Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
03/27/2025 Agreement
Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT SUMMARY FORM FOR CONTRACTS $1„00,000.00 and Under Blue House Repair INC Effective Date: Expiration Date: Contract Purpose/Description: Card Sound Road Guardrail Repairs 2025 This project is to repair 16 areas on card sound rd.and 905A that have been damaged by wrecks and/or':corrosion from the ocean spray to guardrails. There are 4 different end treatments that will be replacedt repaired as well The contractor has priced MOTfFTC to ensure safety of their workers along with the safety of the motorists. 1 Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: Ron Ha rengar 6049 Engineering Services #12B CONTRACT COSTS Total Dollar Value of Contract: $ 47 450.00 Current Year Portion: $47 450.00 (must be$100,000.00 or less) ' (If multiyear agreement then requires BOCC approval,unless the tool ainni.hlii�v 4mtt uni is 1 00.000.00 or I vss). Budgeted? Yes■❑ No ❑ Grant: $ County Match: $ Fund/Cost Center/Spend Cate O : 401-22003-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 0 NO ❑ CONTRACT REVIEW Reviewer Date In Department Head Signature: Judith Clarke, P.E. Digitally 20250310ned y 956 3 Clarke ' Date'.2025.03.10 09'.56'.23-04'00' Christine �imbert-Barrows Digitally signed by Christine Limbert-Barrows County Attorney Signature. Date 2025 03 10 14 13 13-04'00' att Risk Management Signature: Jaclyn Flatt Digitally 20250326ned y 95Jad3 -0 Date'.2025.03.26 09'.53'.47-04'00' Purchasing Signature. Julie E. Cuneo Digitally 20250326ned yJulie B Cuneo l.� Date'.2025.03.26 11'.23'.01-04'00' John Quinn Digitally signed by John Quinn OMB Signature: Date'.2025.03.26 11'.3E'.15-04'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 Card Sound Road Guardrail Repairs 2025 Standard Form of Agreement Between Owner and Contractor Where the basis of payment is a STIP ULATED SUM AGREEMENT Made as of the m_m�m day of in the year of Two Thousand and Twenty-Five. BETWEEN the Owner: Monroe County Board of County Commissioners ("BOCC") 1100 Simonton Street Key West, Florida 33040 ("Owner") And the Contractor: BLUE HOUSE REPAIR INC 13769 SW 139 Ct Miami, F133186 For the following Project Card Sound Road Guardrail Repairs 2025 Monroe County, Florida The Owner and Contractor agree as set forth below. ARTICLE 1 The Contract Documents The Contract Documents consist of this Agreement, County Forms (Ethics Clause; Non-Collusion Affidavit; Drug-Free Workplace; Public Entity Crime Statement, Vendor Certification Regarding Scrutinized Companies Lists, Affidavit Attesting To Noncoercive Conduct for Labor or Services, Minority Owned Business Declaration), Insurance Requirements and Documents, and other documents listed in this Agreement and Modifications issued after execution of this Agreement. These form the Contract and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations, or agreements, either written or oral. 02/14/25 CONTRACT DOCUMENTS 1 Card Sound Road Guardrail Repairs 2025 Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations,or agreements,either written or oral. Notice Requirement All written correspondence to the COUNTY shall be dated and signed by an authorized representative of the CONTRACTOR. Any notice required or permitted under this agreement shall be in writing and hand delivered or mailed,postage pre-paid,to the COUNTY by certified mail,return receipt requested, to the following: Ms.Judith Clarke,P.E. Director of Engineering Services Monroe County 1100 Simonton Street,Room 2-216 Key West,Florida 33040 For the Contractor: Dania Yarrihs 786-357-6231 Blue House Repair,[nc 13769 SW 139 Ct Miami,FL 33186 ARTICLE 2 The Work of this Contract The Contractor shall execute the Scope of Work as specified and described in Attachment A. The contract constitutes the entire and exclusive agreement between the Owner and the Contractor with reference to The Card Sound Road Guardrail Repairs Project_ ARTICLE 3 Date of Commencement and Substantial Completion 3.1 The date of commencement is the date from which the Contract Time of Paragraph 3.2 is measured and shall be the date specified in the Notice to Proceed issued to the Contractor by the Owner. 3.2 The Contractor shall achieve Substantial Completion of the entire Work not later than 90 Days after the Date of Commencement, subject to adjustments of the Contract Time as provided by the Contract Doctunent. Uncontrollable Circumstance 3.3 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 02/14/25 CONTRACT DOCUMENTS 2 Card Sound Road Guardrail Repairs 2025 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 geograpkic area of the Project; (e)actions, embargoes, or blockades in effect on or after the date of this Agreement; Q) 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 7 days of any event or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, and the anticipated duration of such Uncontrollable Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable Circumstance,ensure that the effects of any Uncontrollable Circumstance are minimized and resume frill 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 for such reasonable time as the Owners Representative may determine. ARTICLE 4 Contract Sum The owner shall pay the Contractor in current funds for the Contractor's performance of the Contract, for the_Card Sound Road Guardrail Repairs Project for a total not to exceed amount of Forty seven thoustnnd,four hundred fifty rlollars ($47,450.00) ("Contract Sum")subject to additions and deductions as provided in the Contract Documents. ARTICLE 5 Progress Payments 5.1 Based upon Invoices submitted by the Contractor to the Owner, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents.Contractor shall 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. 5.2 The period covered by each Invoice for payment shall be one calendar month ending on the last day of the month. 5.3 County shall pay pursuant to the Local Government Prompt Payment Act 218.70 Florida Statutes. 5.4 Each Invoice for Payment shall be based upon the cost proposal and in accordance with the Contract Documents. The Invoice shall conform to the Rates and Contract Sum and be prepared in such form and supported by such data to substantiate its accuracy as the Owner may require. 5.5 Invoices for Payment shall indicate the amount of the Work completed as of the end of the period covered by the Invoice for Payment. 02/14/25 CONTRACT DOCUMENTS 3 Card Sound Road Guardrail Repairs 2025 5.6 Subject to the provisions of the Contract Documents,the amount of each progress payment shall be computed as follows: 5.6.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the contract rate by the square yards of asphalt treated, less retainage of Five percent(5%). Pending final determination of cost to the Owner of changes in the Work,amounts not in dispute may be included in Invoices for Payment. The amount of credit to be allowed by the Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be actual net cost as confirmed by the Owner. When both additions and credits covering related Work or substitutions are involved in a change the allowance for overhead and profit shall be figured on the basis of net increase, if any,with respect to that change. 5.6.2 Subtract the aggregate of previous payments made by the Owner; and 5.6.3 Subtract amounts, if any, for which the Owner has withheld or nullified a Certificate for Payment. 5.7 The progress payment amount determined in accordance with Paragraph 5.6 shall be further modified trader the following circumstances: 5.7.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to Ninety-five percent (95%) of the Contract Sum, less such an amount equal to 150 percent (150%)of the estimated cost to complete the items on the punchlist identified as not complete or needing to be corrected based on inspection at substantial completion as the Owner recommends and determines for incomplete work and unsettled claims,including the assessment of liquidated damages:and 5.7.2 Within 20 business days after the list of incomplete work is created, the Owner must pay the Contractor the remaining Contract Sum that includes all retainage previously withheld by the Owner less an amount equal to 150 percent (150%) of the estimated cost to complete the incomplete Work(i.e.,"punch"list items);and 5.7.3 If final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Subparagraph 9.10.3 of the General Conditions. 5.8 Reduction or limitation of retainage,if any,shall be as follows:None ARTICLE 6 Final Payment Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming Work and to satisfy other requirements, if any, which necessarily survive final payment: and(2)a Final Project Certificate for Payment has been issued 02/14/25 CONTRACT DOCUMENTS 4 Card Sound Road Guardrail Repairs 2025 by the Project Manager: such final payment shall be made by the Owner not more than 20 days after the issuance of the Final Project Certificate for Payment. ARTICLE 7 Insurance 7.1 Prior to commencement of work the Contractor will provide satisfactory evidence of insurance in the form of Certificates of Insurance as required in the Insurance Statement. 