Loading...
HomeMy WebLinkAboutItem O2 02 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein,District 5 Board of County Commissioners Meeting April 16, 2025 Agenda Item Number: 02 2023-3901 BULK ITEM: Yes DEPARTMENT: Administration TIME APPROXIMATE: STAFF CONTACT: Lindsey Ballard n/a AGENDA ITEM WORDING: Ratification of six (6) small contracts signed by the County Administrator. ITEM BACKGROUND: The County Administrator pursuant to Monroe County Code and the Monroe County Purchasing Policy executed six small contracts where the total cumulative value was less than $100,000.00. The Contracts are between Monroe County and Blue House Repair, Florida Fence Corp., MCT Express, Mittel Maintenance, MORSE Maintenance, and Zoll Data Systems. PREVIOUS RELEVANT BOCC ACTION: Approval at each BOCC Meeting. INSURANCE REQUIRED: No CONTRACT/AGREEMENT CHANGES: n/a STAFF RECOMMENDATION: Approval. DOCUMENTATION: Small Contract m Blue House Repair 03.31.2025.pdf Small Contract m Florida Fence Corp. 03.31.2025.pdf Small Contract m MCT Express 03.10.2025.pdf Small Contract m Mittel Maintenance 2025m2026.pdf signed.pdf Small Contract m MORSE Maintenance 2025m2026.pdf signed.pdf Small Contract m Zoll 03.31.2025.pdf 2277 FINANCIAL IMPACT: n/a 2278 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 2279 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 2280 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 2281 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 2282 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 2283 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 2284 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 2285 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 2286 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 2287 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 2288 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 2289 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 2290 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 2291 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 2292 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 2293 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 2294 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. Meet 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, FLORIDA By County Administrator or Designee IMUY MARTINEZ Notary Publlt State of Fiorlde 1�"440 Commission 0 NN 469420 (SEAL) °" My�nm,Expires Nov 30,2027 Contractor Attest: By: ,,,�,�a��/h �' � By: 1: �, i�r "trrat s a�,� t o � Title: ' , t +Nit I l le ,.,�. . .. J! .�� 02/14/25 CONTRACT DOCUMENTS 16 2295 Card Sound Road Guardrail Repairs 2025 Attachment A Scone of Work 02/14/25 CONTRACT DOCUMENTS 17 2296 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' TOTAL I 47,450 2297 :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 2298 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 l 2299 �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:�,a�rasual 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 1 2300 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,G50.0O. 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 2301 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 1 2302 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 2303 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 1 2304 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 1 2305 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 w�t 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 2306 >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 1 2307 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 1 2308 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 1 2309 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! 2310 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 2311 n�na�no 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�,_rarmr 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 2312 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 sar�a 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 2313 Card Sound Road Guardrail Repairs 2025 County Forms 02/14/25 CONTRACT DOCUMENTS 19 2314 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. p o W IO1"""A PUBLIC rld% My Commission Expires: "L 02/14/25 CONTRACT DOCUMENTS 20 2315 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 2 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/l4/25 CONTRACT DOCUMENTS 21 2316 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! 2317 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 3U 2v�� 02/1.1/25 CONTRACT DOCUMENTS .3 2318 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 2319 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 2320 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 2321 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) 2322 �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 2323 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"Mo,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 p;ry+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 2324 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? Ca 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 2325 )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. 2326 Monroe County Purchasing Policy and Procedures ATTACHMENT D--'; COUNTY ADMINISTRATOR CONTRACT SUMMARY FORM FOR CONTRACTS $100,000,00 and Under Contract with- Florida Fence Cor . Contract 4 Effective Date: Expiration Date: Contract Purpose/Description: Chain Link Fending at Marathon Detention Center 29$1 Ocean-rOrrace,Marathon Contractor shall lcomm afire parformanoe within ten(10)calendardays of date of issuance of a Notre to Prottl PurchaseOrdtr,orTask[order.' Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: John T.Null o Facilities Mainterlarice CONTRACT COSTS Total Dollar Value of Contract: $ 22,995,00 Current Year Portion: $ (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the C;u wMoir.nk Twd�latiaan+4:is �tOtl,l fINPV,I I)O ivt d; r5�. Budgeted? Yes❑■ No ❑ Grant: $ County Match: $ Fund/Cost Center/Sl2end Cate of : CC 20506/8C 00062 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g. maintenance,utilities,janitorial,salaries,etc.) Insurance Required: YES 0 NO ❑ see pages 32-34 of RFS CONTRACT REVIEW Reviewer Date In Department Head Signature: William Desantis County Attorney Signature. Joseph X. DiNovo Digitally 3.by Joseph X04'00' o Date:2025.03.26 07:21:5fi-04'00' Jaclyn Flatt Digitally signed by Jaclyn Flalt Risk Management Signature: Date:2025.03.251323:00-04'00' Purchasing Signature: Julie E. Cuneo Digitally 3.28ed Julie E.°uneo Date:2025.03.2fi 09:02:03-04'00' [� John Quinn Digitally signed by John Oulnn OMB Signature. Date:2025.03.26 09:45:12-04'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 2327 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR SERVICES FOR Chain Link 1 Marathon Detention nter 2981 ocean Terrace, Marathon i BOARD OF COUNTY COMMISSIONERS Mayor James K. Scholl, District 3 Mayor Pro Tem Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein, District S COUNTY ADMINISTRATOR Christine Hurley Clerk of the Circuit Court Facilities Maintenance Director Kevin Madok William DeSantis January 225 PREPARED BY: Monroe County Facilities Maintenance Department Page 1 of 32 2328 General Scope of Work Job Name: Chain Link Fencing at Monroe County Detention Center Job Locations: Monroe County Detention Center 3981 Ocean Terrace, Marathon, Florida 33050 Contact: John T. Null or Jessica Morris John T.Null LlujL-Lol—,-nLiDli-noti�roeco�un �-fl- OV 305-587-8036 Jessica Morris mordis iessi (@,monroeco 305-504-4327 PROJECT OVERVIEW PROJECT INTENT AND SCOPE GENERAL REQUIREMENTS 1. Project Overview A) Monroe County ("Owner" or "County") shall enter into a contract with a qualified Contractor to install chain link fencing at the Monroe County Detention Center; 3981 Ocean Terrace; Marathon,Florida 33050. The term of this contract shall commence upon approval and execution of the contract by Monroe County and will terminate upon final completion of the Project as noted herein. Contractor shall commence performance under the contract, which may include applying for a permit if one is required for the Project, within Ten (10) calendar days of the date of issuance to the undersigned by Owner of a Notice to Proceed,Purchase Order,or Task Order. Once commenced,the undersigned shall diligently continue performance until completion of the Project. The undersigned shall accomplish Final Completion of the Project within Thirty (30) days, thereafter, unless an extension of time is granted by the County. The Contractor shall be required to secure and pay for all required permits and approvals to perform the work from governmental entities, which may include City of Marathon Building Department, Monroe County Building Department, and any other permitting or regulatory agencies, if applicable. The Contractor shall include those permit fees as a part of the Contractor's bid. B) All quotes are due by Tuesday, March 18, 2025, at 3:00 P.M., via email to morris- jessica@monroecounty-fl.gov. All Quotes must state they will be good for one hundred twenty(120) calendar days from submittal due date. Page 2 of 32 2329 2. Project Intent and Scope Scope of Work: The Contractor shall provide the following Scope of Work and provide all labor and materials to install chain link fencing at the Monroe County Detention Center, Marathon, Florida: Remove and dispose of existing chain link fencing on perimeter ordy. Leave existing rooftop fencing as is, It is in good condition and will not be replaced. Install mini mesh galvanized chain link fencing, to match.existing rooftop fencing. Repair posts as needed. Repair/replace Constantine wire as needed. 3. General Requirements A) The Contractor shall coordinate all activities with the following representative of the Monroe County Facilities Maintenance Department: JT Null at 305-587-8036 B) The Contractor is required to provide protection for all existing surfaces including, but not limited to: i. Existing fixtures ii. Personal Items iii. Floors iv. Vehicles and Personal Property V. Landscaping C) The Contractor shall ensure that all non-exempt employees for this effort are compensated in accordance with all State and Local Laws. D) The Contractor shall load,haul, and properly dispose of all construction debris and materials. E) The Contractor shall provide and maintain appropriate (OSHA required) construction warning signs and barriers. F) The Contractor shall furnish all required work site safety equipment. G) The Contractor shall furnish and maintain on-site material safety data sheets (MSDS)for all materials used in the construction. H) Construction work times shall be limited to that specified by the County. Page 3 of 32 2330 1) All materials must be approved by submittal prior to commencement of work. J) The Contractor shall provide a lump sum price by Tuesday, March 18, 2025, at 3:00 P.M., via email as noted herein. K) The Contractor needs to be aware of weather and location and plan accordingly. L) The Contractor needs to be aware of the facility,its residents,and staff with unusual schedules and plan accordingly. M) The Contractor shall provide a safety lift plan for any crane/hoist work. N) If applicable,the Contractor shall provide paper or electronic copies of all original device specifications, warranties, maintenance schedules, shop drawings, permits, repair and maintenance contacts, and any other information necessary for the proper functioning and maintenance of the equipment. 0) The Contractor shall provide a schedule for all phases of the project. P) The Contractor shall coordinate all activities with concurrent site work being performed, if any. Q) Insurance Requirements: Workers Compensation Statutory Limits Employers' Liability $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease,policy limits $100,000 Bodily Injury by Disease, each employee General Liability $200,000 per Person $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit Vehicle: $200,000 per Person (Owned,non-owned, $300,000 per Occurrence and hired vehicles) $200,000 Property Damage or $300,000 Combined Single Limit Builders Risk Not Required Construction Bond Not Required Page 4 of 32 2331 The Monroe County Board of County Commissioners, its employees and officials, 1100 Simonton Street, Key West, Florida 33040, shall be named as Certificate Holder and Additional Insured on General Liability and Vehicle policies. A"Sample" Certificate of Insurance is attached,which may not be reflective of the insurance amounts required for this project but is provided for"informational purposes" only. R) The Contractor is required to have all current licenses necessary to perform the work and shall submit the Contractor's License and Monroe County Business Tax Receipt along with its Proposal. If the Contractor is not a current registered Monroe County Vendor, then it shall also submit a properly completed and executed W-9 Form. S) INDEMNIFICATION, HOLD HARMLESS, AND DEFENSE, Notwithstanding any minimum insurance requirements prescribed elsewhere in this Agreement,the Contractor shall defend, indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and(iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by,any indemnified party by reason of,or in connection with, (A)any activity of the Contractor or any of its employees,agents, subcontractors or other invitees during the term of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of the Contractor or any of its employees, agents, subcontractors or other invitees, or(C) the Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings,costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than the Contractor). The monetary limitation of liability under this contract shall be equal to the dollar value of the contract and not less than $1 million per occurrence pursuant to Section 725.06, Florida Statutes. The limits of liability shall be as set forth in the insurance requirements included in Paragraph 3 Q. herein. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement,this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. In the event that the completion of the project(to include the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the Contractor,the Contractor agrees and warrants that the Contractor shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement. Page 5 of 32 J:�� 2332 Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the County's sovereign immunity. T) NON-COLLUSION.By signing this proposal,the undersigned swears, according to law on his/her oath, and under penalty of perjury, that their firm executes this proposal with prices arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition,as to any matter relating to such prices with any other bidder or with any competitor.Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to proposal opening, directly or indirectly,to any other proposer or to any competitor.No attempt has been made or will be made by the proposer to induce any other person,partnership or corporation to submit, or not to submit a proposal for the purpose of restricting competition. The statements contained in this paragraph are true and correct, and made with the full knowledge that Monroe County relies upon the truth of the statements contained in this paragraph in awarding contracts for this project. U) EMPLOYMENT OR RETENTION OF FORMER COUNTY OFFICERS OR EMPLOYEES. By signing this proposal, the undersigned warrants that he/she/it has not employed, retained or otherwise had act on his/hers/its behalf any former County officer or employee in violation of Section 2-149, Monroe County Code of Ordinances or any County officer or employee in violation of Section 2-150, Monroe County Code of Ordinances. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price,or otherwise recover,the full amount of any fee,commission, percentage, gift, or consideration paid to the former County officer or employee pursuant to Subsection 2-152(b),Monroe County Code of Ordinances. V) CODE OF ETHICS. County agrees that officers and employees of the County recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313,Florida Statutes,regarding,but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. W) DRUG-FREE WORKPLACE.By signing this proposal,the undersigned certifies that the contractor complies fully with, and in accordance with the requirements of Section 287.087,Florida Statutes, as follows: 1) They will publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,possession, or use of a controlled substance is prohibited in the workplace and specify the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug Page 6 of 32 2333 counseling,rehabilitation,and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Subsection 1. 4) In the statement specified in subsection 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, for any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. ADDITIONAL CONTRACT PROVISIONS I) Nondiscr° lnation/Eaual Employment Opportunity° The Contractor and County agree that there will be no discrimination against any person,and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. Contractor agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VII of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination in employment on the basis of race, color, religion, sex, or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of disability; 4) The Age Discrimination Act of 1975,as amended (42 USC ss. 6101-6107)which prohibits discrimination on the basis of age; 5)The Drug Abuse Office and Treatment Act of 1972(PL 92-255),as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8)Title V1II of the Civil Rights Act of 1968 (42 USC S. 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 12101 Note), as may be amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Article 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; and 11) Any other Page 7 of 32 2334 nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of,this Agreement. During the performance of this Agreement, the Contractor, in accordance with Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339) as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor), see 2 C.F.R. Part 200, Appendix 11,T C, agrees as follows: 1) The Contractor will not discriminate against any employee or applicant for employment because of race, color,religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated equally during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 2) The Contractor will,in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color,religion, sex, sexual orientation, gender identity, or national origin. 3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee, who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions, discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information,unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. Page 8 of 32 <&"' 2335 e- 4) The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,and of the rules,regulations,and relevant orders of the Secretary of Labor. 