necessary litigation expenses an- the insured and the indemnitee; and cuirrdd by us and necessary litigation expenses incurred by the indemnitee at our request will f. The indemnitee: be paid as Supplementary Payments. (1) Agrees in writing to: Our obligation to defend an insured's indem- (a) Cooperate with us in the investiga- nitee and to pay for attorneys' fees and neces- tion„ settlement or defense of the sary litigation expenses as Supplementary "suit"; Payments ends when: (b) Immediately send us copies of any a. We have used up the applicable limit of demands, notices, summonses or insurance in the payment of judgments or legal papers received in connection settlements; or with the"suit"; b. The conditions set forth above, or the terms (c) Notify any other insurer whose cov- of the agreement described in Paragraph f. erage is available to the Gndemnitee; above, are no longer met. and (d) Cooperate with us with respect to coordinating other applicable insur- ance available to the indemnitee; and Page 2 of 2 ©ISO Properties, Inc., 2006 CG 01 22 12 07 ❑ 3401 COMMERCIAL GENERAL LIABILITY CG 01 22 12 07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. IMINNESOTA CHANGES - CONTRACTUAL LIABILITY EXCLUSION AND SUPPLEMENTARY PAYMENTS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. Paragraph 2.b. of Exclusions of Section I —Cora- d. All reasonable expenses incurred by the erage A — Bodily Injury And Property Damage insured at our request to assist us in the in- Liability is replaced by the following: vestigation or defense of the claim or "suit", 2. Exclusions including actual loss of earnings up to $250 a day because of time off from work. This insurance does not apply to: e. All court costs taxed against the insured in b. Contractual Liability the "suit". However, this coverage does not "Bodily injury" or "property damage" for include attorneys' fees or attorneys' ex- which the insured is obligated to pay dam- penses taxed against the insured. ages by reason of the assumption of liability f. Prejudgment interest awarded against the in a contract or agreement. This exclusion insured on that part of the judgment we does not apply to liability for damages: pay- (1) That the insured would have in the ab- g. All interest on the full amount of any judg- sence of the contract or agreement; or ment that accrues after entry of the judg- (2) Assumed in a contract or agreement ment and before we have paid, offered to that is an "insured contract", provided pay„ or deposited in court the part of the the "bodily injury" or "property damage" judgment that is within the applicable limit occurs subsequent to the execution of of insurance. the contract or agreement. These payments will not reduce the limits of in- B. Section I — Supplementary Payments — Cover- surance. ages A And B is replaced by the following: 2. If we defend an insured against a "suit" and an 1. We will pay, with respect to any claim we in- indemnitee of the insured is also named as a vestigate or settle, or any "suit" against an in- party to the "suit", we will defend that indem- sured we defend: nitee if all of the following conditions are met: a. All expenses we incur. a. The "suit" against the indemnitee seeks b. Up to $250 for cost of bail bonds required damages for which the insured has as- because of accidents or traffic law viola- sumed the liability of the indemnitee in a tions arising out of the use of any vehicle to contract or agreement that is an "insured which the Bodily Injury Liability Coverage contract"; applies. We do not have to furnish these b. This insurance applies to such liability as- bonds. sumed by the insured; c. The cost of bonds to release attachments, c. The obligation to defend, or the cost of the but only for bond amounts within the appli- defense of, that indemnitee, has also been cable limit of insurance. We do not have to assumed by the insured in the same "in- furnish these bonds. sured contract"; Page 1 of 2 CG 01 22 12 07 ©ISO Properties, Inc., 2006 3402 19 Mobile Equip- Only those "autos"that are land vehicles and that would qualify under the ment Subject definition of"mobile equipment" Lander this policy if they were not subject to a To Compulsory compulsory or financial responsibility, law or other motor vehicle insurance law Or Financial where they are licensed,or principally garaged Responsibility Or Other Motor Vehicle Insur- ance Law Only B. Owned Autos You Acquire After The Policy SECTION II - LIABILITY COVERAGE Begins A. Coverage 1. If Symbols 1, 2, 3, 4, 5, 6 or 19 are entered We will pay all sums an "insured" legal➢y must next to a coverage in Item Two of the Decla pay as damages because of "bodily injury" or rations, then you have coverage for "autos" ""property damage" to which this insurance ap- that you acquire of the type described for the plies, caused by an "accident" and resulting remainder of the policy period. from the ownership, maintenance or use of a 2. But, if Symbol 7 is entered next to a cover- covered "auto". age in Item Two of the Declarations, an We will also pay all sums an "insured" legally "auto" you acquire will be a covered "auto" must pay as a "covered pollution cost or ex- for that coverage only if: pense" to which this Insurance applies, caused a. We already cover all "autos"that you own by an, "'accident" and resulting from the owner- for that coverage or it replaces an "auto" ship„ maintenance oir use of covered "autos". you previously owned that had that cov- However, we will only pay for the "covered pol- erage; and lution cost or expense" if there Is either "bodily b. You tell us within 30 days after you ac- injury" or property damage to which this in quire it that you want us to cover it for suranc'e applies that is caused by the same "accident". that coverage, C. Certain Trailers, Mobile Equipment And We have the right and duty to defend any rn cured" against a "suit" asking for such damages Temporary Substitute Autos or a "covered pollution cost or expense". How- If Liability Coverage is provided by this Cover- ever„ we have no duty to defend any "insured"" age Form, the following types of vehicles are against a "suit" seeking damages for "bodily, also covered "autos"for Liability Coverage: Injury" or "property damage" or a "covered 1. "Trailers" with a load capacity of 2,000 pollution cost or expense" to which this ins'ur- pounds or less designed primarily for travel ance does not apply, We may Investigate and on public roads, settle any claim or "suit" as we consider appro- prate. Our duty to defend or settle ends when 2. "Mobile equipment" while being carried or the LiabilityCoverage Limit of Insurance has towed by a covered "auto g been exhausted by payment of judgments, or 3. Any "auto" you do not own while used with settlements. the permission of its owner as a temporary substitute for a covered "auto" you own that 1 Who Is An Insured is out of service because of its: The following are "insureds": a. Breakdown; a. You for any covered "auto b. Repair; b. Anyone else while using with your per- mission a covered "auto" you own, hire c. Servicing; or borrow except: d. "Loss"; or (1) The owner or anyone else from whom e. Destruction. you hire or borrow a covered "auto". This exception does not apply if the covered "auto" is a "trailer" connected to a covered "auto" you own. Page 2 of 12 Copyright, ISO Properties, Inc., 2005 CA 00 01 03 06 3403 Monroe County Purchasing Policy and Procedures ATTACHMENT D-5 COUNTY ADMINISTRATOR CONTRACT.SUMMARY FORM FOR CONTRACTS $100,000.00 and Under Contract with- Spice island Maintenati Effective Date: See terms below Expiration Date: Sep below Contract Purpose/Description: E�xtodor painting at Marathon Courthouse,9117',Overseas Highway,Marathon and Marathon MCSO Substation,3103 Overseas Hl Marathon Contractor shali commence performance within ten(16)calendar days of date of issuance of a Notice to Proceed,Purchase order,or Task Order. Contractor shall continue performance until completion of the Project within thirty(30)days thereafter, unless an extension of time [s granted by the County. Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: John T:Null 303fi Facilities Maintenance CONTRACT COSTS Total Dollar Value of Contract: $ 33,750.00 Current Year Portion: $ (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the ;+'kd tAl9mdal Nl tlm4v un1 i "s'd00,700,00 or I" ), Budgeted? Yelp-] No ❑ Grant: $ County Match: $ Fund/Cost Center/Spend Category: $17,500.'{),D for=c 2tr501/sc Oowl &$16;250.00�fflr cc 20505/ 00062 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g. maintenance,utilities,janitorial,salaries,etc.) Insurance Required: YES NO ❑ see RFS for Certificates of Insurance approved by Risk Management CONTRACT REVIEW Reviewer Date In Department Head Signature: William Desantis Patricia Eables Digitally aig-d by Patricia Eables County Attorney Signature: Date:2025.02.0610:10:41-0500 7� Jaclyn Flatt Digitally signed by Jaclyn Fier Risk Management Signature: Date:2025.02.0611:5955-05.00• breu Purchasing Signature: Lisa Abreu Digitally 20250207ed 8.4Lis A5-0 Date:zozs Ozm Os as as-os 00 John Quinn Digitally signed by John Ouinn OMB Signature: Date:2025 02 14 07:50:41-05.00• Comments: Revised BOCC 4/19/2023 Page 84 of 105 3404 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR SERVICES FOR Exterior Painting at Marathon Courthouse 3117 Overseas Highway, Marathon and Marathon MCSO Substation 3103 Overseas Highway, Marathon b, ...� BOARD OF COUNTY COMMISSIONERS Mayor James K. Scholl, District 3 Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates, District 1 David Rice, District 4 Holly Merrill Raschein, District 5 COUNTY ADMINISTRATOR Christine Hurley Clerk of the Circuit Court Facilities Maintenance Director Kevin Madok William DeSantis November 2024 PREPARED BY: Monroe County Facilities Maintenance Department Page 1 of 57 3405 Monroe County Facilities Maintenance General Scope of Work Job Name: Exterior Painting at Marathon Courthouse and Marathon MCSO Substation Job Locations: Marathon Courthouse 3117 Overseas Highway, Marathon and Marathon MCSO Substation 3103 Overseas Highway, Marathon Contact: John T.Null or Jessica Morris John T. Null 305-587-8036 Jessica Morris mmcmorris,,jgan,i ;,� )nmonroe ohmmmm, ,,:::: „. ,21; 305-504-4327 ...... ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ ............ 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 paint the exterior of the Marathon Courthouse, 3117 Overseas Highway, Marathon, Florida 33050, and Marathon Monroe County Sheriffs Office (MCSO) Substation, 3103 Overseas Highway, Marathon, Florida 33050. 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. Page 2 of 57 3406 The Contractor shall be required to secure and pay for all required permits and approvals to perform the work which may include: City of Marathon Building Department, 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,November 26,2024,at 3:00 P.M.,via email to morris- jessica@monroecounty-fl.gov. All Quotes must state they will be good for one hundred twenty (120) calendar days from submittal due date. 2. Project Intent and Scope Scope of Work: The Contractor shall provide the following Scope of Work and provide all labor and materials to paint the exterior of the Marathon Courthouse, 3117 Overseas Highway, Marathon, Florida 33050, and the Marathon MCSO Substation, 3103 Overseas Highway, Marathon, Florida 33050: Pressure wash exterior of each building Repair minor damage on exterior walls, soffits, fascia and other trim Apply two (2) coats of Sherwin Williams Loxon exterior paint on concrete surfaces of exterior walls, soffits, fascia, and other trim to match existing color of front of Substation Apply one (1) coat of Sherwin Williams SuperDeck exterior stain to wooden decking (2 decks) and handrails to match existing colors Apply one (1) coat of Sherwin Williams SuperDeck exterior stain to shutters on windows of Substation Prepare, prime, and paint three(3) exterior metal doors at the Courthouse with one(1) coat of Sherwin Williams Sher-Cryl exterior primer and two(2)coats of Sherwin Williams Pro- Cryl exterior paint to match existing colors (white doors) Prepare, prime, and paint one (1) portable metal shed at Courthouse with one (1) coat of Sherwin Williams Sher-Cryl exterior primer and two (2) coats of Sherwin Williams Pro- Cryl exterior paint to match existing colors (white doors) All paint to be Sherwin Williams products 3. General Requirements A) The Contractor shall coordinate all activities with the Monroe County Facilities Maintenance Department contact: JT Null at 305-587-8036 Page 3 of 57 3407 B) 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: 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, November 26, 2024, at 3:00 P.M., via email as noted herein. I) The Contractor needs to be aware 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 function and maintenance of the equipment. O) The Contractor shall provide a schedule for all phases of the project. Page 4 of 57 3408 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 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 Additional Insured on General Liability and Vehicle policies. A"Sample" Certificate of Insurance is attached, which may not be reflective of the insurance amounts required for 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 County Business Tax Receipt along with its Proposal. If the Contractor is not a current registered Monroe County Vendor, then it shall also submit a properly 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, indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A)any activity of the Contractor or any of its employees, agents, Page 5 of 57 3409 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 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 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. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement. United States Department of the Treasury 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 Page 6 of 57 3410 proposer and will not knowingly be disclosed by the proposer prior to proposal opening, directly or indirectly,to any other proposer or to any competitor.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. W) 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 Page 7 of 57 3411 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 X) Nondiscrimination/Egual Employment Opportunity. 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 VII 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. During the performance of this Agreement, the Contractor, in accordance with Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339) as amended by Executive Order 11375, Amending Executive Order 11246Relating to Equal Employment Opportunity, and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor), see 2 C.F.R. Part 200, Appendix II, ¶ C, agrees as follows: 1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, Page 8 of 57 3412 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 origin. 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 compensation; 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 by the contracting officer setting forth the provisions of this nondiscrimination clause. 2) 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 will 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 information of other 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 by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. Page 9 of 57 3413 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 contracting 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 such 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 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 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. Title VI of the Civil Rights Act of 1964. 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 discriminating against a person 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. Page 10 of 57 3414 § 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. 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 occurred. If the breach is not cured, the Agreement will be terminated for cause. If the County terminates this agreement with the Contractor, County shall pay Contractor the sum due the Contractor under this agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract; however, the County reserves the right to assert and seek an offset for damages caused by the breach. The maximum amount due to Contractor shall not in any event exceed the spending cap in this Agreement. In addition, the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. 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 remaining in the contract. The maximum amount due to Contractor shall not exceed the spending cap in this Agreement. In addition, the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance, located at Art. IX, Section 2-721 et al. of the Monroe County Code. E. Scrutinized Companies: For Contracts of any amount, if the County determines that the Contractor/Consultant has submitted a false certification under Section 287.135(5), Florida Statutes or has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County shall have the option of (1) terminating the Agreement after it has given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a),Florida Statutes, or(2) Page 11 of 57 3415 maintaining the Agreement if the conditions of Section 287.135(4), Florida Statutes, are met. III) 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 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 the 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 this 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 the 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 Security 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. IV) 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 Page 12 of 57 3416 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 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 Proj ect. 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 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., Sec. 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: Jessica Morris via email at morris- jessica@monroecounty-fl.gov. 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. VI) 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 Page 13 of 57 3417 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, 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. Page 14 of 57 3418 The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, BRIAN BRADLEY AT PHONE NO. 305- 292-3470, BRADLEY-BRIAN(a,MONROECOUNTY-FL.GOV, MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH Street, SUITE 408, KEY WEST, FL 33040. V11) 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. 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 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 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." VIII) 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 Page 15 of 57 3419 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: Spice Island Maintenance Attention: Justin LaPompe 16120 SW 102nd Ct Miami, Florida 33157 For Owner: Facilities Maintenance Department Attention: John T.Null 10600 Aviation Blvd. Marathon,Florida 33050 And Monroe County Attorney's Office 1111 12m Street Suite 408 Key West, Florida 33040 IX) 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 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, 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 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. Page 16 of 57 3420 X) Adiudication of Disputes or Disagreements. County and Contractor agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions of Section I, Nondiscrimination, or Section II, 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 II to C.F.R. Part 200, as amended, including but not limited to: A) Clean Air Act (42 U.S.C. $$7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. $$1251-138% 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. §§7401-7671q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. §§1251-1387) 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 subgrants 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. B) Contract Work Hours and Safety Standards Act (40 U.S.C. $$3701-3708). Where applicable, which includes all FEMA grant and cooperative agreement programs, all contracts awarded by the County in excess of$100,000 that involve the employment of mechanics or laborers must comply with 40 U.S.C. �§3702 and 3704, as supplemented by Department of Labor regulations(29 CFR Part 5). Under 40 U.S.C. §3702 of the Act, each Contractor must compute the wages of every mechanic and laborer on the basis of a standard work week of forty (40) hours. Work in excess of the standard work week is permissible 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 Page 17 of 57 3421 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 for unpaid wages;liquidated damages. In the event of any violation of the clause set forth in Paragraph (b)(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 $27 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 (b)(1) of 29 C.F.R. §5.5. (3) Withholding for unpaid wages and liquidated damages. The Federal agency shall, upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Paragraph (b)(2) of 29 C.F.R. §5.5. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in 29 C.F.R. §5.5, Paragraphs (b)(1)through(4), and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any Page 18 of 57 3422 subcontractor or lower tier subcontractor with the clauses set forth in 29 C.F.R. §5.5, Paragraphs (1)through (4). C) Rights 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 at www.,,,s,a.n-..n..gov. 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 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 Amendment (31 U.S.C. W52). Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier Page 19 of 57 3423 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 turn will forward the certification(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) Compliance with Procurement of Recovered Materials as set forth in 2 CFR§ 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 performance schedule; 2. Meeting contract performance requirements; or 3. At a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines website, ln�� pn-ogt�r vn. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. G) Prohibition on certain telecommunications and video surveillance services or equipment as set forth in 2 CFR§200.216.Recipients and subrecipients and their contractors and subcontractors may not obligate or expend any federal funds to (1)Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment services, or systems that uses covered telecommunications Page 20 of 57 3424 equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities) (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. H) Domestic Preference for Procurements as set forth in 2 C.F.R. §200.322. 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 United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). These requirements of this section must be included in all subawards including contracts and purchase orders for work or products under federal award. For purposes of this section: (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- based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 1) Copeland "Anti-Kickback" Act (2 C.F.R. 200, Appendix H (D); 40 U.S.C. 0145). 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 Page 21 of 57 3425 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 Coronavirus 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 term 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 1990 (ADA), as amended. The Contractor will comply with all the requirements as imposed by the ADA, the regulations of the Federal government issued thereunder, and the assurance by the Contractor pursuant thereto. B) Disadvantaged Business Enterprise (DBE) Policy and Obligation. It is the policy of the County that DBE's, as defined in C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with County funds under this agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The County and its Contractor agree to ensure that DBE's have the opportunity to participate in the performance of the Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with 2 C.F.R. §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 affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. Page 22 of 57 3426 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 economically 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, to take the affirmative steps listed in paragraph(1)through(5)of this section. C) 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, information, 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 Department of the Treasury regulations and other applicable laws or program guidance; and (3) Submit timely, complete, and accurate reports to the appropriate Department of the Treasury officials and maintain appropriate backup documentation to support the reports. D) Changes to Contract. The Contractor understands and agrees that any cost resulting from a change or modification, change order, or constructive change of the Agreement must be 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 Compensation. 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: Page 23 of 57 3427 (a) the total federal funding authorized to date under the award funding this Agreement equals or exceeds $30,000.00 as defined in 2 C.F.R. §170.320; (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 $25,000,000.00 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 U.S. Security and Exchange Commission total compensation filings atn�l, .//� w.sec.� o✓/.mswenfeecon .ln�n . F) No Obligation by Federal Government. The Federal Government is not a party to this contract and is not subj ect 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) Program Fraud and False or Fraudulent Statements 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. 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. H) The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify 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 new 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 & Local 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. Page 24 of 57 3428 J) The Contractor shall hold the United States and County harmless against all claims of whatever nature arising out of the Contractor's performance of work under this Agreement, to the extent allowed and required by law. I) Energy Efficiency. If applicable, the Contractor will comply with the Energy Policy and Conservation Act (P.L. 94-163; 42 U.S.C. §§6201-6422) and with all mandatory standards and policies relating to energy efficiency and the provisions of the state Energy Conservation 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.F.R. § 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 C.F.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 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 case of a 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 subject to withholding as provided in Sections 602(b)(6)(A)(ii)(III) of the Act, as applicable. N) Compliance with Federal Law, Regulations 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 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: i. 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 Page 25 of 57 3429 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 term 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 term 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 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 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. O) 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. 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. Page 26 of 57 3430 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, 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; Page 27 of 57 3431 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 Messaging 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 28 of 57 3432 PROPOSAL FORM PROPOSAL TO: Monroe County Facilities Maintenance 10600 Aviation Blvd. Marathon,Florida 33050 PROPOSAL FROM: Spice Island Maintenance Attention: Justin LaPompe 16120 SW 102nd Ct Miami, Florida 33157 The undersigned, having carefully examined the Work and reference Drawings, Specifications, Proposal, and Addenda thereto and other Contract Documents for the construction of: Exterior Painting at Marathon Courthouse 3117 Overseas Highway, Marathon and Marathon MCSO Substation 3103 Overseas Highway, Marathon 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 performance 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 29 of 57 3433 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. $17,500 - Seventeen Thousand Five Hundred for the Marathon Courthouse $16,250 - Sixteen Thousand, Two Hundred and Fifty Dollars for the Marathom MCSO Substation $33,750 - Thirty-Three Thousand, Seven Hundred and Fifty Dollars for both buildings together. (Total Base Proposal-words and numbers) I acknowledge Alternates as follows: N/A I acknowledge receipt of Addenda No.(s) or None No. Dated No. Dated Page 30 of 54 3434 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 (:'aunty Business Tax Receipt, and Ceilificaie of Insurance showing, the mininnini insurance requirements for this prqject, Execution by the Contractor must be by a pemon with authority to hind the entity. By signing,11,iis agreement below,the Contractor has read and accepts [lie terms and conditions set forth by the Monroe County (Jeneral Requirements for Consu­U6011 found at the link on the Monroe C,I ounty web page: hup�/jL-.!ng [ vieplus-cornIBLds.as =j ; AND a_Qqg2 4)_ _ L, �� accepts all ofthe terms and conditions and all Federal required contract provisions herein. IN WITNESS W'I­ff.,',,RE0F, the parties have caused this Agreement to be executed by their duly authorized representatives,as follows., Contractor: Justin LaPornpe_ Mailing Address: 16120 SW 102nd M iami, Florida 33 1 S7 Phone Nuniber: (305),297-0321 E.IX: 82-4665766 Email: jmstin(i,s ic i,,IA941iiaiiitenwice.coiii )ate: December 2,,2024.......... yea reed Justin Xecutive Officer Name Title Contrador's Witness signature. Witness,name: Shaineka Gordon ROLYN R -- m 4. _ _. =ENRY CAROLYN R. HENRY H Date: December'�, 024 myr m_0m "'t,EXPIRE Rc My COMMIS51ON EXPIRES MARCH 23,2028 H a COMMISSION NO.HH 49,6469 The('ounty accepts the abo,ve proposaL MONROE COUNTY, F'LORIDA Date:__ By: County Administrator or Designee Mio rJR0F.C O�34 1:Y ATTO RNE"'Y'At)'OF F K;L -�nfljqVE DAS T01'ORM ICA Page 31 of 154 PA-MCIA EAKES ll T TTORNEY r�, v DATE� SMIL,-—-- ------- 3435 NON-COLLUSION AFFIDAVIT I,Justin LaPompe ��`according to law on my oath, and under may" of the city penalty of perjury, depose and say that: a. I am Chief Executive Officer of the firm of Spice Island Maintenance,the bidder making the Proposal for the project described in the Request for Proposals for: Exterior Painting at Marathon Courthouse, 3117 Overseas Highway, Marathon and Marathon MCSO Substation, 3103 Overseas Highway, Marathon 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, (d December , 2024 rS; n„ ure �r"Iropos, ) (Date) g STATE OF : Flcarirla COUNTY OF: l rear'badia mm Ilk Subscribed and sworn to(or affirmed) before me, by means oe6 j,,,physical presence or ❑ online notarization, on N u - (date) by ..:: (name of affiiant). he is personally known to me or has produced w - (type of identification) as identification. NOTARY PUt3 C y p �� f R LYN R. HENRY M COmmISSIOn x Nre 9 ._ hroNtlP 3u � ARL 23,2 W1X 5."Y,grA N3 "EXPIRES CSTATE MARCH 2.§.FLORIDA NO. Page 32 of-54 3436 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO.010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE "S ice Island Maintenance (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". ,J Si n turf Date: December 4, 024 STATE OF: Florida COUNTY OF: Miami Dade Subscribed and sworn to (fir affirmed) before me, by means of I 'physical presence or El .. w ,, �, A ,,� 20 `,� (date) by nine notarization. o (name of a ant). He/She is r ersonatly known t me or as produced as identification. (Type of identification) v r' NOTARY P LIC M commission expires: .. � � CAROLYN TAR.HENRY Y p § � NOTARY PUBLIC�•STATE OF FLORIDA (S M'W cOMMISSION EXPIRES MARCH 23,2029 COMMISSION NO,HH 495469 Page 33 of S 3437 DRUG-,FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute,Sec. 287,087 hereby certifies that: Spice Island Winienan" (Name of Business) I 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. Inforrn employees about the daiigers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counselingx, 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 Linder 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 tinder 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 thi,s,firnt complies fully with the above requirements. )NroposePs Signature 1)4elcember,Y'2024 _1 of STATE OF: Florida ("OUNTY OF:-Miarnl Dade Subscribed and sworn to (or affirmed) before one, by means,of 4- hysical presencip or 0 online (date)by 7T I, Pr' notarization,on She 1 ly Il (name-o,f-affiarxt,)­at� "t9r!! r has produced CAROL R. HENRY NOTARY PUBLIC•STATE OF FLORIDA my com=�XPIRES MARCH 23,202,8 N NO,HH 495469 My Commission Fxpires: Page 34 of 154 3438 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 good's or services to a public entity, may riot 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 287,01 , Florida Statutes,for CATEGORY'TVVO 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 u .n LaIlPonine (Respondent's name) nor any Affiliate has been pfac6d,on the convicted vendor list within the last thirty-six(36) months. Date: Decembe 2024 STATE OF: Florida COUNTY OF�Wjam Subscribed and sworn to(or affirmed) before me, by means of*physical presence or 0 online notarization on the day of,7 29, k (date), by Dr�o, (name of affiant) lj�as u q)She so all is Per p I nown to In or has produced duced (type of identification)as MY Commission Expires.- f ')f CAROLYN R. HENRY NOTARY PUBLIC-STATE OF FLORIDA 3 1 MISS, MY COMMISSION EXPIRES MARCH 23,2028 COMMISSION NO.HH 495469 Page 35 of 54 3439 VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LIST'S Project Descdption(s); terior Paintingra' urthouse 3.117_Dygrseas HignAaL Mgrathon and Ngrgtbonu 3103 Qverseas,HigbMv. Marathon Respondent Vendor Name: Island N1 ntenan e Vendor FBIN': 82-4665766 Vendors Authorized)Representative Name and Title: Agstjn LaPorrige, xe Address: .16120 9W 10 2 City: Miami State: Florida Zip: 3 1 Phone Number(805)207-08211 Email Address:Justin@spicoeislandrnaintenance.com Section 287.135„ Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract far 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.2151.473 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 Terrorism Sectors List,or engaged in business operations in Cuba.or Syria. l 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 PetroleumTerrorism Sector List or been engaged in business operations in Cuba or Syria. Vendor has reviewed!Section 287.185, Florida Statutes„ and in accordance with such provision of Florida law„, is eligible to bid on, submit a prpposal.fcr, or enter into or renew a contract with Monroe County for goods or senviioes, nw r Certified By:Justin LaPompe who is authorized to sign on behalf of the above referenced c pang , Authorized Signature: Print Name: Justin L.aPornpe Title:Chief Executive Officer Note:The List are available at the following Department of Management Services Site: let L..lrwri 4 Eriyft�girl rr,fr t k wrse.w z,im...° L� ati rift,1 m4¢ i� ors Ali imrS iPwr rut mr vicifGa i� Ik trfr G� ii.a 1... ri:SL ended rmmt iii��u u�„-!IT,a-o� ryi pril vendor mflst Page 36 of 54 3440 AFFIDAVIT AITt�..�"E'1N TO NONCOERCIV E CONDUCT Entity/Vendor Narne: Spice Island Maintenance Vendor FIN: 82-4665766 Vendor's Authorized Iteprescntative: Justin L,aPompe,Chief Executive Officer (Name and Title) Address: 1 120 SW 102"Cwt. City:Miami State: Florida Zip:33157 Phone Number: (305)297-0321. Email Address:justin ospiceislarxelanaintenance.com 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 other credit methods to establish a debt by any person when labor or 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 anther immigration document, or any rather 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 . Providing a controlled substance as outlined in Schedule 1 or Schedule li 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, l 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 787.016, Floritle" tat pes,and agrees to abide by same, Certifie authorized d to sign rants behalf of`t`hef a vc f`a even who is y p c company r Authorized Signature. Z' , Print Name:Justin L.apora aw _._ Title: Chief Executive Officer Page 37 of 5 3441 APPENDIX A, 44 C.F.R. PART 18—CERTIFICATION REGARDING LQBBYING (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 belialf of the undersigned, to any person lbr influencing or attempting it) influence an officer or employee of an agency, a Merntserof Congress,an officer or cmploycc of Congress,or an employee of a Member(if 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 ot'any cooperative agreement, and the extension, continuation, renewal, aincridment, or modification of' any L'cdcral contract, grant, loan, or cooperative aggreLinent. 2. If any funds other than Federal appropriated funds have been paid or will' be paid to any person for influencing or attempting,to influence an officer or employce 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 [�'orrn-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification lx-- included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts Linder 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 wvas 1-nade or entered into. Submission of this certification is a prerequisite for making or entering into fl-Lis transaction 4nposed 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$10,00 and not more than$1 00,0l00 fbr each such fid lure. The Contractor,Spice Island Maintenance,certifies oraffirms 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 and Statements,apply to this certification and disclosure,if any, .. ................. Signa of actor's Authorized Official Justin LaPompe, Chief Executive Officer December 2, 2024 Page 38 of 54 3442 Name and Title of Contractor's Authorized Official Date DISCLOSURE OF' LB ACMIMES Aproved by OMB Complete this form-n to dr.sllcl,Q s-e lobbylng activities pursuant to 31 U S.C. 13,52 0348-0,046 (See reverse for pubk burden&closure 111.Type,of Federal!Action: 2. Status of Federal Actiow 3. Report Type: a. contract a.bidiofiedeppli,cation a. initial nNng b. graril b.ini'lial award lb. materW change c cooperativeagireeinenI c- post-aveard For Material Change Only: d. loan year-quarter e. loan;guarantee date of last report f-ban i11SUrance 4. Name,and Address of Reporting Entity: 5. if Reporting Entity in No.4 is-a.Subawairdee, Enter Narne ❑Prime Q Subawardee and Address of Pdnne: Tiler- Wknown- Congressibinal District,rfp t Congressional District, ifkacy4n, 6. Federal DepartmentlAgency: 7�,Federal PrDgIFam Narne?D,e&cHption(:: CFDA NUMber: if apQ(�� eraf Action Number,if knawn..... ........................................................g.Award Amount,, $ 110.a.,Name and Address of Lobbying Registrant b.Individuals Perforining Services(mckidingaddress if ff indwiduai, iasl name. firs t name,,A11j: differenl from No. (Past name,first name, Ml): 11 k rh f—r I OTYUIr,ffi P i,'W IV i"rN nv jX I Signatura� �'J 5,2' fIt dv A,-n N LU o i I q-rA a a I I Hal 1 I I Gn lv w,4 A I- t� Lit,tn�i Dy I m 6N.T A—TwI K.I�vhk, at�h�ch�,Aa,-.� , Print Narne: Ofy R L t 9 H I 4U kw h%r:r a. fM—j."'.d A U 34 ITU T I m, Tittle; lit e: pd.41, i: -It� Aeq NJ rat u %n q jd". O,M b, I 0,p Lo t," gnn w I�y 0 v W 0 U0��d turn 1 B rE Ot.9 tao 011 WCK3 It xr TelephGner No Date Federal lUse Only: Ruth crizad Fear Lc c 2 L I R e p r o d u c t j o n Standard Form;LLL(ReVr 7-97) Page 39 of 54 3443 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 Federal action,or a material change to a previous filing,pursuant to title 31 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 code of the reporting entity.Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is,or expects to be,a prime or subaward recipient.Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the 1 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 loan 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 loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal(RFP)number; Invitation for Bid (IFB)number; grant announcement number, the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency). Include prefixes,e.g.,"RFP-DE-90-001." 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 the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information,including suggestions for reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project(0348-0046),Washington,DC 20503. Page 40 of 54 3444 INSURANCE REQUIREMENTS AND FORMS MONROE COUNTY, FLORIDA RISK MANAGEMENT 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 pre-staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in any attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Subcontractors 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 term 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 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. 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 41 of 54 3445 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 42 of 54 3446 PROPOSER'S INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIREMENTS Workers Compensation Statutory Limits Employers Liability $100,000/$500,000/$100,000 Bodily Injury by Accident/Bodily Injury by Disease,policy limits/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, and hired vehicles) $300,000 per Occurrence $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 Additional Insured on General Liability and Vehicle policies. INDEMNIFICATION,HOLD HARMLESS,AND DEFENSE.Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, Contractor shall defend,indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death),loss, damage,fine,penalty or business interruption, and(iii)any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement, (B)the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of Contractor or any of its employees, agents, sub-contractors or other invitees, or (C) Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than Contractor). The monetary limitation of liability under this Page 43 of 54 3447 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 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. United States Department of the Treasury 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. 