7.2 The Contractor shall name the Monroe County Board of County Commissioners,its employees and officials as"Additional Insured"on all policies except for Worker's Compensation. Insurance Statement The Insurance requirements are as follows: Insurance Requirement Limits Worker's Compensation Statutory Limits Employer's Liability WC3 $1,000,000/$1,000,000/$1,000,000 General Liability GL3 $ 1,000,000 Combined Single Limit "r� L90 R�uird�Eaa 'se��aa ��, Idergrou aplo ionrva�ad„ rllapses N XIC, " Vehicle Liability VL3 $500,000 per person;$1,000,000 per occurrence (Owned,hired and $100,000 Property Damage Non-owned Vehicles) or $1,000,000 Combined Limit All insurers shall have an A.M.Best rating of VI or better and shall be licensed to do business in the state of Florida. ARTICLE 8 Miscellaneous Provisions 8.1 Where reference is made in this Agreement to a provision or another Contract Document,the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Payments due and unpaid under the Contract shall bear interest pursuant to the Local Government Prompt Payment Act 218.735 8.3 Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. 02/14/25 CONTRACT DOCUMENTS 5 Card Sound Road Guardrail Repairs 2025 8.4 Public Entities Crimes By signing this Agreement,Contractor represents that the execution of this Agreement will not violate the Public Entities Crime Act(Section 287.133,Florida Statutes). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto and may result in debarment from County's competitive procurement activities. In addition to the foregoing, Contractor further represents that there has been no determination, based on an audit,that it or any subcontractor has committed an act defined by Section 287.133,Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether Contractor has been placed on the convicted vendor list. Contractor will promptly notify the County if it or any subcontractor is formally charged with an act defined as a "public entity crime" or has been placed on the convicted vendor list. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity,may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 8.5 The following items are part of this contract: a) Maintenance of Records: Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Each party to this Agreement or their authorized representatives, shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for four years following the termination of this Agreement. If an auditor employed by the County or Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement,the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03; FS, running from the date the monies were paid to Contractor. b) 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); backcharge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance rebates and dividends; any other supporting evidence deemed necessary by Owner to substantiate charges related to this agreement, and all other agreements, sources of information and matters that may in Owner's reasonable judgment have any bearing on or pertain to any matters, rights, 02/14/25 CONTRACT DOCUMENTS 6 Card Sound Road Guardrail Repairs 2025 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. Owner may also conduct verifications such as,but not limited to,counting employees at the job site, witnessing the distribution of payroll, verifying payroll computations, overhead computations, observing vendor and supplier payments, miscellaneous allocations, special charges, verifying information and amounts through interviews and written confirmations with employees, Subcontractors, suppliers, and contractors' representatives. All records shall be kept for seven(7)years after Final Completion. c) Governing Law, Venue, Interpretation, Costs, and Fees: This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the County and Contractor agree that venue shall lie in the appropriate court or before the appropriate administrative body in Monroe County,Florida. This Agreement shall not be subject to arbitration. d) Severability: If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terns, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The County and Contractor agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. e) Attorney's Fees and Costs: The County and Contractor agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and court costs, as an award against the non- prevailing party, and shall include attorney's fees and courts costs in appellate proceedings. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. f) Binding Effect: The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and Contractor and their respective legal representatives, successors,and assigns. g) Authority: Each party represents and warrants to the other that the execution, delivery and performance of thus Agreement have been duly authorized by all necessary County and corporate action,as required by law. 02/14/25 CONTRACT DOCUMENTS 7 Card Sound Road Guardrail Repairs 2025 11) Claims for Federal or State Aid: Contractor and County agree that each shall be, and is,empowered to apply for,seek,and obtain federal and state funds to further the purpose of this Agreement. Any conditions imposed as a result of funding that effect the Project will be provided to each party. i) Nondiscrimination: County and Contractor 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. County or Contractor agree to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VI of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color 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 handicaps;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 VIR 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 1910(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 II, 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)Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to,or the subject matter of,this Agreement. j) Covenant of No Interest: County and Contractor covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. k) 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. 02/14/25 CONTRACT DOCUMENTS 8 Card Sound Road Guardrail Repairs 2025 1) No Solicitation/Payment: The County and Contractor warrant that, in respect to itself,it has neither employed nor retained any company or person, other than a bona fide employee working solely for it,to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation,individual, or firm,other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the Contractor agrees that the County shall have the right to terminate this Agreement without liability and,at its discretion,to offset fi-om monies owed, or otherwise recover, the full amount of such fee, commission, percentage,gift,or consideration. m) Public Records Compliance. Contractor must comply with Florida public records laws, including but not limited to Chapter 119,Florida Statutes and Section 24 of article I of the Constitution of Florida.The County and Contractor shall allow and permit reasonable access to,and inspection of,all documents,records, papers, letters or other"public record"materials in its possession or under its control subject to the provisions of Chapter 119,Florida Statutes,and made or received by the County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall,as a prevailing party,be entitled to reimbursement of all attorney's fees and costs associated with that proceeding.This provision shall survive any termination or expiration of the contract. The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to F.S. 119.0701 and the terms and conditions of this contract,the Contractor is required to: (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon receipt from the County's custodian of records, provide the County with a copy of the requested records or allow the records to be 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 tenn 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 02/14/25 CONTRACT DOCUMENTS 9 Card Sound Road Guardrail Repairs 2025 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 sectionl 19.10,Florida Statutes. The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH ST., SUITE 408, KEY WEST,FL33040, rLbli recil d ��I)111 oilw-twe untv-41. (305)292-3470. n) Non-Waiver of Immunity: Notwithstanding the provisions of Sec. 768.28,Florida Statutes,the participation of the County and the Contractor in this Agreement and the acquisition of any commercial liability insurance coverage,self-insurance coverage,or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage,nor shall any contract entered into by the County be required to contain any provision for waiver. o) Privileges and Immunities: All of the privileges and immunities from liability, exemptions from laws,ordinances,and rules,pensions and