6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7) In the event of the Contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The Contractor will include the portion of the sentence immediately preceding paragraph(1) and the provision of paragraphs(1)through(8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such pro-visions, including sanctions for non-compliance; provided, however, that in the event a contractor becomes involved in, or is threatened with,litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States, Page 9 of 32 2336 Termination Provisions. A. In the event that the Contractor shall be found to be negligent in any aspect of service, the County shall have the right to terminate this agreement after five (5) days' written notification to the Contractor. B. Either of the parties hereto may cancel this Agreement without cause by giving the other party sixty(60) days' written notice of its intention to do so. C. Termination for Cause and Remedies: In the event of breach of any contract terms, the County retains the -right to terminate this Agreement. The County may also terminate this agreement for cause with Contractor should the Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, prior to termination, the County shall provide Contractor with five (5) calendar days' notice and provide the Contractor with an opportunity to cure the breach that has occurred. If the breach is not cured, the Agreement will be terminated for cause. If the County terminates this agreement with the Contractor, County shall pay Contractor the sum due the Contractor under this agreement prior to termination,unless the cost of completion to the County exceeds the funds remaining in the contract; however, the County reserves the right to assert and seek an offset for damages caused by the breach. The maximum amount due to Contractor shall not in any event exceed the spending cap in this Agreement. In addition, the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance, located at Article IX, Section 2-721 et al. of the Monroe County Code. D. Termination for Convenience: The County may terminate this Agreement for convenience, at any time, upon seven(7) days' notice to Contractor. If the County terminates this agreement with the Contractor,County shall pay Contractor the sum due the Contractor under this agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract. The maximum amount due to Contractor shall not exceed the spending cap in this Agreement. In addition, the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance, located at Article IX, Section 2-721 et al. of the Monroe County Code. E. Scrutinized Companies: For Contracts of any amount, if the County determines that the Contractor/Consultant has submitted a false certification under Section 287.135(5), Florida Statutes or has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County shall have the option of (1) terminating the Agreement after it has given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes, or(2) maintaining the Agreement if the conditions of Section 287.135(4), Florida Statutes, are met. Page 10 of 32 2337 111) Maintenance of Records. The Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained as applicable for 1) a period of five (5) years after all funds have been expended or returned to the Department of the Treasury, whichever is later; or 2) for a period of seven (7) years from the termination of this Agreement or for a period of five (5)years from the submission of the final expenditure report as per 2 CFR §200.33,whichever is greater. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for seven (7)years following the termination of this Agreement. If any auditor employed by Monroe County or the Monroe County Office of the Clerk of Court and Comptroller (hereinafter referred to as "County Clerk") determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Section 55.03,Florida Statutes,running from the date the monies were paid by the County. IV) Right to Audit. Availability of Records. The records of the parties to this Agreement relating to the Project,which shall include but not be limited to accounting records(bard copy,as well as computer readable data if it can be made available; subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc.); original estimates; estimating work sheets; correspondence; change order files (including documentation covering negotiated settlements); back charge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance rebates and dividends; any other supporting evidence deemed necessary by Owner or by the County Clerk to substantiate charges related to this agreement, and all other agreements, sources of information and matters that may in Owner's or the County Clerk's reasonable judgment have any bearing on or pertain to any matters,rights,duties,or obligations under or covered by any contract document (all foregoing hereinafter referred to as "Records") shall be open to inspection and subject to audit and/or reproduction by Owner's representative and/or agents of Owner or the County Clerk. Owner or County Clerk may also conduct verifications such as, but not limited to, counting employees at the job site, witnessing the distribution of payroll,verifying payroll computations,overhead computations, observing vendor and supplier payments, miscellaneous allocations, special charges, verifying information and amounts through interviews and written confirmations with employees, subcontractors, suppliers, and contractors' representatives. All records shall be kept for ten(10)years after Final Completion. The County Clerk possesses the independent authority to conduct an audit of records, assets, and activities relating to this Project. If any auditor employed by Monroe County or County Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Section 55.03, Florida Pagel 1 of 32 2338 Statutes,running from the date the monies were paid to Contractor. The right to audit provisions survive the termination or expiration of this Agreement. V) Payment of Fees/Invoices. County shall pay pursuant to Section 218.70, Florida Statutes (Florida Local Government Prompt Payment Act), upon receipt of a Proper Invoice from the Contractor. Payments due and unpaid under the Contract shall bear interest pursuant to the Florida Local Government Prompt Payment Act. The Contractor is to submit to the County invoices with supporting documentation that are acceptable to the County Clerk. Acceptability to the County Clerk is based on generally accepted accounting principles and such laws, rules, and regulations as may govern the County Clerk's disbursal of funds. invoices shall be submitted to Monroe County Facilities Maintenance Department, Attention: Jessica Morris via email at morris-jessica@monroecounty-ft-gov- The County is exempt from sales and use taxes. A copy of the tax exemption certificate will be provided upon request. Final payment shall be made by the County, as the Owner,to the Contractor when the Contract has been fully performed by the Contractor and the work has been accepted by the County. VI) Public Records Compliance. The Contractor must comply with Florida public records laws,including but not limited to Chapter 119,Florida Statutes and Article 1, Section 24,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 Section 119.0701, Fla. Statutes, 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. Page 12 of 32 2339 (2) Upon request from the County's custodian of records,provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records that would be required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract,the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of records, in a format that is compatible with the information technology systems of the County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County,but if the County does not possess the requested records, the County shall immediately notify the Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor. A Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10,Florida Statutes. The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 1199 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 12 TH ST., SUITE 4089 KFY WEST9 FL 33040, RHbgcr�CoLs�&Inon oe cou nty-fl,.&gv9 (305) 292-3470. 4_ �g Page 13 of 32 2340 VH) E-VerifA System. Beginning January 1, 2021, in accordance with Section 448.095, Florida Statutes, as may be amended from time to time,the Contractor and any subcontractor shall register with and shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the subcontractor during the Contract term. Any subcontractor shall provide an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. The Contractor shall comply with and be subject to the provisions of Section 448.095, Florida Statutes. Pursuant to Section 448.095: 1. "A public agency, Bidder, or subcontractor who has a good faith belief that a person or an entity with which it is contracting has knowingly violated Subsection 448.09(1) shall terminate the contract with the person or entity. 2. A public agency that has a good faith belief that a subcontractor knowingly violated this subsection, but the Bidder otherwise complied with this subsection, shall promptly notify the Bidder and order the Bidder to immediately terminate the contract with the subcontractor. 3. A contract terminated under this paragraph is not a breach of contract and may not be considered as such. If a public agency terminates a contract with a Bidder under this paragraph,the Bidder may not be awarded a public contract for at least 1 year after the date on which the contract was terminated. A Bidder is liable for any additional costs incurred by a public agency as a result of the termination of a contract." V111) Notice,Reg uirement. Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail, certified, return receipt requested, postage prepared, or by courier with proof of delivery. Notice is deemed received by Contractor when hand delivered by national courier with proof of delivery or by U.S.Mail upon verified receipt or upon the date of refusal or non-acceptance of delivery. The place of giving Notice shall remain the same as set forth herein until changed in writing in the manner provided in this paragraph. Notice shall be sent to the following persons: For Contractor: -R q V-,1 1(0.- - 0,0 a ®X T' EL-- S3670 For Owner: Facilities Maintenance Department Attention: John T.Null 10600 Aviation Blvd. Marathon,Florida 33050 And Page 14 of 32 2341 Monroe County Attorney's Office 1111 12'h Street Suite 408 Key West,Florida 33040 IX) Uncontrotlable Circumstance. Any delay or failure of either Party to perform its obligations Linder this Agreement will be excused to the extent that the delay or failure was caused directly by an event beyond such Party's control, without such Party's fault or negligence and that by its nature could not have been foreseen by such Party or, if it could have been foreseen, was unavoidable: (a)acts of God; (b)flood,fire, earthquake, explosion,tropical storm, hurricane or other declared emergency in the geographic area of the Project; (c) war, invasion, hostilities (whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the geographic area of the Project; (d) government order or law in the geographic area of the Project; (e) actions, embargoes, or blockades in effect on or after the date of this Agreement; (f) action by any governmental authority prohibiting work in the geographic area of the Project;(each, a "Uncontrollable Circumstance"). Contractor's financial inability to perform, changes in cost or availability of materials, components, or services,market conditions, or supplier actions or contract disputes will not excuse performance by Contractor under this Section. Contractor shall give County written notice within seven (7) days of any event or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, or as soon as possible after such Uncontrollable Circumstance has occurred if reasonably anticipated, and the anticipated duration of such Uncontrollable Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance under this Agreement.The County will not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only seek a no cost Change Order or Amendment for such reasonable time as the Owner's Representative may determine. X) Adjudication of Disputes or DisglEgements. County and Contractor agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions of Section 1, Nondiscrimination, or Section H, concerning Termination or cancellation. Page 15 of 32 2342 PROPOSAL FORM PROPOSAL TO: Monroe County Facilities Maintenance 10600 Aviation Blvd. Marathon,Florida 33050 ---t PROPOSAL FROM: Fmce..-Co The undersigned, having carefully examined the Work and reference Drawings, Specifications, Proposal, and Addenda thereto and other Contract Documents for the construction of- Chain Link Fencing at Monroe County Detention Center 3981 Ocean Terrace, Marathon, Florida and having carefully examined the site where the Work is to be performed, having become familiar with all local conditions including labor affecting the cost thereof, and having familiarized himself with material availability, Federal, State, and Local laws, ordinances, rules and regulations affecting performance of the Work, does hereby propose to famish all labor, mechanics, superintendents, tools, material, equipment, transportation services, and all incidentals necessary to perform and complete said Work and work incidental hereto,in a workman-like manner,in conformance with said Drawings, Specifications,and other Contract Documents including Addenda issued thereto. The undersigned further certifies that he/she has personally inspected the actual location of where the Work is to be performed,together with the local sources of supply and that he/she -understands the conditions under which the Work is to be performed. The proposer shall assume the risk of any and all costs and delays arising from the existence of any subsurface or other latent physical condition which could be reasonably anticipated by reference to documentary information provided and made available, and from inspection and examination of the site. The undersigned agrees to commence performance of this Project within Ten (10) calendar days after the date of issuance to the undersigned by Owner of the Notice to Proceed/Purchase Order/Task Order. Once commenced, undersigned shall diligently continue performance until completion of the Project. The undersigned shall accomplish Final Completion of the Project within Thirty(30)days,thereafter,unless an extension of time is granted by the County. Page 16 of 32 2343 The Base Proposal shall be furnished below in words and numbers. If there is an inconsistency between the two,the Proposal in words shall control. (Total Base Proposal-words) $ c4' ('� I Ct C)5" a (Total Base Proposal—numbers) I acknowledge Alternates as follows:N/A I acknowledge receipt of Addenda No.(s) or None No. Dated No. Dated Page 17 of 32 2344 In addition, Proposer states that he/she has provided or will provide the County, along with this Proposal, a certified copy of Contractor's License, Monroe County Business Tax Receipt, and Certificate of Insurance showing the minimum insurance requirements for this project. Execution by the Contractor must be by a person with authority to bind the entity. By signing this agreement below,the Contractor has read and accepts the terms and conditions set forth by the Monroe County General Requirements for Construction found at the link on the Monroe County web page: h:Ltp://fl-monroecountv.civiel2lus.com/Bids.asOx?CatlD=18; AND accepts all of the terms and conditions and all Federal required contract provisions herein. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their duly authorized representatives, as follows: Contractor: G-O-r Mailing Address: P- 33 7�% Phone Number: 3 E.I.N.: 5 Email: Date: Signed: Name Title Contractor's Witness signature: Witness name: "2Je%2tk ld�- Date: ilL-11—z The County accepts the above proposal: MONROE COUNTY, FLORIDA Date: By: County Administrator or Designee M40r4R<3E COUNry A-rrOIRNEY-S OFF�ce AFn ROVED AS TO FORM Page 18 of 32 C CaUNTY ATTCMNey oATs- -2-19 202-1 2345 NON-COLLUSION AFFID"IT e-N 4L kNQ%&WVe Gn'rAQV11`_ of the City of ex t\i eAr I according to law on m oath, and under penalty-o—fperjury, depose and say that: a. I am S10 of the firm of I the bidder making the Proposal for the project described in the Request for �Proposals for, CA Vtq A4 and that I executed the said proposal 6ith full authority to do so; b. The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; and C. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and d. No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; and e. The statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. i laL, tu re gnature of roposer) (Date) STATE OF: rloa?' COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of�Xphysical presence or El online notarization, on l (date) by P- nor& —(name of affiant).(He he i personally know to me or has produced (type of identification) as identification. NOTARY PUDL 16-W ELIZABETH My commission expires: N 'UTSEAL) OWY PH191 State of Florida Comm#HH400569 %-Volc' Expires 6/3/2027 Page 19 of 32 2346 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE 9k— Pta-f�(a,- ' Fe-vtce- (Company) warrants that he/she/it has not employed, retained or otherwise had act on his/her/ its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee". (Signature) Date: STATE OF: an COUNTY OF: �knmv-oe, Subscribed and sworn to (or affirmedl beTfQre me, by means of Wphysical presence or 0 online notarizatioti, on M MNrIA 20 -2- (date) by TA ej��— m�f&4 - (name of;iffiant). SShe is qe� to me or has produced eZn�tificatPon (C'Type of identification) NOTARY PUBLIC) My commission expires: *- —MJZABE URY rH ALB Notary Public (SEAL) State of Florida Comm#NH400S69 Expires 6/3/2027 Page 20 of 32 2347 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute, Sec. 287.087 hereby certifies that: Florida Fence Corn (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace,the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection(1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contenders to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Imposes a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, for any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement,I certify that this firm complies fully with the above requirements. • �Pposer's Signature r Date STATE OF: [� �' COUNTY OF: kAn%( Subscribed and sworn to (or affirmed)before met by means o I hysical presence or ❑ online notarization, on (date)by ` (name of affiant). She is p_ersonally kn wn to me or has produced (type of identifcati„on) ;4ionti ication. NO LIC (SEAL) M Commission Expires: RY Notary Public State of FkwMa Page 21 of 32 'Expires 6/3/2027 2348 PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list." I have read the above and state that neither 1 12904clyp— &Qh C (Respondent's name) nor any Affiliate has been placed on the convicted vendor list within the last thirty-six (36) months. (Signature Date: � (q 4" . STATE OF: F—Jaq-101, COUNTY OF: kQAtW- Subscribed and sworn to (or affirmed) before me, by means of 1physical presence or 0 online notarization. onth C I ? day of 20 (d (name of affiant), (�Yn a A"-A DMLC�� She is t erso.7nna3llyown to me or has produced (type of identification) as identification. ��A NOTARY)150 (SEAL) My Commission Expires: EUZABETH A=Rr Notary Public state of Florkle COMM HH40MM kpires W2o27 Page 22 of 32 2349 VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Respondent Vendor Name: P&Aha L��ee--Jcnv-o. Vendor's Authorized Representative Name and Title- JKt—edgire- -q ordo , Pirfsi��-r Address: QVI, &&= Section 287.135. Florida Statutes prohibits m company from bidding on, submitting o proposal for, or entering into or nsnoxvng m contract for goods or services of any amount if, at the time of contracting or renewal,the company imonthe Scrutinized Companies that Boycott Israel List,created pursuant hoSection 215.4725. Florida 8tatubam, or is engaged in a Boycott ofIsrael. Section 287.135. Florida Statutea, also prohibits o company from bidding on, submitting a proposal for, or entering into or renewing m contract for good or services of $1.000.O0U or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors Lists which were created pursuant to s. 