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 full with all of the requirements herein. I fully accept the indemnification and hold harmless and duty to defend as set out in this proposal. Justin LaPompe hi Sii 111 t o PROPOSER Signature Page 44 of 54 3448 I have reviewed the above requirements with the proposer named above. The following deductiblesI inpolicy, POLICY DEDUCTIBLES ! 0 0 ! Liability lici re /Occurrence Clai s Made In urn n c y sivature Page 45 of 54 3449 At"if CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER)S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER "'IMPORTANT: Iftha Dsniflcate holds,Is an ADDITIONAL INSURED,Iha PaNmYq#aml rs rps8fitaws Aq,7dAITPONA0.INSURED Prowtatlons sr be endorsed N SUBROGATION IS WANED,suOA)saO Is the Oanna and cond6tI sd Oho podlrcyv,rsikadn pel rogWlro AnsndDu Ili+Nnll.. A statement on two lights(I oodH'leams Ilohlor In Harr,eO slru#r andorsornont%, %'TbWRflYUti.f1R o."C htllau�Y�«Imtlrau Unu, M.uwn.,.sump AVlva%Bz lrvar �wel�Nwr%, 95,1,0 .bq IVI_ ,.,„.JAAA SAwf....� ebNI VIW'fl YAW 1NUs9ro SYaroaull'r Cluwlnr IrVF"MM�rsyT 's av"" v t, 1 i I p Lertl u+r.+r,s r u,rr ____ . ADD 0 a40%&IX R(m9 AlA 6ORtla%N T.OVEsepi E I'a4Awruil V 0.. :!I,¢'I°o fNByyuRW,ry. !dTA41,p+1 IT41 d.%I I, Au!1 4 d a aNb'khIELN �BcaO%+Isxr d ¢sgllnaau%aa 1,:N �A�^IkAtlV(V iwsN HIVII9 dYAV r%q,ilVf. palryllly9gFp IE. ' 'Yf V 01 10'I102;AI'Il Ci rn,plk Afat ,.. uultrclts .. __ 0G 9:81"al _. _ COVERAGES ... IERTIFICATWE:WNUMBER::. RFVISiiON NUMBER .qII Mill VOdIV TAM,, A INa URANIC1 I! Un¢� .«,.»� .�,. ........I�pkl 1V li'J ....�.. .,.,... __ .e.a I .............. Itldl.v V n lury�,,,.y II• 11 TO VW"' Iwd dlhTl IN I,.V fll,:m rvi VUVo 1PiYl,.11l I Il lA lANk"I'.p,TV II7VT I M°'V'IVL Iv II V''I!.I"61 Yi j VPDI' xYll::l;^ Itii111V I%V4',t IfA,IvdI7YY Iid IAP�NY'k OU111IVI IAMP'::NA'II' 1FRM,i H CICI It INCIN cep'ANT(Nfl"NYPV'0�4. V H IIII%FI.IIN'0 'N MM1ENT 17 IH la SbIll-4 II Il 0 Wfiill,'H I VI';Y "LT TH .A VI: MI I'I IIt4 ISSHE11 A VMAI, pRTAAIN III* N IIMMUT M I71DFIIN,W YHtl II a;AI..Ica,III aI`I'Ii,vu v irio::d in ilrl Ircr Tu;T ALT If80_��TU'IAMS k"I VA87NMI AI AI CONUM0101 OP i0.)('.'NI A GP n I'...IVNI IS nh R:1 VNI MAf IL"I MI':I.IN 1Tq H w JIAIEV II:,;1..��4IM, .&,'7Et .......vmlw�sry mwTwmlausa% _.._._,„Au�trmxTpceam..__ _ _➢.:vA,�nY!YpIP.FYk�°9.. ..... �Oap TpM:Fa slr'MLFIL�N'T#:M,9b o Mu A _-- huYSINg11Yh,Ixui,<AWBB'4aAA.l lalYw;i.A'Y _ n 4 71 INIV10001 te*., .f,fl XA !V Kif 41 I '.A I 0410 AN x T,,.IW_U &d 006'AI v n..fts'r rA I ovT w V N44000 ........... .. ................. ...... ............ ,......... I A0W%6NINIQFallik,%IIWINOtl OtlW ¢ F.rT 1 J[ W APPROVED BY RISK MANAGEMENT a I I 6 1 ,I:L AI gl,r, i! BV ..P" i" •F�. rA" Y)"I 4 — 'Y� DATE ". WAIVER NA YES Y .....,. �.... ......... _.,...a,,,, __ ,,,.7 ........�,�....... ....... ..,e,., A%ftSa&.ad.tl flML%NrvP 4VAtl4 wAuNounrv-i#w�Vps AVLs.#VlI nkLyJr1 MLafq W^%M0.I f14M1Aal1.5AA,.1NYngWV., I a aI.:'Ilrl A..,i .... .. ........... . .. _______,___ . _______ , I m f PI ✓ f f } ,f/.I4 — 4 nv_....}- -..O{.� ...� .... >a, Af�J�d Ili I,,r nlu_ f,ti- 1, 1,, .. M .e,. ..,,,,, ...., .... ......®od uveis�cAum u.I vre¢u,w oa IISMP&ttu,,,aD N;Y f%nMm.avosv%%r.vrstumrea NN aAM%tAlun ome.m,nawaamx a1 amnmo%w cwnrm�um. Nm,n�.omla o lomav r,oonr.low.vy -............ ........ r�aq x ante 9 6 lwll C......... ......... SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS PM41AII r1q ',J;,)tl„VNWIRVIC 'Y IIV, IIk'0.'AN'IIAI'I IIII W... ............W ...............�.,,,,,,,,,,,,,,,,,�.�.� . ✓.,.....woo. .... AI!Ib,oftN10.M IIf.PIAII511, %k A: Vr,N,O°m,u F'0.. `;d9fl41Iy NILDtlRKA PJ ARd IIAE":C_ 0 1988.2015 ACORD CORPORATION.All rights ra sawed. arnRn 9917a1FJDZl Th.annRn names anH Inns are—wall l ma iY of APnRn Page 3450 of 54 Name and Title of Contractor's Authorized Official Date Justin La Pompe, Chief Executive Officer 12/03/2024 AI l CERTIFICATE OF LIABILITY INSURANCE ,y0q,2024 v1�mMSUMAWW DATE 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: H the-certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must have ADDITIONAL INSURED provisions or be endoreed. N 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 endorser e„ PRODUCER CONTACT Hrl lnc.. NARX,. ..._ ill 5 Concourse Parkway .aQa L.awd. cor9tlactC219 �.e._ Suits 2150 .J3 .1 .. ...... .. ....... ., --- ,. Atlanta GA,30328 -.... INIVAIIRISIAIFOROINKICOIRAGS l..... Na➢Ce oaSURERA: I HscOXInsuranCgCDm n Inc _.t0200 ,. ...._�, m .. ..�,.........meeeeee... ..e.�.,.�........ .... INSURED SpdCs Island AAaintonars IJLC I�FIkV!FgRG- , 16120 Southwest 102nd Could _.- ..... Wall FL 33157 D➢sI RRo ......... ......... ......... ... .... .. IF COVERAGES CfRTI;ICATF NUMRFR• REVISION NUMBER: �.._m..�,,... ,,..�.....,_................_..._.... 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'r0 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 rSrs Aio BSaRPSdItZ.., -frt R1 nu aau iytllxuiu km YO1 rtrws Dv yrtpNReM1kCE ....m.HLV'kiSYp"0" - .. dada rqrjycr rca�tacuru osNireRae LrAal�.urce a 8, �,^I A1uAA-oAx.uau j# a➢r,T4uuI ffltr,11KH. LbvoA+'+1 ,4,1.... 5 107,0C1'(}' 1 _ Mreklrl xr>A,er A Y P103883A61I 09113Pk024 09113/2025�ipia.�usrr,au aatttbv Sill l.!nor,v 1.000000 A III.AAq REAl 1 1011,0T ASVIuis iN•R 1 frTUAI mA,A'`- uaIa»uT 52.00d1000 Dt 'Ro Ada T I"T��pa Ir•e� v°rpT'r� i �o +c 1 I t raxTl Sri aar Ad �2,000,tMf0,,,,, 1 YaLlim s •�• w T«A.b P ti A IIAr4idGWW"mIM6.:A L u IOwIVI ry AMVA'ONIgMRut,F R1kRMMA W'aY AIIITPb ry APPROVED RV RISK MANAGEMENT t ' Aav N�M1A%IP BY ..r .o- ^"�✓ IAtoDR YINJURY( 1 rnl a5 — - Av„krru+ aIT claur.rum DATE 12/3O '0a 4 uwa uuir nnuTulu m �r,1, AJIpRJ Ik _ mltBbl hUl+.a',L A VRIS WAIVER N/A YES_ j � AGAFdI&°41rc "b A I —o — 5 UMBRELU1lL1B ,mm•,��mm A'Cltl V]q TI ATII Iu1G IL 5 ....................... EXCESS LLAS 158dY+D FbtOuOWll fiu&TL. {q elgru uarnJ'aAnluyram $ .mw.. „. ,,,,q y... .,., I ...........y_� JFi^pH D 6 tl Aa V AFP'M'Buh N9 YA IERFCUTIVF ..r WORKER COMPENSATION _ ➢'tl Mr 4.fF ANO EMPI D'CEWS LpAa11rPN NfW vro'Af I.tlINiO�'F kVk.l491 .. .l$ fWf 0.Ak AaY aA@tl did n;,klidi9',fT± 11NIA .. VM nBuWwr V ViM't r ,^ 6 h C11 rIratiC I A I AAAI{,vT�1 ce Ado x gem. DESCRIPVRDN OG DPERAT9ONS f LOCMTWAWa f VF4PN'dEe(A&ORD 91f Y,As4aH➢anad Rmmsvkn ScP,adube,mag Nm mtargcNad H imura uyxcm de rmqulrmrY} Monroe CDunly BOCC is listed as additional insured tD the Cerneral Liability polley CERTIFICATE HOLDER CANCELLATION Monroe County BOCC 1100 Swil sk SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Key West,FL 33040 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. .._... .....W ... AUTHORIZED REPRESENTATIVE L 01988-2015ACORDCORPORATION.AllAghlorosotYed, ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD 3451 CERTIFICATE OF LIABILITY INSURANCE 11�11ATE 3111PaP"°u„w. p �rI1�N THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS 1 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 L REPRESENTATIVEOR PRODUCER,AND THE CERTIFICATE HOLDER„ IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the po11Icy(4os)roust have ADDITIONAL INSURED Provisions or he endorsed. It SUBROGATION IS WAIVED,Subject to the Ierm%and c'ondipbons of the policy,certain polcles may roquiIre an ondorsement. A statement on this certificate does PRODUCER not confer rights'to zho certificate holder in Ilaaro all such andofsomont�s(. __. .... " ... r.CUN1A4;r.. _. ""... "". ".".... 1 NAME I`eTyA A414�g a7 sT13J'.YYf)6"s11 Y4Ar9W6r7WuIVA4`.4ITD IS It.gJ 3fe%1 lu^L. _ ESTRELL.A INS 121 , FAX 16635 S DIXIE HWY.MIAMI.FL 33157 PHONE wr VA; r4wr uC. ,I°,r,Pl7 1 190 L 4.V 4.E uLz GA.?r"Jsaall ' 8'YAAN r(rn ruro�oaawrc;d,vw nr rsvv l�utiltlne Albu gs r Ps r I N°muuuPoER@ : AFIIOR'DMC P I,tlPo"u.RA'1:dll, NAJC E 3 rasadRsa HRER A V rrg essiv 4 NldrSS I111Ns lu once r"sugv0us ny iNfiMl I;IrT! 6dral Iys.AP4I rAnuu'u-rra,r,llll'u.INC _. [6 Y 20 w 93;N2wu V;eV, NPMY4AR!k 9&. INSURII:R IC '..INSURER F: COVERAGES CERTIFICATE 114UMBER; ma:4 REVISION NUMBER: W0 1 15 TV'U )O.IIVIII''e NIA[ IOVII',?: tl(1LVI.III_; 0 III p,;odW'4Ndc L US IILD 09V LQVV 16AV.1311 LN P3:Y„UEO I") VIOL 00'4S(,RFOa VNAI VICI AHOV0 1"0,R K. PUUCY I u RdO '.. oN+NIILI?"6IIIw'V'V Idv n'I"'JV+VTII- +4V`11 JuVN' AIVl IRW.:d':BVJR IwNll111'I,NW TI:NNI 10R u,ONlIPIn `W JN W ANY 6;'^,LIa'110AC11 QI," OV1011-R V 1OUAJ09V!,i lI'O ,L'lll'10 RC:5I1 II:V 'I"N,„N 614ACH NOS taR'.TWAC,110E MAY 8 nrPP1F0 OR MA, IPLR1°AOIPI Till, [y&ylL/' 4CF AI:Fq 0�DLII7 BY OVdllli V"00 01 S IVI-01VIN In SU11l9lECA w0i AU, 'hiP H-IRIwIS l)UV,1 0.V:OOCJO'6 All D(,;u;nIJL30II I(kPd53 1A SUCH G6 VIAKIFS IJ111IMN,SHl„V,10^d MAY BTAM1fti Olurhiiii m LAICI.I)BY 111A,D 01 A41!1,3S IWbAt:. AadBB„^rlrlaR' .. POLICY EF4 POLICY EXP LTR, TYPE OF INSII.IRANCE: INSID INVIV POLICY NUMBER LIMITS I ,. , ""..., gMMVDWVVVYI (MM nCJfYYW Y3�. VOMMEA"CI AIL tupiNERRAL LIABILITY h191 *qs;1 U101r Fdl F C I r I ,�e'aCIC i (It tietaLW �rT,�a,§Nn r1r� Md ,Ir - a aFp APPROVED BY RISK MANAGEMENT 1A,r f Wfk, ,ry ri Fi� BY.- V., A'"/ f k ,!IA 31..M�.,L,. "., �.",'` c.�'"a..,. dY OAT. 1 R/30/2024" ens rL" f"�610Y r(, WAIVER NIA_YES_ AUTOMOBILE LIABILITY N s It 9 4 I.i�.lfo-o 1011i%.. ( d n a u,IN f k N r 41 �nn f� P"JrPq�n NL.3' .+M1J ffY J I pal 69 1,1 Lr w1d 011, o;.,vn a IvNla JN a`d4 d 13 J<I II 412f Y J+ri IrN�V I..NIRRE0..1'_ALIAAa ,r,lx.r ',.. ',. P, Im(".LlfRtN"A �.,. , r a ,EXCESS L6%IB ✓I,o NA I}1,1n 7C r, ,;16"TIF A ! 04 U RE rl.lN1 ]N T Y"O111Ar,riHS COMPENSATION AND P ONP A k}h P OP G L.R g741 41"'r Iq LrvGd VI Pd (1 r AI9�,11 t IL rI R, I 64 'l 1 4 N11.'�47"I,I !��A i� ,e'tia,oa unpG 16 tIrI 'R f � m ,«t I 1 a1 tto 1 ,Y 1a 1 1M Y,"da lvnry l,,NMI °OE.".dCRIP'FION OF Cdl'CR,ATIONS t I OCAVIONS P VONCLES IACORO 10 Adnd+Ido—I a.h.*A.,—V kw Wftvd'r..d d inarero sp-a im r qul'odj CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN %Iku a1 "IIY AF1-"IT ACCORDANCE WITH THE POLICY PROVISIONS_ f tN(ol r a'�11, ,1 1 bAUTIflCffiITIe.`EO IYEIIVPSESENTAYIVE ®1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Page 54 of 57 3452 MONROE COUNTY,FLORIDA REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS It is requested that the insurance requirements,as specified In the County's Schedule of Insurance Requirements,be waived or modified on the following contract. Contractor/Vendor. gRLC0j$lflnd Maintenance ............. Proicct or Service: Exterior Painting at Marathon MCSO Substation&Courthouse Contractor/Vendor Address&Phone 16120 Sw 1020d Ct 305-297-0321 General Scope of work: and Mntin+ of the 1±,n.....o mCS0Su,,,,,,jo" -1 the"-rjjzon Courthouse P- 3 dic 1tCS d�..j Reason for Waiver orM(glificalto, The current aulo insurance,policy do"not meet the r"redlimilductoth.snLircco .jtc limitations of our existing Provider 1­1—Ihl il c b,-11 il-I is;_1wi i�7,,"—-—--—--— ._ __.!,_ n!h standard industry practucrs Policies Waiver or Modification will apply to: Automobile insurance 7" Sigmturc of ContractorlVend end Date: 12/4/2024� Al Not Proved Risk Management Signature. Date: County Administrator appeal: APPT0v4d'.—Not Approved: Date: Board of County Commissioners appeal: APPA)Vtd: Not Approve& Meeting Date: Page 12.aL,57 45 of 54 Page 3453 MONROE COUNTY,FLORIDA REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS It is requested that the insurance re(jairctnents,as specified in the County's Schedule of Insurance Rcquircractits,be waived or rnodified on the fifliowing contract. Contractor/Vendor: Spice Island Maintemmcc ............... Project or Service: Exterior Painting at Marathon MCSO Substation&Courthouse ContractorNendor Address&Phone 16120 Sw 102"1 Ct ------ .. ....................... ----------- ................ .......... General Scope of Work: 1.'Werior pressure wa-Aing and pisinfing ol lho�klmaffion MCSO Substation and the Marathon Courthouse .......... ............. I.............. _.a..........—-—--------------- ---------- Page 3 of the RFS document —--- -------- ............... Reason for Waiver orModification: Company has less than 10 employees ................................................. ......................... Policies Waiver or Modification will apply to: Worker Compensation and !RX -11111.......... ............................ ....... ----- .....................--................................................................. ........... ................. Signature of ContractorNcndor. ----------- ------------------ Date: l2N/2024 i"K,pproved: Not Approved Risk Management Signature: Date: County Administrator appeal: Approved:_Not Approved: Date: Board of County Commissioners appeal: Approved:—Not Approved: Meeting Date: Pa(,c 49-af 57 ........................ Page 52 3454 Outlook ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... .............. Re: Spice Island Maintenance W9 Form ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... .............. From Tecca La Pompe <Justin@spiceislandmaintenance.com> Date Tue 12/17/2024 7:33 AM To Morris-Jessica <Morris-Jessica@ Mon roeCou nty-FL.Gov> Cc suronnan@gmail.com <suronnan@gmail.com> CAUTION 3455 � SAM C, SMEE E,�"Ffie; Men u --- �. p rd� C�r�Y tlilY�di��ti«wl I' Collector 0 n r CO& u n t y BTExpreSSTM Email loaf rrr ed ! Thank YOU for applying for a �Monroe COUnty Bus nes "..ray Receipt and mnf i rt�iii i rigr' erna i I address. u will receive an canaiIl once your application has been reviewed. Ilp Teems of Ulse Ej Contac nroe Countv Tax Collector P , 3456 I11111111111111111111111111 MIAMI-DADE COUNTY - STATE OF FLORIDA N/A December 16,2024 MIAMFDADE LOCAL BUSINESS TAX RENEWAL 7275038 2024 -2025 APPLICATION RECEIPT:7563099 STATE# DBA/BUSINESS NAME: BUS.COMMENCEMENT DATE:02/22/2019 SPICE ISLAND MAINTENANCE INC SEC TYPE OF BUSINESS BUSINESS LOCATION: SER-LAW SERVICE BUSINESS OPERATING IN DADE COUNTY 1 OWNER/CORP. APPLICATION DETAILS SPICE ISLAND MAINTENANCE INC FEE AMOUNT C/O JUSTIN LA POMPE PRES Receipt Fee 30.00 PHONE# 305-213-3087 UMSA Fee 30.00 16120 SW 102ND CT Beacon Council Fee 15.00 MIAMI, FL 33157-3123 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 Transfer Fee 0.00 NAICS CODE: 561730 Doing Business without a License Penalty 0.00 Print Blocking Flags: Late Penalty 0.00 Collection Cost 0.00 Addt'I Doc Description: Certificate from FL Dept of Environmental NSF Fee 0.00 Protection Prior Years Due 0.00 Amount Recently Paid - 75.00 TOTAL AMOUNT DUE: 0.00 ................................................................................................................................................................................................................................................................................................................. To pay online go to https://miamidade.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 Business Tax A 25% penalty will be assessed to anyone found operating 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 16,2024 STATE OF FLORIDA LOCAL BUSINESS TAX RENEWAL 2024 -2025 APPLICATION RECEIPT:TATE#7563099 7275038 BUSINESS LOCATION: 7 + 7 5 6 3 0 9 9 + 2 0 2 5 OPERATING IN DADE COUNTY BUS.COMMENCEMENT DATE:02/22/2019 Scan to pay SEC TYPE OF BUSINESS OWNER/CORP. ❑' SER-LAW SERVICE BUSINESS SPICE ISLAND MAINTENANCE INC 1 APPLICATION IS HEREBY MADE FOR A LOCAL BUSINESS TAX RECEIPT OR PERMIT FOR THE BUSINESS PROFESSION OR C/O JUSTIN LA POMPE PRES ❑ ` OCCUPATION DESCRIBED HEREON.I SWEAR THAT THE INFORMATION IS TRUE AND CORRECT. SPICE ISLAND MAINTENANCE INC C/O JUSTIN LA POMPE PRES 16120 SW 102ND CT SIGNATURE REQUIRED SEE INSTRUCTIONS ABOVE MIAMI, FL 33157-3123 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 7000000000000000000000007563099202500000007500000000000007 3457 Request for Taxpayer Gfve Form to the Form W=9 Idencation Number and Certification requester. Do,not, (Rev.Octobv-P01 8) send to the JR& Deparin the Treasury te"r Z of ua K"L - neven ServIGe Go to www.io's.gov/Fonn,W-9 for instructions and the iatest information I Name(as shown on your inporno tax return).Narne Is requirac9 rrn We fine;do not leave thIs hne blank. Justin M. La Pompe 2 SmIness name/dIsrogarded erdfty name,Pfdlfferent frorn above Spice Island Maintenance, INC �4 5xerniations(codes apply onty a, 3 Check appropriate box?or federal tax dasstfication of the person whose name isentered on Nne'l,Check only one of Vie . to 9 following seven boxes, certain entilles,not in,divldualr�see 0- instrucilons en page 3): 5 IndivIdu0sele proprietol'or [I G Corporation 3 Corporation Partnership 0 TrUst/estat- sin gle-member LLC Exempt payee code(9 any) Limited liablifty company.Enter the tax cmporation,9-3 corporation,P-PartnorMAP)P" Note:Check the appropriate box In tha line above for the tax classification of the single-maniber owner. Do not check is -mpbon frorn FATCA roporfing LLC If the LLC is classified as as shig le-mernbar LLG that Is disregarded from the owner unmss tho owner gat the LLG W Code add any) U.S.federai lax purposes,Otherwise,a sirrglP-Membnr U-0,thal another LLC that Is not k1sragarded fro�m the owner for is cifsregarded VOITI the ownershot9d check the appropriato box for the tax classitication of Its owner. .5 Other(see kistructlons) Rvjuestar's name and address(aictlona�) -t�A�cjdross fn-iA�mr,str�eatand��p—t Se,0, 16120 S.W. 102nd court -i—Cit—V,jt-We­,and ZIP�codo ­-- Miami, FL 33157 7 List account number(e)here(aptIonsj) ty Y 11 JU U1 IM Mb be er r 1'i r tch the 11ame given �IW to�evold 7:�G�RiBlf eourfty number(SSN), However, for a otions for Part 1,later,For other e a !POSENnot h�avinum:ber,see ti3w to get a 01 1= TIN, later, OV, Note If the account is In more than one name,see the instructions for line 1. is see Wilat Name,and F-Wp—loyar—fdantffica m tWn nuber Number To(:;jv&ftle Feat ire for guidelines on whose number to enter. _[ -F-55LL 17, 1 6- 4 6 6 Undor perialties of perjury,I certify that: ,I,The nurnber shomi on this fOrM is my correct taxpayer identRICation number(or I am waIting for a nurnber to be issued to me);and 2.1 arts not subject to backup withholding because:(a)I agil exempt from backup wlthhoiding,or(b)I have not beers notified by the Interrial Revenue Service(IRS)that I awn suLluct to backup Withholding as a result crf a faitura to report all Interest or dividands,or(c)ft 1116 has notified me that I am no longer subject to backup wlthholding;and 3,1 RM a U.S.ritiZon or other U.S,person(defined Wow);and 4,The FATCA code(s)entered on this form Of any)indicating that I am exampt fronts FATOA rePortirig Is coffect. certifimAiOn instructions.You must cross Out items 2 above If you have been notified by the IRS that yeu:are curreritty subject to backup withholding because you have failed to report all Interest and dividends on your tax return,For real&9tate transactions.item 2 does not apply.For mortgage Interest paid, acquisKion or abandonnwot of sewer property,canceiiatlon of debt,contributions to an indivIduai retirement arrangement(IRA),and generally,payments other than Interest and OAdends,yet-amps' fAmquired'to sign ilia 00ttification,but you must provide your correct TIN,See flee instructions for Part 11,later; trmmt�rr U.S,person �' Ihoss�fmm'at Gicameral Insttru;ii a Form 1099-�DIV(dMdeqds,including ocks or mutual funds) Section references are to ttia Internal Revenue Oode unless allierwise a Form 1 ow-m[Sc(various types of inuorrie,prizes,awards,or gross noted. procends) Future developments.For the latest Information about developments *Form I cqq-B(jlaclt or mutual fund sales rind certain other related to Form,W-9 and im insttur;Uons,such as iagislation enactod transactions by brokers) after they were published,go to www3rs.gov1FbrmW9� a Form 1099-S(proceeds front real estate transactions) PUrPOSS al: Form -Forrri 1099-K(merchant card and third party network transactions) An Individual or entity(Form W,-9 requester)who Is required to Mlle an -Form 1010(home mortgage tnterest),1098-E(student loan intereQ, information return with the IRS must obtain your correct taxpayer 1098-T(tultton) Identification number(TIM which may be your social security number Form Ti 099-C(cancelad debt) (88N),Individual taxpayer idwitification number(111m),adoptlon Form 1099-A(accitfisition or abandonment of secured praperty) taxpayer identification nUMber(ATFNI),or employer Identification nUrnbey (Flip),to report on an iniorrnaWn retum the amount paid to you,or other Use Form W-!9 only If you are a U.S.,person(including a resWent amount reportable on an friformation return.Examples of information alien),to provide your contact TIN. returna,Include,but are not limited to,the following. ff you do not rattan Form YV-9 to Me MW0,0er yAdth a TIN,you miglif Form 1099-1 NT(interest earned or paid) be subject to backupwithholding, Soo What Is backup withholding, later, Cat No,M23IX Form W-9(Rev,3458 .IvllS11_rIN r1 { ,_I,I RA1110I^J4" y � F rr LLeIFLjdrron nlI o "liivisdo n f.A C 1rlF&.YL % / Sr.arfjhn lRecnirch,' / Sewf.. �p L Y V'"'r e II[; -t iiilll 11by Entlii-ty Naime Florida Profit Corporation SPICE ISLAND MAINTENANCE,INC Filing Information Document Number P18000019330 FEI/EIN Number 82-4665766 Date Filed 02/27/2018 Effective Date 02/26/2018 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 03/09/2021 Principal Address 16120 S.W 102 COURT MIAMI, FL 33157 Mailing Address 16120 S.W 102 COURT MIAMI, FL 33157 Registered Agent Name&Address LA POMPE, JUSTIN M 16120 S.W 102 COURT MIAMI, FL 33157 Name Changed: 03/09/2021 Officer/Director Detail Name&Address Title CEO LA POMPE, JUSTIN M 16120 S.W 102 COURT MIAMI, FL 33157 Annual Reports Report Year Filed Date 2022 04/29/2022 2023 04/29/2023 3459 2024 04/30/2024 Document Images 04/30/2024 AININIJAIL REAPOIR 11 Vll mk unimp,, in lPIDIF hlrirmA ................ 0412912023 AININIJAIL REPORT Vlfw innage,iun IFIDIF hinrnall ............... 