relief,disability,workers' compensation,and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the County, when performing their respective ftunctions under this Agreement within the territorial limits of the County shall apply to the same degree and extent to the performance of such firnctions and duties of such officers,agents,volunteers,or employees outside the territorial limits of the County. p) Legal Obligations and Responsibilities: Non-Delegation of Constitutional or Statutory Duties. This Agreement is not intended to,nor shall it be construed as,relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity,in which case the performance may be offered in satisfaction of the obligation or responsibility. Further,this Agreement is not intended to,nor shall it be construed as, authorizing the delegation of the constitutional or statutory duties of the County, except to the extent permitted by the Florida constitution, state statute,and case law. q) Non-Reliance by Non-Parties: No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or program contemplated hereunder, and the County and the Contractor agree that neither the County nor the Contractor or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group 02/14/25 CONTRACT DOCUMENTS 10 Card Sound Road Guardrail Repairs 2025 of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to,or superior to the community in general or for the purposes contemplated in this Agreement. r) Attestations: Contractor agrees to execute such documents as the County may reasonably require, including a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace Statement. s) No Personal Liability: No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. t) Execution in Counterparts: This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. u) Section Headings: Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. v) Special Conditions: Any special conditions are detailed in Article 10. w) Hold Harmless and Indemnification: Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, the Contractor covenants and agrees that he shall defend, indemnify and hold the COUNTY and the COUNTY's elected and appointed officers and employees, and harmless from and against (i) claims, actions or causes of action, (ii) 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) costs or expenses that may be asserted against,initiated with respect to,or sustained by the County and the COUNTY's elected and appointed 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 wrongfiil misconduct of the Contractor and persons employed or utilized by the indemnifying party in the performance of the construction contract. The monetary limitation of liability under this contract shall be not less than $1 million per occurrence pursuant to F. S. 725.06. Insofar as the claims,actions, causes of action, litigation, proceedings, costs or expenses relate to events 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 the completion of the project (including 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. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained herein. In the event any claims are brought, or actions are filed against the County with respect to the indemnity contained herein, the Contractor agrees to defend against any such claims or 02/14/25 CONTRACT DOCUMENTS 1 l Card Sound Road Guardrail Repairs 2025 actions regardless of whether such claims or actions are rightfully or wrongfiilly brought or filed. The Contractor agrees that the County may select the attorneys to appear and defend such claims or actions on behalf of the County. The Contractor further agrees to pay at the Contractor's expense the attorneys' fees and costs incurred by those attorneys selected by the County to appear and defend such actions or claims on behalf of the County at both the trial and appellate levels. The County at its sole option, shall have the sole authority for the direction of the defense,and shall be the sole judge of the acceptability of any compromise or settlement of any claims or actions against the County. x) Adjudication of Disputes or Disagreements: COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. The CONTRACTOR and COUNTY Representative shall try to resolve the claim or dispute with meet and confer sessions. 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 paragraph y or Article 9 concerning tennination or cancellation. y) Cancellation: In the event that the Contractor shall be found to be negligent in any aspect of installation, stocking,maintenance,repair,or service,the County shall have the right to terminate this agreement after five days written notification to the Contractor. z) Cooperation: In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution,performance, or breach of this Agreement, County and Contractor agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. County and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 8.6 Successors and Assigns: The Contractor shall not assign or subcontract its obligations under this agreement, except in writing and with the prior written approval of the Board of County Commissioners for Monroe County,which approval shall be subject to such conditions and provisions as the Board may deem necessary. This paragraph shall be incorporated by reference into any assignment or subcontract and any assignee or subcontractor shall comply with all of the provisions of this Agreement. Subject to the provisions of the immediately preceding sentence, each party hereto binds itself, its successors, assigns and legal representatives to the other and to the successors,assigns and legal representatives of such other party. 8.7 No third-Party Beneficiaries: Nothing contained herein shall create any relationship, contractual or otherwise,with or any rights in favor of, any third party. It is specifically agreed between the parties executing this Agreement that it is not intended by any of the provisions of any part of the Agreement to create in the public or any member thereof, a third party beneficiary under this Agreement, or to authorize anyone not a party to this Agreement to maintain a suit for personal injuries or property damage pursuant to the terns or provisions of this Agreement. The Recipient guaranties the payment of all just claims for materials, supplies,tools,or labor and other just claims against the Recipient or any subcontractor, in connection with this Agreement. Additionally, the Recipient agrees to include the following indemnification in all contracts with contractors/subcontractors, or consultants/sub consultants who perform work in connection with this Agreement. 02/14/25 CONTRACT DOCUIviENTS 12 Card Sound Road Guardrail Repairs 2025 8.8 The Recipient will not discriminate against any employee employed in the performance of this Agreement, or against any applicant for employment because of age, ethnicity, race, religious belief, disability, national origin, or sex The Recipient shall provide a harassment-free workplace, with any allegation of harassment given priority attention and action by management_ The Recipient shall insert similar provisions in all contracts and subcontracts for services by this Agreement. The Recipient affirms that it is aware of the provisions of 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 on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work;may not submit bids on leases of real property to 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 Recipient.The Recipient further agrees that it shall not violate Section 287.134(2)(a), Florida Statutes, and acknowledges and agrees that placement on the list during the term of this Agreement may result in the termination of this Agreement. 8.9 E-Verify System-In accordance with F.S.448.095,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 F.S.448.095 ARTICLE 9 9.1 Termination for Cause Contractor or Owner,may terminate this agreement,for cause,after providing Written Notice of the default and if said default is not cured within 15 days,the agreement may be terminated upon five(5) additional days' Written Notice. 9.2 Termination for Convenience and suspension by Owner 9.2.1 Contractor or Owner may terminate this agreement,without cause,upon providing 30 days Written Notice. 9.2.2 The Owner may,without cause,order the Contractor in writing to suspend,delay or interrupt the Work in whole or in part for such period of time as the Owner may determine. 9.3 Scrutinized Companies If the County determines that the Contractor 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 written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes, or(2) maintaining the Agreement if the conditions of Section 287.135(4), Florida Statutes, are met. 02/14/25 CONTRACT DOCUMENTS 13 Card Sound Road Guardrail Repairs 2025 ARTICLE 10 Special Conditions 10.1 Cleaning Up The Contractor shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Contract. At completion of the Work, the Contractor shall remove from and about the project waste materials rubbish, the Contractor's tools, equipment, machinery and surplus materials_ Clean up shall be performed to the satisfaction of the Owner. 