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf ofRespondent, | hereby certify that the company identified above in the Section entitled "Respondent Vendor Name" is not listed on the Scrutinized Companies that Boycott Israel List or engaged ino boycott of Israel and for Projects of$1.UOO.000ornmonaionot|ietedon either the Scrutinized Companies with Activities in Sudan List,the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, or engaged in business operations in Cuba or Syria. | understand that punsuanttoSec�on287.135. F|ohda Statutes, the eubnmimmimnofa false oe��ootionmay aub|ectcompany tock/i|^ anakies. sd±Vrney's fees, and/or costs. | fudbar understand that any contract vvith the County may be ternninated, at the option of the County, if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in o boycott ofIsrael or placed on the Scrutinized Companies with Activities in Sudan List orthe Scrutinized Companies with Activities in the |nsn Pbtmo|eumTarno,iom Sector List or been engaged in business operations in Cuba orSyria. Vendor has reviewed Section 287.135' Florida Statutem, and in accordance with such provision of Florida law, is eligible to bid on, submit proposal for, or enter into or renew a contract with Monroe County for goods orservices. Certified By: who is authorized to sign on behalf of the above d co panyA Authorized Signature-. Title: I? Note: The List are available at the following Department of Management Services Site: Page 230f32 2350 AFFIDAVIT ATTESTING TO NONCOERCIIVE CONDUCT FOR LABOR OR SERVICES Entity/Vendor Name: Vendor FEIN: — Q,5 Vendor's Authorized—Representative: —Unead- Gordnn (Name and Title) Address: City: State: lr Zip: :R Number: Phone Numb er: Email Address: As a nongovernmental entity executing, renewing, or extending a contract with a government entity, Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor does not use coercion for labor or services in accordance with Section 787.06, Florida Statutes. As defined in Section 787.06(2)(a), coercion means: 1. Using or threating to use physical force against any person; 2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or 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: —�ta - L->ov-Aw who is authorized to sign on behalf of the above referenced company. Authorized Signature: ---- Print Name: Title: D A oc I rte. L rf Page 24 of 32 2351 LOCAL PREFERENCE FORM A. Vendors claiming a local preference according to Ordinance 023-2009, as amended by Ordinance No. 004-2015 and025-2U15 cd 1. Does the vendor have a valid receipt for the business tax paid to the MQnroe County Tax Collector dated at least one(1)year prior to the notice of request for bids or proposals? (Please furnish copy.) 2. Does the vendor have a physical business address located within Mon e County from which the vendor operates or performs business on'a day-to-day basis that is a substantial component of the goods or services being offered to Monroe County? ? - iness with the Florida (The physical business address must be regist6Fed as its principal place of bus Department of State for at least one (1�) * r to the notice of request for bid or proposal.) List Address: TMA� Telephone Number: the goods, services or B. Does the vendor/prir6e- coKt�actor intend to! subcontract 50% or more of construction to local businesses meeting the criteria above as to licensing and location? NO If yes, please provide: 1. (�o'' yof Receipt of the business tax paid to the Monroe County Tax Collector by the subcontractor dated at least one year earpriurk»thanotineorrequeetfnrbidorproposm|, 2 Subcontractor's`' phyeica|busineeoaddnaaevvithinK8oOroe(�ountyhomwhichthe subcontractor operates: (/'he �physical business address must beregi�erad as its principal place of business vviU) the Florida `�—Department of State for at least one M\year priorto the notice of request for bids orproposals) Bidder/Res nder STATE OF: PLC)IL COUNTY OF: ~ - uf�� physical �nmaor[]onUnenotariz��ion @ubeChhadand avvomnbo(»r affirmed)before me, by means - pn�o . . on =/ by (n�no� ofof��n ./��vShe to me orh�oproduced (type of NOTARY PUKI (SEAL) My commission expires: ELIZABErG &LBURY NotarY Public State of Florida [omn#HH400569 - Expires 613/2027 Page 250f32 2352 INSURANCE REQUIREMENTS AND FORMS MONROE COUNTY,FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES General Insurance Requirements For Other Contractors, Subcontractors and Professional Services As a pre-requisite of the work and services governed, or the goods supplied under this contract (including the pre-staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in any attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Subcontractors engaged by the Contractor. Alternatively, the Contractor may require all Subcontractors to obtain insurance consistent with the attached schedules. The Contractor will not be permitted to commence work governed by this contract (including pre- staging of personnel and material) until satisfactory evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of work,resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time, except for the Contractor's failure to provide satisfactory evidence. The Contractor shall maintain the required insurance throughout the entire term of this contract and any extensions specified in the attached schedules.Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work had not been suspended,except for the Contractor's failure to maintain the required insurance. The Contractor will be held responsible for all deductibles and self-insured retentions that may be contained in the Contractor's Insurance policies. The Contractor shall provide,to the County,as satisfactory evidence of the required insurance, either: -Certificate of Insurance or ®A Certified copy of the actual insurance policy. The County, at its sole option,has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation, non-renewal, material change, or reduction in coverage unless a minimum of thirty(3 0)days prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed by law. Page 26 of 32 2353 The Monroe County Board of County Commissioners, its employees and officials, at 1100 Simonton Street, Key West, Florida 33040, will be included as "Additional insured" on all policies, except for Workers' Compensation. Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled"Request for Waiver of Insurance Requirements" and approved by Monroe County Risk Management Department. Page 27 of 32 2354 PROPOSER'S INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIREMENTS Workers Compensation Statutory Limits Employers Liability $100,000/$500,000/$100,000 Bodily Injury by Accident/Bodily Injury by Disease,policy limits/Bodily Injury by Disease each employee General Liability $200,000 per Person $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit Vehicle $200,000 per Person (Owned, non-owned, and hired vehicles) $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit Builders Risk Not Required Construction Bond Not Required The Monroe County Board of County Commissioners,its employees and officials, 1100 Simonton Street, Key West, Florida 33040, shall be named as Certificate Holder and Additional Insured on General Liability and Vehicle policies. INDEMNIFICATION-,HOLD HARMLESS,AND DEFENSE.Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement,Contractor shall defend,indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury(including death),loss,damage,fine,penalty or business interruption,and(iii)any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement, (B)the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of Contractor or any of its employees, agents, sub-contractors or other invitees, or (C) Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than Contractor). The monetary limitation of liability under this Page 28 of 32 V� 2355 contract shall be equal to the dollar value of the contract and not less than$1 million per occurrence pursuant to Section 725.06, Florida Statutes. The limits of liability shall be as set forth in the insurance requirements included in Paragraph 3.Q. herein. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the Contractor,the Contractor agrees and warrants that the Contractor shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement. PROPOSER'S STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all of the requirements herein. I fully accept the indemnification and hold harmless and duty to defend as set out in this proposal. PROPOSER Signature Page 29 of 32 2356 INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the proposer named above. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES Liability policies are Occurrence Claims Made Insurance Agency Signature Page 30 of 32 2357 MONROE COUNTY, FLORIDA REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS It is requested that the insurance requirements, as specified in the County's Schedule of Insurance Requirements,be waived or modified on the following contract. Contractor/Vendor: Project or Service: Contractor/Vendor Address& Phone#: General Scope of Work: Reason for Waiver or Modification: Policies Waiver or Modification will apply to: Signature of Contractor/Vendor: Date: Approved Not Approved Risk Management Signature: Date: County Administrator appeal: Approved: Not Approved: Date: Board of County Commissioners appeal: Approved: Not Approved: Meeting Date: Page 31 of 32 2358 73/19/2025 E(MMIDD/YYYY) AC40R" CERTIFICATE OF LIABILITY INSURANCE1111 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER CONTACT NAME: GIGA Solutions, Inc. PHONE FAX 101 Plaza Real South AIC No Ext: 888-581-0807 A/C,No): Ste 201 ADDRESS: cents@gigasolves.com Boca Raton FL 33432 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Normandy Insurance Company Inc 13012 INSURED INTEEMP-01 INSURER B: Integrity Employee Leasing, Inc. PO Box 496454 INSURER C: Port Charlotte FL 33949 INSURER D: INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER:241468024 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR EXP TYPE OF INSURANCE INSD Vivo ADDL SUBR POLICY NUMBER MM POLICY/DDIYYYY MM POLICY EFF IDD/YYYY LIMITS LTR COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE CLAIMS-MADE OCCUR PREM SESOEa oNcur ante $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY❑ PRO ❑ LOC PRODUCTS-COMP/OP AGG $ JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident L $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ A WORKERS COMPENSATION NHFLO164502025 1/1/2025 1/1/2026 X PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Coverage provided for all leased employees but not subcontractors of: Florida Fence Corp.coverage effective: 1/1/2025 Job: Marathon Detention Center 3981 Ocean Terrace, Marathon FL 33050 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County Board of County Commissoners 1100 Simonton Street AUTHORIZED REPRESENTATIVE Key West FL 33040 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 2359 DATE(MMIDD/YYYY)— ® CERTIFICATE OF LIABILITY INSURANCE 12/19/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING WSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. licy(ies)must have ADDITIONAL INSURED previsions or be IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the po endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer ri hts to the certificate holder in lieu of such endorsements. CONTACT George Meronl _ - PRODUCER - —._ PHONE 305-247-3971 tPtaP�Ff'i�f1 George Meroni svc No ExtL — :t!F EMAIL eor meroni.e statefarm.com 1801 N Krame Avenue R ss: 9 a 6e 9 � p � INSURER(S)AFFORDING COVERAGE NAIC# Homestead FL 330303237 INsuRERA: State Farm Mutual Automobile Insurance Company 25178 INSURED INSURERS: FLORIDA FENCE CORP INSURERc_.—.----.--- _—......---------------.__ _—_.—.----_ PO BOY.227 INSURER D: INSURER E: TAVERNIER FL 330700227 INSURERF: - COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. -- _ ITd6-R---------- -- ---'—__..—a1_DD S --- _--- ChY F OLIIaY_o( LIMITS LTR TYPE OF INSURANCE A WVD POLICY NUMBER MMIDD/YYYY MMIDDIYYYY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $._..-..,_—...,.___— bpMAG€Tb REVTED— CLAIMS-MADE OCCUR PREMISES(Ea nccurrancel .$_. �------ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ — — ------- —"--- GENERAL AGGREGATE GEN'L AGGREGATE LIMIT APPLIES PER: PRO- PRODUCTS-COMP/OP AGG $ POLICY ElJECT LOC —._.__.._. —..- ......_.__—._ _ .—..--..__....— ..-. OTHER: COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY J73 4386-E17-59 11/17/2024 05/17/2025 Ea accident $_ ANY AUTO BODILY INJURY(Per person) $ 1,000,000 — 965 8846-E01-59J 11/01/2024 05101/2025 — A OWNED SCHEDULED of N BODILY INJURY(Per accident) $ 1,000,000 AUTOS ONLY AUTOS _ HIRED NON-OWNED 9658847-E01-59L 11/01/2024 05/01/2025 1,000,000 — -- AUTOS ONLY AUTOS ONLY 966 5754-E0159H 11l01/2024 05/0112025 $ EACH OCCURRENCE $ UMBRELLA LIAB OCCUR " EXCESS LIAR CLAIMS-MADE AGGREGATE DED RETENTION $ PER OTH� WORKERS COMPENSATION __._ ST9TUTE._--.- R—_..._ ..—_._.___._—_..._ .__.. AN®EMPLOYSPS'LIABILITY Y r N E.L.EACH ACCIDENT ANY PROPRIETORfPARTNER/EXECUTIVE G s OFFICER/MEMBER EXCLUDED? N/A - �" - E.L.DISEASE-EA EMPLOYE $ (Mandatory in NH) 12 26 24 POLICY LIMIT $ If yes,describe under — ^' E.L.DISEASE- DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) 6028BV Additional Insured:Monroe County BOCC,including all of it's divisions,subsidiaries,affiliated companies,officers and directors. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County BOCC 1200 Simonton St AUTHORIZED REPRESENTATIVE Key West FL 33040 'f This form was system-generated on 12/19/2024 G11988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 1001485 2005 155279 205 0 2360 FLORFEN-05 HAYNESE CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 3/19/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Lisa Rider NAME: Insurance Office of America PHONE 3D5 537-2808 FAX 13361 Overseas Highway (A/C,No,EXt):( ) (A/C,No): Marathon,FL 33050 ADDRESS:Lisa.Rider@ioausa.com INSURERS AFFORDING COVERAGE NAIC# INSURER A:Evanston Insurance Company 35378 INSURED INSURER B: Florida Fence Corp INSURER C: PO BOX 227 INSURER D: Tavernier,FL 33070 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MMIDD W MMIDDIYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR 3AA876966 4/1/2025 4/1/2026 DAMAGE TO RENTED 100,000 X PREMISES Ea occurrence $ MED EXP(Any oneperson) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY�X PE LOC PRODUCTS-COMP/OP AGG $ 1,000,000 OTHER: 16 T' $ AUTOMOBILE LIABILITY 19 COMBINED SINGLE LIMIT APPR' Ea accident $ ANY AUTO � .25 GL Onl �,,,,_w ,m._... BODILY INJURY Per person) $ OWNED SCHEDULED DATE IT--"","AUTOS ONLY AUTOS Nhi_.X _ _ BODILY INJURY Per accident $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ A UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 3,000,000 X EXCESS LIAB CLAIMS-MADE EZXS3193293 4/1/2025 4/1/2026 AGGREGATE $ DED I I RETENTION$ Agg. Limit $ 3,000,000 WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE I ER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $ /M OFFICEREMBER EXCLUDED? N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Contractors'Licsense Number: CGC1518122 Certificate holder is Additional Insured with respect to General Liability when required by written contract per from MEGL 0009-01 09 18 The General Liability is primary and noncontributory when required by written contract per form CG 20 01 04 13 Waiver of subrogation with respect to General Liability per form#MEGL 0241-01 05 16 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Monroe County BOCC 1100 Simonton Street " IKey West FL 33040 ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights res------' The ACORD name and logo are registered marks of ACORD 2361 COMMERCIAL GENERAL LIABILITY III POLICY NUMBER: 3AA765644 MARKEV EVANSTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM LIQUOR LIABILITY COVERAGE FORM OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM SCHEDULE Additional Premium: $Included (Check box if fully earned ❑) Please refer to each Coverage Form to determine which terms are defined.Words shown in quotations on this endorsement may or may not be defined in all Coverage Forms. A. Who Is An Insured is amended to include as an additional insured any person or entity to whom you are required by valid written contract or agreement to provide such coverage, but only with respect to"bodily injury", "property damage" (including"bodily injury"and"property damage" included in the"products-completed operations hazard"), and"personal and advertising injury" caused, in whole or in part, by the negligent acts or omissions of the Named Insured and only with respect to any coverage not otherwise excluded in the policy. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. The insurance afforded to such additional insured will not be broader than that which you are required by the valid written contract or agreement to provide for such additional insured. Our agreement to accept an additional insured provision in a valid written contract or agreement is not an acceptance of any other provisions of such contract or agreement or the contract or agreement in total. When coverage does not apply for the Named Insured, no coverage or defense will apply for the additional insured. No coverage applies to such additional insured for injury or damage of any type to any"employee"of the Named Insured or to any obligation of the additional insured to indemnify another because of damages arising out of such injury or damage. B. With respect to the insurance afforded to these additional insured, the following is added to limits of insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the valid written contract or agreement; or 2. Available under the applicable limits of insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable limits of insurance shown in the Declarations. All other terms and conditions remain unchanged. MEGL 0009-01 09 18 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 with its permission. 2362 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 2363 COMMERCIAL GENERAL LIABILITY gig POLICY NUMBER: 3AA765644 MARKET EVANSTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name Of Person Or Organization: Any person(s) or organization(s)with whom the Named Insured agrees, in a written contract executed prior to the 'occurrence", to waive rights of recovery Additional Premium: $ Included The following is added to Condition 8. Transfer Of Rights Of Recovery Against Others To Us under Section IV — Commercial General Liability Conditions: We waive any right of recovery we may have against any person or organization shown in the Schedule of this endorsement. This waiver applies only to the person or organization shown in the Schedule of this endorsement. All other terms and conditions remain unchanged. MEGL 0241-01 05 16 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 with its permission. 2364 Florida Fence Corporation P.O.Box 227 Tavernier, FL 33070 US 11orida fence +13058524324 corpo rat I on floddafence@aol.com www.flor dakeysfencing.com Estimate ADDRESS ESTIMATE 3699 Monroe County Public Works Repair Lower Keys DATE 12/05/2024 Monroe County Public Works Repair C/O Willie DeSantis 305-797-1250 desantis-william@monroecounty-ii.gov P.r r leiU1,,116r1 Marathon Jail AC' lViTY OTY RATE AMOUNT Chain Link 1 22,995.00 22,995.00 Provide&Install Chain Link Fencing @ Marathon Jail To install approx.1 02'of V and 42'of 5'6"1"mini mesh galvanize wire(matching existing) Replacing wire only on perimeter NOT rooftop.Rooftop in good condition Repair 2-posts Replace Constantine wire with new(only where mini mesh wire will be replaced) Includes disposal of old fence Does NOT include Permit Customer is resp ansikie for making lkno%,n to Florida Fence -r TAL $22,995" 0 ".r-wPora,tion the exact location rsfANY undergrOLind obstructions and/car ut;itinas.if tliev do exist, be fore project commences. - 'ii3 deposit is required to schedule project;once project coi-nrnences 1/3 pi3s permit fees Is dues,upon conlplaban of project final baiance is Kit iL,. ..Pen-nit;wee will be ffie sage amount as charged by the issuing a'u honty. accepted By /-',ccepted Date 2365 asIcif1 2024 2025 MONROE COUNTY BUSINESS TAX RECEIPT EXPIRES SEPTEMBER 30, 2025 RECEIPT# 30140-64572 Business Name". FLORIDA FENCE CORP 161 GEORGIA AVE 70 owner Name". GORDON TED AND GAIL Business Location'. TAVERNIER,FL 330 Mailing Address: Business Phone, 305-852-4324 PO BOX 227 Business Type, CONTRACTOR(CERTIFIED GENERAL) TAVERNIER, FL 33070 Employees I STATE LICENSE- CGC1518122 ij-"' d Prior or years Collection cost Total Paid Sub-Total Penalty P ri, - r Fee 00 0.00 20.00 Tax Amount Transfer 0.00 20-00 0.00 0.00 20-00 Paid WRB-23-00090043 07/1712024 20.00 2366 org e Ignr„irirrur u'o'If ably«a'If¢. / IfSuvi®iiGmr�«F r�itl�,M sr„'.ii roe.; / f ain.