04/29/2022 AININI,UVII IIRIEIIPOII211 Vll,,w iinnaealan iur PIDIF roiriima� ................ 03/09/2021 RIEUMSTAI IEIIMIEINIF Vltnk limnage in PIDIF foirirna� 03/1,5/2019 AININI,UVII IIRIE11:1011FIll Vh-m iririiagr,-., in PIDIF roirirna� ................ 02/27/2018 Dointsl[lic PiroN View lirironere, in PIDIF farimall 3460 ATTACHMENT A CORONAVIRUS STATE AND LOCAL FISCAL RECOVERY FUNDS FINANCIAL ASSISTANCE AGREEMENT Page 48 of 57 3461 0MIR Appro ed No. 1-50.5-0271 I'Apiration Date: 11 130,'202 1 U.S. DEPARI NIENTOt 'I HLI KEASl.JKY DDRONA'VIRUS STATF.AND LOCAL FISCAl.RFCOVERY FU\DS Recipient name and address DL\S Number:073876757 V.1onroe County.Board ofCommissioners Taxpayer Identification Number:596000749 1100 Simonton Street. Room 2-213 As,,istancc Listing Number andTitic:21.027 Key West,Florida 33040 Sections 002(b)and 603(b)ofthe Social SecuritY Act(the Act)ats added by section 9901 of the Ainericari Rescue Plan Act,Pub. L No. 1 l7-2(March 11,2021)dtationzes the Department ofthe Treasury(Treasury)to make paments to ceftain recipierfts from the Coromwlrus State Fiscal Recovery Fund and tile Cortmavirus lmcal Fiscal RCCOWIN FlIndr Recipients hereby agrees,as a condition to receiving SLICII payment From Treasury,agrees to the terms attached hereto. Recipient. IDi,itall,sa,ned by Tina Boan Tina Boan IDat,e:2022,08,02 0911:02 -04'00' Authorized Represelwaive Signature(above) Autfiormcd Represe.inatwc Name Tina Boan Authorized Representitive Fitle: Senior Director Budget&Finance Date signc& L:S, Depatiment of'the I'reasurv, Auflio6zed Representative Signaturc(above) Authorized RepresentaiveName. Jacob Lcibmillft Authorized Representative4ale: Chief'Recovery C),fi-icer,Office of'Recovery Programs Date Signed:: May l4,2021 TlO,PE.RWORK RF,Dl,TCTlQN ACT N0TJCF,' The i nCrA mauoncollected will be,used f'orthe I I S (ioverninentto parr wes mjutsts 1,61 sup,pOrt.The eSUMMOd hLg den associated voh tans CoHection or information is 15 minutes per response Com mcnu soncerning the accmucy of this burden estimate and sug cstions for reckwv ng this burden ShOUld 1w. ciiree-ted to the office of Privacy,Transparenq,andRec%wds.Department ref the Treasury. 1500 PennsyMmia Iwe,N.W.,Washington,D C.20220,DO NOT send the fomi to ffiz address. ',m agoicy mnly not Con duct ol'SyOMCII',Mid a person IS WX NcJU:Ircd to respond to.a eejlloctj45fl ofull"xinaL1011 tholm adKspLivs a%and C0111101 MMbct assigned ty;OP.013. Page 49 of 57 3462 U.S.DEPARTMENT OF THE TREASURY CORONAVIRUS STATE FISCAL RECOVERY FUND AWARD TERMS AND CONDITIONS 1.Use of Funds. a. Recipient understands and agrees that the funds disbursed under this award may only be used in compliance with sections 602(c)and 603(c)of the Social Security Act(the Act)and Treasury's regulations implementing that section and guidance. b. Recipient will determine prior to engaging in any project using this assistance that it has the institutional,managerial,and financial capability to ensure proper planning,management,and completion of such project. 2.Period of Performance.The period of performance for this award begins on the date hereof and ends on December 31,2026.As set forth in Treasury's implementing regulations,Recipient may use award funds to cover eligible costs incurred during the period that begins on March 3,2021 and ends on December 31,2024. 3.Reporting_Recipient agrees to comply with any reporting obligations established by Treasury,as it relates to this award. 4.Maintenance of and Access to Records a. Recipient shall maintain records and financial documents sufficient to evidence compliance with sections 602(c)and 603(c),Treasury's regulations implementing those sections,and guidance regarding the eligible uses of funds. b. 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 Recipient in order to conduct audits or other investigations. c. Records shall be maintained by Recipient for a period of five(5)years after all funds have been expended or returned to Treasury,whichever is later. 5.Pre-award Costs.Pre-award costs,as defined in 2 C.F.R. §200.458,may not be paid with funding from this award. 6.Administrative Costs.Recipient may use funds provided under this award to cover both direct and indirect costs. 7.Cost Sharing.Cost sharing or matching funds are not required to be provided by Recipient. 8.Conflicts of Interest.Recipient understands and agrees it must maintain a conflict of interest policy consistent with 2 C.F.R. § 200.318(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-through entity,as appropriate,any potential conflict of interest affecting the awarded funds in accordance with 2 C.F.R. §200.112. 9.Compliance with Applicable Law and Regulations. a. Recipient 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.Recipient also agrees to comply with all other applicable federal statutes,regulations,and executive 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 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(SAKI),2 C.F.R.Part 25,pursuant to which the award term 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 term set forth in Appendix A to 2 C.F.R.Part 170 is hereby incorporated by reference. iv. OMB Guidelines to Agencies on Govemmentwide 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. Page 50 of 57 3463 v. Recipient Integrity and Performance Matters,pursuant 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 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. c. Statutes and regulations prohibiting discrimination applicable to this award,include,without limitation,the following: i. Title VI of the Civil Rights Act of 1964(42 U.S.C. §§2000d et seq.)and Treasury's implementing regulations at 31 C.F.R.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. §§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. §794),which prohibits discrimination on the basis of disability under any program 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 in programs or activities receiving federal financial assistance;and v. Title II of the Americans with Disabilities Act of 1990,as amended(42 U.S.C. §§ 12101 et seq),which prohibits discrimination on the basis of disability under programs,activities,and services provided or made available by state and local governments or instrumentalities or agencies thereto. 10.Remedial Actions.In the event of Recipient's noncompliance with sections 602 and 603 of the Act,other applicable laws, Treasury's implementing regulations,guidance,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 case of a violation of sections 602(c)or 603(c)of the Act regarding the use of funds,previous payments shall be subject to recoupment as provided in sections 602(e)and 603(e)of the Act. 11_Hatch Act 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.False Statements.Recipient 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 available by law. 13.Publications.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 FAIN]awarded to Monroe County Board of Commissioners by the U.S.Department of the Treasury." 14.Debts Owed the Federal Govenmment. 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 Treasury to be subject to a repayment obligation pursuant to sections 602(e)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 51 of 57 3464 15.Disclaimer. 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,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 this award or any contract, or subcontract under this award. b. The acceptance of this award by Recipient does not in anyway establish an agency relationship between the United States and Recipient. 16.Protections for Whistleblowers. 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 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. Recipient shall inform its employees in writing of the rights and remedies provided under this section,in the predominant native language of the workforce. 17.Increasing Seat Belt Use in the United States.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 personally owned vehicles. 18.Reducing TextM_essaging While Driving.Pursuant to Executive Order 13513,74 FR51225(Oct.6,2009),Recipient should encourage its employees,subrecipients,and contractors to adopt and enforce policies that ban text messaging while driving,and Recipient should establish workplace safety policies to decrease accidents caused by distracted drivers. Page 52 of 57 3465 OMB Approved No. 1505-0271 Expiration Date: 11/30/2021 ASSURANCE OF COMPLIANCE WITH CIVIL RIGHTS REQUIREMENTS ASSURANCE OF COMPLIANCE WITH TITLE VI OF THE CIVIL RIGHTS ACT OF 1964 As a condition of receipt of federal financial assistance from the Department of the Treasury,the Monroe County Board of Commissioners(hereinafter referred to as"the Recipient")provides the assurances stated herein.The federal financial assistance may include federal grants,loans and contracts to provide assistance to the recipient's beneficiaries,the use or rent of Federal land or property at below market value,Federal training,a loan of Federal personnel,subsidies,and other arrangements with the intention of providing assistance.Federal financial assistance does not encompass contracts of guarantee or insurance,regulated programs,licenses,procurement contracts by the Federal government at market value,or programs that provide direct benefits. This assurance applies to all federal financial assistance from or funds made available through the Department of the Treasury, including any assistance that the Recipient may request in the future. The Civil Rights Restoration Act of 1987 provides that the provisions of this assurance apply to all of the recipient's programs, services and activities,so long as any portion of the recipient's program(s)is federally assisted in the manner proscribed above. 1. Recipient ensures its current and future compliance with Title VI of the Civil Rights Act of 1964,as amended,which prohibits exclusion from participation,denial of the benefits of,or subjection to discrimination under programs and activities receiving federal funds,of any person in the United States on the ground of race,color,or national origin(42 U.S.C. §2000d et seq.),as implemented by the Department of the Treasury Title VI regulations at 31 CFR Part 22 and other pertinent executive orders such as Executive Order 13166;directives;circulars;policies;memoranda and/or guidance documents. 2. Recipient acknowledges that Executive Order 13166,"Improving Access to Services for Persons with Limited English Proficiency,"seeks to improve access to federally assisted programs and activities for individuals who,because of national origin,have Limited English proficiency(LEP).Recipient understands that denying a person access to its programs, services,and activities because of LEP is a form of national origin discrimination prohibited under Title VI of the Civil Rights Act of 1964 and the Department of the Treasury's implementing regulations.Accordingly,Recipient shall initiate reasonable steps,or comply with the Department of the Treasury's directives,to ensure that LEP persons have meaningful access to its programs,services,and activities.Recipient understands and agrees that meaningful access may entail providing language assistance services,including oral interpretation and written translation where necessary,to ensure effective communication in the Recipient's programs,services,and activities. 3. Recipient agrees to consider the need for language services for LEP persons during development of applicable budgets and when conducting programs,services and activities.As a resource;the Department of the Treasury has published its LEP guidance at 70 FR 6067.For more infonnation on LEP,please visit httn://www.len.¢ov. 4. Recipient acknowledges and agrees that compliance with this assurance constitutes a condition of continued receipt of federal financial assistance and is binding upon Recipient and Recipient's successors,transferees and assignees for the period in which such assistance is provided. 5. Recipient acknowledges and agrees that it must require any sub-grantees,contractors,subcontractors,successors, transferees,and assignees to comply with assurances 1-4 above,and agrees to incorporate the following language in every contract or agreement subject to Title VI and its regulations between the Recipient and the Recipient's sub-grantees, contractors,subcontractors,successors,transferees,and assignees: The sub-grantee, contractor,subcontractor,successor, transferee,and assignee shall comply with Title I7 of the Civil Rights Act of 1964, which prohibits recipients offederal financial assistance from excluding from a program or activity, denying benefits of,or otherwise discriminating against a person 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 UI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this contract(or agreement). Title T7 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 H regulations, 31 CFR Part 22,and herein incorporated by reference and made a part of this contract or agreement. 6. Recipient understands and agrees that if any real property or structure is provided or improved with the aid of federal financial assistance by the Department of the Treasury,this assurance obligates the Recipient,or in the case of a subsequent transfer,the transferee,for the period during which the real property or structure is used for a purpose for which the federal financial assistance is extended or for another purpose involving the provision of similar services or benefits.If any Page 53 of 57 3466 personal property is provided,this assurance obligates the Recipient for the period during which it retains ownership or possession of the property; 7. Recipient shall cooperate in any enforcement or compliance review activities by the Department of the Treasury of the aforementioned obligations.Enforcement may include investigation,arbitration,mediation,litigation,and monitoring of any settlement agreements that may result from these actions.That is,the Recipient shall comply with information requests, on-site compliance reviews,and reporting requirements. 8. Recipient shall maintain a complaint log and inform the Department of the Treasury of any complaints of discrimination on the grounds of race,color,or national origin,and limited English proficiency covered by Title VI of the Civil Rights Act of 1964 and implementing regulations and provide,upon request,a list of all such reviews or proceedings based on the complaint,pending or completed,including outcome.Recipient also must inform the Department of the Treasury if Recipient has received no complaints under Title VI.. 9. Recipient must provide documentation of an administrative agency's or court's findings of non-compliance of Title VI and efforts to address the non-compliance,including any voluntary compliance or other agreements between the Recipient and the administrative agency that made the finding.If the Recipient settles a case or matter alleging such discrimination,the Recipient must provide documentation of the settlement.If Recipient has not been the subject of any court or administrative agency finding of discrimination,please so state. 10. If the Recipient makes sub-awards to other agencies or other entities,the Recipient is responsible for ensuring that sub-recipients also comply with Title VI and other applicable authorities covered in this document State agencies that make sub-awards must have in place standard grant assurances and review procedures to demonstrate that that they are effectively monitoring the civil rights compliance of sub-recipients. The United States of America has the right to seek judicial enforcement of the terms of this assurances document and nothing in this document alters or limits the federal enforcement measures that the United States may take in order to address violations of this document or applicable federal law. Under penalty of perjury,the undersigned official(s)certifies that he/she has read and understood its obligations as herein described,that any information submitted in conjunction with this assurance document is accurate and complete,and that the Recipient is in compliance with the aforementioned nondiscrimination requirements. Recipient Date Tina Boan oa'aa'zo,,E oev 9'ogB40% un, Signature of Authorized Official: PAPERWORK REDUCTION ACT NOTICE The information collected will be used for the U.S.Government to process requests for support.The estimated burden associated with this collection of information is 15 minutes per response.Comments concerning 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,1500 Pennsylvania Ave.,N.W.,Washington D.C.20220.DO NOT send the form to thus address.An agency may not conduct or sponsor,and a person is not required to respond to,a collection of information unless it displays a valid control number assigned by OMB. Page 54 of 57 3467 ADDITIONAL QUOTES FOR Exterior Painting at Marathon Courthouse 3117 Overseas Highway, Marathon and Marathon MCSO Substation 3103 Overseas Highway, Marathon 3468 Proposal New Life Painting&Home Improvements November 23,2024 701 Spanish Main Drive #388 Cudjoe Key, FI 33042 NLPandHILq)gmaiI.com To: J.T.Null-Monroe County Public Works Re:Court House/ Clerk of the Court Marathon, FL 33050 Null-JohngmenroecouiLty-fl.go 305-850:93-99 DESCRIPTION AMOUNT Project Scope $ 23,000-00 • Pressure wash exterior of Courthouse and Clerk of the Court buildings • Perform minor stucco repairs as discussed on Courthouse walls • Apply two coats Sherwin Williams Loxon XP exterior paint: white on fascias, soffits and other trim;body color on stucco to match existing * Apply one coat Sherwin Williams SuperDeck solid stain to match existing to decks and handrails on both sides of Courthouse(composite components excluded) * Address rusted metal, prime and paint steel exterior doors with Sherwin Williams Sher-Cryl primer and Pro-Cryl exterior paint to match existing New Life Painting to provide labor,materials(as per above,licensure and insurance Total Proposal $ 23,000.00 THANK YOU FOR YOUR BUSINESS! 3469 Proposal New Life Painting&Home Improvements November 23,220224 701 Spanish Main Drive #388 Cudjoe Key, F133042 NLPandHI«gmail.corn To: J.T.Null-Monroe County Public Works Re:MCSO -Marathon Sub-Station Marathon, FL 33050 NuII,Iohn«monroecou=-fl._ov 309-8 o-c�3� DESCRIPTION AMOUNT Project Scope $ 22,000.00 * Pressure wash exterior of the Sheriff s sub-station * Sand to prep and apply one coat Sherwin Williams Superdeck solid exterior wood stain to all wood window louvers * Apply two coats Sherwin Williams Loxon XP exterior paint: white on fascias, soffits and other trim;body color on stucco to match existing * Prime one portable metal shed with Sherewin Willim Sher-Cryl ptimer;apply two coats Sherwkn Williams Pro-Cryl exterior paint to match existing colors * Metal handrails are excluded,as discussed New Life Painting to provide labor,materials(as per above,licensure and insurance Total Proposal $ aa,000.00 THANK YOU FOR YOUR BUSINESS! 3470 Monroe County Purchasing Policy and Procedures ATTACHMENT D--'; COUNTY ADMINISTRATOR CONTRACT SUMMARY FORM FOR CONTRACTS $100,000.00 and Under Contract with- Andrew Baker Ph[ Contract 4 Effective Date: November 25, 2024 Expiration Date: December 19,2024 Contract Purpose/Description: SpeAkerfor the 16th Annual Climate Summit,speaking on December 17,2024, Contract is Oritzinal Agreement Contract Amendment/Extension Renewal Contract Manager: Rhonda Haag 8774 26 CONTRACT COSTS Total Dollar Value of Contract: $ 1,150.00 Current Year Portion: $ h, 150 Q0 (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the Not d s,Kod,wadd:�Ns. is Budgeted?Yes❑■ No ❑ Grant: $ County Match: $ Fund/Cost Center/Spend Cate of : 001-0,505,1 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: Not applicable (Not included in dollar value above) (e.g. maintenance,utilities,janitorial, salaries,etc.) Insurance Required: YES ❑NO 0 CONTRACT REVIEW Reviewer Date In Rhonda Haag Dig,la l ly signed by Rh onda H aag Department Head Signature: g Dale:2024.1223152033-05'00' CCounty Attorney Signature: Joseph X. DiNovo Digitally by Jo se ph XD5'00'UN— ounty Date'.2024.12 26,2:13:21-OS'00' Jaclyn Flatt Digitally signed by Jaclyn Flatt Risk Management Signature: Date''2024.122h 12:4930-05'00' Purchasing Signature: Julie E. Cuneo Digitally Julie E.Cuneo Date'.2024.12.2fi,5:3fi:44-O5'00' Digitally signed by John OMB Signature: .John Quinn Quinn Comments: 16:17:22-05'00' Revised BOCC 4/19/2023 Page 84 of 105 3471 AGREEN11"N'T HFAWEEN ............ MONROF ('01 N"I N" BOARD OF COCATY COMMISSIONEAS ........................... A N 1)R FW 13 A K ER TO SIIFAK A"I CIANIATE LEADERSHIP SUNI'MIT I his A-reement is made and entered into this 25th day ol'November 2024, between MOMMF C()(A VY, FLORIDA ( -C(-)UN l'Y"). a political SU[)(liViSiMl Of file State 01' Florida- wh(')SC address is 1100 Simonton Street, Kev West, FlOridil 33040. and Andrcok Baker I � (-SPl,'AKF'R-) whose address is 2955 1 uca'\a m on I I ' M'kit� � da '3 , WHEREAS. the ()UNl'Y desires to have the SlITAKEA present as a panelist at the 10) AnrlUal Recional Climate leadership SUMnlit, hereinaller rel'erred tagaS the -'SUMnlit", ire Kev est on December 16-1 8�, and WHEREAS, it serves a Public PLII-POSC for the COUN YY to host the SUIT1111 it, LIS a 1"CAir CC)Ullty Compact "( ompact", to protect Public infrastructure, property, water reSOUrces, natural areas and native species, and basic duality ot'life; and WHEREAS. the SI'l"AKI',',R has agreed to present at the SUMMiL NOW TIIEREIFORE, IN CONSIDERDA"HON oil* the MLIW�ll promises and co,,enants contained herein, it is aoreed as 1ollovvs: C- 1. THE AGREEMENT. The Agreement consists ofthis d0CUrnent, anti its exhdiits onk 2. SCOPE OF' WORK. SPFAKFIR a-recs to speak at the SUmmit, as rVqUCSted b% the 1,,"N FY, the speaker shall provide an onsite presentation approxirnateiy 12 fm'nutes in Qength and shall provide as coply of the presentation to the County t\N(,) vviceks in advance ofthe event, Speaker agrees to allovk the County to post the presentation and recorded vndeo of the presentati(ji (.),I the county and Summit vvebsites. 