10.2 Access to Work The Contractor shall provide the Owner's Representative and the Owner access to the Work in preparation and progress wherever located. 10.3 Care of Trees,Shrubs and Grass The Contractor shall be fully responsible for maintaining in good condition all vegetation inside the County right-of-way. Contractor will conduct work in a manner that minimizes the amount of vegetation that is impacted by the Work. Where vegetation must be removed or destroyed incident to the Work, the Contractor,after completion of the work, must replace or restore to the original condition all destroyed or damaged shrubbery,grass areas or pea rock areas. 10.4 Maintenance of Traffic 10.4.1 The Contractor shall be responsible for the proper maintenance control and detour of traffic in the area of Work, during the course of Work. All traffic control and maintenance procedures shall be in accordance with the requirements of the Florida D.O.T. 10.4.2 All traffic control signs and devices,barricades,flashers,flambeaus and similar devices shall be fitruished and maintained by the Contractor. 10.4.3 Work shall be conducted in such a manner to cause the least possible interruption to traffic. Necessary access to and from adjacent properties shall be provided at all times. 10.5 Barricades and Protection of Work 10.5.1 The Contractor shall protect his work throughout its length by the erection of suitable barricades, where required. He shall further indicate his work at night by the maintenance of suitable lights or flares. He shall comply with all laws or ordinances covering the protection of such work and the safety measures to be employed therein. The Contractor shall carry out his work so as not to deny access to private property. All utility access manholes, valves, fire hydrants, and letter boxes shall be kept accessible at all times. 10.5.2 In the event or threat of a hurricane the Contractor shall remove all equipment and material from the roadway.He shall make the area safe to traffic and pedestrian.No object from the site should pose a threat to anyone caused by wind or water. 10.6 Permits, Fees and Notices 02/14/25 CONTRACT DOCUMENTS 14 Card Sound Road Guardrail Repairs 2025 10.6.1 The Contractor shall secure and pay for all permits, impact fees, governmental fees, licenses, inspections and surveys required by Federal, State, or Municipal bodies having jurisdiction over the project for the proper execution and completion of the Work which are customarily secured after execution of the Contract. 10.6.2 The Contractor shall comply with and give notices required by laws, ordinances, Hiles, regulations and lawful orders of public authorities bearing on performance of the Work. 10.6.3 If the Contractor performs Work knowing it to be contrary to laws, statutes,ordinances,building codes, and rules and regulations without such notice to the Owner, the Contractor shall assume full responsibility for such Work and shall bear the attributable costs. ARTICLE 11 PROTECTION OF PERSONS AND PROPERTY 11.1 Safety Precautions and Programs The Contractor shall be responsible for initiating,maintaining and supervising all safety precautions and programs in connection with the performance of the Contract. 11.2 Safety of Persons and Property 11.2.1 The Contractor shall take reasonable precautions for safety of,and shall provide reasonable protection to prevent damage,injury or loss to: 1.employees on the Work and other persons who may be affected thereby; 2.the Work and materials and equipment to be incorporated therein,whether in storage on or off the site,under care,custody or control of the Contractor or the Contractor's Subcontractors or Sub- subcontractors; 3. other property at the site or adjacent thereto,such as trees,shrubs,lawns,walks,pavements, roadways,structures and utilities not designated for removal,relocation or replacement in the course of Work;and 4.Work or operations by the Owner or other Contractors. 11.2.2 The Contractor shall promptly remedy damage and loss to property caused in whole or in part by the Contractor,a Subcontractor,a Sub-subcontractor, 11.3 Emergencies In an emergency affecting safety of persons or property,the Conti-actor shall act,at the Contractor's discretion,to prevent threatened dainage,injury or loss. Additional compensation or extension oftinne claimed by the Contractor on account of an emergency shall be determined by the Owner. Article 12 Change Orders 12.1 Description: A Change Order is a written instrument prepared by the Owner and signed by the 02/14/25 CONTRACT DOCUMENTS 15 Card Sound Road Guardrail Repairs 2025 Owner and Contractor stating their agreement upon all of the following: 1. A change in the work 2. The amount of the adjustment in the contract Sum, if any; and 3. The extent of the adjustment in the Contract Time, if any. 12.1.1 Changes in the Work may be accomplished after execution of the contract, and without invalidating the Contract, by Change Order. The Contractor may only seek a no cost Change Order for such reasonable time as the Owner may determine. 12.2 Procedure: Should the Owner contemplate making a change in the Work or a change in the Contract Time of Completion, the Director of Engineering Services will provide the Contractor a de cription of the contemplated change. The Contractor will either: 1. Make the described change in the Work at no change in the Contract Sum and no change in the Contract Time of Completion; 2. After analyzing the described change, promptly advise the County Director of Engineering Services as to credit or cost proposed for the described change and time adjustment, if any;or 3. Meelt with the County Director of Engineering Services as required to explain costs and time adjustments when appropriate and determine other acceptable ways to achieve the desired objective. IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first written above in counterparts,each of which shall, without proof or accounting for the other counterparts, be deemed an original contract. REMAINDER OF PAGE LEFT BLANK MONROE COUNTY, "RIDA Digitally signed by Christine Christine Hurley Hurley By Date:2025.03.27 11:27:38-04'00' County Administrator or Designee IMUY MARTINEZ Notary Publlt State of Fiorlde 1�"440 Commission 0 NN 469420 (SEAL) µr Comm,Expires Nov 30,2027 Contractor Attest: By: ,,,�,�a��/h �' � By: 1: �' i�r "trrat s a�,� t o ' Tale: w, i nt I l le ,.,�. . .. J! .�� 02/14/25 CONTRACT DOCUMENTS 16 Card Sound Road Guardrail Repairs 2025 Attachment A Scone of Work 02/14/25 CONTRACT DOCUMENTS 17 SUMMARY OF ALL PROPOSALS MONROE COUNTY # QUOTE# QUOTE DATE JOB NAME AMOUNT 1- 10-10-001 11/7/2024 STA 132+0 SB 3,950 2- 10-10-002 10/10/2024'STA150 SB 2,650 3- 10-10 003 10/10/2-024 157+70SB 2,950 4- 10-10-004 11/7/2024 STA 157+0 SB 2,950 5- 10-10-005 10/10/2024'STA 248+50 NB 27900 6- 10-10 006 10/10/2024 STA 266 NB 1,800 7- 10-10-007 10/10/2024 STA 255+0 NB 4,100 8- 10-10-008 10/10/2024 STA94+70 NB 5,500 9- 10-10-009 10/10/2024 STA 94NB 4,500 10- 10-10 010 10/10/2024 NB CAR SOUND BRIDGE 2,950 11- 10-10-011 10/10/2024 BUFFER END-CAR SOUND 1,950' 12- 11-21-006 11/21/2024 SKT 3501MPAT HEAD 3,500 13- 11-21-007Ell 4'SKT/MSKTSTRUDERHEAD 4,500 14- 02-11 00415 STA 149+50 S6 1,10015- 02 11 0425 STA 266+50 NB16- 02-11-0435'SKT350IMPATHEADREPAIR 1,100' 7 450 TOTAL I 4 :w�a�ree-sa►o Quote#: 10-10-001 Blue House Repair,lnc Date: 11/7/2024 13769 SW 139 Ct TO: Monroe County Engieneering services Miami,Fl 33186 Address: 2955 Overseas Hwy P:786-728-5470 Ma rathon,Fl 33050 Irf�rd Ir:�r,� r, :sa�Y_'ir�deril. oi Phone: 305-289-6049 Job: STA 132+0 SB As per your request dated 10/7/2024,our company submit to you our estimate Description of the Job: 1- Mobilization 2- Removal and disposal of existing damaged material 3- Replace the tree panels, six plastic blocks,six steel posts,and hardware. 4- Clean and disposal of debris 5- Instating Asphalt in the damaged areas 6- MOT LIST OF MATERIALS INCLUDED 1- Guardrail panels-12'.6" (3) 2- W Beam Plastic Block14"(10) 3- Steel Post(10) 4- 5/8"x10"Post Bolt 5- 5/8x1.25 Splice Bolt 6- 5/8"Recessed Guardrail nuts 7-Asphalt 8- Reflectors Our lump sum price as per the above job description is$3,G50.00 This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business t 0 t:;hl&7P8.5410 Quote#: 10-10-002 Blue House Repairjnc Date: 10/10/2024 13769 SW 139 Ct TO: Monroe County Engieneering services Miami,Fl 33186 Address: 2955 Overseas Hwy P:786-728-5470 Marathon,F133050 alb,1 1xre:a1 -t¢�+s+i Phone: 305-289-6049 Job: STA 150 SB As per your request dated 10/712024,our company submit to you our estimate Description of the Job: 1- Mobilization 2- Removal and disposal of existing damaged material 3- Replace the one panel, four plastic blocks,four steel posts,and hardware. 