-lh IRecord,,,-, / S gm.-lh IP7y If"uo Detail by II iI Florida Profit Corporation FLORIDA FENCE CORP. E' 'ng Information Document Number P95000010733 FEI/EIN Number 65-0558275 Date Filed 02/08/1995 State FL Status ACTIVE Principal Address 161 GEORGIAAVE. TAVERNIER, FL 33070 Changed: 04/01/2009 Mailing Address BOX 227 TAVERNIER, FL 33070 Changed: 01/31/2001 Registered Agent Name&Address GORDON,THEODORE W 161 GEORGIAAVE TAVERNIER, FL 33070 Name Changed: 01/13/2005 Address Changed: 03/11/2010 Officer/Director Detail Name&Address Title PD GORDON,THEODORE W PO BOX 227 TAVERNIER, FL 33070 Title DVP 2367 GORDON, GAILM PO BOX 227 lAVERN|ER. FL33O7O Title Secretary Diaz, Luis 161 GEORG|AAVE. lAVERN|ER. FL33O7O AnouaIR ports Report Year Filed Date 2023 01/23/2023 2024 02/07/2024 2025 02/07/2025 Document lmw_va . 2368 05/W/1996—AINIVIAL F"IdEPOIRIF View lllnllagt liin PlIDIF fuiinriiaY 02/08/1995--1 OCIJINM PIR1111011FI, 110 1997 View irinafle, in F:11DIF kjiuiriia� ........................................ ............... 2369 ADDITIONAL QUOTES FOR Chain Link Fencing at Marathon Detention Center 2981 Ocean Terrace, Marathon 2370 „��,�„�” BOARD OF COUNTY COMMISSIONERS County of Monroei �- Mavor Craig Cates,District 1 The Florida Keys �1 1 Michelle Lincoln,District 2 James K. Scholl,District 3 David Rice.District 4 Mayor Pro Tern Holly Merrill Raschein,District 5 MEMORANDUM TO: Lisa Abreu, Purchasing Coordinator FROM: Willie DeSantis, Director, Facilities Maintenance DATE: 03-20-2025 RE: Chain Link Fencing at Marathon Detention Center Dear Lisa, I am writing to explain the difficulties we had in securing bids for the Chain Link Fencing at Marathon Detention Center. Guardian Fence was supplied the RFS and met on-site and they declined to supply an estimate as per correspondence attached. Know A Fence was supplied the RFS and a follow up was made and they did not reply or supply an estimate as per correspondence attached. The deadline for the estimates was 3/18/2025. I am attaching all the supporting documentation. I do believe that the staff in Marathon did the due diligence required to obtain the required price quotes as per the Monroe County Purchasing Policy. Kindest regards, William DeSantis William DeSantis 2371 Morris-Jessica From: Morris-Jessica Sent: Monday, March 17, 2025 9:05 AM To: KnowAFenceCompany@gmail.com Cc: Null-John Subject: Follow Up: RFS for Chain Link Fencing at Marathon Detention Center Attachments: RFS- Monroe County Detention Center(Marathon) Chain Link Fencing Installation Project Legal Stamped.pdf Good morning, Know a Fence Company team, Please find attached RFS for Chain Link Fencing at Marathon Detention Center for you review and consideration. We will be happy to schedule a time via email to meet if you wish to walk the properties.You can also reach JT at 305-587- 8036 if you wish to discuss on the phone or text. You can submit a bid as an estimate, or you may use the "Proposal Form" on page 16 & 17 of the RFS packet. Bids are due Tuesday, March 18th, 2025,at 3:00 P.M. If your bid is chosen,you will be required to complete the packet. We look forward to hearing from you. Thank you, j r&k Executive Assistant Middle Keys Facilities Maintenance �w 4 Monroe County, Florida "I" sun Monroe County Public Works 10600 Aviation Blvd. Marathon, FL 33050 Phone: 305-504-4327 (cell) Email: Morirlis...Jesslica�J2.9 a oeCou.:u�it�::,,,,,,,Il,,,,,,Jm ,y PLEASE NOTE: FLORIDA HAS A VERY BROAD RECORDS LAW. MOST WRITTEN COMMUNICATIONS TO OR FROM THE COUNTY REGARDING COUNTY BUSINESS ARE PUBLIC RECORDS AVAILABLE TO THE PUBLIC AND MEDiA UPON REQUEST. YOUR EMAIL COMMUNICATION MAY BE SUBJECT TO PUBLIC DISCLOSURE From: Morris-Jessica Sent:Thursday, February 20, 2025 7:31 AM 1 2372 To: KnowAFenceCompany@gmail.com Subject: RFS for Chain Link Fencing at Marathon Detention Center Good morning, Know a Fence Company team, Please find attached RFS for Chain Link Fencing at Marathon Detention Center for you review and consideration. We will be happy to schedule a time via email to meet if you wish to walk the properties.You can also reach JT at 305-587- 8036 if you wish to discuss on the phone or text. You can submit a bid as an estimate, or you may use the "Proposal Farm" on page 16 & 17 of the RFS packet. Bids are due Tuesday, March 18th, 2025,at 3:00 P.M. If your bid is chosen,you will be required to complete the packet. We look forward to hearing from you. Thank you, _T r` Executive Assistant Middle Keys Facilities Maintenance Monroe County, Florida as.i-ke HorWa N<e, ss n Monroe County Public Works 10600 Aviation Blvd. Marathon, FL 33050 Phone: 305-504-4327 (cell) Email: Moinjs...jessuca �y,,,,,,1. K y PLEASE NOTE: FLORIDA HAS A VERY BROAD RECORDS LAW. MOST WRITTEN COMMUNICATIONS TO OR FROM THE COUNTY REGARDING COUNTY BUSINESS ARE PUBLIC RECORDS AVAILABLE TO THE PUBLIC AND MEDIA UPON REQUEST. YOUR EMAIL COMMUNICATION MAY BE SUBJECT TO PUBLIC DISCLOSURE 2 2373 Morris-Jessica From: Morris-Jessica Sent: Monday, March 17, 2025 9:29 AM To: Kevin Poos Cc: Null-John Subject: RE: Follow Up: RFS for Chain Link Fencing at Marathon Detention Center Thank you, Kevin. r&k Executive Assistant Middle Keys Facilities Maintenance at ��" os_�4- Monroe County, Florida as " v Monroe County Public Works 10600 Aviation Blvd. Marathon, FL 33050 Phone: 305-504-4327 (cell) Email: Morris Jesslic �,�M:::��a°oe�;,oa���fy,IC,II aa, PLEASE NOTE: FLORIDA HAS A VERY BROAD RECORDS LAW. MOST WRITTEN COMMUNICATIONS TO OR FROM THE COUNTY REGARDING COUNTY BUSINESS ARE PUBLIC RECORDS AVAILABLE TO THE PUBLIC AND MEDIA UPON REQUEST. YOUR EMAIL COMMUNICATION MAY BE SUBJECT TO PUBLIC DISCLOSURE From: Kevin Poos<kevin@goguardianfence.com> Sent: Monday, March 17, 2025 9:13 AM To: Morris-Jessica <Morris-Jessica@MonroeCounty-FL.Gov> Subject: Re: Follow Up: RFS for Chain Link Fencing at Marathon Detention Center CAUTION:This email originated from outside of the County. Whether you know the sender or not, do not click links or open attachments you were not expecting. Good Morning Jessica, did look at this job and determined that the posts only needed to be welded and I do not employ a welder so the job is outside of my scope. I 2374 On Mon, Mar 17, 2025 at 9:04 AM Morris-Jessica <.II` ..¢r..iiar:ii.. .: j.. .. . ai.. .. ... ir0u uir�: e �: iir�f. fil.. ;y>wrote: Good morning, Kevin and Guardian Fence team, Thank you for meeting with JT last week at the Marathon Detention Center.We are just following up to see if you are interested in bidding this RFS.The deadline is tomorrow, Tuesday, March 18th, 2025, at 3:00 P.M. Thank you, r Executive Assistant Middle Keys Facilities Maintenance a 1 � Monroe County, Florida as.-ke HorirAa N eJs" Monroe County Public Works 10600 Aviation Blvd. Marathon, FL 33050 Phone: 305-504-4327 (cell) Email: Moirris...Jesslca ty,,:,, y PLEASE NOTE: FLORIDA HAS A VERY BROAD RECORDS LAW. MOST WRITTEN COMMUNICATIONS TO OR FROM THE COUNTY REGARDING COUNTY BUSINESS ARE PUBLIC RECORDS AVAILABLE TO THE PUBLIC AND MEDIA UPON REQUEST. YOUR EMAIL COMMUNICATION MAY BE SUBJECT TO PUBLIC DISCLOSURE From: Morris-Jessica Sent:Thursday, February 20, 2025 7:31 AM kevliru �I.,,,, ,i„ ,p„a,ii, ,u„i,er: �:u.,�r m INuuIIII..l(:)lliiru dM�:�roir..eCd:D:.urutlf,::,�,Il,,,,,,, ,op Cc: N u I I-John <.......................................................................................................................................;...........,,,,,,,, Subject: RFS for Chain Link Fencing at Marathon Detention Center Good morning, Kevin and Guardian Fence team, Please find attached RFS for Chain Link Fencing at Marathon Detention Center for you review and consideration.We will be happy to schedule a time via email to meet if you wish to walk the properties.You can also reach JT at 305-587- 8036 if you wish to discuss on the phone or text. You can submit a bid as an estimate, or you may use the "Proposal Form" on page 16 & 17 of the RFS packet. Bids are due Tuesday, March 18th, 2025,at 3:00 P.M. If your bid is chosen,you will be required to complete the packet. We look forward to hearing from you. 2 2375 Thank you, j rCs- Executive Assistant Middle Keys Facilities Maintenance Monroe CouorWrA pnty, Florida ,q Monroe County Public Works 10600 Aviation Blvd. Marathon, FL 33050 Phone: 305-504-4327 (cell) Email: oirrils .iesslic I aau iroe ou uu��:.I,,,,,, y PLEASE NOTE: FLORIDA HAS A VERY BROAD RECORDS LAW. MOST WRITTEN COMMUNICATIONS TO OR FROM THE COUNTY REGARDING COUNTY BUSINESS ARE PUBLIC RECORDS AVAILABLE TO THE PUBLIC AND MEDIA UPON REQUEST. YOUR EMAIL COMMUNICATION MAY BE SUBJECT TO PUBLIC DISCLOSURE Kevin Poos, President Cell: 305-394-2586 Office: 305-852-8449 rr„xi„ ii III„ii, ,ii°�„� ir;�, , ,,,xi„ ir��, 3 2376 Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT,SUMMARY FORM FOR CONTRACTS $100,000.00 and Under Contract with- MCT Ex rss Inc Contract 9 Effective Date: September 1, 2025 Expiration Date: August 31,2028 Contract Purpose/Description: Transportation of Medically Managed patients can the Special Needs Registry during evacuations. Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: Matt Massoud 0043 MG Emergency Mgt 14A CONTRACT COSTS Total Dollar Value of Contract: $ 99,999.99Current Year Portion: $ 9 , � g (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the tcwl cagla I6vvc aglount is S W0,000 00 sir lcss). Budgeted? Yes❑ No ■❑ Grant: $0.00 County Match: $ 0.00, Fund/Cost Center/Spend Cate o : Emergency Funds ADDITIONAL COSTS Estimated Ongoing Costs: $0/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: Shannon Weiner Dateal202ly 5.3.03ed Shannon Weiner Date:2026.03.03 16 41:60-06'00' County Attorney Signature: Risk Management Signature: Purchasing Signature: OMB Signature: Comments: Revised BOCC 4/19/2023 Page 84 of 105 2377 Apareement between MCT Express, Ine. and Monroe County, Florida, for the Transport of Medically Managed Special Needs Patients During An Emer2ency TFUS AGREEMENT is made and entered into this —27th day of January 2025, by and between MONROE COUNTY, a political subdivision of the State of Florida ("County"), with its principal offices located at. 1100 Simonton Street, Key West, Florida 33040. and MCT EXPRESS, INC. (11MCT" or "'Contractor"), a Florida for-profit corporation, whose principal address is 2766 NW 62nd Street, Miami, Florida 33147. wrrNESSETH: WHEREAS,the County has numerous persons currently enrolled on the County's Special Needs Registry. who will need assistance with transport in the event of an evacuation during an emergency; and WHEREAS,some portion of those individuals, will constitute persons who, in the opinion ofthe local Department of"health, will have medical needs that cannot be rnet at a special needs shelter because they are disabled, medically dependent on electricity, require a nurse's care, or must he in a hospital setting for 24-hour care, and who therefore must be transported to a nursing home, skilled nursing facility, or other facility outside the area of the event ("Medically Managed Special Needs Patients"); and WHEREAS, the County's Comprehensive Emergency Management Plan (CEMP), which has been approved by both the Board of County Commissioners and the State of Florida Division of Emergency Management, provides that special needs clients may be sheltered in a designated in-county location in the event of a Tropical Storm or low Category I storm, but wilt generally otherwise be evacuated to an OLUL-01'COUnty location, and that Medically Managed Special Needs Patients will be advised of their need to evacuate in the event of an out-of-county evacuation order;, and WHEREAS, the CEMP provides that it is the intention ofthe County, to the best of its ability, to provide for the safety of the elderly and handicapped special needs population whose safety is not provided for through affiliation with another organization, and that transport for the evacuation of the special needs population is the responsibility of Monroe County Social Services and care ofthe clients is the responsibility ofthe Monroe County Department of Flealth; and WHEREAS, in April 2018, the responsibility for maintaining a Special Needs Registry and supervision of transport of Medically Managed Special Needs Patients was transferred fi-orn the Social Services Department to the Emergency Management Department; and WHEREAS, the County wishes to prepare for the evacuation and transport, of Medically Managed Special Needs Patients from various locations within Monroe County, Florida,to nursing homes, skilled nursing facilities, and hospitals located inside or outside the County, in the event of an emergency, and Page 1 of 28 2378 WHEREAS. MC'T"desires to offer transportation services for Medically Managed Special Needs Patients. tip to one(L)caretaker per patient. and the patient's caged or crated service animals during the MICU,,Ition and re-entry phases of an emergency as determined by Monroe Count F"inergency Management, NOW TH EREFORE. ounty and MCT. through their respective governing bodies. and in considerafion offfic mutual promises and covenants herein contained, hereby agree as Follows: Section 1. Definitions 1.1 "Advanced Life Support"" or"ALS" shall rnean advanced life support, as that terrn is defined in Chapter 401, I'lorida Statutes. 11 ­13asic Life Support"or"BLS"shall rnean basic life Support, as that term is defined in Chapter 40 L, Florida Statutes. 1.3 ­Anibulance­ shall ri-tean an emergency medical services vehicle used in the transport of"patients, as defined in Section 40 1.23, Florida Statutes. 1.4 0ther capitalized terms in this Agreement shall, have the meanings set forth in Section 401,23. Florida Statutes. Section 2. Services. 2.1 In the event ofa local declaration of emergency and notification by the ounty that the set-vices under this Agreement are required, MCT shall provide transportationi for designated Medically Managed Special Needs Patients, up to, one (I) caretaker per patient, and up to one (I ) properly caged or crated service aninial belonging to the patient, in accordance "Ith the attached Scope of Services rate sheet(Attachment A), The point of origin t'or the trip shall he the residence ofthe patient.. The patient vvill be transported to as nursing hoine., skilled nursing facihiyr, or other similar location designated by the C.ounty. The return trip shall be from the nursing home, skilled nursing facility, or other similar location to point of origin, 2.2 The services Will COMmence when a local state ofernergency is declared by Monroe Count to begin the service. y I"niergency Management arid MGF is contacted by C 2.3 NICT has, and shall im,'tintairi throughout the lerrn of this Agreement, appropriate licenses to perform (lie services under this Agreement; pro0f'Of SLICIII licenses shall he submitted to the County upon request, Section 3. Paymentand SVending CaV. 3.1 Sub*ject to the language in Section 2.2, the County shall be responsible for payment ofinvoices following presentation ofa proper invoice fair services in accordance With the I'llorida Local Government Prompt Payment Act, MCI" shall submit to County invoices With supporting documentation acceptable to the Monroe County Clerk, OtTOUrt ("Clerk"), Acceptability to the Clerk is based on generally, accepted accounting principles and such laws. rules, and regulations as may govern the (-"'Ierk's disbursal of"kinds. Page 2 of 28 2379 3.2 Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. 3.3 The maximum amount that may be incurred or paid under this Agreement is Ninety- Nine Thousand,Nine Hundred Ninety-nine and 99/100 ($99.999.99) Dollars. Section 4. Term , This Agreement shall run for three years commencing September 1, 2025 and terminating on August 31, 2028 unless earlier terminated pursuant to Section 5 of this Agreement. Monroe County's performance and obligations to pay under this contract is contingent upon an annual appropriation by the BOCC. Section 5. Termination This Agreement may be terminated at the discretion of either party upon not less than sixty (60) days' written notice to the other party; however, this Agreement may not be terminated by MCT during hurricane season (June I - vember 1), unless by prior written mutual agreement of the parties. Section 6. requirements for Evacuation and Transportation of Service Animals Service animals to be transported must be properly caged or crated, must have been pre- registered. and must have the appropriate documentation and current vaccinations as set forth in the Monroe County Pet Friendly Hurricane Evacuation Center Registration Guidelines. Section 7. Notices. . All notices and other communications required under this Agreement must be in writing and addressed as follows: FOR COUNTY: Shannon Weiner, Director Emergency Management 7280 Overseas HWY Marathon, Florida 33050 FOR MCT: Jorge Curbelo I~ General Manager--- Dade County MCT Express, Inc. 2766 NW 62nd Street Miami, Florida 33147 Page 3 of 28 2380 ,any Notice required by this Agreement shall be deemed to have been duly given if sent, by certified mail, return receipt requested, postage and fees prepaid, hand delivered; facsimile, or by overnight delivery service with proofol"delivery, Section 8. Governing Law, Venue, Interpretation. `['his Agreenlent shall be governed by and construed in accordance with the laws of the State of Florida applicable to agreements made and to be perfc)rmed entirely in the State, In tile, event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation ofthis Agreement, the County and MC T agree that venue will lie in the appropriate court or before (lie appropriate administrative body in Monroe County, I'lorida, Mediation conducted regarding this Agreement shall be performed according to tile rules ofthe 16"' Judicial Circuit for Monroe County, Florida. Fhis Agreement is not subJect to arbitration. Section 9. Entire Agreement/Modification/Anienitinient. `]'his writing sets forth the entire agreement of the parties with respect to the subject matter of thisAgreenient, No representations were made or reliled Upon by either party, other than those expressly set fbi-th herein. No agent, employee, or other representative of' either party is empowered to modify or arnend the terms of this Agreernent, unless in writing signed by both parties. Section 10. Maintenance of Records. MC T shall maintain all books, records, and documents directly pertinent to perl'orniance under this Agreement in accordance with generally accepted accounting principles consistently applied, Records shall be retained ('or as period of seven (7) years from the ten-nination of' this agreement or tbr as period of five (5) years from the submission ofthe final expenditUIT, report as per 2 CFR §200.333 , whichever is greater, Each party to this Agreeinent Or its authorized representatives shall have reasonaWe and timely access to such records of each other party to this Agreement for public records purposes during the term of" the Agreement and for four years following the termination of this A� greerncnt. If an auditor eniployed by the COUnty or- 6erk deterrnines that monies paid to W."Y pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the MC. T, the VICT shall rel.),ay the monies together with interest calculated f,.)urSUant to Sec. 55.03, of the Florida Statutes. Ruining 1'rom the date the nionies were paid by the County. Section It. Non-Reliance Bj No< n-Parties. 11.1 No person or entity shall be entitled to rely upon the tel-ITIS of this Agreement in order to ent'orce or attempt to enforce aany third-party claim or entitlement to or benefit frorn any service or pro:)grarn coritern plated hereunder. and C.'ounty and MC agree that neither party, nor any agent. officer, or employee of either. shall have the authority to int'cn-un. counsel. or othemise indicate that any pal-tiCUlar individual Or gl-OUI,) of individuals, entity or entities,, have entitlements or benefits Under this Agreement separate and apart., infi rior to, 01' superior to, the corninunity ill general, or 6,�)r the purposes contemplated in this Agreement. 