3. COMPENSATION AND PAYNIENTS TO SPEAKER" The C I Y sh.IH pay 0'lle Sill"AKF'R the klMil ',Lllll 01' OnC ThQLl',;and, ('.)tlC HUndred. ljilk Dcdlars 4, i l.i() M) after ffi� event. InvOices alust, he submitted to the Clerk with supporting doCU11MILWon acck:[)tahle uo the (::lerk, lo thew Clerk is based on oeneralk ulccepteof accol"miklo and suk:h and t'e"Lflatiolls as rnaa oovern the CkTk", dki)M'Sall Of IUMIS, I i eu.t, shfll he fW addition'd CXimi"es kw per (fiewl or min other e\pcnses' a" the) mQ lflcluded in the stated toad Compensatioll. Pa"plent lo [lie, SPF-AKi"R Sjjffl he IMIRIC 11), 1 Y JH01' 01C SLMIMiL SIT AKA :R sh'IH "Ul'vlk to ("(A"NTY qhe imo�ck: xtachu�d to Ulk i RA( 1 1" IAhfl)it "A" No PI�mem sh dl Pie am& llt'the sreaL,,r docs clot "Peak or i6'dle CvCllt k caoo'eHed due to COMfition" Page ) 3472 Voices "M he pAd in accudmee "kh Te FkvWa PocLjl Act, (Section 218 70 ct, seq. Flodda Statutes), did L.AKFR shall SUbinit inWes to the WMI Wh wipponirig AtcurnentatAn that is acceptable to the Wfice of Nforinve OWY Oerk and ComptroWer (Clerky Acceptability U) the (Ink is based on gener,,ffl� accepted aCCOLWO�)�' pHncQdes and such Wc Ms, and reguladoin as may govern the Clerk's disbursal orl"Ondy, 4. MAINTENANCE OF RECORDS. SPFAKFR shall mountain A MO. records. and dOCLHncnN diwcdy penAwnt to perbrinance under this Agreement in accordance �Aith o gencrally accepted accoundn.g principles consistently applied. J�ecorcls shall he retained i6r as pedod of seven (7) years from the termination or this agreement or in accordance v%Ah the State of Morida retention schedules records-schedules/'), \\Iiiclle\,cr is greater. Fach party to this Agreement or WS aUth(wized representatives shall hine reasonable and Omen' aCCCSS to Such records ofeach other party to this A.g.reement for public reCOrdS purposes during the tern of the Agreement wind Wr the applicable retention peHod Allo%ing the termination of this Agreement. 5. 1 TERM OF JGREENIENT. This Agmernog shall commence on No%cinbcr 25, 202T and end December 19. 2024. 6. HOLD ILUTA/11LESS AND INDEMINIFICAcrion SPEAKER covertanN and agracs lo indeninify, and hold harmless COUNTY and the CO(JN FY's elected and appointed of'flccrs zind employees from any and all clWms Or bodily injury (including death), persomd ifljUf�q;, and property damage (including property o"ned by M0111-00 COUnty) and any other Wes, damages, wind expenses Oncludhg aintomey's fees) which arise out or, in connection or by reason of services provided by SPEAKER occask)ned by the negligence, emors, or ober %nmghd acts or ornksion ofSf)F`,AKF',R, its employees, oi-agents. 7. l 1 ,I; C, 1 0 t UN D I,I ,N D E N T (0)NT At all times and Ni r aH PUrpOSQS Urn,lel this agreement SPEAUR is wan independent contractor and not an employee ot,the Board of Counl� commisswers or kWnnw (Wunj (BOMI 'No statement contained in this ag,,rQcn)ent shaH be c(mmed so as to find MAKER (w any of his empklees, subsnunicuim, servants, or agents W be employees of We HMC 8. ASS I GIN-Vi FLCA ,.T. SMAKIT AM ma Wpi tw wh"mnuct its obligations under this agi-cernem h) other, except in "Whag and %0h the prWr nQuen typroval 01he W(V and SPEAKER. MY& Wpro%A MAI be suNco to nwh com%mn and pan Ums as the FH)CC may dearn nec,"ary.1 hk paragraph AM be W(wporated b; rellerenco hito aq assignment m- subcwyact and any assignee or suhcontl'Actor shall imnlpfy �Oh aH or the provkkats of this agreement. Wdess expmnsi; proOded Ar herein, stwh appRi%al shall in no manner or event, be decn,nQd to inipose an) addkional My kin upon the MXV, (q, it, its LINOCKry principles and empki)ces. presenth We in, inuntand WH acquic m; Wwreq, uhhur Two (w ir"JAct, Hich "(mid conAt in an) umnner sOh the rnjuNd b; this cmract. as pnn Wcd in Sectkin 1 12. U 1, A, "x[, F Wida 10mle,, I CXCOWN01 OrINS LOMrWW and themak, as changes ntq raphn, We WAKI R no! MIRK track PaRe 2 3473 )t "s of a nN t1na n ci,l I interest Crest, It Illa\ II aye III �I I)N and a H pIolgraln', in N I onroc C oun M I the SP� H�AK ponors, endorse,, rccomniends, super�,Jsc , or requk-cs f'(W c(mi CHI evaluation, or treatment. ] his provision shall <lppi,,, or [lot SUCh 1%-,quired by statute. as .1 condition ol'probation, or is provided oil as voluntary bask, M ENIPLOYNIENT OR RETEN HON OF FORNIF'R COLATY ()JA10ERS OR EMPLOYEES. SITAKI:,R warrants that, he has not enipdoy ed, retained or othem iSe 11,1d act MI Ills behalfarlN, l6rill er C,ou rity" o Ili cel- oi- ern p lo%cc in violation ot'Sectiol12-149, Monroe County Code cat`Ordinances or any COUrity ol'11cer or employee I,,, violation of Section 2-150, Monr(w County ("ode of' Ordinances. For breach or violation ol' dais provision the County nla,�, in its discretion, terminate this contract without liability and may also, in its dkcrction, deduct k-0111 the contract or purchase price. or other\kise recover the I'Lill 11TIOUnt M' ,AIIV 1eQ. COIIIP`IiS,KMw percenta0e, gift. or consideration paid to the lOrnier Cmunty offiw- or cmpion ec pursuant to SUbsection 2-1 52(b), Nlonroe County Code ol'Ordiriances, It. NO PLEDGE OF I"REDIT. SPLAKE.'R Shall not pledge the Mt,""I'VS credit car make it a I'Llarantor of payrnent or surety flor any contract, dQbt, obligation, judgment, hcm, or am COrni of indebtedness, SITAKI"R further \,karrants and represents that he has no obHuanorl or indebtedness that, kWUld impair its ability to fulfill the terms oCthis contract. 12. TERNUNATION. The COUNTY or SITAKF"R may ternflnatc this A­reement �s ithout cause with seven (7) day' notice to the other party. If SPFAKFIR termiriaws, prior to the SUMMit, lie a-rees to fort'cit any and all compensation. 13. GO VIA;RNING LAW, VENUE, INTERPRETA"ll-K),N C(PS rS .kSl) Ff'E S, VII u s _z 1 1 1 A--reement, shall be governed by and COIlStl-Lied in accordince v\ith the Lms (,fl* the ",,tatc M' 1:iorida: the COUINT�111 and SPLAKEA agree that VerILIC rkill HC ill the Lipll['Offiak: COLIN or the appropriate administrative body in Monroe County, Florida. 14. PRIVILEGES AND IMMUNITIES. All of' the [ViVile"CS and kTIMLH66e,, Crom hab'Ihty, exemptions froin lac,ys, ordinances, and nfles and pensions and rehct,. c,H,,andO, worker-,' compensation. and other hencl'its Mich appk to the aactrvuty of offlcers, &_,cnts, rau eMj)k,ACC1, Of'JM, [)UhHC a�Icrns or ernplovees ol'the ('(,)I N1 N', when their respecn�e functiows under this Agreement Vvithiil the territorial hillits M, the COO s,,[ Y shapi appk to the SaMe dcglree and extclit, to the performance ol'such fillIC6011s a'AMI dU6e", Ol',,UCh OklC�:Ts, ageMs e.MUIIWLTS 01' QIIIP10o10C, Outside the territorial limits M hc ("()( 'N I Y, 15. ATTE'STATIONS. SPI AKLI aIorecs to cxccutc such "ts thc 0)( 'N I Y ifl(JI,lding a PLIhhC I uatity 0r61W, StwtMneffl, Jl) H11k,s and a Dru'-', I ree Workpkace Sljtelm,ntl 16. No 11EIRSONAL LIABILITY, s,ao co enanl or agirecim:m ,haH be deerTwd �o he ,,I or agNcMeW M, am mcnnber, adlicel,, 3,2ell( ol, Vomoc Cotall", kl hk or h r in(]Mdual and no mcnflvr, 10k1111 or oC \Iollroo utmt�, whaH he lia fl( c d6j"on AgkM IVICHt Or, bc subJect to alllk, prs k, kmal, H,0)0,W� QT r,,:amm M,dw, ev,rk.,wkln of His Agrvcnww Page 3 3474 I 'XIATUON IN' COt',NTF R PA R 1'S. Vhis Avreement may he C,\c d irl lm 1L,-1.-.--,, ml MMIbO' 011' 0)LWtCTj%AI1S, CUll of, which shaH be reµ-",Irded as �ln o6glimul, aH of' which taken ShaH COWStitUtc one drd the irlStrUmem and 01P-),\ 1Y and SPI,"W"R hereto C\CCUte Olk AONCIllent 11, SiDlill" dDy SUCK COLInterpart, IS. A 1;TI 10 R ITY. L'ach party represents and warrants to the ojbCl- ONIt the eXCCL160n deh\ery and perl'Ormance ol'this Agreement have been deal} atithori/ed by all necessary Count) and corporate action, as I-CLILlired by law. F.'ach party agrees that it, has had ample opportunity to suhlllit this Contract to lcoal counsel of its choice and enters into this agreement Crccl), WILIntarily and with advice Of*COLjnsel. 1,E(;.,\,L OBLIG'ATIONS AND RESPONSIBILITIES. Fhis Agrecrillent is not intended to relieve, nor shall it be constmed as relieving, any participating entity from am obligation (.)I- responsibility imposed Up011 the entity by law except to the extent of" actual and tilliely performance thereof' by any participating entity, in which case the performance may be 011"cred in satisfaction of the oblio 0I I IN. ation or resp isibili . 21). NON-DELEGATION OF CONSTITUTIONAL OR STA'rUTORY DU TIES. This Aoreenientis not intended tOaLlthorize, nor shall it be construed as authori/ino the delcoatuo)n M' tile cOnstitutional or statutory dUtiCS of the COUN FY, except to the extent permMed by the Florida COnStitUtioll, state statUte, and case law. 21. NONDISCRIMINA-li-ION/EQUAL EMPLOYMENT OPPORTU'Nrry. 'Fhe Partics a(,ree that there will be no discrimination against ally person, and it is expressly understood that upon as determinaticon, by a COUrt of competent jurisdiction that discrimination has occurred, this Agreement dUtOrncltiCally terminates \VithOLIt any Further action oil the part ot'any part\. c4IeC6v e the date Of'thC court carder, Fhe parties agree to comply with all Federal and Florida statUtes, and aIlf Vocal ordinances, as applicable, relating to nondiscrimination. I hose itICILIdC bout are nol ljjljjted to, 11 f,itle, Vrlj of' the Civil Rights Act of' 1964 (PL 88-.35.2). kohich prohiJ)it discHm4wtion in employrnent oil the basis of' race, color, reli-ion., sex, and national oriohl- I otic IX of tile F"dLICalion Amendment of* 1972. as amended I (JSC §§ 168I I68i, and 08)"- 168()), which prohibits discrimination can the basis (fl' sex, 3) Section 504 of the Rehandkali'10u1 Act l P)73, as unendcd (20 (JISC § 79,4), which prohibits discrimina6on on the basis oC disahiht - -1) Fhe Dkcrimina cif,tion Act �' 1975, as amended (42 I'SC O1f:11-WO7), \01ich prollibits discrimination can the basis cif ale; 5) File DrUll, Abuse 0111ce and Trcraunenl, Act 'm, N72 (Pl 92-255), as amended, relating to nondiscrimirlation on the basis M'diruo Ihusea O he ('omprchensivc- A cohol Abuse and A Collolklll t reaumlnl and Act M, N70 (111, (t h-616), antic amended, relatim., to on die hasils ol' a11COhofl AbLISe Ol- ,dcohohsm: 7) 1 he Public: l lealth scrvick: ;act, of P)l" §§ aml 517 SC §§ 00odd-1, mid 290ee-,' as amended, rcLltin" to conlidcllti,116 o Ocoh(d and dru" abuse patent S) titCC V111 of the CM� Rk �Aoct 4' �9o8 ( 42 1,''sC S,s '�60 1 ��t "eqA, as amkmdoot rcLltin, �o t s In thc° sak" tenIai or OJI � hc, AmorWans \cidi Act of, 090 (42 1 SC 12RH Notch, JS IMJ\ lac, amendc°d I'Pom Iimo to timv, to on Ole Na Monroe Count ode Chapter Article R, vvhich ld'ha11 M Mat wn on true hale oC race, color, roch,.!Jon, nation"d Page 4 3475 NOW. wucaq. sc\ual oidenuMuL unWer Wank) or expresOn, IMAKI slattv, in, alue: and I I ) an\ other MM'Idiscrinflnalioti proWNs in an., RdW or AMc sWWRN Wdi may apon to 10 pwiws h). or the suNco mmwr A this Agivement, [\ %� I I NVSS \V!IFRIAMI CMN VY mid SPMI�,,kP, hCt-00 hIlVe CXCCLacd this Agrocinew on the day and date t"w"t \\Htlen above, BOARD OF—JOUNTY (SkAl (`ONI NI ISSR)"Fits Atte,st. KI'VIN MADOK, ('I,[,,,RK OF I'VION?Jk' COUI y' f�HM DA Lkpuq Clerk Munty Adminimrawr Dan Date: MO,NFK,IE rX,')LJNIY A FTOMNEV"S,OFFICE V11ROVED AS,TO FORM -Y STA'%TCO(JN7YArTORNF A' fir: J= �t i, __— \V Russes Rw SPEAKER: Ald)RFNV 13AKKFR All&C.1 17 fly 13 w 1 < Signatur­ c of per%m awhoHzcd to Signature Vqgal l; bind INDMDUAL Datc� Date: /0 if �'—Y Print Name AM": 4&00 TeWphone Muvbcr� 11-24 -4-20 ,? EO�77 Nowry pv�c Stitt of F6Ori a W4 ItOI77 27 Jjw Cwn EWM My N27 c �hr I U'J�N4VOna�NOtart*$So. 2 L4 VOLAAM, eI/ Page 3476 Exhibit"A" INVOICE December 19, 2024 To: haag-rhonda@monroecounty-fl.gov From: Andrew Baker whose address is Due: $1,150 Please pay the sum of $1,150 for lump sum travel expenses related to my participation as a speaker at the 16th Annual Regional Climate Leadership Summit held December 16-18, 2024. There shall be no additional charges for travel, lodging, per diem or any other expenses, as they are included in the stated total compensation. I certify that I have provided the services due under this Contract, which include presenting at the Summit. By: Page 6 3477 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE -Andrew Charles Baker warrants that he has not employed, retained or otherwise had act on his 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. 0 10-1990. 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." (Signat"Ure) Date: 16, 2 C. 2,5 STATE OF: 'flondQ COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of 9 ,physical presence or Cl online notarization, on t " .(date) by -(name of affiant). He/She is rsoLiall known to me or has produced (type of identification) as identification. SYLKA W PEREZ GARCI-k tic 5ta RotaryPubhC-5t3e0fF1 H 160177 t 20 commislAon 0 r 4,2027 my comm.EVites Notary as ir.dec throvit,Ratio' '40" NO My Commission Expires: 2>1t I Page 7 3478 Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT SUMMARY FORM FOR CONTRACTS $100,000.00 and Under Contract with Contract 9 Effective Date: Expiration Date: Contract Purpose/Description: Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: CONTRACT COSTS Total Dollar Value of Contract: $ Current Year Portion: $ (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the tcwl caglahI6vvc agloant is S W0,000 00 sir lcss). Budgeted? Yes❑ No ❑ Grant: $ County Match: $ Fund/Cost Center/Spend Cate o : ADDITIONAL COSTS Estimated Ongoing Costs: $0/yr For: (Not included in dollar value above) (e.g. maintenance,utilities,janitorial, salaries, etc.) Insurance Required: YES ❑ NO CONTRACT REVIEW Reviewer Date In Department Head Signature: County Attorney Signature: Risk Management Signature: Purchasing Signature: OMB Signature: Comments: Revised BOCC 4/19/2023 Page 84 of 105 3479 Apareement between MCT Express, Ine. and Monroe County, Florida, for the Transport of Medically Managed Special Needs Patients During An Emer2ency TFUS AGREEMENT is made and entered into this —27th day of January 2025, by and between MONROE COUNTY, a political subdivision of the State of Florida ("County"), with its principal offices located at. 1100 Simonton Street, Key West, Florida 33040. and MCT EXPRESS, INC. (11MCT" or "'Contractor"), a Florida for-profit corporation, whose principal address is 2766 NW 62nd Street, Miami, Florida 33147. wrrNESSETH: WHEREAS,the County has numerous persons currently enrolled on the County's Special Needs Registry. who will need assistance with transport in the event of an evacuation during an emergency; and WHEREAS,some portion of those individuals, will constitute persons who, in the opinion ofthe local Department of"health, will have medical needs that cannot be rnet at a special needs shelter because they are disabled, medically dependent on electricity, require a nurse's care, or must he in a hospital setting for 24-hour care, and who therefore must be transported to a nursing home, skilled nursing facility, or other facility outside the area of the event ("Medically Managed Special Needs Patients"); and WHEREAS, the County's Comprehensive Emergency Management Plan (CEMP), which has been approved by both the Board of County Commissioners and the State of Florida Division of Emergency Management, provides that special needs clients may be sheltered in a designated in-county location in the event of a Tropical Storm or low Category I storm, but wilt generally otherwise be evacuated to an OLUL-01'COUnty location, and that Medically Managed Special Needs Patients will be advised of their need to evacuate in the event of an out-of-county evacuation order;, and WHEREAS, the CEMP provides that it is the intention ofthe County, to the best of its ability, to provide for the safety of the elderly and handicapped special needs population whose safety is not provided for through affiliation with another organization, and that transport for the evacuation of the special needs population is the responsibility of Monroe County Social Services and care ofthe clients is the responsibility ofthe Monroe County Department of Flealth; and WHEREAS, in April 2018, the responsibility for maintaining a Special Needs Registry and supervision of transport of Medically Managed Special Needs Patients was transferred fi-orn the Social Services Department to the Emergency Management Department; and WHEREAS, the County wishes to prepare for the evacuation and transport, of Medically Managed Special Needs Patients from various locations within Monroe County, Florida,to nursing homes, skilled nursing facilities, and hospitals located inside or outside the County, in the event of an emergency, and Page 1 of 28 3480 WHEREAS. MC'T"desires to offer transportation services for Medically Managed Special Needs Patients. tip to one(L)caretaker per patient. and the patient's caged or crated service animals during the MICU,,Ition and re-entry phases of an emergency as determined by Monroe Count F"inergency Management, NOW TH EREFORE. ounty and MCT. through their respective governing bodies. and in considerafion offfic mutual promises and covenants herein contained, hereby agree as Follows: Section 1. Definitions 1.1 "Advanced Life Support"" or"ALS" shall rnean advanced life support, as that terrn is defined in Chapter 401, I'lorida Statutes. 11 ­13asic Life Support"or"BLS"shall rnean basic life Support, as that term is defined in Chapter 40 L, Florida Statutes. 1.3 ­Anibulance­ shall ri-tean an emergency medical services vehicle used in the transport of"patients, as defined in Section 40 1.23, Florida Statutes. 1.4 0ther capitalized terms in this Agreement shall, have the meanings set forth in Section 401,23. Florida Statutes. Section 2. Services. 2.1 In the event ofa local declaration of emergency and notification by the ounty that the set-vices under this Agreement are required, MCT shall provide transportationi for designated Medically Managed Special Needs Patients, up to, one (I) caretaker per patient, and up to one (I ) properly caged or crated service aninial belonging to the patient, in accordance "Ith the attached Scope of Services rate sheet(Attachment A), The point of origin t'or the trip shall he the residence ofthe patient.. The patient vvill be transported to as nursing hoine., skilled nursing facihiyr, or other similar location designated by the C.ounty. The return trip shall be from the nursing home, skilled nursing facility, or other similar location to point of origin, 2.2 The services Will COMmence when a local state ofernergency is declared by Monroe Count to begin the service. y I"niergency Management arid MGF is contacted by C 2.3 NICT has, and shall im,'tintairi throughout the lerrn of this Agreement, appropriate licenses to perform (lie services under this Agreement; pro0f'Of SLICIII licenses shall he submitted to the County upon request, Section 3. Paymentand SVending CaV. 3.1 Sub*ject to the language in Section 2.2, the County shall be responsible for payment ofinvoices following presentation ofa proper invoice fair services in accordance With the I'llorida Local Government Prompt Payment Act, MCI" shall submit to County invoices With supporting documentation acceptable to the Monroe County Clerk, OtTOUrt ("Clerk"), Acceptability to the Clerk is based on generally, accepted accounting principles and such laws. rules, and regulations as may govern the (-"'Ierk's disbursal of"kinds. Page 2 of 28 3481 3.2 Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. 