4- Clean and disposal of debris 5- Instaling Asphalt in the damaged areas 6- MOT LIST OF MATERIALS INCLUDED 1- Guardrail panels-12'.6" (1) 2- W Beam Plastic Block 14"(4) 3- Steel Post(4) 4- 5/8"xi0"Post Bolt 5- 5/8x1.25 Splice Bolt 6- 5/8"Recessed Guardrail nuts 7-Asphalt 8- Reflectors Our lump sum price as per the above job description is$2,650.00. This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business I �n�nastto Quote#: 10-10-003 Blue House Repairjnc Date: 11/7/2024 13769 SW 139 Ct TO: Monroe County Engieneering services Miami,F1 33186 Address: 2955 Overseas Hwy P:786-728-5470 Marathon,17133050 �,luu lr,W:wcro�CCaa�r:��awasual u� r�;;i Phone: 305-289-6049 Job: 157+70 SB As per your request dated 10/7/2024,our company submit to you our estimate Description of the Job: 1- Mobilization 2- Removal and disposal of existing damaged material 3- Replace the four panels, five plastic blocks,and hardware. 4- Clean and disposal of debris 5- Installing Asphalt 6- MOT LIST OF MATERIALS INCLUDED 1- Guardrail panels-12'.6" (4) 2-W Beam Plastic Block 14-(5) 3- 5/8"x10"Post Bolt 4- 5/8xl.25 Splice Bolt 5-5/8"Recessed Guardrail nuts 6- Reflectors 7-Asphalt Our lump sum price as per the above job description is$2,G50.00. This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business I 0 .,786-72e-sap Quote#: 10-10-004 Blue House Repair,lnc Date: 11/7/2024 13769 SW 139 Ct TO: Monroe County Engieneering services Miami,Ft 33186 Address. 2955 Overseas Hwy P:786-728-5470 Marathon,F133050 bhu"11(jusc,re it("3 mul._rpm Phone: 305-289-6049 Job, 150+70 SB As per your request dated 10/7/2024,our company submit to you our estimate Description of the Job: 1- Mobilization 2- Removal and disposal of existing damaged material 3- Replace the four panels, five plastic blocks,six steel posts,and hardware. 4- Clean and disposal of debris 5- Installing Asphalt 6- MOT LISTOFMATERIALS INCLUDED 1- Guardrail panels-12'.6" (4) 2-W Beam Plastic Block 14"(5) 3- Steel Posts(6) 4- 5/8"x10"Post Bolt 5- 5/80.25 Splice Bolt 6- 5/8"Recessed Guardrail nuts 7- Reflectors 8- Asphalt Our lump sum price as per the above job description is$2,G50.00. This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business I 0 Quote#: 10-10-005 Blue House Repair,lnc Date: 10/10/2024 13769 SW 139 Ct 1*0: Monroe County Engieneering services Miami,Fl 33186 Address: 2955 Overseas Hwy P:786-728-5470 Marathon,F133050 h)ti_9�u�s , i laeiiyrr9 amd.�::i. Phone: 305-289-6049 Job: STA 248+50 NB As per your request dated 10/7/2024,our company submit to you our estimate Description of the Job: 1- Mobilization 2- Removal and disposal of existing damaged material 3- Replace the two panels, two blocks,two steel posts,and hardware. 4- Clean and disposal of debris 5- Instating Asphalt in the damaged areas 6- MOT LIST OFMATERIALS INCLUDED 1- Guardrail panels-12'.6" (4) 2- W Beam Plastic Block 14"(4) 3-Steel Post(4) 4- 5/8"x10"Post Bolt 5- 5/8xl.25 Splice Bolt 6- 5/8"Recessed Guardrail nuts 7-Asphalt 8- Reflectors Our lump sum price as per the above job description is$2,G00.00 This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business I 0 :78672&SQIO Quote#: 10-10-006 Blue House Repair,inc Date: 10/10/2024 13769 SW 139 Ct TO: Monroe County Engieneering services Miami,Fl 33186 Address: 2955 Overseas Hwy P:786-728-5470 Marathon,F133050 m�olr.fi @frrf^.��Isrufdcows Mfl Coll) Phone: 305-289-6049 Job: STA 266 NB As per your request dated 10/712024,our company submit to you our estimate Description of the Job: 1- Mobilization 2- Removal and disposal of existing damaged material 3- Replace the one panel, one block,and hardware. 4- Clean and disposal of debris 5- Instaling Asphalt in the damaged areas 6- MOT LIST OF MATERIALS INCLUDED 1- Guardrail panels -12'.6" (1) 2- W Beam Plastic Block 14"(1) 3- 5/8"x10"Post Bolt 4- 5/8x1.25 Splice Bolt 5- 5/8"Recessed Guardrail nuts 6- Reflectors Our lump sum price as per the above job description is$1,800.00 This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business I 0 Quote#: 10-10-007 Blue House Repair,lnc Date: 10/10/2024 13769SW 139Ct TO: Monroe County Engieneering services M is mi,Fl 33186 Address: 2955 Overseas Hwy P:786-728-5470 Marathon,Fl33050 9 Phone: 305-289-6049 Job: STA 255+0 NB As per your request dated 10/712024,our company submit to you our estimate Description of the Job: 1- Mobilization 2- Removal and disposal of existing damaged material 3- Replace the four panels, five plastic blocks, five steel posts,and hardware. 4- Clean and disposal of debris 5- Instating Asphalt in the damaged areas 6- MOT LISTOF MATERIALS INCLUDED 1- Guardrail panels-12'.6' (4) 2- W Beam Plastic Block 14"(5) 2- Steel Posts(5) 3- 5/8"x10"Post Bolt 4- 5/8x1.25 Splice Bolt 5- 5/8"Recessed Guardrail nuts 6- Reflectors 7- Asphalt Our lump sum price as per the above job description is$4,100.00 This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business I Mrs-na-arm Quote#: 10-10-008 Blue House Repairjnc Date: 10/10/2024 13769 SW 139 Ct TO: Monroe County Engieneering services Miami,Ft 33186 Address: 2955 Overseas Hwy P:786-728-5470 Marathon,1`133050 ll�a�frr�aam®i Cx��tr:�H+"rii irl.. aot Phone: 305-289-6049 Job: STA G4+70 NB As per your request dated 10/7/2024,our company submit to you our estimate Description of the Job: 1- Mobilization 2- Removal and disposal of existing damaged material 3- Replace 37'All FLEAR SYSTEM:regular and special panels, plastic blocks, steel posts,and hardware. 4- Clean and disposal of debris 5- Instaling Asphalt in the damaged areas 6- MOT LIST OF MATERIALS INCLUDED 1- Guardrail panels-12'.6" 2- W Beam Plastic Block 14" 3- 6-6"BCTCable 4- SRT SLOT GUARD 5- Pipe sleeve 6- Cable anchor box 7- Impact Head 8- Steel Posts 9- 5/8"x10"Post Bolt 10 5/8x1.25 Splice Bolt 11- 5/8"Recessed Guardrail nuts 12- Reflectors 13- Asphalt Our lump sum price as per the above job description is$5,500.00 This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business I 0 10 nB-5170 Quote#: 10-10-009 Blue House Repair,lnc Date: 10/10/2024 13769SW 139 Ct TO: Monroe County Engieneering services Miami,F133186 Address: 2955 Overseas Hwy P:786-728-5470 Marathon,F133050 1'flu err lsa '—�:�ri wt i��til.av���� Phone: 305-289-6049 Job: STA G4 NB As per your request dated 1017/2024,our company submit to you our estimate Description of the Job: 1- Mobilization 2- Removal and disposal of existing damaged material 3- Replace tree panels, seven wood blocks,seven steel posts,and hardware. 4- Clean and disposal of debris 5- Instaling Asphalt in the damaged areas 6- MOT LISTOF MATERIALS INCLUDED 1- Guardrail panels-12'.6" (7) 2-W Beam vvood Block 14"(7) 2- Steel Posts(7) 3- 5/8"x10"Post Bolt 4- 5/8x1.25 Splice Bolt 5- 5/8"Recessed Guardrail nuts 6- Reflectors 7- Asphalt Our lump sum price as per the above job description is$4,500.00 This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business 1 >o6-72e-5+no Quote#: 10-10-010 Blue House Repairjnc Date: 10/10/2024 13769 SW 139 Ct TO: Monroe County Engieneering services Miami,Fl 33186 Address: 2955 Overseas Hwy P:786-728-5470 Marathon,F133050 ImmA �unu0 t.o�n Phone: 305-289-6049 Job: NB CARD SOUND BRIDGE As per your request dated 10/7/2024,our company submit to you our estimate Description of the Job: 1- Mobilization 2- Removal and disposal of existing damaged material 3- Replace the four panels,four wood blocks,and hardware. 4- Clean and disposal of debris 5- MOT LIST OF MATERIALS INCLUDED 1- Guardrail panels-12'.6" (4) 2- W Beam wood Block 14"(4) 3- 5/8"x10"Post Bolt 4- 5/8xl.25 Splice Bolt 5- 5/8"Recessed Guardrail nuts 6- Reflectors Our lump sum price as per the above job description is$2,G50.00. This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business I 0 °,'786-nl-418 Quote#: 10-10-011 Blue House Repair,Inc Date: 10/10/2024 13769 SW 139 Ct TO: Monroe County Engieneering services Miami,Fl 33186 Address: 2955 Overseas Hwy P:786-728-5470 Marathon,F133050 6alu� om,zircum 4',Pf,i na i1,.cum, Phone: 305-289-6049 Job: BUFFER END-CARD SOUND BRIDGE As per your request dated 10/7/2024,our company submit to you our estimate Description of the Job: 1- Mobilization 2- Removal and disposal of existing damaged material 3- Replace vestil guardrail system ,and a wood block. 4- Clean and disposal of debris 5- MOT LISTOF MATERIALS INCLUDED 1- Vestil guardrail SRT Slot guard 2- W Beam wood Block 14"(1) 3- 5/8"x10"Post Bolt 4- 5/8x1.25 Splice Bolt 5- 5/8"Recessed Guardrail nuts 6- Reflectors Our lump sum price as per the above job description is$1,G50.00. This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business I 0 t.X&M-Nm Quote#: 11-21-006 Blue House Repair,I nc Date: 11/21/2024 13769SW 139Ct TO: Monroe County Engieneering services Miami,Ft 33186 Address: 2955 Overseas Hwy P:786-728-5470 Marathon,F133050 I+lia Irr�ie � � r� 'wirn�a# �r�ac� Phone: 305-289-6049 Job: SKT 350 IMPACT HEAD As per your request dated 11/20/2024,our company submit to you our estimate Description of the Job: 1-Mobilization 2- Removal and disposal of existing damaged material 3- Replace SKT 350 Impact head,steel anchor posts#1 Upper,and hardware. 