11.2 Botill!)artieSLliidersLaildtfiait the eiTiployeesprovidedbvMC'1' 1'oirl:i'le purpose of"this �Vl,(,11 , Agreement rema o J,in the employees FIxecution or this Agreement does not create any employment relationship, contractual or implied, between said ernployees and the County. Page 4 of 28 2381 Section 12. Taxes 'Dias County is exempt from payment of" lorida State Sales and Use taxes. MCI' shall be responsible for any and all taxes, or payments of withholding, related to services rendered under this Agreement. Section 1 . Insurance. Prior to or at the time of execution of this Agreement, imIC"d' shall furnish the County ertificates Of'[11SUrance indicating current coverages in at least the ninlinlurn, arnounts shown in Attachment (I- The County shall be named as all additional insured on all general liability and vehicle liability policies. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days' written notice shall be provided to the County More any policy or coverage is canceled or restricted. Hie underwriter of such insurance shall be qualified to do bUSiliess in tile State of Florida, will update the County, and provide the ounty wvith updated proof' Of inSLirance and/or certificates (,:)f' insilranCC as tile WrIn Of' itISUrance expires and coverage for a new term is bound. Section 14. Severabillity. It' any terrn or provision of' this Agreement shall to any extent be held invalid or unenforceable. the remainder of this Agreement shall not be affected thereby, arid each remaining term and provision shall be valid and enforceable to the fullest extent permitted by law. Section 15. Waiver. "Inc failure of'either party to this Agreement to object to or take affirmative action with respect to any conduct of the other in violation of any term or condition of this Agreement shall not be construed as a waiver of the violation or breach, or a waiver of`any future violation. breach, or wrongful conduct. Section 16. Counterparts. r I'his Agreement may be executed in several counterparts. each of'which shall be deemed an original and such counterparts shall Constitute one and the same iuStrl,111101t. Section 17. Authorill. Each party to this Agreement represents and warrants to the other that the execution, dclivery, and performance ofthis Agreement have been duty authorized by all necessary County. corporate or individual action, as required by law. Section 18. (7ovenant of No Interest. The parties coveriant that they do not presently have any interest, arid shall riot acquire any interest, which would conflict in any rnanner or degree with perl'orniance under this Agreement, and that tile Only interest of each, is to perform and receive benefits as recited in this Agreement, Page 5 of 28 2382 Section 19. Code of"Etbies. The C I ounty and MCF agree that officers and employees Of' the "aunty are required to Comply with the standards of'conduct for public officers, and employees as, delineated in Section 112.36. Florida Statutes, and the County s policies, regarding, but not firnited to, solicitation or acceptance of' gifts-, doing business with one's agency, unauthorized compensation; rnisuse of public position.conflicting employment or contractual relationship,and disclosure or useof'certain information. Section 20. No Solicitation/Payment. F"ach party warrants that, with respect to itself, it has neither employed nor retained any company or person. other-than a bona fide employee working solely for- it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation. individual. or firm, other- than a bona fide enipk!ryee working solely for it,, any fee, commission, percentage, gift. or other consideration contingent. UpOrl or resulting from the award or making of this Agreenient. f or the [)reach or violation of the provision, MCT agrees that the County shall have the right to terminate this Agreernent without liability and, at its discretion, to offset frorri monies owed. or otherwise recover., the full amount of such fee, con-irnission., percentage, gift, or consideration. Section 21. Noni-Waiver of Immunity. Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of County in this Agreernerlt arid the acquisition ofarry cornmercial liability insurance coverage,sell'*- insurance coverage, or local goverruirent liability insurance paol coverage shall neat be deerned a waiver ofirriMUnitV to the extent of liability coverage, nor shall any contract entered into by the ounty be required to contain any provision for waiver, Section 22., Cessation of Services. N4CT reserves (fie right to suspend services under this, Agreement, if in MCT's sole jUdgment, services, under this Agreement cannot be operated safety or without Unacceptable risk to person or property, Section 23. Federal and State Required Contract Clauses. Fhe clauses included in Attachment B are required by federal or state Statute and are incorporated in this Agreement by reference. Section 24. Compliance with Federal, State and Local Laws. Both parties agree to comply with all federal, state. and local laws in performance ofthis, Agreement. Section 15. Hold Harinle:ss and Indeinnification. 'to the extent allowed by Florida law. MCF agrees to defend and indeninify the County and its elected and appointed officials and employees frorn any, and all claims and suits brought by a third party, arising out of VICT's performance of services under this Agreement. Section Cr.2 Assiannicyt. Neither party may assign (voluntarily, by operation of la",, or otherwise) this Agreenient. Page 6 of 28 2383 (or arry rights or obligations contained, herein withOLIt the prior written consent ol'the other party, wlwse consent shall not tic unreasonably withheld. Any permitted assignee shall assurne all c)bflgat ions Of'itS aSSigIlOr Under this Agreement, A ny purported ass ignmen t or trans fcr in v i o I at ion, ol"this section shall be %,old. IN WITNESS WHEREOF, the parties hereto have entered into this Agreement on the day and date first written above. W"T EXPRESS,INC. MONROECOUNTY BOARD OF COUNTY (70NIMISSIONEAS Digitally signed by Christine By: By: Christine Hurley Hurley Date:2025.03.10 15:23:58 -04'00' ............... ------------- ........... Warr 11 Coolb!aiv, ;,President Christine IlLifley. COUnty Administrator Printed Printed Na tile- Raymond Gonzalez Narne: —Christine HUHeL 'Fitle President & CEO 'FitIL: Ccwnty Administrator Date Signed: 1/27/25 Date "signed; 2766 NW 62nd Street Address: Address-., I 100 Simonton Street Miami, FL 33147 Key West,11, 33040 Hurley- F1 Ina j 1: jocurbelo@mdaimbulanice�.net f""Inaii: Christine,,' rnonroeC0LJnty-f1.goV Page 7 of 2'8 2384 Attachment A SCOPE OF SERVICES AND RATES Basic cost per Basic Life Support (131 S) 'I"ransport (each $34T93 way) C,ost $10.98 -.- -_per ffl�,Sjl .......... Basic cost of Advanced Lif'e Support (ALS) Transport $4 IT52 --(51arch-w4yj_................ ............ Cost p ALIS inile joaded) $10 98 .............. Cost for caretaker and spe al needs annuals $0 (no cost) (Al.)st tbr second patient transported in same vehicle 20% discount on total r.rf(basic cost Cost Baermile) ................ k MCTII�,xpress, Inc. (-MCT" or-Contractor-)will transport a rnaxiniurn of two (2)patients per ambulance. 2. The Courity Nvill use its best efforts to prOvide twenty-four(24) hours' prior notice of need to MC L 1 At the time of riot i fication. the COL[uty shall provide a list of patients for transport and ulf0ruiation regarding,, the destination, I-I'ach, patient is responsible lor providing all necessary medical records, to MCT. In the event of air emergency, MC T Express will provide sufficient awl,S and BLS assets, arid personnel, within as rnaxiniurri of twenty-lbur (24) hours from rricarient of' notification, to transport all of' the County's Medically Managed Special Needs patients to places where the patients will lie housed during the ei-nergency. The destinations may be within or Outside Monroe County, depending on the location ofthe emergency. 4. F'ach Ambulance will be staffed with a mininturn of one (I) driver and one (I) F"MT (for RLS vehicles) or one (1) driver plus one (1) pararriedic (for ALS vehicles). 5. At the time of notification from the County that the services under this, Agreement are "r, I required. the County and M(I ]' L'Apress shall each designate the prit-nan, point of contact and as backup person ft)r purpose of' the services and shall provide all necessary contact itif'orniation fbr each of those people, Those individuals shall have all authority to snake necessary, decisions, on behalf'of then- respective entities. 6, W."'I' Express I BLS Ambulances shall be equipped and staffed to provide medical treatments, procedures, and techniques administered or perfc)rmed by an U,"mergency Medical Technician (p'MT), as,that ter n is defined in Chapter 401. F"'loricla Statutes, 7, MC`T l','xpress, AL S Ambulances shall be equipped and staffi-d to provide medical treatments, procedures. and techniques administered or performed by an Emergency Medical lechnician (I'MT), as that term is defined in Chaptei-Off 1, I',lorida Statutes. 8, All Ambulances shall be equipped, maintained and operated in accordance with the ImNs of`the State of Florida. MC T Express shall provide appropriate disposable and durable medical Supplies on each dedicated Ambulance, Page 8 of 28 2385 ATTACHMENT H FEDERAL AND S'FATE CONTRACT CLAUSES 1.0 Provisions Required by, 2 CFR part 200. The C I ontractor and its subcontractors must (611ow the provisions. as applicable, as set forth in 2 CFR Part 20Ot , as amended, including but riot limited to: 1.1 Termination: 1.1.1 J ernimation,1411(1-'on veil ience; Fhe County may terminate this Agreement for convenience, at any tirne. Upon sixty (60) days written notice to Contractor.ontractor. If'the County terminates this agreement with the Contractor. County shall pay Contractor the sure due the Contractor- Under this agreement prior to termination. unless the cost ofcompletion to the COUJAY exceeds the 1"Unds,remaining in the contract. The maximum arnOLH1( CfUC to Contractor shall not exceed the spending cap in this Agreement, In addition, tile C.011rity reserves all rights available to recoup monies paid Under this ,Agreenient., including the right to sue for breach of contract and including the right to pursue a clairn for violation of the ("ounty's False C."laints Ordirta nce. located at Section 2-72 1 et al. of the Monroe County Code. L'Aher party rnay cancel this Agreement without cause upon sixty (60)days' written notice of its intention to, do so to the other party; however, this, provision may riot be exercised during hufficane season (June I to November 0) Unless both parties MUILially agree io terminate, In the event of termination, the County, shall owe for all goods and services delivered prior to the date ofterniniation. 1.1.2 Termination for Cause and Remedies: In the ev,ent of"breac h o far i y contract terms,the County retains the right to terminate this Agreement. The County may also terminate this agreement for cause with ontractor should Contractor fail tc>perform the covenants herein contained at the, time and in time riianner herein provided, In the event of" such lerminatiori, prior to tern,iination. the County shall provide Contractor with five (5'1 calendar days' notice and provide the Contractor with an opportunity to cure the breach that 11,1S Occurred. If the breach is riot cured, the Agreement will be terminated f'or cause. It' the COUlity terminates this agreement with the Contractor. COUnity shall pay Contractor the SUrn due to the Contractor Under this agreement prior to termination. unless the cost of completion to the County exceeds the funds riernaining I in the contract, however, the County reserves the right to assert and seek an offset f'or darnages caused by the breach. The maximurri arnount due to Contractor shall not in ally event exceed the spending cap in this Agreement. In addition. the County reserves all rights available to recorip rrionies paid under this, Agreement. including the right to sue for breach of"contract and including; the right to pursue as claim for violation of the County's I,alse Clairns Ordinance, located at Section 2-721 et al. ofthe Monroe COUJ`lty Code, In the event Page 9 of 28 2386 that the Contractor shall be found to be negligent in any aspect of'service, (lie County shall have the right to terminate this agreement after five (5) days written notification to the Contractor. 1.2 Equal Emr.0alment 01,)pOrtunill, No Discrimination Provisions. (..'ontractor and County agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent,jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on tile, part ofaity party, efTective the date of"the court order, The parties agrees to cornply with all Federal and Florida statutes, and all local ordinances, as applicable. relating to nondiscrimination. These include but are not limited to: I ) Titic it of the Civil Rights,Act of 19,64 (I'L 88-352) which prohibits discrimination on the basis of" race, color or national origin; 2) "Title IX of the F"ducation Amendment of' 1972, as amended (20 ( IS(I ss, 16 1-1683. and 1685-1686), which prohibits discrinlit'lation on the basis of sex; 3) Section 504 ofthe Rehabilitation Act of 1973,as amended(20 USC s. 794), which prohibits discrimination on the basis ot'handicaps; 4) The Age Discrimination Act of 1975. as amended (42 LJSC ss. 6101-6107) which prohibits discrimination on the basis, of'age; 5), The Drug Abuse Office and 'Freatnient Act of 1972 (PL 92-255), as amended, I relating to nondiscrimination, on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Preve nti,()n, rl,reatmern and Rehabilitation Act off 970(I'd.,91-616), as amended, relating to nondiscrimination on the basis ofalcohol abuse or alcolic lism. 7) I'fie Public Health Service Act of' 1912, ss, 523 and 527 (42 US(I ss. 690dd-3 and 290ce- 3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title "III ofthe Civil Rights Act of 1968 (42 USC s. 3601 et seq.), as amended, relating to nondiscrimination in the sale. rental or financing 0HUAlsing: 9) The Americans with Disabi I ities Act of 1990 (42 LJSC s. 12 101 Note), as rnay be amended from time to time. relating to nondiscrimination on the basis ot'disability', I O:) Monroe County Code Chapter 14, Article 11, which prohibits discrimination on the basis of" race, color, sex, religion, national origin, ancestry. sexual orientation, gender identity or expression, familial status or age; I I) Any other nondiscrimination provisions in any Federal or state Statutes 'which may apply to the parties to, or the subject matter of this Agreement, During the perf6rinatice of this Agreement. the Con tract or, in accordance with Equal r1njVq,V)ne1?1 Qpjmrtuni�y(30 Fed. Reg. 12319, 12,935, 3 C.F.R. Part, 1964-196,5 Comp.. p. 09), a L s amended by .'A A ectitivc Order 11375, Metj(jjj,utxe Executive ()rtle)- 11246 Relahlrg lo E'qnal Ojy)ortuni�y, and implementing regulations at 41C'.F.R. Part 60 1 (0flice of Federal Contract Compliance Programs., Equal Ernployment Opportunity, Department ofl.,abor). lac e2 CT,R, part 200, ApIwndix It.*1 C, agrees as follows-, a), r1ji, contractor will not discriminate against any employee or applicant employment because of race, color, religion. sex, sexual orientation, gender identity,or national origin. The contractor will,take affinnative action to ensure that applicants are employed, and that ernployces are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Stich action shall include, but riot be limited to the following: Employment., Upgrading, demotion., or transfer, recruitinent or recruitment Page 10 of 28 2387 advertising; layoffor terniination; rates of'pay or other floras ofcorripensation, and selection 1,()r training, including apprenticeship. The contractor agrees to post in conspicuous places., available to employees and applicants for employment, notices u) he pro,vilded by the contracting officer setting forth the provisions of this nondiscrimination clause, b) 'I"he contractor will, in all sMicitations or advertisements for employees placed by or on behalf of" (fie contractor. state that all qualified applicants will receive consideration for employment without regard to race, color. religion. sex. sexual orientation, gender identity, or national origin. c) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inClUired about. discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of'other employees or applicants as a part of'such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not othcrNvisc have access to SUCh information, unless such diSCIOSUrc is in response to a fiormal complaint or charge, in furtherance of an investigation. proceeding. hearing. or acticm. including an investigation conducted by the ernplo yer, or is consistent with the contractor's legal duty to furnish information. cl) The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding. a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of' Executive Order 11246 (A'Septernber 24. 1965. and shall post copies of"the notice in C011SPiCLIOLIS places available to employees and applicants for ernployment., e) The contractor will comply with all provisions of Executive Order I f246 of September 24, 1965, and of' the rules, regulations, and relevant orders of' the Secretary ot'Labor. The contractor will furnish all information and reports required by Exect,,itive ()rder I l 246 ()1' September 24, 1965. and by the rules. regulations, and orders of' the Secretary ofl-abor.or pursuant thereto,and,will permit access to his books, records, and accounts by, the contracting agency and the Secretary of"Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. g) In the event ofthe contractor's non-compliance with the nondiscrimination clauses of this contract or with any, ol'such rLdes, regulations. or orders, this contract may, be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order l 1246 of' September 24, 1965, and such other sanctions may, be imposed and remedies invoked as provided in Executive Order Page 11 of 28 2388 11246 of Septernber 24, 1965, or by role, I-CgLikitiOn, or order of`the Secretary of Labor. auras othervvise provided by law. It) The Contractor will inClUde the portion of the sentence imillediately preceding paragraph (a)and the provisions of(a)through (g) in every subcontract or purchase order unless, exempted by rules regulations, or orders of'the Secretary of Labor issued pursuant to section 204 of F.'xecufive Order 11246 of September 24. 1965. so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take stich action with respect to any subcontract or Purchase order as the administering agency may direct as a means OfenfOrCing SLICK: provisi I oils, including sanctions for non-cornpliancc; provided. however, that in the event a contractor becomes involved in,, or is threatened with, litigation with a subcontractor or vendor as a result of'such direction by the administering agency, file contractor may request the I.Ained States to enter into such litigation to protect the interests ofthe United States. 1.3 Q,rnER FEDERAL CONTRACIl' REQUIREMENTS. The contractor and its subcontractors must follow the provisions as set forth in Appendix If to Part 200, as, amended, including but not limited to: A. (..'ontract Work hours and....Sa.t' Stqjjd,4EO,.! Act (40 U S C 3701-3708), Where J.