3.3 The maximum amount that may be incurred or paid under this Agreement is Ninety- Nine Thousand,Nine Hundred Ninety-nine and 99/100 ($99.999.99) Dollars. Section 4. Term , This Agreement shall run for three years commencing September 1, 2025 and terminating on August 31, 2028 unless earlier terminated pursuant to Section 5 of this Agreement. Monroe County's performance and obligations to pay under this contract is contingent upon an annual appropriation by the BOCC. Section 5. Termination This Agreement may be terminated at the discretion of either party upon not less than sixty (60) days' written notice to the other party; however, this Agreement may not be terminated by MCT during hurricane season (June I - vember 1), unless by prior written mutual agreement of the parties. Section 6. requirements for Evacuation and Transportation of Service Animals Service animals to be transported must be properly caged or crated, must have been pre- registered. and must have the appropriate documentation and current vaccinations as set forth in the Monroe County Pet Friendly Hurricane Evacuation Center Registration Guidelines. Section 7. Notices. . All notices and other communications required under this Agreement must be in writing and addressed as follows: FOR COUNTY: Shannon Weiner, Director Emergency Management 7280 Overseas HWY Marathon, Florida 33050 FOR MCT: Jorge Curbelo I~ General Manager--- Dade County MCT Express, Inc. 2766 NW 62nd Street Miami, Florida 33147 Page 3 of 28 3482 ,any Notice required by this Agreement shall be deemed to have been duly given if sent, by certified mail, return receipt requested, postage and fees prepaid, hand delivered; facsimile, or by overnight delivery service with proofol"delivery, Section 8. Governing Law, Venue, Interpretation. `['his Agreenlent shall be governed by and construed in accordance with the laws of the State of Florida applicable to agreements made and to be perfc)rmed entirely in the State, In tile, event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation ofthis Agreement, the County and MC T agree that venue will lie in the appropriate court or before (lie appropriate administrative body in Monroe County, I'lorida, Mediation conducted regarding this Agreement shall be performed according to tile rules ofthe 16"' Judicial Circuit for Monroe County, Florida. Fhis Agreement is not subJect to arbitration. Section 9. Entire Agreement/Modification/Anienitinient. `]'his writing sets forth the entire agreement of the parties with respect to the subject matter of thisAgreenient, No representations were made or reliled Upon by either party, other than those expressly set fbi-th herein. No agent, employee, or other representative of' either party is empowered to modify or arnend the terms of this Agreernent, unless in writing signed by both parties. Section 10. Maintenance of Records. MC T shall maintain all books, records, and documents directly pertinent to perl'orniance under this Agreement in accordance with generally accepted accounting principles consistently applied, Records shall be retained ('or as period of seven (7) years from the ten-nination of' this agreement or tbr as period of five (5) years from the submission ofthe final expenditUIT, report as per 2 CFR §200.333 , whichever is greater, Each party to this Agreeinent Or its authorized representatives shall have reasonaWe 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 four years following the termination of this A� greerncnt. If an auditor eniployed by the COUnty or- 6erk deterrnines that monies paid to W."Y pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the MC. T, the VICT shall rel.),ay the monies together with interest calculated f,.)urSUant to Sec. 55.03, of the Florida Statutes. Ruining 1'rom the date the nionies were paid by the County. Section It. Non-Reliance Bj No< n-Parties. 11.1 No person or entity shall be entitled to rely upon the tel-ITIS of this Agreement in order to ent'orce or attempt to enforce aany third-party claim or entitlement to or benefit frorn any service or pro:)grarn coritern plated hereunder. and C.'ounty and MC agree that neither party, nor any agent. officer, or employee of either. shall have the authority to int'cn-un. counsel. or othemise indicate that any pal-tiCUlar individual Or gl-OUI,) of individuals, entity or entities,, have entitlements or benefits Under this Agreement separate and apart., infi rior to, 01' superior to, the corninunity ill general, or 6,�)r the purposes contemplated in this Agreement. 11.2 Botill!)artieSLliidersLaildtfiait the eiTiployeesprovidedbvMC'1' 1'oirl:i'le purpose of"this �Vl,(,11 , Agreement rema o J,in the employees FIxecution or this Agreement does not create any employment relationship, contractual or implied, between said ernployees and the County. Page 4 of 28 3483 Section 12. Taxes 'Dias County is exempt from payment of" lorida State Sales and Use taxes. MCI' shall be responsible for any and all taxes, or payments of withholding, related to services rendered under this Agreement. Section 1 . Insurance. Prior to or at the time of execution of this Agreement, imIC"d' shall furnish the County ertificates Of'[11SUrance indicating current coverages in at least the ninlinlurn, arnounts shown in Attachment (I- The County shall be named as all additional insured on all general liability and vehicle liability policies. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days' written notice shall be provided to the County More any policy or coverage is canceled or restricted. Hie underwriter of such insurance shall be qualified to do bUSiliess in tile State of Florida, will update the County, and provide the ounty wvith updated proof' Of inSLirance and/or certificates (,:)f' insilranCC as tile WrIn Of' itISUrance expires and coverage for a new term is bound. Section 14. Severabillity. It' any terrn or provision of' this Agreement shall to any extent be held invalid or unenforceable. the remainder of this Agreement shall not be affected thereby, arid each remaining term and provision shall be valid and enforceable to the fullest extent permitted by law. Section 15. Waiver. "Inc failure of'either party to this Agreement to object to or take affirmative action with respect to any conduct of the other in violation of any term or condition of this Agreement shall not be construed as a waiver of the violation or breach, or a waiver of`any future violation. breach, or wrongful conduct. Section 16. Counterparts. r I'his Agreement may be executed in several counterparts. each of'which shall be deemed an original and such counterparts shall Constitute one and the same iuStrl,111101t. Section 17. Authorill. Each party to this Agreement represents and warrants to the other that the execution, dclivery, and performance ofthis Agreement have been duty authorized by all necessary County. corporate or individual action, as required by law. Section 18. (7ovenant of No Interest. The parties coveriant that they do not presently have any interest, arid shall riot acquire any interest, which would conflict in any rnanner or degree with perl'orniance under this Agreement, and that tile Only interest of each, is to perform and receive benefits as recited in this Agreement, Page 5 of 28 3484 Section 19. Code of"Etbies. The C I ounty and MCF agree that officers and employees Of' the "aunty are required to Comply with the standards of'conduct for public officers, and employees as, delineated in Section 112.36. Florida Statutes, and the County s policies, regarding, but not firnited to, solicitation or acceptance of' gifts-, doing business with one's agency, unauthorized compensation; rnisuse of public position.conflicting employment or contractual relationship,and disclosure or useof'certain information. Section 20. No Solicitation/Payment. F"ach party warrants that, with respect to itself, it has neither employed nor retained any company or person. other-than a bona fide employee working solely for- it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation. individual. or firm, other- than a bona fide enipk!ryee working solely for it,, any fee, commission, percentage, gift. or other consideration contingent. UpOrl or resulting from the award or making of this Agreenient. f or the [)reach or violation of the provision, MCT agrees that the County shall have the right to terminate this Agreernent without liability and, at its discretion, to offset frorri monies owed. or otherwise recover., the full amount of such fee, con-irnission., percentage, gift, or consideration. Section 21. Noni-Waiver of Immunity. Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of County in this Agreernerlt arid the acquisition ofarry cornmercial liability insurance coverage,sell'*- insurance coverage, or local goverruirent liability insurance paol coverage shall neat be deerned a waiver ofirriMUnitV to the extent of liability coverage, nor shall any contract entered into by the ounty be required to contain any provision for waiver, Section 22., Cessation of Services. N4CT reserves (fie right to suspend services under this, Agreement, if in MCT's sole jUdgment, services, under this Agreement cannot be operated safety or without Unacceptable risk to person or property, Section 23. Federal and State Required Contract Clauses. Fhe clauses included in Attachment B are required by federal or state Statute and are incorporated in this Agreement by reference. Section 24. Compliance with Federal, State and Local Laws. Both parties agree to comply with all federal, state. and local laws in performance ofthis, Agreement. Section 15. Hold Harinle:ss and Indeinnification. 'to the extent allowed by Florida law. MCF agrees to defend and indeninify the County and its elected and appointed officials and employees frorn any, and all claims and suits brought by a third party, arising out of VICT's performance of services under this Agreement. Section Cr.2 Assiannicyt. Neither party may assign (voluntarily, by operation of la",, or otherwise) this Agreenient. Page 6 of 28 3485 (or arry rights or obligations containcd, herein withOLIt the prior written consent ol'the other party, wlwse consent shall not tic unreasonabiv withheld. Any permitted assignee shall assurne all c)bflgat ions Of'itS aSSigIlOr Under this Agreement, A ny purported ass ignmen t or trans fcr in v i o I at ion, ol"this section shall be %,old. IN WITNESS WHEREOF, the parties hereto have entered into this Agreement on the day and date first written above. NIC'T EXPRESS,INC. MONROECOUNTY BOARD OF COUNTY (70NIMISSIONEAS By: By: ........... 1 11 Coolb!ai,e ;,President Christine HUfley. COUnty Administrator v Printed Printed ] tame- Raymond Gonzalez Narne: —Christine HUrIeL 'Fitle President & CEO 'FitIL: Ccwnty Administrator Date Signed: 1/27/25 Date "signed; 2766 NW 62nd Street Address: Address-., I 100 Simonton Street Miami, FL 33147 Key West,11, 33040 Hurley- F1 Ina j 1: jocurbelo@mdaimbulanice�.net f""Inaii: Christine,,' rnonroeC0LJnty-f1.goV Page 7 of 2'8 3486 Attachment A SCOPE OF SERVICES AND RATES Basic cost per Basic Life Support (131 S) 'I"ransport (each $34T93 way) C,ost $10.98 -.- -_per ffl�,Sjl .......... Basic cost of Advanced Lif'e Support (ALS) Transport $4 IT52 --(51arch-w4yj_................ ............ Cost p ALIS inile joaded) $10 98 .............. Cost for caretaker and spe al needs annuals $0 (no cost) (Al.)st tbr second patient transported in same vehicle 20% discount on total r.rf(basic cost Cost Baermile) ................ k MCTII�,xpress, Inc. (-MCT" or-Contractor-)will transport a rnaxiniurn of two (2)patients per ambulance. 2. The Courity Nvill use its best efforts to prOvide twenty-four(24) hours' prior notice of need to MC L 1 At the time of riot i fication. the COL[uty shall provide a list of patients for transport and ulf0ruiation regarding,, the destination, I-I'ach, patient is responsible lor providing all necessary medical records, to MCT. In the event of air emergency, MC T Express will provide sufficient awl,S and BLS assets, arid personnel, within as rnaxiniurri of twenty-lbur (24) hours from rricarient of' notification, to transport all of' the County's Medically Managed Special Needs patients to places where the patients will lie housed during the ei-nergency. The destinations may be within or Outside Monroe County, depending on the location ofthe emergency. 4. F'ach Ambulance will be staffed with a mininturn of one (I) driver and one (I) F"MT (for RLS vehicles) or one (1) driver plus one (1) pararriedic (for ALS vehicles). 5. At the time of notification from the County that the services under this, Agreement are "r, I required. the County and M(I ]' L'Apress shall each designate the prit-nan, point of contact and as backup person ft)r purpose of' the services and shall provide all necessary contact itif'orniation fbr each of those people, Those individuals shall have all authority to snake necessary, decisions, on behalf'of then- respective entities. 6, W."'I' Express I BLS Ambulances shall be equipped and staffed to provide medical treatments, procedures, and techniques administered or perfc)rmed by an U,"mergency Medical Technician (p'MT), as,that ter n is defined in Chapter 401. F"'loricla Statutes, 7, MC`T l','xpress, AL S Ambulances shall be equipped and staffi-d to provide medical treatments, procedures. and techniques administered or performed by an Emergency Medical lechnician (I'MT), as that term is defined in Chaptei-Off 1, I',lorida Statutes. 8, All Ambulances shall be equipped, maintained and operated in accordance with the ImNs of`the State of Florida. MC T Express shall provide appropriate disposable and durable medical Supplies on each dedicated Ambulance, Page 8 of 28 3487 ATTACHMENT H FEDERAL AND S'FATE CONTRACT CLAUSES 1.0 Provisions Required by, 2 CFR part 200. The C I ontractor and its subcontractors must (611ow the provisions. as applicable, as set forth in 2 CFR Part 20Ot , as amended, including but riot limited to: 1.1 Termination: 1.1.1 J ernimation,1411(1-'on veil ience; Fhe County may terminate this Agreement for convenience, at any tirne. Upon sixty (60) days written notice to Contractor.ontractor. If'the County terminates this agreement with the Contractor. County shall pay Contractor the sure due the Contractor- Under this agreement prior to termination. unless the cost ofcompletion to the COUJAY exceeds the 1"Unds,remaining in the contract. The maximum arnOLH1( CfUC to Contractor shall not exceed the spending cap in this Agreement, In addition, tile C.011rity reserves all rights available to recoup monies paid Under this ,Agreenient., including the right to sue for breach of contract and including the right to pursue a clairn for violation of the ("ounty's False C."laints Ordirta nce. located at Section 2-72 1 et al. of the Monroe County Code. L'Aher party rnay cancel this Agreement without cause upon sixty (60)days' written notice of its intention to, do so to the other party; however, this, provision may riot be exercised during hufficane season (June I to November 0) Unless both parties MUILially agree io terminate, In the event of termination, the County, shall owe for all goods and services delivered prior to the date ofterniniation. 1.1.2 Termination for Cause and Remedies: In the ev,ent of"breac h o far i y contract terms,the County retains the right to terminate this Agreement. The County may also terminate this agreement for cause with ontractor should Contractor fail tc>perform the covenants herein contained at the, time and in time riianner herein provided, In the event of" such lerminatiori, prior to tern,iination. the County shall provide Contractor with five (5'1 calendar days' notice and provide the Contractor with an opportunity to cure the breach that 11,1S Occurred. If the breach is riot cured, the Agreement will be terminated f'or cause. It' the COUlity terminates this agreement with the Contractor. COUnity shall pay Contractor the SUrn due to the Contractor Under this agreement prior to termination. unless the cost of completion to the County exceeds the funds riernaining I in the contract, however, the County reserves the right to assert and seek an offset f'or darnages caused by the breach. The maximurri arnount due to Contractor shall not in ally event exceed the spending cap in this Agreement. In addition. the County reserves all rights available to recorip rrionies paid under this, Agreement. including the right to sue for breach of"contract and including; the right to pursue as claim for violation of the County's I,alse Clairns Ordinance, located at Section 2-721 et al. ofthe Monroe COUJ`lty Code, In the event Page 9 of 28 3488 that the Contractor shall be found to be negligent in any aspect of'service, (lie County shall have the right to terminate this agreement after five (5) days written notification to the Contractor. 1.2 Equal Emr.0alment 01,)pOrtunill, No Discrimination Provisions. (..'ontractor 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 tile, part ofaity party, efTective the date of"the court order, The parties agrees to cornply with all Federal and Florida statutes, and all local ordinances, as applicable. relating to nondiscrimination. These include but are not limited to: I ) Titic it of the Civil Rights,Act of 19,64 (I'L 88-352) which prohibits discrimination on the basis of" race, color or national origin; 2) "Title IX of the F"ducation Amendment of' 1972, as amended (20 ( IS(I ss, 16 1-1683. and 1685-1686), which prohibits discrinlit'lation on the basis of sex; 3) Section 504 ofthe Rehabilitation Act of 1973,as amended(20 USC s. 794), which prohibits discrimination on the basis ot'handicaps; 4) The Age Discrimination Act of 1975. as amended (42 LJSC ss. 6101-6107) which prohibits discrimination on the basis, of'age; 5), The Drug Abuse Office and 'Freatnient Act of 1972 (PL 92-255), as amended, I relating to nondiscrimination, on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Preve nti,()n, rl,reatmern and Rehabilitation Act off 970(I'd.,91-616), as amended, relating to nondiscrimination on the basis ofalcohol abuse or alcolic lism. 7) I'fie Public Health Service Act of' 1912, ss, 523 and 527 (42 US(I ss. 690dd-3 and 290ce- 3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title "III ofthe Civil Rights Act of 1968 (42 USC s. 3601 et seq.), as amended, relating to nondiscrimination in the sale. rental or financing 0HUAlsing: 9) The Americans with Disabi I ities Act of 1990 (42 LJSC s. 12 101 Note), as rnay be amended from time to time. relating to nondiscrimination on the basis ot'disability', I O:) 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; I I) Any other nondiscrimination provisions in any Federal or state Statutes 'which may apply to the parties to, or the subject matter of this Agreement, During the perf6rinatice of this Agreement. the Con tract or, in accordance with Equal r1njVq,V)ne1?1 Qpjmrtuni�y(30 Fed. Reg. 12319, 12,935, 3 C.F.R. Part, 1964-196,5 Comp.. p. 09), a L s amended by .'A A ectitivc Order 11375, Metj(jjj,utxe Executive ()rtle)- 11246 Relahlrg lo E'qnal Ojy)ortuni�y, and implementing regulations at 41C'.F.R. Part 60 1 (0flice of Federal Contract Compliance Programs., Equal Ernployment Opportunity, Department ofl.,abor). lac e2 CT,R, part 200, ApIwndix It.*1 C, agrees as follows-, a), r1ji, contractor will not discriminate against any employee or applicant employment because of race, color, religion. sex, sexual orientation, gender identity,or national origin. The contractor will,take affinnative action to ensure that applicants are employed, and that ernployces are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Stich action shall include, but riot be limited to the following: Employment., Upgrading, demotion., or transfer, recruitinent or recruitment Page 10 of 28 3489 advertising; layoffor terniination; rates of'pay or other floras ofcorripensation, and selection 1,()r training, including apprenticeship. The contractor agrees to post in conspicuous places., available to employees and applicants for employment, notices u) he pro,vilded by the contracting officer setting forth the provisions of this nondiscrimination clause, b) 'I"he contractor will, in all sMicitations or advertisements for employees placed by or on behalf of" (fie 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. c) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inClUired 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 information of'other 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 othcrNvisc have access to SUCh information, unless such diSCIOSUrc is in response to a fiormal complaint or charge, in furtherance of an investigation. proceeding. hearing. or acticm. including an investigation conducted by the ernplo yer, or is consistent with the contractor's legal duty to furnish information. cl) 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 by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of' Executive Order 11246 (A'Septernber 24. 1965. and shall post copies of"the notice in C011SPiCLIOLIS places available to employees and applicants for ernployment., e) The contractor will comply with all provisions of Executive Order I f246 of September 24, 1965, and of' the rules, regulations, and relevant orders of' the Secretary ot'Labor. The contractor will furnish all information and reports required by Exect,,itive ()rder I l 246 ()1' September 24, 1965. and by the rules. regulations, and orders of' the Secretary ofl-abor.or pursuant thereto,and,will permit access to his books, records, and accounts by, the contracting agency and the Secretary of"Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. g) In the event ofthe contractor's non-compliance with the nondiscrimination clauses of this contract or with any, ol'such rLdes, 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 in accordance with procedures authorized in Executive Order l 1246 of' September 24, 1965, and such other sanctions may, be imposed and remedies invoked as provided in Executive Order Page 11 of 28 3490 11246 of Septernber 24, 1965, or by role, I-CgLikitiOn, or order of`the Secretary of Labor. auras othervvise provided by law. It) The Contractor will inClUde the portion of the sentence imillediately preceding paragraph (a)and the provisions of(a)through (g) in every subcontract or purchase order unless, exempted by rules regulations, or orders of'the Secretary of Labor issued pursuant to section 204 of F.'xecufive Order 11246 of September 24. 1965. so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take stich action with respect to any subcontract or Purchase order as the administering agency may direct as a means OfenfOrCing SLICK: provisi I oils, including sanctions for non-cornpliancc; provided. however, that in the event a contractor becomes involved in,, or is threatened with, litigation with a subcontractor or vendor as a result of'such direction by the administering agency, file contractor may request the I.Ained States to enter into such litigation to protect the interests ofthe United States. 