4- Clean and disposal of debris 5- Instating Asphalt in the damaged areas 6- MOT LISTOF MATERIALS INCLUDED 1- SKT 350 Impact head. 2- Steel Anchor post#1 upper. 3- 5/8"x10"Post Bolt 4- 5/8"Recessed Guardrail nuts 5- Asphalt 6- Reflectors Our lump sum price as per the above job description is$3,500.00 This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business I 0 Quote#: 02-11-042 Blue House Repair,Inc Date: 2/11/2025 13769 SW 139 Ct TO: Monroe County Engieneering services Miami,Fl 33186 Address: 2955 Overseas Hwy P:786-728-5470 Marathon,F133050 ISaP Ia��xiw�W.r �! �naiil�:r:rt� Phone: 305-289-6049 Job: STA 266+50 NB As per your request dated 02/10/2025,our company submit to you our estimate Description of the Job: 1- Mobilization 2- Removal and disposal of existing damaged material 3- Replace the panels,Steel post,plastic blocks,and hardware. 4- Clean and disposal of debris 5- MOT LIST OF MATERIALS INCLUDED 1- Guardrail panels-12'.6" (4) 2- Steel post(1) 3- Plastic blocks(4) 4- 5/8"x10"Post Bolt 5- 5/80.25 Splice Bolt 6- 5/8"Recessed Guardrail nuts 7- Reflectors Our lump sum price as per the above job description is$1,050 This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business! 0 7e6-728-5 o Quote#: 02-11-041 Blue House Repair,lnc Date: 2/11/2025 13769 SW 139 Ct TO: Monroe County Engieneering services Miami,Fl 33186 Address: 2955 Overseas Hwy P:786-728-5470 Marathon,F133050 tiw Phone: 305-289-6049LI: fti i,s � � Job: STA 14G+50 SB As per your request dated 02/10/2025,our company submit to you our estimate Description of the Job: 1- Mobilization 2- Removal and disposal of existing damaged material 3- Replace the panels,Steel post,plastic blocks,and hardware. 4- Clean and disposal of debris 5- MOT LISTOF MATERIALS INCLUDED 1- Guardrail panels-12'.6" (4) 2- Steel post(4) 3- Plastic blocks(6) 4- 5/8"x10"Post Bolt 5- 5/8x1.25 Splice Bolt 6- 5/8"Recessed Guardrail nuts 7- Reflectors Our lump sum price as per the above job description is$1,100 This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business l te�n�ero 0 Quote#: 11-21-007 Blue House Repair,lnc Date: 11/21/2024 13769 SW 139 Ct TO: Monroe County Engieneering services Miami,Fl 33186 Address: 2955 Overseas Hwy P:786-728-5470 Marathon,F133050 .'Au Slam "'wnfD s r.re...�m�,lmm�,_�armr Phone: 305-289-6049 Job: SKT/MSKT EXTRUDER HEAD/74NB Asper your request dated 11/20/2024,our company submit to you our estimate Description of the Job: 1- Mobilization 2- Removal and disposal of existing damaged material 3- Replace SKT/MSKT Extruder head,steel anchor posts#1 Upper,Bearing plate,and hardware. 4- Replace Cable anchor box,6-6"BCT cable,pipe sleeve,and SKT anchor panel 12.5". 5- Clean and disposal of debris 6- Instaling Asphalt in the damaged areas 7- MOT LIST OF MATERIALS INCLUDED 1- SKT/MSKT Extruder head(1),Steet Anchor post#1 upper(1),Bearing plate(1). 2-Cable anchor box(1),6-6"BCT cable(1),pipe sleeve(1),and SKT anchor panel 12.5"(1). 3- 5/8"x10"Post Bolt 4- 5/8"x1.25"splice Bolt 5- 5/8"Recessed Guardrail nuts 6- Asphalt 7- Reflectors Our lump sum price as per the above job description is$4,500.00 This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business l 0 .:Mnl-said Quote#: 02-11-043 Blue House Repair,Inc Date: 2/11/2025 13769 SW 139 Ct TO: Monroe County Engieneering services Miami,Ft 33186 Address: 2955 Overseas Hwy P:786-728-5470 Marathon,Fl 33050 �rlta I� t,,r,i la sari, 3ar lrAi'l,4 raw. Phone: 305-289-6049 Job: SKT 350 IMPACT HEAD REPAIR Asper your request dated 2/10/2025,our company submit to you our estimate Description of the Job: 1- Mobilization 2- Removal and disposal of existing damaged material 3- Repair SKT Impact head 4- Clean and disposal of debris 5- MOT LIST OF MATERIALS INCLUDED 1-SKT repair impact head 2- 5/8"x10"Post Bolt 3- 5/8x1.25 Splice Bolt 4- 5/8"Recessed Guardrail nuts 5- Reflectors Our lump sum price as per the above job description is$1,100.00 This is a quotation on the good named,subject to the conditions note below; All sales final,payments due upon receipt Thank you for your Business Card Sound Road Guardrail Repairs 2025 County Forms 02/14/25 CONTRACT DOCUMENTS 19 Card Sound Road Guardrail Repairs 2025 SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE " BLUE HOUSE REPAIR INC (Company) "...warrants that heAt has not employed, retained or otherwise had act on his/her behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee.' (Signature) Date: r STATE OF: 0Y 6/c, COUNTY OF: c. ',l Subscribed and sworn to (or affirmed) before me, by means of physical presence or❑ online notarization, on 1 -3 012, �z s (date) by C►in l0-� Y V S (name of affiant). He/She is .l Yr vPvr personally known to me or has produced (type of identification) as identification. O kLty Not pSw of o rld% W IO1"""A PUBLIC my k��s,rxpon wOY ski„,ka21 r My Commission Expires: "L 02/I4/25 CONTRACT DOCUMENTS 20 Card Sound Road Guardrail Repairs 2025 I, DANIA YARRUHS of the city of MIAMI according to law on my oath, and under penalty of perjury, depose and say that a. I am DANIA YARRUHS of the firm of BLUE HOUSE REPAIR INC the bidder making the Proposal for the project described in the Request for Proposals/Bid for City of Margate's BId No 2019-009 Asphalt Rejuvenation Pro ect 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; 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; 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. (Signature) Date: i3 ao STATE OF: COUNTY OF: f�Yl I�t W\ I D�d� Subscribed and swom to (or affirmed) before me, by means of physical presence or ❑ online notarization, on Mcfecif 13 2 U Z S (date) by has produced y��r /(name of affiant), He/She is personally known to me or �n� � � �� � .�c le h S e (type of identification) as identification, O ' PUBLIC « ;a, Pkitb puaay � �� as M Stay H14 My Commission Expires: 30 �� w my Comm Expyiea Nov 10.202, 02/I4/25 CONTRACT DOCUMENTS 21 Card Sound Road Guardrail Repairs 2025 The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that BLUE HOUSE REPAIR IN (Name of Business) 1_ Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. �eA (Signature Date: 3 Da STATE OF: Lovdc, COUNTY OF: 122 i ctvh i ��. e and sworn ffi d before me b means of ® physical presence or ❑ online Subscribed notarization, on (or affirmed)rme c r „ y 2 5 p Y (date) by �►�. 4 5 (name of affiant). He/She is personally known to me or has produced i V, �.<< ��� S (type of identification) . �as identification. � w ORLEY MAMNEZ N"y Public-$We or FINw� M Commission Y PUBLIC Commission r NH 469420 y ion Expires: 11 SVZZ UZ My Comm,Expires Nov 30,2027 02/14/25 CONTRACT DOCUMENTS 2! Ward Sound Road Guardrail Rcpairs 2025 Moffifiv u..:. a w 'A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a CONTRACTOR, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." I have read the above and state that neither DANIA YARRUHS (Respondent's name) nor any Affiliate has been placed on the convicted vendor list within the last 36 months. (Signature) Date: STATE OF: U v I J COUNTY OF m tot Subscribed and sworn to (or affirmed) before me, by means of`G physical presenc e or ❑ online notarization, on (;Ik, c � "�. v (date) by v � (name of affiant). He/She is personally known to me or has produced 'v tJeI .��„ (type of identification) as identification. " w , 5 ORLer MANTINIZ Noury hblk•SW of Florid@ ' CommisMon 1 HH 469420 s, My Coo,[Virei Nov 10,I027 BLIC My Commission Expires I JOZ v�� 02/1.1/25 CONTRACT DOCUMENTS .3 Card Sound Road Guardrail Repairs 2025 VENDOR C°EWTIFIC'A`C"ION REGARDING SCRUTINIZED C:OMPA:N1ES LISTS Project Description(s): rurardra�il Re air Respondent Vendor Name:Bltie house Repair.Inc Vendor FEIN: 99-1307522 Vendor's Authorized Representative Name and Title:Dania Yarr uhs Address: 13769 SW 139°i Court City:Miami. State: FL Zip: 33186 Phone Number: 786-357-0211 Email Address: blueh.ousere airy mail.com. Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of $1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to s. 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria.. As the person atithorized to sign on belnalfof Respondent, I hereby certify that the company 'identified above in tine Section entitled "Respondent Vendor Name" is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria. I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney's tees, 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 t:l-e Scrutinized Companies that.Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria. Certified By: DaniaYarrnhS who is authorized to sign on behalf of the above referenced company. Authorized Signature: Print Name:Dania Yaul.uh s Title: President Note:The List are available at the following Department of Management Services Site: 02/14/25 CONTRACT DOCUMENTS 24 Card Sound Road Guardrail Repairs 2025 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES Entity/Vendor Name: Blue House Repair.Inc Vendor FEIN: 99-1307522 Vendor's Authorized Representative: Dania Y arruhs-President (Name and Title) Address: 13769 SW 139'h Court City:Miami State:FL Zip:33186 Phone Number: 786-357-6231 Email Address: bhuelaousere air c gmail.