— applicable,, which includes all FTMA grant and cooperative agreement prograrns, all contracts awarded by the Courity in excess of$100.000 that involve the employment of' mechanics or laborers must comply with 40 U�S�C,§§ 3702 and 3704, as supplemented by Department of L.abor regulations (29 CFl Part 5), I.Girder 40 LJ.SC §3702 of the Act, each contractor must cornpute the wages of every mechanic and laborer oil the basis ofa standard work week ol:'40 hours. Work in excess ofthe standard work week is permissible pi ovided that the worker is compensated at a rate ot'not less than one and as half times the basic rate of pay for all hours, worked in excess cif' 40 11OLIF'S in the, work week. `Fhe requirenients of' 40 U,S G 37014 are applicable to construction work and provide that no laborer or mechanic must be required to work in SUITOUIldings or under working conditions which are unsanitary, hazardous or dangerous. j'hese requirement's dar not apply to the Purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence, Compliance with the Contract Work H(,-Mrs and Safety Standards Act. Kertime requirements, No contract("Ir or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mcclianics, shalt require ow perrilit any such laborer or mechanic in any workweek in which tie or she is employed on SLICh work to work in excess of florty hours in such workweek unless SLICII laborer or mechanic receives cornpensation at a rate not less than one and onc-hal fti mes the basic rate of'pay for all hOUrs worked in excess o C ficirty, hours in such workweek. Page 12 of 28 2389 (2) Violation, liability Cor unpaid ",ages, liquidated damages. In the event of' any violation ofthe ciaLISC Set forth in paragraph 29 (I,F,R, § 5,5(b)(1) the contractor and any Subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Such contractor and subcontractor shall fie liable to the United States (in the case of work done Under contract for the District of Colurnbia or a territory, to such District or to such territory), for lliquidated damages, Such liquidated damages shall be computed with respect to cacti individual laborer or mechanic, including watchmen and guards,, employed in violation of the clause set t onli in paragraph 29 Cl"K § 5.5 (b)(I), in the sum ofS27 or each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 29 C1.R. § 5.5 (b)(I (3) Withholding for unpaid wages an(] liquidated damages. The Federal agency shall upon its c)\A,,ri action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from any moneys payable on account of work:performed by the contractor or subcontractor Under any such contract or any other Federal contract with the same prime contractor, or any other 1ederally- assisted contract subject to the Contract Work Hours and Safety Standards Act. which is held by the same prime contractor, Such SUrns as may be determined to be necessary to satisfy any, liabilities of' such contractor or !Subcontractor for UrIpaid wages and liquidated darnages as, provided in the clause set forth in paragraph 29 C.F.R. § 5.5 (b)(2), (4) Subcontracts. The contractor or, subcontractor shall insert in any subcontracts the clauses set forth in paragraph 29 +'K § 5.5 (b)(1) thrOUgh (4) and also, as clause: requiring the Subcontractors to include these clauses in any lower tier Subcontracts, The prime contractor shall be, responsible fior compliance by any subcontractor or lower tier. subcontractor with the clauses set Forth in paragraphs 29 C.F.R. § 5,5 (1) through (4). 13 L�J&Yhts tc t-a t or A r ement. If the Federat award mects 2_1riventions Made Under a Con r c the definition of "funding agreement" under 37 FR §4012 (a) and the recipient or subrecipient wishes to enter into as contract with a small business firm or nonprofil organization regarding the Substitution (:)I' parties, assignment or performance of experimental, developmental, or research work under that -funding agreement," the recipient or subrecipient Must C0111ply with the requirements of' 37 C[:R Part 401. "Rights to inventions Made by Nonprofit Orgainizations and Small Business Firms (Jndier Government Grams, Contracts and Cooperative Agreements,"" and any implementing regLddtiorS issued by the awarding agency. Cl, Clean it Act 7401-7671(1.), and the Federal Water Pollution Control Act (33 LJ'S,C% 1251-13AD. Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as arnerided (42 U.S.C. §§7401-7671q) and the Federal Water Pollution Control Act, as amended (33 U,S( §§125 1-1387),and will report violations to FEMA/Federal Agency and tile appropriate Regional Office of the FInvironmental Protection Agency (EPA),. The Clean Air Act U.S.(-, 7401-767 1 cl.) ,euid the Federal Water Pollution Control Act (33 U. S-( 1251-, 1387), as arnended--applies to Contracts and subgrants of atTIOLVIAS in excess of $150.0001, '["he contractor agrees to include these requirements in each subcontract Page 13 of 28 2390 exceeding $150,000 financed in whole car® in part with Federal assistance provided by F['M A/Federa I agency. The contractor agrees to report each violation to the COUNTY and understands and agrees that the COUNIN will, in. turn, report each violation as required to assure notification to FEMA/Federal Agency and the appropriate f,.'PA Regional Office. D. Debannent and Sustiension (Executive Orders 12549 and Q��_ffqjl A contract award under a "covered transaction" (see 2 CF R 180.220) m List not be rnade to parties listed on the governmentwide exclusions in the Systern for Award Management (SAM)�, in accordance vvith the N413 L guidelines at 2 CIFR Part 180 that implement Executive Orders, 12549 (3 C'F"R part 1986, Cornp.. p. 189) and 12689 (3 CF R part 1989 Coalp- p, 235), "Debarnient. and SUSj>eusic)n­ and the Departluent of Homeland "Security's regulations at 2 (11.F.R. Fart 3000 (Nonprocurernent Debarment and, suspension) SAM Fxclusions, contains, (lie naines of parties debarred, Suspended, or otherwise excluded by agencies,as well as parties declared ineligible Under statutory or regulatory authority Other thari Executive Order 12549. SAM exclusions can be accessed at wwNv.sarn.gov. C',ontractor is reqUired to verily' that none of`the contractor's principals (defined at 2 C.F.R. §180,935) or its affiliates (defined at 2 CYR. §180.905), are excluded (defined at 2 C­F.R, §l 80.940) or disqualified (defined at 2 CJ'K §1 80,935). the contractor must comply with 2 CIR, pl, 180, subpart C and 2 (I' F.R, pt. 3000. subpart C, and must include as requirement to comply with these regulations in any lower tier covered transaction it enters into, ]'his certification is as material representation of fact relied upon by the COLN'lY If it is later determined that the contractor did not comply with 2 C'T'R pt. 180. subpart C and 2 C,F'R pt. 3000. subpart C. in addition to remedies available to the COUNTY, the Federal Government may pursue available remedies. including but not linlited to suspension and/or debarment, Bidders or Propt)sers agree to comply with, the requirements ol:'2 C.F.R. pt. l80, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is vallid and thl-OUghout the period of ally contract that may arise firorn, this off"er. The 13idder or Proposer I'Lirther agrees to include as provisiOn reLlUiring such compliance in its lower tier covered transactions. if Anti-Lcabb ip g Anwrid Lrij -31 [JI,,,C, 1352) - (".'ontractors that apply or bid for AIL an award exceeding S 100,000 must file the required certificatton. Flach tier- certifies to the tier above that it will not and has not used 1,ederal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a rriernber of Congress,officer or employee ofCongress, or an employee cab'as member of("Ongress in connection with obtaining any Federal contract, grant or any other award covered by, 31 1 J.S.C'. § 1352. Each tier rnust also disc lose any, lobbying with non-Fiedcral Bands that tzikes place in connection with obtaining any Feder award, Such disclosures are forwarded firorn tier to tier up to the recipient who in turn will Forward the certificationi(s) to the awarding agency. If award exceeds $100.000, the attached certification nIUSt be signed and submitted by the contractor to the F. Colnoliance with Procurement of'recovered materials as set Barth in 2 (TR � 200.322, CONTRAC'1 T(I)R Must COITIPIy with section 6002 of'the Solid Waste disposal Act, as Page 14 of 28 2391 amended, by tile Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of' tile FlnvironrnentA protection Agency (EPA) at. 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level oficompetition, where the purchase price ofthe item exceeds $10,000 or,the value ofthe quantity acquired during the preceding fiscal year exceeded $,10,000, procuring solid waste rnaniagernent services in as manner that maximizes energy and resource recovery.- and establishing, an affirtnative proc ureni crit program for- procurement of' recovered materials identified in the FT A gUidelines. In the performance of this contract. the Contractor shall make niaximuni use of products containing recovered materials that are FFIA-designated items unless the product cannot be acquired­ 1. Competitively within a tirnetrame Providing for oonipliance with the contract performance schedule; 2. Meeting contract performance requirements, or. I At a reasonable price. Inf'onnation about this requirerrient, along with the list of" EPA-designated items, is available at 1HPA's Comprehensive Procurement Guidelines web site. littl,)s-,//wwxk,,epa.gov/`sinni/compt-chei,isiveprocut-eiiient-gtjidelit'ie-epg-p,rograti,i. The("Ontractor also agrees to cre-Anpiy %vith all other applicable requirements of'section 6002 of the Solid Waste Disposal Act, G Prohibition on certain telecommunications and video surveillance services or equipment as set forth in 2 CFR �� 200.216. Recipients and subrecipients and their contractors and Subcontractors may not obligate or expend any federal funds (o (I) Procure or obtain; (2) L'Atend or renew a contract to procure or obtain; or(3) Enter into as contract for extend car renckv a contract) to procure or obtain equipinent­ services. or systems that uses covered telecornmunications equipment or services as a substantial or essential component of any system, or as critical technology as part of an), system. As described iii Public Law 115-232, section 889�. covered telecommunications equipment is telecommunications equipment produced by I.Itlaw,ei Technologies Company or ZTF CorponAtion for any SUbsichary or affiliate of"such entities). (i) For the purpose of' Public safety, ScCUrity of governinent facilities, physical security Surveillance of' critical infrastructure, and other national security purposes. video surveilk.,ince and t0ecomillunications equipment produced by I lytera Communications C'.orporation. Hangzhou Hikvision Digital Technology Conipany, or DahuaTelchnology Company (or any subsidiary or affiliate of`such entities). (ii) TelecOunnUnications or video surveillance services provided by such entities or Using such equipment. (iii) TelecomMUnications or video Surveillance eClUiprnent or services produced or provided by an entity that (lie Secretary of Defense, in consultation with the Director of tile National Intelligence or the Director of the Federal Bureau of Investigation. reasonably believes to be air entity, owned or controlled by, or otherwise connected to, the government of covered foreign country, I I. Domestic vreference for procurenlents as set forth in 2 C'FR U00,322 'file CO(J NTY and. CONT'RM.I TOR should, to tile great extent practicable, provide a preference for Page 15 of 28 2392 tile purchase,acqUiSifi0n,or use of'goods, products, or materials produced in the (Jnited States (including but not firnited to iron, aluminum, steel, cement, and other nianulactured products). These requirements of" this section must be included in all subawards including contracts and purchase orders Cor work or products under lederal award, For purposes oaf this section: (I) "Produced in the I.Jnited, States— means, liar iron and steel products, that all manut'acturing processes, frorri the initial melting stage through the rapplication of coatings. occurred in tile United States. (2) "Manufactured products" means items and construction materials composed in whole or in part ofrion-ferrous, metals such as alunlinUrn, plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass., including optical fiber; and lurnber. I Artleri-cans with Disabilities Act of' 1990, as aniendedIADAJ - The Contran')r will coin.ply with all the re,quirementsas imposed by the ADA. tile regulationsofthe Federal government issued thereunder, and the assurance by the Contractor pursuant thereto. .1 I..?isa i juq Ie DBL��, Ilpfi ai1d Obligation - it is tile policy of' the ('aunty that DBE's, as defined in 49 C.F.R. ["art 26. as amended, shall have tile opportunity to participate in the performance of contracts financed in whole or in part. witil County funds under this Agreement. The Df3F requirements of applicable fL,deral and state laws and regulations apply to this Agreement. The ounty and its Contractor agree to ensure that DBEs have the opportunity to parti I cipate in the performance o' this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with 2 ("I J"K § 200321(as set forth in detail below), applicable federal and state laws and rCgLdations to ensure that tile I. have the opportunity to compete lot-and perform contracts. 'I'll( County and the Contractor and subcontractors shall riot discriminate on the basis, of'race, color, national origin or sex ill the award and perlbrniance ofcontracts, entered pursuant to this Agrectnent. 2S'_*E_R�°w"_200321 CON-j-'BACTING WFIJJ SMAL.J., AND MINORIly BI..1SIN.1l,"SSF-S-.,-'�-kl,,(-),M[,''N''Ill'S,l�3,[,JSI'NESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS a. it' the Contractor, with the funds authorized by this Agreement, seeks to subcontract goods or set-vices, then, in accordance with 2 CER_ §200.32 1, the Contractor shall take the following allirtnative steps to assure that minority bLISiI'lC,SSeS4 wornen's busincss enterprises,and labor surplus area firms are used whenever vossible. b. Affirmative steps niust. include- I) placing qualified small and Illinority businesses and wornen's bUSuICSS enterprises oil solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential SOUMM' (3) 1 1)ividing total requirements, when economicallfe�qsiblq, into smaller tasks, or quantities to permit maximurn participation by Srnall and ruinority businesses, and wornen's business Page 16 of 28 2393 enterprises', (4) Establishing delivery schedules, where the reQUirernent M,n n it. NVI-tich encourage panicipation by sinal I,and minority businesses, and wornen's business enterprises; (5) Using the services and assistance,, as aDDropriate, of such organizations as the Srnall Business Administration and the Minority Business Development Agency of'the Department of Conlinerce. (6) Requiring the Prime contractor, If'subcontractor is to be la to take the affinnative steps listed in paragraph (I) through (5) of' this section, K - The Contractor shall Utilize the I .S. Department of florne land Security"s F`,- Verif"N' system to verify the employment eligibility of all neNv employees hired by the Contractor during the term of the Contract arid sheill expressly require arty subcontractors Performing Nvork or providing set-vices pursuant to the Contract to likewise utilize the 1J,S, Department of Homeland Security's E-Verify systctn to verify the ernployment eligibility ofall new employees hired by the subcontractor during the C.ontract term, L_ U.'riergy L'Ifficiency- CONFRACTOR will comply Nvith the Lnergy Policy and C',onservation Act (111., 94-163: 42 US,C­ 6201-6422) and with all mandatory standards and policies relating to, energy efficiency and the provisions of the, state Energy, Conservation Plan adopted pursuant thereto. M. Access to Records - (7oritractor and their., successors, transferees. assignees, and subcontractors acknowledge and agree to coniply with applicable provisions governing the Depatirnent of Homeland Security (DHS)and the Federal Eln'tergency M anagetrient Agency's (FLMA)access to records, accounts, documents, information, facilities, and staff. Contractors must" (1) cooperate with any compliance review or complaint investigation conducted by DIK (2),Give DI-IS, access to and the right to examine and copy records, accounts, and other documents and sources of Hiff.mrration related to the grant and perinit access to facilities, personnel, and other individuals and infiorniation as may be necessary, as required by DIIS regulations and other applicable la",s, or program, guidance, (3) Submit timely,completc, and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports. N. DIIS Seat, Logo an im - Contractor shall 110t use the L)epartinent of flornelarld Security seahs), logos, crests, or reproduction, of flags or likeness of' DI IS agency officials without specific I`FIMA approval, 0. Changes to Contract - The Contractor understands and agrees that any cost reSUlfing from a change or modification, change order, or constructive change of the agreement must be within the scope ofany Federal grant or cooperative agreement that may fund this Protect and be reasonable for the cornpletion ofthe Protect, Any contract change or rnodification, change order or constructive change inust he approved in writing by both the County and Contractor. Page 17 of 28 2394 1-1, Conloliance with Federal Law, Regulations, And F.xecutive Orders. This is an acknowledgement that FEMA financial aSSiSILUICC May be used to fund tile contract. The contractor will comply will all applicable federal law, regulatit.mis. executive orders, FEMA policies, procedures. and directives. 0. by Federal Goveniment, "Fhe 1,ederal Cjc�vernrnent is not a party, to this contract and is not sub*ject to any obligations or liabihties to the CO U`FY/non-Federal entity, contractor, or any other part), pertaining to any matter resufting from the contract. R, 1)rq&,rayli Fraud and False or Fraudulent Statements or Related Acts. If applicable. the contractoracknowicciges that 31 U.S.C. Chap. 38 (Administrative Remedies fior False (11 1 lainis, arid 1.4 Florida Division of Easier Lyengy.Management.lie quirenients' A. The Contractor is bound by any terins and conditions of' tile Feclerally-[`unded Subaward and Grant Agreement between CI,OUnty and the I'lorida Division of' I'l-nergency Management. if, Fhe Contractor shall hold the Division and 'ourity harmless against all claims of whatever nature arising Out of the Contractor"s pertbrillance of work under this Agreement, to the extent allowed and required by law, 1.5 Florida 1)ubfic Records Requirenjents: Contractor MUSt, COMply with Florida public records laws, including but riot limited to Chapter 119. Florida Statutes and Section 24 of article I of the Constitution oft'lorida. The County and Contractor shall allow and pen-nit reasonable access, to, arid inspection of, all docurnent,s, records, papers, letters or other "public record- materials in its possession or Linder its control Sub'ject to the provisions of'Chapter 119, Honda Statutes, and made or received by tile County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract Upon violation ofthis provision by the C,(i n tracto r. Failure of the Contractor to abide by the ternis of"this provision shall:: be deemed a material breach ofthis contract and the (,.',OLjnty may enforce the terms, cal"dais provision in the, form of as court proceeding and shall, as a prevailling party. be entitled to reinibursement of all attomey's fees and costs associated with that proceeding, "I"his provision shall SUrViVC any termination or expiration of tile, contract. The Contractor is encouraged to consult with its advisors about Horida Public Records Law in order to comply with this provision. l"UrStlant to F,S, H 9.0701 and tile terilis,and conditions ol'thi s contract, the Contractor is required to: I ) Keel)arid rnaintain public records that 1would be required by tile County to perl'brni the service, Page 18 of 28 2395 (2) 1 Jpon receipt frorn the Courity'S Custodian of records. provide tile County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a. cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (3) piuusurre that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract terni and followirig completion ofthe contract ifthe Contractor does not transfer the records,to the County. (4) Upon completion of the contract, transfet-, at no cost, to the OUnty all public records in possession of the Contractor or keep arid maintain public records that would he required by the County to perform the service. If' the Contractor transfers all public records to the County upon, completion orthe contract,the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records diSC110SUre requirements, If the Contractor keeps and maintains public records, upon completion of the he contract, the Contractor shall meet all applicable, requirernents for retaining public records. All records stored electronically' Must be provided to the COUnty, upon request fi-Orn the. COLfllty'S, CUSU)dian of records, in a format that is compatible with the infloritiation 'technology systerns of the County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, bunt ifthe ("OUrity, does not possess the requested records, the County shall) immediately notify the Contractor ofthe request, and the Contractor must provide tile records to the County or allow the records to be inspected or copied within a reasonable firrie. Ifthe Contractor does not cornply Nvith the OUnty's request f'c)r records, the County shall enforce tile public records, contract provisions in accordance, with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of' this provision by the ("ontractor. A Contractor who fails to provide the public records to the County 01' pursuant to as Valid public records request within a reasonable tin,ie rilay be subject rcm penalties under Section 11 9.10, Florida Statutes, The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose ol'any, public records unless or otherwise provided in this provision or as, otherwise provided by lavN% IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPL,ICATION OF CHAPTER 119, FLORIDA STATLJTES, -ro THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING "1"0 THIS CONTRACT, Col N-17ACTTHE CUSTODIAN OF PUBLIC RECORDS AT: MONROE COIJNTY ATTORNEY'S OFFICE, 1111 12th STREET, SUITE 408,, KEY WEST, FL 33040f , publierecords(, monroecou rat y-fl.gov, (305) 292-3470. Page 19 of 28 2396 .............