1.3 Q,rnER FEDERAL CONTRACIl' REQUIREMENTS. The contractor and its subcontractors must follow the provisions as set forth in Appendix If to Part 200, as, amended, including but not limited to: A. (..'ontract Work hours and....Sa.t' Stqjjd,4EO,.! Act (40 U S C 3701-3708), Where J.— applicable,, which includes all FTMA grant and cooperative agreement prograrns, all contracts awarded by the Courity in excess of$100.000 that involve the employment of' mechanics or laborers must comply with 40 U�S�C,§§ 3702 and 3704, as supplemented by Department of L.abor regulations (29 CFl Part 5), I.Girder 40 LJ.SC §3702 of the Act, each contractor must cornpute the wages of every mechanic and laborer oil the basis ofa standard work week ol:'40 hours. Work in excess ofthe standard work week is permissible pi ovided that the worker is compensated at a rate ot'not less than one and as half times the basic rate of pay for all hours, worked in excess cif' 40 11OLIF'S in the, work week. `Fhe requirenients of' 40 U,S G 37014 are applicable to construction work and provide that no laborer or mechanic must be required to work in SUITOUIldings or under working conditions which are unsanitary, hazardous or dangerous. j'hese requirement's dar 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 H(,-Mrs and Safety Standards Act. Kertime requirements, No contract("Ir or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mcclianics, shalt require ow perrilit any such laborer or mechanic in any workweek in which tie or she is employed on SLICh work to work in excess of florty hours in such workweek unless SLICII laborer or mechanic receives cornpensation at a rate not less than one and onc-hal fti mes the basic rate of'pay for all hOUrs worked in excess o C ficirty, hours in such workweek. Page 12 of 28 3491 (2) Violation, liability Cor unpaid ",ages, liquidated damages. In the event of' any violation ofthe ciaLISC Set forth in paragraph 29 (I,F,R, § 5,5(b)(1) the contractor and any Subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Such contractor and subcontractor shall fie liable to the United States (in the case of work done Under contract for the District of Colurnbia or a territory, to such District or to such territory), for lliquidated damages, Such liquidated damages shall be computed with respect to cacti individual laborer or mechanic, including watchmen and guards,, employed in violation of the clause set t onli in paragraph 29 Cl"K § 5.5 (b)(I), in the sum ofS27 or 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 29 C1.R. § 5.5 (b)(I (3) Withholding for unpaid wages an(] liquidated damages. The Federal agency shall upon its c)\A,,ri action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from any moneys payable on account of work:performed by the contractor or subcontractor Under any such contract or any other Federal contract with the same prime contractor, or any other 1ederally- assisted contract subject to the Contract Work Hours and Safety Standards Act. which is held by the same prime contractor, Such SUrns as may be determined to be necessary to satisfy any, liabilities of' such contractor or !Subcontractor for UrIpaid wages and liquidated darnages as, provided in the clause set forth in paragraph 29 C.F.R. § 5.5 (b)(2), (4) Subcontracts. The contractor or, subcontractor shall insert in any subcontracts the clauses set forth in paragraph 29 +'K § 5.5 (b)(1) thrOUgh (4) and also, as clause: requiring the Subcontractors to include these clauses in any lower tier Subcontracts, The prime contractor shall be, responsible fior compliance by any subcontractor or lower tier. subcontractor with the clauses set Forth in paragraphs 29 C.F.R. § 5,5 (1) through (4). 13 L�J&Yhts tc t-a t or A r ement. If the Federat award mects 2_1riventions Made Under a Con r c the definition of "funding agreement" under 37 FR §4012 (a) and the recipient or subrecipient wishes to enter into as contract with a small business firm or nonprofil organization regarding the Substitution (:)I' parties, assignment or performance of experimental, developmental, or research work under that -funding agreement," the recipient or subrecipient Must C0111ply with the requirements of' 37 C[:R Part 401. "Rights to inventions Made by Nonprofit Orgainizations and Small Business Firms (Jndier Government Grams, Contracts and Cooperative Agreements,"" and any implementing regLddtiorS issued by the awarding agency. Cl, Clean it Act 7401-7671(1.), and the Federal Water Pollution Control Act (33 LJ'S,C% 1251-13AD. Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as arnerided (42 U.S.C. §§7401-7671q) and the Federal Water Pollution Control Act, as amended (33 U,S( §§125 1-1387),and will report violations to FEMA/Federal Agency and tile appropriate Regional Office of the FInvironmental Protection Agency (EPA),. The Clean Air Act U.S.(-, 7401-767 1 cl.) ,euid the Federal Water Pollution Control Act (33 U. S-( 1251-, 1387), as arnended--applies to Contracts and subgrants of atTIOLVIAS in excess of $150.0001, '["he contractor agrees to include these requirements in each subcontract Page 13 of 28 3492 exceeding $150,000 financed in whole car® in part with Federal assistance provided by F['M A/Federa I agency. The contractor agrees to report each violation to the COUNTY and understands and agrees that the COUNIN will, in. turn, report each violation as required to assure notification to FEMA/Federal Agency and the appropriate f,.'PA Regional Office. D. Debannent and Sustiension (Executive Orders 12549 and Q��_ffqjl A contract award under a "covered transaction" (see 2 CF R 180.220) m List not be rnade to parties listed on the governmentwide exclusions in the Systern for Award Management (SAM)�, in accordance vvith the N413 L guidelines at 2 CIFR Part 180 that implement Executive Orders, 12549 (3 C'F"R part 1986, Cornp.. p. 189) and 12689 (3 CF R part 1989 Coalp- p, 235), "Debarnient. and SUSj>eusic)n­ and the Departluent of Homeland "Security's regulations at 2 (11.F.R. Fart 3000 (Nonprocurernent Debarment and, suspension) SAM Fxclusions, contains, (lie naines of parties debarred, Suspended, or otherwise excluded by agencies,as well as parties declared ineligible Under statutory or regulatory authority Other thari Executive Order 12549. SAM exclusions can be accessed at wwNv.sarn.gov. C',ontractor is reqUired to verily' that none of`the contractor's principals (defined at 2 C.F.R. §180,935) or its affiliates (defined at 2 CYR. §180.905), are excluded (defined at 2 C­F.R, §l 80.940) or disqualified (defined at 2 CJ'K §1 80,935). the contractor must comply with 2 CIR, pl, 180, subpart C and 2 (I' F.R, pt. 3000. subpart C, and must include as requirement to comply with these regulations in any lower tier covered transaction it enters into, ]'his certification is as material representation of fact relied upon by the COLN'lY If it is later determined that the contractor did not comply with 2 C'T'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 linlited to suspension and/or debarment, Bidders or Propt)sers agree to comply with, the requirements ol:'2 C.F.R. pt. l80, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is vallid and thl-OUghout the period of ally contract that may arise firorn, this off"er. The 13idder or Proposer I'Lirther agrees to include as provisiOn reLlUiring such compliance in its lower tier covered transactions. if Anti-Lcabb ip g Anwrid Lrij -31 [JI,,,C, 1352) - (".'ontractors that apply or bid for AIL an award exceeding S 100,000 must file the required certificatton. Flach tier- certifies to the tier above that it will not and has not used 1,ederal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a rriernber of Congress,officer or employee ofCongress, or an employee cab'as member of("Ongress in connection with obtaining any Federal contract, grant or any other award covered by, 31 1 J.S.C'. § 1352. Each tier rnust also disc lose any, lobbying with non-Fiedcral Bands that tzikes place in connection with obtaining any Feder award, Such disclosures are forwarded firorn tier to tier up to the recipient who in turn will Forward the certificationi(s) to the awarding agency. If award exceeds $100.000, the attached certification nIUSt be signed and submitted by the contractor to the F. Colnoliance with Procurement of'recovered materials as set Barth in 2 (TR � 200.322, CONTRAC'1 T(I)R Must COITIPIy with section 6002 of'the Solid Waste disposal Act, as Page 14 of 28 3493 amended, by tile Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of' tile FlnvironrnentA protection Agency (EPA) at. 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level oficompetition, where the purchase price ofthe item exceeds $10,000 or,the value ofthe quantity acquired during the preceding fiscal year exceeded $,10,000, procuring solid waste rnaniagernent services in as manner that maximizes energy and resource recovery.- and establishing, an affirtnative proc ureni crit program for- procurement of' recovered materials identified in the FT A gUidelines. In the performance of this contract. the Contractor shall make niaximuni use of products containing recovered materials that are FFIA-designated items unless the product cannot be acquired­ 1. Competitively within a tirnetrame Providing for oonipliance with the contract performance schedule; 2. Meeting contract performance requirements, or. I At a reasonable price. Inf'onnation about this requirerrient, along with the list of" EPA-designated items, is available at 1HPA's Comprehensive Procurement Guidelines web site. littl,)s-,//wwxk,,epa.gov/`sinni/compt-chei,isiveprocut-eiiient-gtjidelit'ie-epg-p,rograti,i. The("Ontractor also agrees to cre-Anpiy %vith all other applicable requirements of'section 6002 of the Solid Waste Disposal Act, G Prohibition on certain telecommunications and video surveillance services or equipment as set forth in 2 CFR �� 200.216. Recipients and subrecipients and their contractors and Subcontractors may not obligate or expend any federal funds (o (I) Procure or obtain; (2) L'Atend or renew a contract to procure or obtain; or(3) Enter into as contract for extend car renckv a contract) to procure or obtain equipinent­ services. or systems that uses covered telecornmunications equipment or services as a substantial or essential component of any system, or as critical technology as part of an), system. As described iii Public Law 115-232, section 889�. covered telecommunications equipment is telecommunications equipment produced by I.Itlaw,ei Technologies Company or ZTF CorponAtion for any SUbsichary or affiliate of"such entities). (i) For the purpose of' Public safety, ScCUrity of governinent facilities, physical security Surveillance of' critical infrastructure, and other national security purposes. video surveilk.,ince and t0ecomillunications equipment produced by I lytera Communications C'.orporation. Hangzhou Hikvision Digital Technology Conipany, or DahuaTelchnology Company (or any subsidiary or affiliate of`such entities). (ii) TelecOunnUnications or video surveillance services provided by such entities or Using such equipment. (iii) TelecomMUnications or video Surveillance eClUiprnent or services produced or provided by an entity that (lie Secretary of Defense, in consultation with the Director of tile National Intelligence or the Director of the Federal Bureau of Investigation. reasonably believes to be air entity, owned or controlled by, or otherwise connected to, the government of covered foreign country, I I. Domestic vreference for procurenlents as set forth in 2 C'FR U00,322 'file CO(J NTY and. CONT'RM.I TOR should, to tile great extent practicable, provide a preference for Page 15 of 28 3494 tile purchase,acqUiSifi0n,or use of'goods, products, or materials produced in the (Jnited States (including but not firnited to iron, aluminum, steel, cement, and other nianulactured products). These requirements of" this section must be included in all subawards including contracts and purchase orders Cor work or products under lederal award, For purposes oaf this section: (I) "Produced in the I.Jnited, States— means, liar iron and steel products, that all manut'acturing processes, frorri the initial melting stage through the rapplication of coatings. occurred in tile United States. (2) "Manufactured products" means items and construction materials composed in whole or in part ofrion-ferrous, metals such as alunlinUrn, plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass., including optical fiber; and lurnber. I Artleri-cans with Disabilities Act of' 1990, as aniendedIADAJ - The Contran')r will coin.ply with all the re,quirementsas imposed by the ADA. tile regulationsofthe Federal government issued thereunder, and the assurance by the Contractor pursuant thereto. .1 I..?isa i juq Ie DBL��, Ilpfi ai1d Obligation - it is tile policy of' the ('aunty that DBE's, as defined in 49 C.F.R. ["art 26. as amended, shall have tile opportunity to participate in the performance of contracts financed in whole or in part. witil County funds under this Agreement. The Df3F requirements of applicable fL,deral and state laws and regulations apply to this Agreement. The ounty and its Contractor agree to ensure that DBEs have the opportunity to parti I cipate in the performance o' this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with 2 ("I J"K § 200321(as set forth in detail below), applicable federal and state laws and rCgLdations to ensure that tile I. have the opportunity to compete lot-and perform contracts. 'I'll( County and the Contractor and subcontractors shall riot discriminate on the basis, of'race, color, national origin or sex ill the award and perlbrniance ofcontracts, entered pursuant to this Agrectnent. 2S'_*E_R�°w"_200321 CON-j-'BACTING WFIJJ SMAL.J., AND MINORIly BI..1SIN.1l,"SSF-S-.,-'�-kl,,(-),M[,''N''Ill'S,l�3,[,JSI'NESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS a. it' the Contractor, with the funds authorized by this Agreement, seeks to subcontract goods or set-vices, then, in accordance with 2 CER_ §200.32 1, the Contractor shall take the following allirtnative steps to assure that minority bLISiI'lC,SSeS4 wornen's busincss enterprises,and labor surplus area firms are used whenever vossible. b. Affirmative steps niust. include- I) placing qualified small and Illinority businesses and wornen's bUSuICSS enterprises oil solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential SOUMM' (3) 1 1)ividing total requirements, when economicallfe�qsiblq, into smaller tasks, or quantities to permit maximurn participation by Srnall and ruinority businesses, and wornen's business Page 16 of 28 3495 enterprises', (4) Establishing delivery schedules, where the reQUirernent M,n n it. NVI-tich encourage panicipation by sinal I,and minority businesses, and wornen's business enterprises; (5) Using the services and assistance,, as aDDropriate, of such organizations as the Srnall Business Administration and the Minority Business Development Agency of'the Department of Conlinerce. (6) Requiring the Prime contractor, If'subcontractor is to be la to take the affinnative steps listed in paragraph (I) through (5) of' this section, K - The Contractor shall Utilize the I .S. Department of florne land Security"s F`,- Verif"N' system to verify the employment eligibility of all neNv employees hired by the Contractor during the term of the Contract arid sheill expressly require arty subcontractors Performing Nvork or providing set-vices pursuant to the Contract to likewise utilize the 1J,S, Department of Homeland Security's E-Verify systctn to verify the ernployment eligibility ofall new employees hired by the subcontractor during the C.ontract term, L_ U.'riergy L'Ifficiency- CONFRACTOR will comply Nvith the Lnergy Policy and C',onservation Act (111., 94-163: 42 US,C­ 6201-6422) and with all mandatory standards and policies relating to, energy efficiency and the provisions of the, state Energy, Conservation Plan adopted pursuant thereto. M. Access to Records - (7oritractor and their., successors, transferees. assignees, and subcontractors acknowledge and agree to coniply with applicable provisions governing the Depatirnent of Homeland Security (DHS)and the Federal Eln'tergency M anagetrient Agency's (FLMA)access to records, accounts, documents, information, facilities, and staff. Contractors must" (1) cooperate with any compliance review or complaint investigation conducted by DIK (2),Give DI-IS, access to and the right to examine and copy records, accounts, and other documents and sources of Hiff.mrration related to the grant and perinit access to facilities, personnel, and other individuals and infiorniation as may be necessary, as required by DIIS regulations and other applicable la",s, or program, guidance, (3) Submit timely,completc, and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports. N. DIIS Seat, Logo an im - Contractor shall 110t use the L)epartinent of flornelarld Security seahs), logos, crests, or reproduction, of flags or likeness of' DI IS agency officials without specific I`FIMA approval, 0. Changes to Contract - The Contractor understands and agrees that any cost reSUlfing from a change or modification, change order, or constructive change of the agreement must be within the scope ofany Federal grant or cooperative agreement that may fund this Protect and be reasonable for the cornpletion ofthe Protect, Any contract change or rnodification, change order or constructive change inust he approved in writing by both the County and Contractor. Page 17 of 28 3496 1-1, Conloliance with Federal Law, Regulations, And F.xecutive Orders. This is an acknowledgement that FEMA financial aSSiSILUICC May be used to fund tile contract. The contractor will comply will all applicable federal law, regulatit.mis. executive orders, FEMA policies, procedures. and directives. 0. by Federal Goveniment, "Fhe 1,ederal Cjc�vernrnent is not a party, to this contract and is not sub*ject to any obligations or liabihties to the CO U`FY/non-Federal entity, contractor, or any other part), pertaining to any matter resufting from the contract. R, 1)rq&,rayli Fraud and False or Fraudulent Statements or Related Acts. If applicable. the contractoracknowicciges that 31 U.S.C. Chap. 38 (Administrative Remedies fior False (11 1 lainis, arid 1.4 Florida Division of Easier Lyengy.Management.lie quirenients' A. The Contractor is bound by any terins and conditions of' tile Feclerally-[`unded Subaward and Grant Agreement between CI,OUnty and the I'lorida Division of' I'l-nergency Management. if, Fhe Contractor shall hold the Division and 'ourity harmless against all claims of whatever nature arising Out of the Contractor"s pertbrillance of work under this Agreement, to the extent allowed and required by law, 1.5 Florida 1)ubfic Records Requirenjents: Contractor MUSt, COMply with Florida public records laws, including but riot limited to Chapter 119. Florida Statutes and Section 24 of article I of the Constitution oft'lorida. The County and Contractor shall allow and pen-nit reasonable access, to, arid inspection of, all docurnent,s, records, papers, letters or other "public record- materials in its possession or Linder its control Sub'ject to the provisions of'Chapter 119, Honda Statutes, and made or received by tile 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 ofthis provision by the C,(i n tracto r. Failure of the Contractor to abide by the ternis of"this provision shall:: be deemed a material breach ofthis contract and the (,.',OLjnty may enforce the terms, cal"dais provision in the, form of as court proceeding and shall, as a prevailling party. be entitled to reinibursement of all attomey's fees and costs associated with that proceeding, "I"his provision shall SUrViVC any termination or expiration of tile, contract. The Contractor is encouraged to consult with its advisors about Horida Public Records Law in order to comply with this provision. l"UrStlant to F,S, H 9.0701 and tile terilis,and conditions ol'thi s contract, the Contractor is required to: I ) Keel)arid rnaintain public records that 1would be required by tile County to perl'brni the service, Page 18 of 28 3497 (2) 1 Jpon receipt frorn the Courity'S Custodian of records. provide tile 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) piuusurre 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 terni and followirig completion ofthe contract ifthe Contractor does not transfer the records,to the County. (4) Upon completion of the contract, transfet-, at no cost, to the OUnty all public records in possession of the Contractor or keep arid maintain public records that would he required by the County to perform the service. If' the Contractor transfers all public records to the County upon, completion orthe contract,the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records diSC110SUre requirements, If the Contractor keeps and maintains public records, upon completion of the he contract, the Contractor shall meet all applicable, requirernents for retaining public records. All records stored electronically' Must be provided to the COUnty, upon request fi-Orn the. COLfllty'S, CUSU)dian of records, in a format that is compatible with the infloritiation 'technology systerns of the County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, bunt ifthe ("OUrity, does not possess the requested records, the County shall) immediately notify the Contractor ofthe request, and the Contractor must provide tile records to the County or allow the records to be inspected or copied within a reasonable firrie. Ifthe Contractor does not cornply Nvith the OUnty's request f'c)r records, the County shall enforce tile 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 ("ontractor. A Contractor who fails to provide the public records to the County 01' pursuant to as Valid public records request within a reasonable tin,ie rilay be subject rcm penalties under Section 11 9.10, Florida Statutes, The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose ol'any, public records unless or otherwise provided in this provision or as, otherwise provided by lavN% IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPL,ICATION OF CHAPTER 119, FLORIDA STATLJTES, -ro THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING "1"0 THIS CONTRACT, Col N-17ACTTHE CUSTODIAN OF PUBLIC RECORDS AT: MONROE COIJNTY ATTORNEY'S OFFICE, 1111 12th STREET, SUITE 408,, KEY WEST, FL 33040, publierecords(, monroecou rat y-fl.gov, (305) 292-3470. Page 19 of 28 3498 .............