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 lawfiul 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 other immigration document, or any other actual or purported government identification document,of any person; 5. Causing or threating to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit;or 7. Providing a controlled substance as outlined in Schedule I or Schedule 11 of Section 893.03 to any person for the purpose of exploitation of that person. As a person authorized to sign on behalf of Vendor, I certify under penalties of perjury that Vendor does not use coercion for labor or services in accordance with Section 787.06. Additionally, Vendor has reviewed Section 787.06,Florida Statutes,and agrees to abide by same. Certified By: Dania Yarruhs who is authorized to sign on behalf of the above referenced company. Authorized Signature: Print Name:Dania Yarrulis Title:President 02/14/25 CONTRACT DOCUMENTS 25 Card Sound Road Guardrail Repairs 2025 Nfino riq Owned Business Declaration Blue 11:ot15e Repair. Inc _ ,a sub-contractor engaged by Monroe County during the completion of work associated with the below indicated project (Check one) X is a minority business enterprise,as defined in Section 288.703,Florida Statutes or is not a minority business enterprise,as defined in Section 288.703,Florida Statutes. F.S.288.703(3) "Minority business enterprise"means any small business concern as defined in subsection(6)(see below) which is organized to engage in commercial transactions,which is domiciled in Florida,and which is at least 51-percent- owned by minority persons who are members of an insular group that is of a particular racial,ethnic,or gender makeup or national origin,which has been subjected historically to disparate treatment due to identification in and with that group resulting in an underrepresentation of commercial enterprises under the group's control,and whose management and daily operations are controlled by such persons.A minority business enterprise may primarily involve the practice of a profession, Ownership by a minority person does not include ownership which is the result of a transfer from a nonminority person to a minority person within a related immediate family group if the combined total net asset value of all members of such family group exceeds$I million.For purposes of this subsection,the term"related immediate family group"means one or more children under 16 years of age and a parent of such children or the spouse of such parent residing in the same house or living unit. F.S 288.703(6)"Small business"means an independently owned and operated business concern that employs 200 or fewer permanent full-time employees and that,together with its affiliates,has a net worth of not more than$5 million or any firm based in this state which has a Small Business Administration 8(a)certification.As applicable to sole proprietorships,the$5 million net worth requirement shall include both personal and business investments. Contractor,may refer to F.S.288,703 for rrtore information. Contractor Date:03/12/2025 --A 4 11 Signature Print Name: Dania.Yarrubs Title:President Address: 13769 SW 13961 Court City/State/Zip Miami Fl 33186 For Monroe County Verification: Title/OMB Department:President Verified via:htt s: o sd.d ms.mvflorida.com directories 02/14/25 CONTRACT DOCUMENTS 26 n Request for Taxpayer Give form to the v.March 2024) Identification Number and Certification requester.Do not )artmentofthe Treasury Go to www.irs.gov1FormrW9 for instructions and the latest information. send to the IRS. coal Revenue Service Rare you begin.For grridarice related to the purpose of Form W-9,see Puepose of Form,below. 1 Name of entity/individual.An entry Is required.(For a sole proprietor or disregarded entity,enter the owner's name on line 1,and enter the business/disregarded entity's name on line 2.) BLUE H.OU'SE REPAIR INC _ _..... 2 Business name/disregarded entity name,if different from above. d3a Check the appropriate box for federal tax classification of the entityfindividual whose name is entered on line 1.Check 4 Exemptions(codes apply only to rn only one of the following seven boxes. certain entities,not individuals; (11 see instructions on page 3): 0 e ❑ Individual/sole proprietor ElC corporation ❑ S corporation ❑ Partnership ❑ Trust/estate 0 w ❑ LLC.Enter the lax❑1assrrm,00ra(C-�C Corporation,S-S corporation P partnership) Exempt payee code(if any) Nate:Check the'LLC"box above arid,n0 His entry spa",eater the appoprrnte code(C,S,or P)forthe lax u ciassiracation of the I.I.C.unless it is a disregarded entity A disregarded evilly should Instead check the appropNto Exemption from Foreign Account Tax S box for the tax classification of Its owner. Compliance Act(FATCA)reporting In ❑ Other(see instructions) code(if any) . li 3b of nd you are providing this form toa partnership,trust,"orrestate in which you h veean o neits tax dasst,c her on line 3a y P (Applies o accounts maintained ownership interest,check ❑ outside the United States.) this box if you have any foreign partners,owners,or beneficiaries.See Instructions . to 6 Address(number,street,and apt.or suite no.).See instructions Requesters name and address(optional) 13769 SW 139TH CT 6 City,state,and ZIP code MIAMI,FL 33186 .....,_ 7 List account number(s)here(optional) ter your rlN in th appropriate Identification Number TIN Taxpayert ) gapropriate box.The TRq provided must match the name given on line 1 to avoid Social security number ckupr withholding,For Individuals this is generally your social security number(SSN).Hov✓ever„ LL for a ddend alien sole proprietor,or disregarded entity,see the instrm ions for Part 1,later.For othe-r titles,it Is your employer Identification number(EIN).If you do not have a number,see r-towto get a or V,later. Employer identification number Ara:If the account is in more than one name,seethe instructions for line 1.See also What Name and ember To Give the Requester for guidelines on whose number to enter. 9 9 1 3 00L715 2 2 MV Certification _ ider penalties of perjury, The number shown on I certifythat:on this form is my correct taxpayer identification number(or I am waitingfo r a number to be issued to me);and I am not subject to backup withholding because(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and I am a U.S.citizen or other U.S.person(defined below);and The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. wtiFcation instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subjectto backup withholding cause you have failed to report all interest and dividends on your tax return For real estate transactions,item 2 does not apply.For mortgage interest paid, quisitionor abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and,generally,payments ierthan interest and dividends,you are not required to sign the certification,but you must provide your,correct TIN.See the instructions for Part ti,later. igin Signature of Date 05/17J01 are U.S.parson DANIA YARRUHS 'eneral Instructions New line 3b has been added to this form.A flour-through entity is required to complete this line to indicate that it has direct or indirect action references are to the Internal Revenue Code unless otherwise foreign partners,owners,or beneficiaries when it provide, the Forrlt Vy 9 ted to another flow-through entity In which it has an owners htp interest,TIir's iture developments.For the latest information about developments change is Intended to provide a Clow"through entity with Intdmtation laced to Form W-9 and its instructions„such as legislation enacted regarding the status of its irld'i rest foreign partners,owners„or ter they were published,go to www.irs.gov1FormW9. beneficiaries,so that it can satisfy any applicable reporting requirements.For example„a partnership that has any indirect foreign Jhat's New partners may be required to complete Schedules K-2 and K-3 See the Partnership Instructions for Schedules K-2 and K-3(Form 1065), -ie 3a has been modified to clarify how a disregarded entity completes s line„An LLC that is a disregarded entity should check the Purpose of Form rpropriate box for the tax classification of its owner.Otherwise,it Iould check the"LLC"box and enter°its appropriate tax classification. An individual or n wittityh (Form S is requester)who o required to file an information return with the IRS is giving you this form because they Cat,No.10231X Form W-9(Rev.3-2024) �o CERTIFICATE OF LIABILITY INSURANCE [:fE(MMIDDfYYYY) 120)202 IIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS. :RTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES :LOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED .PRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. PORTANT; If the certificate holder is an ADDITIONAL,INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed,. SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on s certificate does not confer rf his to the certificate holder in lieu of suclT endorsements. CONTACT Isidro UCER NAME Dm Insurance Underwriters PHD (305p 740 . -460 A N k (305)740-4469 B SW 74th Ct. 5 s� Nlbrun&paTrcearnrDr .