--...... ............... ...... 1.6 Reg u ired Couts ll Forms: A. Public Entitv Crime Statement, In accordance with Fla. Stat., Sec. 287.133, a person or affiliate who has been placed on the convicted 'vendor list following a conviction for public entity crime nia.y not suhmit a bid, proposal, or reply oil a contract to provide any goods or services to a public entity. may n(A SUNnit a bid, proposal, or reply on a contract with a public entity for the construction ()r repair ofa public building or public work, rnay not submit bids on leases of real property, 4) public entity, may not be awarded or perform work as a contractor, Supplier, subcontractor, or consultant under a contract with aun t' public entity, and may, riot transact business, with any public entity in excess ofthe threshold arnOUnt provided in Section 287.0 1 7, for C,ATEGORY TWO for a period of 36 rilonths, froni the date ot'heirig placed on the, convicted vendor list. B. Ethics Clause. In accordance with Section 5 (b) Monroe County Ordinance No. 0 10- 1990, Contractor warrants that it had not employed, retained Or other-wise had act on 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 ()r(fiiwnce )Vo, 020-1990, For breach Or violation of this provision the ("'ounty may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract 01' purchase price. or, otherwise recover the full arnount of any fee, corninission, percentage, gifit, or consideration paid to the fbmier County ounty officer or employee. C Vendor Certification ,Regarding Scrtitinized, C..)rn.anies: Section 287J 35, Florida Statutes prohibits a company FrOul, bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of' any arnount if. at the time of C011tracting or renewal, the company is on the Scrutinized Corripallies that Boycott Israel List, created pursuant to Section 2 15.4725, Florida Statutes. or is engaged in as Boycott of Israel. Section 287.135, Florida Statutes, a]SO prohibits a company From bidding can, submitting a proposal for, or entering into or renewing a contract for goods or services of 1,000.000 or more. that are on either the Scrutinized Companies with Activities in Sudan L,ist or the Scrutinized Companies with Activities in the Iran Petroleum F"nergy Sector Lists which were created pursuant to s. 215.473, I'loricla Statutes, or is engaged in business operations in Cuba or Syria. The contractor shall provide the non-collLiSion certification. D Affidavit Atte.stijig To Noncoercive Conduct F or Labor Or Services: As as nongovernmental entity exeCUt I ing, renewing, Or extending a contract with a government entity, Vendor is required tca provide an affidavit under penalty of perjury, attesting that Vendor does n(')t use coercion for labor car services in accordance with Section 787.06, Florida Statutes. E. Druk, Free Workpl,ace: The contractor shall include an executed -Drug Free Workplace" form. IPage 20 of 28 3499 PUBLIC ENTITY CRIME STATEMENT "A Person or affiliate who has, been pLiced on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to as public entity, may not subniii a bid oil ar contract with a public entity liar the constrUCtiOn or repair of a public building or public work, nia3, not subrnit bids on leases of real Property to public entity, may not be awarded or perform work as a contractor, supplier. SU[)contractor. or Contractor under as contract with arly public entity, and may not transact business wvith any public entity in excessof the threshold arnount, provided in Section 287.0 17, for CA`FF'.,G0RY TWO for a period (A' 36 months fi-orn the date of being placed on the convicted vendor list." I have read the above and state that neither MC71' Expres 1­'-�," 41aespondent's name)---s 'nor art)) Affiliate has been placed on the convicted vendor fis,(""ilt,lit" 4ie last 36 itioriths.. ........... ................ Date: 'January 27, 2025 STATF 0 F: Florida; CO I J NTY OF Miami-Dade, Subscribed and sworn to (or affin-ned I nie,before by means ofEJ physical presence or [I oribrie , notarizalion, oil 01/27/2025 (date) by _Ray Gonzalez ... (nanic .......... ............ ofaffiant), Fle/She is personally kriown to rne or has produced ..N-/A (type of identification) as i eprTmnation. JORGE CURSELO NO FARY 131.13LIC-1 ------------- - MY COMMISSION#HH 212472 '5* EXPIRE&January 8, )026 My Commission Expire�' January 8, 2026 Page 21 of 28 3500 3501 SWORN STATEMENT UNDER ORDINANCE O. O�10-1990 MONROE COUNTV, FLORIDA FTHICS MCT Express, �nc. ............ ......... ............ (C"ontractor) "...%varrants that he/h has not employed,retained or otherwise had act on his/her behalfany 6ormer Counly officer or erriployee in violation of" Section 2 of Ordin,'Ince No., 0 10-1990 or any County oflicerc)i-einployceiii, viol!at,iori oat'Secti(,)ii3 rat'Orditiatnce No. 010-I990, 'For breachorviolation of this provision the County, may, in its discretion, terl'ninate this Agreement w, OLII liability and inay also., in its discretion, dedUCt frorn the Agreement or pha urc - j5nce�,,pc,wgL,)'± erwise recover, the full amount of any fee. conimission, percentage, gill, or consi erationpl,ti4,to the former County, L,r officer or employee.- ( Date: January 27, 2025 S,I"ATF�, ()I": Florida COLINTY (A,'� MiamiDade .. ................. Subscribed and sworn, to (or art'inned) before me, by nicans of K physical presence or 13 online notarization, on 011/27/20,25 (date) by 'Ray Gonzalez (narne ofaffiant), He/She is personally known to me or has produced N/A .......... (type of identi Fication) as idernif ication. . ........................... JORGE CURKLO JIT#HH 212472 7Ts E, 202 N T RY PUBLIC MY COMMISSION#HH 212472 Januiary 8, 2026 EXPIRES:Jorwary 8,2026 My onitnission 1"Apires: ............ .......... Page 22 of 28 3502 VENDOR ("ERTIFICAIJ11ON RE"11DING SCRUTINIZED COMPANIES LASTS Pro�cct Description(s)-.-AmWanre servu,"C' ........... - ------------------------ —-—-—--------------------------------------------------—_---................ Rcsporidern Vendor Name: MCT Express,inc ............ ............... Vendor- FF]N� 6 1002016 Vendor's AlUthOrized Representative Narne and Title: Jorge Curbelo,Vic:e President Address: 2766 NW 62nd Sireel .......... City: %am State: Florida zip: ...................... 33147 1.__...._­___...._._­.......... phone Number: ',505­779-0505 ............... Enlail Address: joctabelo@mdambulance.net Section 287.135, Florida Statutes prohibits a company from bidding oil, submitting a proposal for, or entering into or ienevving a contract Im goods or services (:it' any, amount if at the time of contracting o,r renewal. the company is on the Scrutinized Companies that Boycott Israel L[St. created pursuant to Section 215.4725.Florida Statutes,or is engaged ii.i a Boycott of Israel. Section 28T 35` 1.lorida Statutes,, also prohibits a company from bidding,on,, submitting a proposal fi.)r. or enterin 9 into or renewing a contract for goods or services of 1 000,000 or more, that are on either the Scrutinized (".0111panies; Nvith Activities in Sudan List or- the Scrutinized Companies with Activities in the Iran fletrolcurn I'nergy Sector Lists which w,vcre 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 Narne" is not listed oil the Scrutinized Companies that Boycott Israel List or engaged in a boycott of"Israel and for Pro'jects of$1,0000 00, or more is not listed on either the Scrutitlized Companies, vvith Activities in Sudan List. the Scrutinized (..orripaliies with Activities in the Iran Petroleum 1.1"nergy Sector List, or engaged in business operat4mis in Cuba oi- Syria. l Understand that pursuant to Section 287,135, Florida, Statutes, the submission of' a false certif"ication niav suh' feet company to civil penalties, atu riley's fees, and/or costs. I further understand that airy contract with the County may be territinated, at the option of'the (.,'ounty, if the company is found to have SUbmitled it false certificatiort or has been placed on tile Scrutinized Companies that Boycott Israel List or engaged in, a boycott oflsrael or, placed on the ScrUtinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities, ill the Iran NtroICUM Filergy Sector List or been engaged in business operations in Cuba or Syria. Certified E.3y: jj Cet) who is-t- _ �_ - __ __ ___ authorized to sign. on behal o4, -referenced company. Authorized Sigi attire:_ . .............. Print Name. 'Pe(e%- 7",le ................... Note. 'File List are available at the fifllowing Department of Management Services Site: _d�" j d Page 23 of,28 3503 AFFIDAVIT ATTESTING TO NON COERCIVE CONDUCT FOR LA13OR OR SERVICES F'ritity/Venclor Narne: MCT Express,�nc. ---—-_------------- .......... Vendor I`FIN 65-1002016 Veri(J(at-"sA,tritiorizedRepresent,,iti,,,e: J,rafgeCL rbe o,vice presidenI .............. (Name and 'T'itle) Address: 2766NW62ndstreet .......... Citv: MiarrU State: FL Zi � 33147 .......... ........... Phone Numbcr, 30,5-779-0505 E'niail Address jocurbelo@mdanibWance,net As a nongoverriniental entity execrating., renewing, or extending a contract with as gOVCMITIent entity, Vcndor is required to provide an affidavit under penalty ofper Jury attesting that Vendor does 110t LISC coercion liar labor or services in accordance with Section 787.06. 1",lorida Statutes, As defined in Section 787.06(2)(a), coercion niearis: I Using or threating to use physicA force against any person', Restraining, isolating. or contining or threating to restrain, isolate, or confine any person without lawful authority and against her or- Vain 'WHI.- .3, Using lending or other credit methods to establish as debt by any person when labor or services are pledged as a security for the debt. if the value of the labor or services as rcasonaMy 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 unnnigratmn docurnent, or any other actual or pin-ported government identification document, of any person; 5, Causing or threating to cause financiA harni to any person" 6. L'Aticing or luring any person by fraUd or deceit; or 7. Providing ai controlled Substance as otitlined in Schedule I or Schedule If of'Section 893,03 to any person for the pUrPOSe ofexploitation of that person, As as person authorized to sign on behalf'of Vendor, I certify under penalties of"per r 'jury 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 sarne. erfified By- ,ay Gonzalez,President&CEO who is ........... autliorized to sign (r)n behalf, cif the above referenced corripany. Authorized Signa W re-,�t� Print N,arrte( jorge Curbelo Tit je': VIce IPresdent Page 24 of 28 3504 DRUG-FREE WORKPLACE FORM Fhe undersigned vendor in accordance ,Oth I"lorida Statutes. Sec. 287.087, hereby certifies that: VICT Express, Inc. (Nanic of'BLISitICSS) I. publish a statement notifying eniployees that the unlawful manufacture. distribution, dispensing, possession, or use of controlled substance is prollibited in the workplace an(] specif`yjng the actions that will be taken against employees for violations of' such prohibition. 2, Inform employees about the dangers ot'drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any availab�le drug counseling, rehabilitation, and ernployee assistance prograrns. and the penalties, that may be unposed upon ernployees for drug abuse violations. 3, Give each employee engaged in providing the corlunodities or contractual services that are under bid as copy ofthe staternent specified in subsection (I). 4. In the statement specified ill Subsection (1). notify the employees that, as a conclition of' working on the connuodities or contractual services that are under bid, the employee will abide by the terms ofthe statement and will flotify the employer of any conviction of, or plea oaf`guilty or nolo contendere to. any, violation of'Chapter 893 (Florida Statutes) or of any control led substance law ofthe United nited States or any state. for a violation occurruig in the workplace no later than five (5) days after such conviction. 5, hilpose a sanction on. or require the satisfactory participation in a drug abuse assistance or rehabilitation program if'such is available in the erriployee's community, or any employee who is so convicted, 6. Make a good flaith ell'ort to continue to maintain a drug-free workplace through implementation ofthis section, As the person authorized to sign the statement, I certify that th i, t 1 rur) 'Plies Fully with the above requirements. latur Date. ary 27, 2025 S`TA VE ()l,,: Florida COUNTY ti�F: Miamik[DAde -----------Subscribed and sworn to (or af'fimied) before me. by means ot'll physical presence or 11 online notarization,, on 011274/2025 (date), by, Raymond Gonzalez (narne of affiant). [je/She is personally known to me or has produced N../..A .................. (type ofidentification) as identification. joRGE CURBE,LO Jorge Curbelo ."Z NC)TARY PUBUCI WCOWISsIoNsHH212472 m\% January 8,26?6 5,%A, EX'pM.january 8,N26 i .......... 4jr Page 25 of 28 3505 3506 Attachment C Instirance Coverages GENERAL, LIABILFIN INSLIRANCE REQUIREMENTS: nor' to the coniniencenient of twnkgovmned by, flus contract 'rite Contractoi %vill obtaui Ccmuiiercial Gential kabAtt-v hls�.walxe C ovetage AVM be inaintained th rear gfar rant the life A the ca.intiacT and uichide, as as inuwnwn Opefations, Per,,onai lrkwn� Liabilin: 11f 111111111IL1111 111111N, acceptable is S I 000 1JCY,) C,onibined Single Liniv (('SL) An Occisrienct Foam pWxy is pebried If coverage is piosided on at Clanns Made 1pr hey. it,(,, picnimons slamdd unkWe cmmuge for clatw� filed on cwi after the effe,ctive One of dW conuact In rht perwd A Umh z1alis may lie repaed shoidd ex:ter irl for a niminwrn of rwrWe (12) 1110aths t"0111mvi'lig tho oxceptari(:e of,cv(--;rk by the Cotmt�, The Mmuve C cmnp, Bo of C omm Mumussioners will tie mumied as Additimial Erasure d on all pohcws inued to sanslVe above Aqukownts MEDICAL PROFESSIONAI., UABit.,rry INSURANCE REQUIREMENI'S: Rcwgwzmg rho It wal jonned by W, ccnuiact irivol%e�, the piovidnig of ].,urofes'�jollal inedinal treatuiew. It Cowiacwi nAl puchne and nmwrrna t11101,1gholir the 11fe of die Convact, Proksiowl Li al:iloy0wra awes Alich wdlyespondiothe rendsvigof oj faihwetorendetiuedkal Mldel flila' The inuhumin WX of lobSymW S I XWO.000 per Watul mitt S VON&& Apgregate If covemp to pio%-i,,:1,,-d on £i eIoks nude bams an exanded clmnh repmeng penod of Sw i v xar;� w0l be requied Page 26 of 28 3507 BUSINESS AAJ'FOMOl1ll-,E 1,IA BIL FFY INSURANCE REQ1.11REMENT'S: Re's.fo;11121ng ""har H.ic v,,'oj1,; gommed by thiv conuact requum the iisc ot' vehicles, the Contractoi pAw to thur conunencement .rt obram Business Automobile Covenge WH be nnummed Woughout die lift of the Contract "'uld �1Icludc" s a 1,11irl6l1-lulm Vel,',12 C fol� :�nd I-Lied Vehiclvs The mumnum hinns accepmtdc w M 004000 C ombuied Single Lims ;C SL If spHT linds m li'ai'iTs "'.1cQtpt1b1c arc� 'S ptn' pti-,oll M MOM Pei OccMicum Prciperr",- The Nkmwoc C onmy Board of C owl; C omintinkners mill be umned as Addh&nA 11smA on all j"Joh'�ie' 1"'sttd 1'o than "A'co"t Page 27 of 28 3508 WORKERS' COMPENSATION INSURANCE REQUIREMENTS: Alor ro the Cdararrrrdnrn emilltt tiie C d rrtia ttov irrll debt rrr Vint r r r mrrlred isitrx:wrr Irr,drr rrra: Vitlr Prrrlrt° Uf'fici rat to iespond to i�pplic,,ible Workers t;:rrnipeats trorr state stanu s and the r rlaau enierm of Chapter a~4) I ri'da starllt sa. err a"rdlrlrtrrrr the C,,;arrtrmm vull At= .r�r.lrlrwn Ott, I.t rI�IIr ° Insurance with limits of not Ieta da S I010 k,4 ,C), Botifly r 5 ilA,tay00 Boddyr( Qtaj by,D adyn"°, pokv Am U W001 Bodil,, Irrd'ur-. b',y Dnearm eadi nupkgre Coverage lVill be air mrtr.rrrledcb tiu-or'rgIavrat ille entire temi of'the tcrrntlict. td overage Ir.rll be,lcyr. v rcIed:I b wfi Corarrl.rrra"°or com amles,audicTized to transact frrrsrrri s rrr the tit of Florida If Me t,.oammma has been ;proved by aw FWnda % Apatt-trrmst of Labor, aS 311 arrrthcwt, s i .. rrrmrt' r. lhe Cdarer°y rrrwy iecopatze And ho,nor the ontrar tver'� status. Tlie Contiactor may b r d"Itmed to srrl,rrrrt ar L,dttat r.of Aulminhan numd:I by the Department of Libor Uld tr Cert.1ficate ofInsurance. l.dro b-rdI ng d.Ie9atds on Turn C ontra ctor"= Excess hismancePrograin, If the t.a:rrttrmtaai pumpm s r i a Aflnumance Atrl,. a C ertificate cwf hisurance, will tv r rlrrrr did. r KOM. we r:Otltr"RCCOI tllla-,�1,e adrqr.drr d to daaibn-iit upiclttt dtl rrrarrtattiI statements, from the ftind L113~Art request &0111 tilt'C Orr;nr Page 28 of 28 3509 AC"® CERTIFICATE 4F LIABILITY INSURANCE DATE(MM/DDYYYY) 1�,... 02/05/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Isidro/01 Procom Insurance Underwriters A N Ex : (305)740 4460 FAX No: (305)740 4469 4909 SW 74th Ct. ADDRESS: Mbruna@procomcorp.com INSURER(S)AFFORDING COVERAGE NAIC# Miami FL 33155 INSURERA: IRONSHORE SPECIALTY INSURANCE CO 25445 INSURED INSURER B: MCT Express,inc.dba Miami Dade Ambulance INSURER C: United Medical Transportation LLC INSURER D: 2766 NW 62 St. INSURER E: MIAMI, FL 33147 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFF TYPE OF INSURANCE INSR SUER POLICY NUMBER MM/DD/YYYY MM POLICY EXP LTR IDD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 'MAI ToX COMMERCIAL GENERAL LIABILITY PRE M SES(Ea oNcur ante $ 50,000 CLAIMS-MADE OCCUR MED EXP(Any one person) $ 5,000 A X 250,000DED Y Y HC7AACUZTDO02 08/16/2024 08/16/2025 PERSONAL&ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 4,000,000 tN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 4,000,000 POLICY PRO LOC Hippa Violation E/Clain $ 250,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident S ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIREDAUTOS AUTOS Per accident UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMIT ER ANY PROPRIETOR/PARTNER/EXECUTIVED? ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDE N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$ Medical Professional Liability $1,000,000 EACH CLAIM/$3,000,OOOAGG A Included 08/16/2024 08/16/2025 250,000 DED. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) A Loc#1 2766 NW 62 Street Miami FL 33147/Loc#2 23635 S Dixie Hwy Miami FI 33030/2000 N STATE ROAD 7 LAUDERDALE LAKES,FL 33316 A SEXUAL ABUSE/MOLESTATION INCLUDED NON-EMERGENCY MEDICAL TRANSPORT APPROVED BY RISK MANAGEMENT 30 DAYS PRIOR TO ANY SUCH CANCELLATION OR MATERIAL CHANGE BY MCT EXPRESS INC dba MIAMI DADS AMBULANCE,UNITED MEDICAL TRANSPORTATION LLC DATE � 02.13. 5 WAIVE',R.NIA. XYES CERTIFICATE HOLDER CANCELLATION Monroe County Board of County Commissioners 1111 12th Street Suite#408 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Key West,FL 33040 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESE*A, VE , ISIDRO L.Gl)lLL"AM/ ACORD 25(2010/05) 1988-2010 ORD CORPORATION.All rights reserved. The ACORD name and logo are registered rAarks of ACO,D 3510 E(MM/DD/YYYY) A�Rom® CERTIFICATE OF LIABILITY INSURANCE 72/5/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Kevin Johnson Global Affini Mana ers PHONE FA 305 740-6949 tY g A/C,No,Ext: INC,No): 909 Castle Point Terrace ADDRESS: onesourcewcins@gmail.com INSURER(S)AFFORDING COVERAGE NAIC# Hoboken NJ 07030 INSURER A: Hartford Fire Insurance Company 19682 INSURED INSURER B: General Star National Insurance Company 11967 MCT Express,Inc DBA Miami Dade Ambulance INSURER C: Hartford Fire Insurance Company 19682 2766 NW 62nd Street INSURER D: INSURER E: Miami FL 32147 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE ❑OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑PRO ❑ JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY (Ea accident) $ 300,000 x ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED AUTOS ONLY AUTOS 12CSES50302 01/01/2025 01/01/2026 BODILY INJURY(Per accident) $ HIRED NON-OWNED FINUFIEN DAMAGE $ AUTOS ONLY /� AUTOS ONLY (Per accident) UMBRELLA LIAB x OCCUR EACH OCCURRENCE $ 700,000 B )C EXCESS LIAB CLAIMS-MADE NXG9277724H 01/01/2025 01/01/2026 AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION PER - AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 C OFFICER/MEMBER EXCLUDED? � N/A 12WNS50301 01/01/2025 01/01/2026 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate holder is additional insured as respects to automobile liability.$700,000 Excess Liability applies as excess to the$300,000 Primary Auto Liability limit. APPROVED BY RISK MANAGEMENT BY �: art ta.- DATE 13.25 WAIVE',RNIA XYES CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Monroe County ACCORDANCE WITH THE POLICY PROVISIONS. Board Of County Commissioners AUTHORIZED REPRESENTATIVE 1111 12th St,suite#408 Key West FL 33040 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 3511