� mm. -� ,w w �........ IN Tit FL 33155 INSURER A; ATEGRITY SPECIALTY INS.CO. ZEDINSURER a_...m....,_,.�._...........mm... .,..�., .,..m....... .. .......... .......m..�. .... SURER C: .. .--_—.._�....�...,,,,....w....,..,.�......._.... BLUE HOUSE REPAIR IN IN IN 13779 SW 139 COURT INSURER D: .,. INSURER E: NIIAI MI FL 33186 INSURER F rERAGES CERTIFICATE NUMBER: REVISION NUMBER; IS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TIIE INSURED tIIAN,IED ABOVE FOR TIME POLICY PERIOD )ICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS :RTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, :CLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ALDDL" AAA' S PE'TLf'"'Y EFf�d� TYPE Of INSURANCE POLICY NUMeER.. IN`MMWYYVYI .-.- LI,MITS COMMERCIALOENE IABIL EACH OCCURSR�!;CE S 1,00 00 O0 0 C 0CLAIMS-ABDE � 5DO BI/PD DED MED EXP(Arty one person) 5.0. 0 .... ._ 100' Y 01-C-PK-P20104488-0 r0411612024 04116/2025 PERSONnLawvINJURY �s 100D000 x04 1 AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2.000000 POLICY 171 JECT L ' PRODUCTS-COMPIOPAGG LS Z,000.DOO OTyB N; I i COIABpNE:O StlHOM E 4,Ifie11T AUTOMOBILE LIABILITY ; ( � ✓o mrvCldenH i 5 ANY AUTO If BODILY INJURY(Par person) 5 �. OWNED SCHEDULED AUTOS ONLY AUTOS V BODILY INJURY(Par:wK'[1iU9'q S HIRED NON-OWNED .6°i:44JPER9Y DAMAGk .. S . AUTOS ONLY AUTOS ONLY : 1 luedentl — - S UMBRELLA LIAR OCCUR EACH OCCURRENCE S EXCESS LIAB AGGREGATE S CLAl1AS�+AADE AND RETENTIONS,. �.^�.. �-S WORKSAS COMPENSATION n +:"PIABILITY,R+O:M.6:U:p°7ti�,".: YIN P.aFT—A�J .�l3µ NW PRCPKIET RLL�IUODE NIA EL EACH ACCIDENT S (Mandatory I DISEASE EA EMPLOYE 5 �.....-..m..�..,,m_._.._... ...... ... I f yea,d escrbcunllne E.L.DISEASE-POLICY LIMIT S OF ,SCRIPI"tlON OF OPDRA'TCr N'S cr!Jrcrx :RIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached a mom space is required) 4RDRAIL REPAIR APPROVED BY RISK MANAGEMENT By,......,pp.,_ � —�.�. DATE A) T 1 25 WAIVER WA RYES tTIFICATE HOLDER CANCELLATION Monroe County BOCC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1100 Simonton St THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE'..POLICY PROVISIONS. Keywest FL 33040. r' AUTHORIZED REPRESE n �'f I` "' dr� J ISIDRO L.d;UIL 1 © 88-2015 AC.RD CORPORATION, All rights reserved. )RD 25(2016103) The ACORD name and logo are registered m ks of ACORD JMMI �0 CERTIFICATE OF LIABILITY INSURANCE DAT 0 128l2/28/20 D/25 3 CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THI: ITIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES .OW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED 'RESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. ORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. JBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on certificate does not confer ri hts to the certificate holder in lieu of such endorsement s'. CA NAME: NAME: (Alr NO"eo): tAl'C.No. ITRIA INSURANCE I 0 ESs: Coral Way Ste 209 M SURERfS)AFFORDING COVERAGE NAIC* FL 33155-1691 INSURER A.- Infinity Assurance Insurance Company 39497 INSURER B INSURER.C.t BLUE HOUSE REPAIR INC. INSIURER,D: ITIT 13769 SW 139th Ct INSURER E;. Miami,FL 33186 INSURER F: '.RAGES CERTIFICATE NUMBER: REVISION N�UM,BER: I IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED eELOW iVVlF BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD CATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS TIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. LUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. At"Y9].SUBR.. POLICYEFF I POLICYEXP I LIMITS... TYPE OFINStR'ANCE M V POLICY NUMBER 1M1 fYY tMMYDDIVYYY CO MMERCIAL GENE RAL LIABILITY EACH OC+URREIKrE S lar +4v r: CLAIMS-MADE 1:1 OCCUR MF.D FXP Ai uu o-rrw+rvra^, $ PERSONAL&ADV INJURY S', EN1 Aa`I aI�4iAll.LIMIT APPI IES PER: GENERAL AG EG'A'tE S .,POLICY�PRO �J LOC .. PRODUCTS AGG S S TIi.ER.. UTOMOBILE LIABILITY Ea,lccl%LU mlSgNr LIL LIXIl S 1'000'000 ANY AUTO BODILY INJURY(Par peisrn) S OWNED V SCHEDULED AUTOS ONLY AUTOS X X 50022147401 02/2712025 02/27/2026 UODILY INJURY(Per,cudcnq S �,,, ••••°°°-- , HIRED NON O.NNED AU I'OS ONLY - .AUI OS ONI Y kpfl-1-1.1-10 9l S UMBRELLA LLAB OCCUR EACH OCCURRENCE S EXCESS LU1B CLAIMS-MADE AGGREGATE $' m., DED RETENTION$ OR18E:R'SC.'OMPENSA,'T*N STATUTE FR"- VD EMPLOYERS'LIABILITY Y C N JYPROPRIE rORiPARINERIEXECUTIVE FL EACH ACCIDENT :a 'FICEWMEMSER EXCLUDED? NIA Inndatery In NH) EL DISEASE-EA EMPLOYEE a rs dI wr t u In cr .,LCRW9 &L7N OI' E L DISEASE-POLICY LIMIT PTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Addilional Remarks Schedule,may he attached it more space is required) :t Number: le:2024 FORD 1FT8W26AXRED42185 2019 CHEVROLET SILVERADO 1HTKHPVK6KH333833 'IFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County BOCC AUTHORIZED REPRESENTATIVE 1100 Simonton St Stacey B Sewell Key West,FL 33040 ©1988-2015 ACORD CORPORATION. All rights reserve tD 25(2016103) The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE DATE QMS,liarrYYYY) 02/26/2025 i CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS :TIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES OW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED RESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. :)RTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. JBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT" :ER 4lAME.RK PHONE �r- -472 0967� -- ....- 203 654-.,.3:..6.1..3 (APC No Et):844 IAC No,: ._.-. Box 113247 E-MAIL iford, CT 06911 ADDRESS', --cListomerservice@o BERK.cofrr PNs JRFr�s A f1aRDINo COVI RA 3E .... NA IC n INSURER A:National Liability&pre Insurance Company 20052 D INSURER B;...............,... .... ......... .— .a louse Repair Inc INSURER C: _.. __.. 3 SW 139th Ct INSURER D: I, FL 33186 INSURERE: INSURER F: :RAGES CERTIFICATE NUMBER: REVISION NUMBER: IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD GATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS TIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, LUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ....,..TYPE OF INSURANCE q I POL9CY NUMBERµ..� MIM _ �N.^. . ..m ADDI.9URGi�Wmm POR,ICY E'F�..mtlPOL1C�:'M E�6" { dODI'"P"Y 1NN9dD' YYY Y LIMITS i. COMMERCIAL GENERAL LIABILITY EACHOOCURREMCE i S IJAPAuF To F CLAIMS-MADE n OCCUR REM SES(Ea occurrence) I S MED EXP(Any one person) �S PERSONAL B AOV INJURY S ENT AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE S ti POLICY jECT U LOC PROIXICTS COMPIOP AG-- S m.wI �A -_�.� UTO OBIL MOBILE LIABILITY CO'wY17lCyEO NGLEL1 M47 13 qEa aeclgamtll ANY AUTO BODILY INJURY(Per person) `{S 'OWNED I C SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY {AUTOS -�M- -- - ....HIRED I NON-OWNED PROPi�"7'Y UAA1Ar9 $ AUTOS ONLY AUTOS ONLY (Pw accldaffl) ABAB ���CLAIMS-MADE AGGREGATE OCCURRENCE I ,,,... .... _.....UMBRELLAEACH .._..4'EXCESS LI D t RETE1,11toll's I S ORKERSCOMPENSAEION PR TUTE 0,1.H.. iD EMPLOYERS'LIABILITY EAd'^H AACC:&D!EhtlT.O.fY .. .... X r YIN 51,000,000 JYPROPRIETORlPARTNERIEXECUTIVE """"" O'5/SO/202�4 05/30/2025 " =FILER ry in ER EXCLUDED? CI dA X N9WC924363 - • --"— landatorylnNH) EL DISEASE-EAEMPLOYEE S1,000,000 ,ws wrrF.r'.r biz under :CMPTION Or EL.DS ,4SF _ C1tcw oOLI'C'p LIMIT s1,, O7„000 C 3rofessional Liability(Errors& I Per Occurrence/ Dmissions):Claims-Made Aggregate IPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) lusions: Dania Yarruhs-E.L.100,000/100,000/500,000 effective 05/30/2024;100,000/100,000/500,000 effective 05/30/2024 1,000,000/1,000,000/1'600,000 effective 02/26/2025; 1,000,000/1,000,000/1,000,000 effective 02/26/2025; a Blanket Waiver of Subrogation exists on this policy as it pertains to worker's Compensation(see endorsement attached) 'IF'ICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE APPROVED BY RISK MANAGEMENT THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IP ve County BOCC ACCORDANCE WITH THE POLICY PROVISIONS. I Simonton St 3 21 2 Nest,FL33040 DATE ,-,-,____________--,-_. AUTHORIZED REPRESENTATIVE y� 1 j WAIVER N/A RYES ,y%�'! _ A �)O � ©1988-2015 ACORD CORPORATION. All rights reservr: RD 25(2016/03) The ACORD name and logo are registered marks of ACORD J )RKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce right against the person or organization named in the Schedule. (This agreement applies only to the extent that i perform work under a written contract that requires you to obtain this agreement from us.) is agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 31anket Waiver Person/Organization: Blanket Waiver-Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. Job Description Waiver Premium All FL Operations 250.00 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. N9WC924363 Endorsement No. Insured Premium Insurance Company Countersigned b WC 00 03 13 (Ed.4-84) >1983 National council on Compensation Insurance.