--...... ............... ...... 1.6 Reg u ired Couts ll Forms: A. Public Entitv Crime Statement, In accordance with Fla. Stat., Sec. 287.133, a person or affiliate who has been placed on the convicted 'vendor list following a conviction for public entity crime nia.y not suhmit a bid, proposal, or reply oil a contract to provide any goods or services to a public entity. may n(A SUNnit a bid, proposal, or reply on a contract with a public entity for the construction ()r repair ofa public building or public work, rnay not submit bids on leases of real property, 4) public entity, may not be awarded or perform work as a contractor, Supplier, subcontractor, or consultant under a contract with aun t' public entity, and may, riot transact business, with any public entity in excess ofthe threshold arnOUnt provided in Section 287.0 1 7, for C,ATEGORY TWO for a period of 36 rilonths, froni the date ot'heirig placed on the, convicted vendor list. B. Ethics Clause. In accordance with Section 5 (b) Monroe County Ordinance No. 0 10- 1990, Contractor warrants that it had not employed, retained Or other-wise had act on its behalf any former COUnty Officer or employee subject to the prohibition of Section 2 of"Ordinance No. 010-1990 or any County Officer Or employee in violation of Section 3 of ()r(fiiwnce )Vo, 020-1990, For breach Or violation of this provision the ("'ounty may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract 01' purchase price. or, otherwise recover the full arnount of any fee, corninission, percentage, gifit, or consideration paid to the fbmier County ounty officer or employee. C Vendor Certification ,Regarding Scrtitinized, C..)rn.anies: Section 287J 35, Florida Statutes prohibits a company FrOul, bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of' any arnount if. at the time of C011tracting or renewal, the company is on the Scrutinized Corripallies that Boycott Israel List, created pursuant to Section 2 15.4725, Florida Statutes. or is engaged in as Boycott of Israel. Section 287.135, Florida Statutes, a]SO prohibits a company From bidding can, submitting a proposal for, or entering into or renewing a contract for goods or services of 1,000.000 or more. that are on either the Scrutinized Companies with Activities in Sudan L,ist or the Scrutinized Companies with Activities in the Iran Petroleum F"nergy Sector Lists which were created pursuant to s. 215.473, I'loricla Statutes, or is engaged in business operations in Cuba or Syria. The contractor shall provide the non-collLiSion certification. D Affidavit Atte.stijig To Noncoercive Conduct F or Labor Or Services: As as nongovernmental entity exeCUt I ing, renewing, Or extending a contract with a government entity, Vendor is required tca provide an affidavit under penalty of perjury, attesting that Vendor does n(')t use coercion for labor car services in accordance with Section 787.06, Florida Statutes. E. Druk, Free Workpl,ace: The contractor shall include an executed -Drug Free Workplace" form. IPage 20 of 28 2397 PUBLIC ENTITY CRIME STATEMENT "A Person or affiliate who has, been pLiced on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to as public entity, may not subniii a bid oil ar contract with a public entity liar the constrUCtiOn or repair of a public building or public work, nia3, not subrnit bids on leases of real Property to public entity, may not be awarded or perform work as a contractor, supplier. SU[)contractor. or Contractor under as contract with arly public entity, and may not transact business wvith any public entity in excessof the threshold arnount, provided in Section 287.0 17, for CA`FF'.,G0RY TWO for a period (A' 36 months fi-orn the date of being placed on the convicted vendor list." I have read the above and state that neither MC71' Expres 1­'-�," 41aespondent's name)---s 'nor art)) Affiliate has been placed on the convicted vendor fis,(""ilt,lit" 4ie last 36 itioriths.. ........... ................ Date: 'January 27, 2025 STATF 0 F: Florida; CO I J NTY OF Miami-Dade, Subscribed and sworn to (or affin-ned I nie,before by means ofEJ physical presence or [I oribrie , notarizalion, oil 01/27/2025 (date) by _Ray Gonzalez ... (nanic .......... ............ ofaffiant), Fle/She is personally kriown to rne or has produced ..N-/A (type of identification) as i eprTmnation. JORGE CURSELO NO FARY 131.13LIC-1 ------------- - MY COMMISSION#HH 212472 '5* EXPIRE&January 8, )026 My Commission Expire�' January 8, 2026 Page 21 of 28 2398 2399 SWORN STATEMENT UNDER ORDINANCE O. O�10-1990 MONROE COUNTV, FLORIDA FTHICS MCT Express, �nc. ............ ......... ............ (C"ontractor) "...%varrants that he/h has not employed,retained or otherwise had act on his/her behalfany 6ormer Counly officer or erriployee in violation of" Section 2 of Ordin,'Ince No., 0 10-1990 or any County oflicerc)i-einployceiii, viol!at,iori oat'Secti(,)ii3 rat'Orditiatnce No. 010-I990, 'For breachorviolation of this provision the County, may, in its discretion, terl'ninate this Agreement w, OLII liability and inay also., in its discretion, dedUCt frorn the Agreement or pha urc - j5nce�,,pc,wgL,)'± erwise recover, the full amount of any fee. conimission, percentage, gill, or consi erationpl,ti4,to the former County, L,r officer or employee.- ( Date: January 27, 2025 S,I"ATF�, ()I": Florida COLINTY (A,'� MiamiDade .. ................. Subscribed and sworn, to (or art'inned) before me, by nicans of K physical presence or 13 online notarization, on 011/27/20,25 (date) by 'Ray Gonzalez (narne ofaffiant), He/She is personally known to me or has produced N/A .......... (type of identi Fication) as idernif ication. . ........................... JORGE CURKLO JIT#HH 212472 7Ts E, 202 N T RY PUBLIC MY COMMISSION#HH 212472 Januiary 8, 2026 EXPIRES:Jorwary 8,2026 My onitnission 1"Apires: ............ .......... Page 22 of 28 2400 VENDOR ("ERTIFICAIJ11ON RE"11DING SCRUTINIZED COMPANIES LASTS Pro�cct Description(s)-.-AmWanre servu,"C' ........... - ------------------------ —-—-—--------------------------------------------------—_---................ Rcsporidern Vendor Name: MCT Express,inc ............ ............... Vendor- FF]N� 6 1002016 Vendor's AlUthOrized Representative Narne and Title: Jorge Curbelo,Vic:e President Address: 2766 NW 62nd Sireel .......... City: %am State: Florida zip: ...................... 33147 1.__...._­___...._._­.......... phone Number: ',505­779-0505 ............... Enlail Address: joctabelo@mdambulance.net Section 287.135, Florida Statutes prohibits a company from bidding oil, submitting a proposal for, or entering into or ienevving a contract Im goods or services (:it' any, amount if at the time of contracting o,r renewal. the company is on the Scrutinized Companies that Boycott Israel L[St. created pursuant to Section 215.4725.Florida Statutes,or is engaged ii.i a Boycott of Israel. Section 28T 35` 1.lorida Statutes,, also prohibits a company from bidding,on,, submitting a proposal fi.)r. or enterin 9 into or renewing a contract for goods or services of 1 000,000 or more, that are on either the Scrutinized (".0111panies; Nvith Activities in Sudan List or- the Scrutinized Companies with Activities in the Iran fletrolcurn I'nergy Sector Lists which w,vcre created pUrSUant to s. 215.473, Florida Statutes, or is engaged in business operations, in Cuba or Syria. As the Person authorized to sign on behalf' of Respondent, I hereby certify that the company identified above in the Section,entitled "Respondent Vendor Narne" is not listed oil the Scrutinized Companies that Boycott Israel List or engaged in a boycott of"Israel and for Pro'jects of$1,0000 00, or more is not listed on either the Scrutitlized Companies, vvith Activities in Sudan List. the Scrutinized (..orripaliies with Activities in the Iran Petroleum 1.1"nergy Sector List, or engaged in business operat4mis in Cuba oi- Syria. l Understand that pursuant to Section 287,135, Florida, Statutes, the submission of' a false certif"ication niav suh' feet company to civil penalties, atu riley's fees, and/or costs. I further understand that airy contract with the County may be territinated, at the option of'the (.,'ounty, if the company is found to have SUbmitled it false certificatiort or has been placed on tile Scrutinized Companies that Boycott Israel List or engaged in, a boycott oflsrael or, placed on the ScrUtinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities, ill the Iran NtroICUM Filergy Sector List or been engaged in business operations in Cuba or Syria. Certified E.3y: jj Cet) who is-t- _ �_ - __ __ ___ authorized to sign. on behal o4, -referenced company. Authorized Sigi attire:_ . .............. Print Name. 'Pe(e%- 7",le ................... Note. 'File List are available at the fifllowing Department of Management Services Site: _d�" j d Page 23 of,28 2401 AFFIDAVIT ATTESTING TO NON COERCIVE CONDUCT FOR LA13OR OR SERVICES F'ritity/Venclor Narne: MCT Express,�nc. ---—-_------------- .......... Vendor I`FIN 65-1002016 Veri(J(at-"sA,tritiorizedRepresent,,iti,,,e: J,rafgeCL rbe o,vice presidenI .............. (Name and 'T'itle) Address: 2766NW62ndstreet .......... Citv: MiarrU State: FL Zi � 33147 .......... ........... Phone Numbcr, 30,5-779-0505 E'niail Address jocurbelo@mdanibWance,net As a nongoverriniental entity execrating., renewing, or extending a contract with as gOVCMITIent entity, Vcndor is required to provide an affidavit under penalty ofper Jury attesting that Vendor does 110t LISC coercion liar labor or services in accordance with Section 787.06. 1",lorida Statutes, As defined in Section 787.06(2)(a), coercion niearis: I Using or threating to use physicA force against any person', Restraining, isolating. or contining or threating to restrain, isolate, or confine any person without lawful authority and against her or- Vain 'WHI.- .3, Using lending or other credit methods to establish as debt by any person when labor or services are pledged as a security for the debt. if the value of the labor or services as rcasonaMy assessed is not applied toward the liquidation of the debt, the length and nature of the labor or service are not respectively limited and defined, 4, Destroying. concealing, removing, confiscating, withholding. or possessing any actual or PUrported passport. visa, or other unnnigratmn docurnent, or any other actual or pin-ported government identification document, of any person; 5, Causing or threating to cause financiA harni to any person" 6. L'Aticing or luring any person by fraUd or deceit; or 7. Providing ai controlled Substance as otitlined in Schedule I or Schedule If of'Section 893,03 to any person for the pUrPOSe ofexploitation of that person, As as person authorized to sign on behalf'of Vendor, I certify under penalties of"per r 'jury that Vendor. does not use coercion for labor or services in accordance with Section 787.06. Additionally, Vendor has reviewed Section 787',06, Florida Statutes, and agrees to abide by sarne. erfified By- ,ay Gonzalez,President&CEO who is ........... autliorized to sign (r)n behalf, cif the above referenced corripany. Authorized Signa W re-,�t� Print N,arrte( jorge Curbelo Tit je': VIce IPresdent Page 24 of 28 2402 DRUG-FREE WORKPLACE FORM Fhe undersigned vendor in accordance ,Oth I"lorida Statutes. Sec. 287.087, hereby certifies that: VICT Express, Inc. (Nanic of'BLISitICSS) I. publish a statement notifying eniployees that the unlawful manufacture. distribution, dispensing, possession, or use of controlled substance is prollibited in the workplace an(] specif`yjng the actions that will be taken against employees for violations of' such prohibition. 2, Inform employees about the dangers ot'drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any availab�le drug counseling, rehabilitation, and ernployee assistance prograrns. and the penalties, that may be unposed upon ernployees for drug abuse violations. 3, Give each employee engaged in providing the corlunodities or contractual services that are under bid as copy ofthe staternent specified in subsection (I). 4. In the statement specified ill Subsection (1). notify the employees that, as a conclition of' working on the connuodities or contractual services that are under bid, the employee will abide by the terms ofthe statement and will flotify the employer of any conviction of, or plea oaf`guilty or nolo contendere to. any, violation of'Chapter 893 (Florida Statutes) or of any control led substance law ofthe United nited States or any state. for a violation occurruig in the workplace no later than five (5) days after such conviction. 5, hilpose a sanction on. or require the satisfactory participation in a drug abuse assistance or rehabilitation program if'such is available in the erriployee's community, or any employee who is so convicted, 6. Make a good flaith ell'ort to continue to maintain a drug-free workplace through implementation ofthis section, As the person authorized to sign the statement, I certify that th i, t 1 rur) 'Plies Fully with the above requirements. latur Date. ary 27, 2025 S`TA VE ()l,,: Florida COUNTY ti�F: Miamik[DAde -----------Subscribed and sworn to (or af'fimied) before me. by means ot'll physical presence or 11 online notarization,, on 011274/2025 (date), by, Raymond Gonzalez (narne of affiant). [je/She is personally known to me or has produced N../..A .................. (type ofidentification) as identification. joRGE CURBE,LO Jorge Curbelo ."Z NC)TARY PUBUCI WCOWISsIoNsHH212472 m\% January 8,26?6 5,%A, EX'pM.january 8,N26 i .......... 4jr Page 25 of 28 2403 2404 Attachment C Instirance Coverages GENERAL, LIABILFIN INSLIRANCE REQUIREMENTS: nor' to the coniniencenient of twnkgovmned by, flus contract 'rite Contractoi %vill obtaui Ccmuiiercial Gential kabAtt-v hls�.walxe C ovetage AVM be inaintained th rear gfar rant the life A the ca.intiacT and uichide, as as inuwnwn Opefations, Per,,onai lrkwn� Liabilin: 11f 111111111IL1111 111111N, acceptable is S I 000 1JCY,) C,onibined Single Liniv (('SL) An Occisrienct Foam pWxy is pebried If coverage is piosided on at Clanns Made 1pr hey. it,(,, picnimons slamdd unkWe cmmuge for clatw� filed on cwi after the effe,ctive One of dW conuact In rht perwd A Umh z1alis may lie repaed shoidd ex:ter irl for a niminwrn of rwrWe (12) 1110aths t"0111mvi'lig tho oxceptari(:e of,cv(--;rk by the Cotmt�, The Mmuve C cmnp, Bo of C omm Mumussioners will tie mumied as Additimial Erasure d on all pohcws inued to sanslVe above Aqukownts MEDICAL PROFESSIONAI., UABit.,rry INSURANCE REQUIREMENI'S: Rcwgwzmg rho It wal jonned by W, ccnuiact irivol%e�, the piovidnig of ].,urofes'�jollal inedinal treatuiew. It Cowiacwi nAl puchne and nmwrrna t11101,1gholir the 11fe of die Convact, Proksiowl Li al:iloy0wra awes Alich wdlyespondiothe rendsvigof oj faihwetorendetiuedkal Mldel flila' The inuhumin WX of lobSymW S I XWO.000 per Watul mitt S VON&& Apgregate If covemp to pio%-i,,:1,,-d on £i eIoks nude bams an exanded clmnh repmeng penod of Sw i v xar;� w0l be requied Page 26 of 28 2405 BUSINESS AAJ'FOMOl1ll-,E 1,IA BIL FFY INSURANCE REQ1.11REMENT'S: Re's.fo;11121ng ""har H.ic v,,'oj1,; gommed by thiv conuact requum the iisc ot' vehicles, the Contractoi pAw to thur conunencement .rt obram Business Automobile Covenge WH be nnummed Woughout die lift of the Contract "'uld �1Icludc" s a 1,11irl6l1-lulm Vel,',12 C fol� :�nd I-Lied Vehiclvs The mumnum hinns accepmtdc w M 004000 C ombuied Single Lims ;C SL If spHT linds m li'ai'iTs "'.1cQtpt1b1c arc� 'S ptn' pti-,oll M MOM Pei OccMicum Prciperr",- The Nkmwoc C onmy Board of C owl; C omintinkners mill be umned as Addh&nA 11smA on all j"Joh'�ie' 1"'sttd 1'o than "A'co"t Page 27 of 28 2406 WORKERS' COMPENSATION INSURANCE REQUIREMENTS: Alor ro the Cdararrrrdnrn emilltt tiie C d rrtia ttov irrll debt rrr Vint r r r mrrlred isitrx:wrr Irr,drr rrra: Vitlr Prrrlrt° Uf'fici rat to iespond to i�pplic,,ible Workers t;:rrnipeats trorr state stanu s and the r rlaau enierm of Chapter a~4) I ri'da starllt sa. err a"rdlrlrtrrrr the C,,;arrtrmm vull At= .r�r.lrlrwn Ott, I.t rI�IIr ° Insurance with limits of not Ieta da S I010 k,4 ,C), Botifly r 5 ilA,tay00 Boddyr( Qtaj by,D adyn"°, pokv Am U W001 Bodil,, Irrd'ur-. b',y Dnearm eadi nupkgre Coverage lVill be air mrtr.rrrledcb tiu-or'rgIavrat ille entire temi of'the tcrrntlict. td overage Ir.rll be,lcyr. v rcIed:I b wfi Corarrl.rrra"°or com amles,audicTized to transact frrrsrrri s rrr the tit of Florida If Me t,.oammma has been ;proved by aw FWnda % Apatt-trrmst of Labor, aS 311 arrrthcwt, s i .. rrrmrt' r. lhe Cdarer°y rrrwy iecopatze And ho,nor the ontrar tver'� status. Tlie Contiactor may b r d"Itmed to srrl,rrrrt ar L,dttat r.of Aulminhan numd:I by the Department of Libor Uld tr Cert.1ficate ofInsurance. l.dro b-rdI ng d.Ie9atds on Turn C ontra ctor"= Excess hismancePrograin, If the t.a:rrttrmtaai pumpm s r i a Aflnumance Atrl,. a C ertificate cwf hisurance, will tv r rlrrrr did. r KOM. we r:Otltr"RCCOI tllla-,�1,e adrqr.drr d to daaibn-iit upiclttt dtl rrrarrtattiI statements, from the ftind L113~Art request &0111 tilt'C Orr;nr Page 28 of 28 2407 AC"® CERTIFICATE 4F LIABILITY INSURANCE DATE(MM/DDYYYY) 1�,... 02/05/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Isidro/01 Procom Insurance Underwriters A N Ex : (305)740 4460 FAX No: (305)740 4469 4909 SW 74th Ct. ADDRESS: Mbruna@procomcorp.com INSURER(S)AFFORDING COVERAGE NAIC# Miami FL 33155 INSURERA: IRONSHORE SPECIALTY INSURANCE CO 25445 INSURED INSURER B: MCT Express,inc.dba Miami Dade Ambulance INSURER C: United Medical Transportation LLC INSURER D: 2766 NW 62 St. INSURER E: MIAMI, FL 33147 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFF TYPE OF INSURANCE INSR SUER POLICY NUMBER MM/DD/YYYY MM POLICY EXP LTR IDD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 'MAI ToX COMMERCIAL GENERAL LIABILITY PRE M SES(Ea oNcur ante $ 50,000 CLAIMS-MADE OCCUR MED EXP(Any one person) $ 5,000 A X 250,000DED Y Y HC7AACUZTDO02 08/16/2024 08/16/2025 PERSONAL&ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 4,000,000 tN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 4,000,000 POLICY PRO LOC Hippa Violation E/Clain $ 250,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident S ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIREDAUTOS AUTOS Per accident UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMIT ER ANY PROPRIETOR/PARTNER/EXECUTIVED? ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDE N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$ Medical Professional Liability $1,000,000 EACH CLAIM/$3,000,OOOAGG A Included 08/16/2024 08/16/2025 250,000 DED. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) A Loc#1 2766 NW 62 Street Miami FL 33147/Loc#2 23635 S Dixie Hwy Miami FI 33030/2000 N STATE ROAD 7 LAUDERDALE LAKES,FL 33316 A SEXUAL ABUSE/MOLESTATION INCLUDED NON-EMERGENCY MEDICAL TRANSPORT APPROVED BY RISK MANAGEMENT 30 DAYS PRIOR TO ANY SUCH CANCELLATION OR MATERIAL CHANGE BY MCT EXPRESS INC dba MIAMI DADS AMBULANCE,UNITED MEDICAL TRANSPORTATION LLC DATE � 02.13. 5 WAIVE',R.NIA. XYES CERTIFICATE HOLDER CANCELLATION Monroe County Board of County Commissioners 1111 12th Street Suite#408 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Key West,FL 33040 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESE*A, VE , ISIDRO L.Gl)lLL"AM/ ACORD 25(2010/05) 1988-2010 ORD CORPORATION.All rights reserved. The ACORD name and logo are registered rAarks of ACO,D 2408 E(MM/DD/YYYY) A�Rom® CERTIFICATE OF LIABILITY INSURANCE 72/5/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Kevin Johnson Global Affini Mana ers PHONE FA 305 740-6949 tY g A/C,No,Ext: INC,No): 909 Castle Point Terrace ADDRESS: onesourcewcins@gmail.com INSURER(S)AFFORDING COVERAGE NAIC# Hoboken NJ 07030 INSURER A: Hartford Fire Insurance Company 19682 INSURED INSURER B: General Star National Insurance Company 11967 MCT Express,Inc DBA Miami Dade Ambulance INSURER C: Hartford Fire Insurance Company 19682 2766 NW 62nd Street INSURER D: INSURER E: Miami FL 32147 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE ❑OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑PRO ❑ JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY (Ea accident) $ 300,000 x ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED AUTOS ONLY AUTOS 12CSES50302 01/01/2025 01/01/2026 BODILY INJURY(Per accident) $ HIRED NON-OWNED FINUFIEN DAMAGE $ AUTOS ONLY /� AUTOS ONLY (Per accident) UMBRELLA LIAB x OCCUR EACH OCCURRENCE $ 700,000 B )C EXCESS LIAB CLAIMS-MADE NXG9277724H 01/01/2025 01/01/2026 AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION PER - AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 C OFFICER/MEMBER EXCLUDED? � N/A 12WNS50301 01/01/2025 01/01/2026 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate holder is additional insured as respects to automobile liability.$700,000 Excess Liability applies as excess to the$300,000 Primary Auto Liability limit. APPROVED BY RISK MANAGEMENT BY �: art ta.- DATE 13.25 WAIVE',RNIA XYES CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Monroe County ACCORDANCE WITH THE POLICY PROVISIONS. Board Of County Commissioners AUTHORIZED REPRESENTATIVE 1111 12th St,suite#408 Key West FL 33040 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 2409 Monroe County Purchasing Policy and Procedures COUNTY ADMINISTRATOR CONTRACT SUMMARY FORM FOR CONTRACTS $100,000.00 and Under Contract Frith.:_MA .........._....... ........�� . C�ntrac�� Effective Date: January 6,2025 Expiration Date: January 5,2026 Contract Purpose/Description: This request is to;approve,paying a maintenanoe,contract in support ofour Mitel MiVoice tele hone s stem,' It is from Mitel itself and is$22,661.25 to support our physical Mitel Equipment. It is,pre=negotiated under Sourcewell contract#022719-MBS., Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: Alan,MacEachern 8792 CONTRACT COSTS Total Dollar Value of Contract: $ 22"661:25 Current Year Portion: $ 22 661.25 '(must be$100,000 00 or less) (If multiyear agreement then requires BOCC approval,unless the total)cwnulilallw taumo unt its oll la bs;) Budgeted? Yes[Z No Grant: $ County Match: $ Fund/Cost Center/S pend Category: 601 =o5ooz-Sc 00062-Repair an"d AAaintehance; ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollm-value above) (e.g. maintenance,utilities,janitorial,salaries,etc.) Insurance L uired: YES ❑NO � CONTRACT REVIEW Reviewer Date In .Department Head Signature: Alan MacEachern Digil 202503/4ly signed 425Alan M-04'00' Dale 2025 03 14 14 25 29-04'00' County Attorney Signature: bent-Barrows DaLeDigital2025032010ly signed by 546e`4'00' as"°� ...... ..ne Li.m...............................................................Dale 2025 03 20 10 45 46-04'00' ..........hest.. Risk Management Signature: Jaclyn Flatt Digitally20250320 423Jady Fla" Dale 2025 03 20 14 23 57-04'00' Purchasing Signature: Lisa Abreu Di9ilal 2025 03signe 20 5 Ab Date 025 15reu 32 23 04 00 John Quinn OMB Signature: John Quinn................................... Digitally signed 320 60107-04 Dale 2025 03 20 16 01 07-04'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 2410 MEMORANDUM MONROE COUNTY INFORMATION TECHNOLOGY To: OMB From: Alan MacEachernUp Director of Information Technology Date: Friday, March 14th 2025 RE: MorseCom Maintenance-2025 Our telephone system has 2 sets of Annual Maintenance. The first, hardware maintenance, protects the physical Mitel equipment that comprises the telephone system. This maintenance ($22,661.25) is pre-negotiated under Sourcewell contract #022719-MBS. The second, software maintenance, protects the Morse software and configuration that controls the telephone system equipment. This maintenance ($29,412) needs approval to be purchased following the sole source provision of our purchasing policy. Page 24, Chapter 7 Exclusions 2.b: Where the procurement itself, due to the nature of the goods or services (i.e. in order to obtain conformity to existing contracted goods or services, in order to avoid the loss of warranty coverage, proprietary licensing, equipment capability, etc.), dictates sole source acquisition, the Requesting Department shall provide written justification as to the sole source nature of the procurement. Justification: Morse Communications, Inc. is the owner and entity that created of the software configuration that controls our Mitel equipment. I.T. would like to request approval for this purchase. Thank you for your time and consideration. Best Regards, A(�uv lVIawE&chL-, n, Alan MacEachern IT Director Monroe County BOCC Information Technology 102050 Overseas Highway, MM 102.5 Key Largo, FL 33037 2411 iIIIIIIIIIIIIIG Omm mom am i Prepared for: Monroe County Quote: 195-1 Quote Title: Monroe County Mitel SWA Renewal Prepared by: Scott Eller 3/7/2025 2412 Proposal Summary Prepared by: Prepared for: Quote information: Scott Eller Alan MacEachern Quote#195-1 Morse Communications, Inc. Monroe County Prepared on:3/7/2025 321-259-8469 1100 Simonton St Expires:4/6/2025 http://www.morsecom.com 33040 MORSECOM is pleased to present this proposal to Monroe County for SWAS for Mite term Jan 6,2025,through Jan 5,2026 Pricing on this quote is based on the Mitel SourceweII(formerly NJ PA)contract#022719-MBS �IIIIIII IIIIIII J � I SWA MiVBus UC Advantage SYSID:14375581 Micollab 237 3.75 USD 888.75 USD SWA MiVBus UC Advantage SYSID:15307452 Marathon MXE01(MiVoice Business) 30 3.75 USD 112.50 USD SWA MiVBus UC Advantage SYSID:20250729 Key West MXE01(MiVoice Business) 28 3.75 USD 105.00 USD SWA MiVBus UC Advantage SYSID:26001755 DLM(Designated License Manager) 331 3.75 USD 1,241.25 USD SWA MiVBus UC Advantage SYSID:61295207 Plantation MXE01(MiVoice Business) 30 3.75 USD 112.50 USD SWA MiVBus UC Advantage SYSID:68535643 MBG01(MiVoice Border Gateway) 81 3.75 USD 303.75 USD SWA MiVBus UC Advantage SYSID:82866059 vMCD02(MiVoice Business) 28 3.75 USD 105.00 USD SWA MiVBus UC Advantage SYSID:8402734 Largo MXE01(MiVoice Business) 30 3.75 USD 112.50 USD SWA MiVBus UC Advantage SYSID:86962178 ULM(Unified License Manager) 5121 3.75 USD 19,203.75 USD SWA MiVBus UC Advantage SYSID:9451854 MBG02(MiVoice Border Gateway) 71 3.75 USD 266.25 USD SWA MiVBus UC Advantage SYSID:95849365 TDC-CX(MiVoice Business) 28 3.75 USD 105.00 USD SWA MiVBus UC Advantage SYSID:11967029 QTS-MCD01(MiVoice Business) 28 3.75 USD 105.00 USD Sub-total 22,661.25 USD Sales tax 0.00 USD *TOTAL 22,661.25 LSD "Cosh„4'J.,,oee, l ib,(t t""""'X , I(,�kl,�� �„C,�L)I,� fees, I(w1ii, Under$50,000 50%due at signing 50%due upon completion Over$50,000 35%due at signing Prqoi,o4� for, Monroe County 2413 Morse Communications, Inc Page 2 of ` Monr'oe County W't Il SWA F1',enewM 25%due at Equipment/License Delivery 40%due upon completion V4 rl ii, e C o y Digitally signed by Christine Christine Hurley Hurley Signature: Date:2025.03.24 16:47:37-04'00' Name: Christine Hurley Email: hurley-christine@monroecounty-fl.gov Lega II https://www.morsecom.com/support MONROE COUNTY ATTORNEY APPROVED AS TO FORM CHRISTINE LIMBERT-BARROWS SR.ASSISTANT W6fi DATE: __�)RNEY Rrqo,,,o4� for, Monr'oe County 2414 im Morse Communications, Inc. Page,.3 9f .1 Monrr:�),e County i ftOG SWA Renewa�� ABOU),11111 II IMGI 1,SECGM 111:Veryciine&III::::werift1lifing Connecled MORSECOM is a Certified Woman & Veteran Owned Business Enterprise (WBE). Our company's management team is comprised of high-level, Industry-recognized experts that truly understand the business and technical requirements of our clients. We serve all major verticals to include SLED, Retail, Healthcare, Financial, Manufacturing and more. We have received awards for our experience and delivery of contact center solutions that truly focus on enhancing the customer's experience. MORSECOM is an industry pioneer in the Cable Infrastructure space having entered the market over 30 years ago. Founded by Annette & Mike Costello, MORSECOM has transformed from its early beginnings to become a market leader in technology solutions and as the managed services provider for North America. Serving 38 states and 6 countries worldwide, we have an expansive port-folio with an international footprint always allowing for Best-in-Class Service. MORSECOM has over 100 employees with nearly 80% of those holding technical certifications. We offer value-based client solutions by effectively integrating business and technology. Our port-folio includes cutting-edge voice, data networking, peripheral applications, and security solutions. We are the full-service integrator assisting clients from the desktop to the data center providing world-class solutions. if d C, ifiedSBAWOSB I'l II IN,E I'1,S P T N"I'm Mkirvsuft 365 vmware, �JJJYJ�J)J)J`Q�J &XIMA SUMO 10giC JJIJI SmuneKY c, H­—P..k.,d I OFF, "W1111 E.t,pd-, lcatelo AVI]GI]LO NALIA a juniper ,�Yc!cus A E,wp,ise-Lucent oudiocodes I> �i mite[ Pro,,,,,o4 for, Monroe County 2415 Morse Communications, Inc. Page 4 of , Monroe County Purchasing Policy and Procedures COUNTY ADMINISTRATOR CONTRACT SUMMARY FORM FOR CONTRACTS $100,000.00 and Under .......Contract with- MorseCom Contract ii Effective Date: January 6,,2025 Expiration Date: January 5,2026 Contract Purpose/Description: This request is for a maintenance contract in support of our'Mitel telephone system. The item is from MorseCom and is$297412.00 to support the Morse provided software and configuration. The MorseCom-item Js supported,by a Sole Source letter,, �. . Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: Alan MacEachem 8782 CONTRACT COSTS Total Dollar Value of Contract: $ 29,412.60 Current Year Portion: $ 29 412.00 (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the toialll cto[tltullaCuve�allawtilat ik S II 00,000 00 or Ile ssa Budgeted? YesJ# No Grant: $ County Match: $ Fund/Cost Center/Spend Category: 001 =05002;SC_60052 Repeli i60aintenance; ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) Insurance Re uired: YES LINO Fo-iii CONTRACT REVIEW Reviewer Date In all Department Head Signature: Alan MacEachern Cb acEachem gi y signs y Alan M ......ITDa[e 2025 03 14 12 27 59-04'00' County Attorney Signature: Christine Limbert-Barrows D'g"allysi 0320ned 0265Chrisbne04'00' ea"° .........................._Dale zozs o3 zo^1D ze ss-o4'Do Risk Management Signature: Jaclyn Flatt Digitally 4233Jaclyn Flat` Y Date 2025 03 20 14 23 35-04'00' Dig[ally signed by Lisa Abreu Purchasing Signature: Lisa Abreu Date 2025 03 20 15 33 20-04'00' OMB Signature: John Quinn Digitally signedaedby6 John 14Quinn Dale zozs D3 zD 1s Do 1a-04 00 Comments: Revised BOCC 4/19/2023 Page 84 of 105 2416 MEMORANDUM MONROE COUNTY INFORMATION TECHNOLOGY To: OMB From: Alan MacEachernUp Director of Information Technology Date: Friday, March 14th 2025 RE: MorseCom Maintenance-2025 Our telephone system has 2 sets of Annual Maintenance. The first, hardware maintenance, protects the physical Mitel equipment that comprises the telephone system. This maintenance ($22,661.25) is pre-negotiated under Sourcewell contract #022719-MBS. The second, software maintenance, protects the Morse software and configuration that controls the telephone system equipment. This maintenance ($29,412) needs approval to be purchased following the sole source provision of our purchasing policy. Page 24, Chapter 7 Exclusions 2.b: Where the procurement itself, due to the nature of the goods or services (i.e. in order to obtain conformity to existing contracted goods or services, in order to avoid the loss of warranty coverage, proprietary licensing, equipment capability, etc.), dictates sole source acquisition, the Requesting Department shall provide written justification as to the sole source nature of the procurement. Justification: Morse Communications, Inc. is the owner and entity that created of the software configuration that controls our Mitel equipment. I.T. would like to request approval for this purchase. Thank you for your time and consideration. Best Regards, A(�uv lVIawE&chL-, n, Alan MacEachern IT Director Monroe County BOCC Information Technology 102050 Overseas Highway, MM 102.5 Key Largo, FL 33037 2417 Maintenance Quote Morse Communications, Inc. 395 East Drive 1 R Melbourne, FL 32904'\AOSECOM PH 321-259-8469 FAX 321-255-0198 Toll Free (888) 667-7326 www.morsecom.com Prepared for: Monroe County Contact: Alan MacEachern Email: maceachern-alan@monroecounty-fl.gov Phone: (305)453-8792 Date: 2024-03-07 Support Term: 6 Jan 2025-5 Jan 2026 Site 8-5, no sets 1 8-5,w/sets 24-7, no sets 24-7,w/sets Annual Payment All Sites with SWASI $29,412.00 1 $39,216.00 1 $39,216.00 1 $49,020.00 Notes - Includes parts/labor for switch only Mitel equipment and or phones dependent upon choice of plan. -Customer to provide remote access. On-site response is dependent upon site location. - Does not include applicable taxes and contingent upon site survey - Does not include pre-existing issues - Does not include failures due to: power surges, lightning, abuse or Acts of God - Does not include major release software upgrades unless SWAS plan is chosen - Does not include customer requested moves, adds or changes - Does not include any peripheral components such as application servers or OS, unless otherwise noted - Payment terms are Annual in advance. - PO and payment to: email apar@morsecom.com or fax to 321-255-0198 8-5,with 24-7,with Coverage Detail 8-5, no sets sets 24-7, no sets sets Monitored NOC* No No Yes Yes Critical SLA 2hr 2hr 1hr 1hr High SLA 4hr 4hr 2hr 2hr Medium SLA 4hr 4hr 4hr 4hr Low SLA 8hr 8hr 8hr 8hr Phone Sets No Yes No Yes Messaging Yes Yes Yes Yes Switch HW-SW Yes Yes Yes Yes UC HW-SW Yes Yes Yes Yes SW Patches Yes Yes Yes Yes Annual Check Yes Yes Yes Yes Web ticket Yes Yes Yes Yes Toll Free ticket Yes Yes Yes Yes Initials CH Morse Communications, Inc. 1 of 4 2418 Maintenance Quote IAnnualBackup I Yes I Yes I Yes I Yes Terms and Conditions 1. Service Obligations (a) MORSE shall address any technical or operational defects or malfunctions in the System either by remote diagnostics or by the onsite presence of MORSE's service representative,who shall respond to the defect or malfunction after being notified of the same by Customer or its authorized employee,and restore the System to a normal state of operational efficiency. In carrying out its service and maintenance obligations hereunder, MORSE may install or replace any components or parts that MORSE deems either necessary or desirable for the effective operation of the System, at no additional charge to the Customer while the "System" is under warranty or subsequent maintenance agreements.Any part or component installed by MORSE shall be new or like new and shall be covered by this Agreement in the same manner, and subject to the same limitations herein, as apply to theSystem. In the event that the subject equipment is deemed "Manufacturer Discontinued", "Manufacturer End of Life" or"Manufacturer non-supported", Morse will be provide a best effort service level with no guarantee of parts or software availability. In the event that the failure is due to a non-supported, discontinued or end of life component,the customer will be responsible to purchase the replacement component. In the event that the defect or malfunction is deemed by Morse to be caused by neglect, abuse,Acts of God including lightning and/or power surge, the Customer will be responsible for the cost of parts and Morse's then current labor rates to repair the condition. (i) Emergency Remote service shall be available twenty-four(24) hours a day, seven (7) days a week if this option is chosen. (ii) Non-emergency maintenance service shall be provided during MORSE's normal working hours,which shall be that period of each day from 8:00 a.m.to 5:00 p.m. local time Monday through Friday, exclusive of holidays. It is agreed that MORSE shall respond to Customer's request for non-emergency service by dispatching MORSE's service representative not later than the end of MORSE's next business day. Should Customer request non-emergency service be performed outside of MORSE's normal working hours, Customer shall pay MORSE on a per-call basis, at MORSE's then effective overtime rates. (iii) Emergency maintenance service shall be provided twenty-four(24) hours a day, seven (7)days a week if this option has been chosen. IN THE EVENT THAT A MAJOR FAILURE IN THE SYSTEM OCCURS, necessitating emergency maintenance assistance from MORSE either during or outside MORSE's normal working hours, it is agreed that MORSE shall respond to the emergency remotely within four(4) hour or if necessary by dispatching MORSE's service representative not later than four(4) hours from the time it is notified of the same and MORSE shall thereafter exercise its best efforts to cure the same. IN NOTIFYING MORSE, CUSTOMER MUST CLEARLY COMMUNICATE TO MORSE THE EMERGENCY NATURE OF THE PROBLEM AS A CONDITION PRECEDENT TO MORSE'S OBJECTIVE TO RESPOND WITHIN THE TIME FRAMES INDICATED ABOVE. As used herein, a "Major Failure" is defined as a System failure resulting in the Customer's inability to receive twenty percent(20%)of all incoming calls or affecting 20%of the "System"'functionality,to make twenty percent(20%)of all outgoing calls, to make twenty percent (20%) of every station-to-station call, or to use the attendant consoles. (b) MORSE may from time to time, upon Customer request,furnish moves, additions, changes, software upgrades and/or System modifications separately contracted for at MORSE's then generally effective Initials CH Morse Communications, Inc. 2 of 4 2419 Maintenance Quote Terms and Conditions-cont. rate. IT SHALL BE THE RESPONSIBILTY OF CUSTOMER TO VERIFY THE ACCURACY AND THE OPERATION OF ANY SOFTWARE UPGRADE, SYSTEM MODIFICATION, ENHANCEMENT OR CHANGE WITHIN FIVE (5) DAYS OF ANY SUCH UPDATE, UPGRADE, ENHANCEMENT OR CHANGE,AND TO NOTIFY MORSE WITHIN A REASONABLE TIME OF ANY ERROR, OMISSION, INACCURACY OR INCONSISTENCY THEREIN. MORSE shall, within twenty-four(24) hours of such notification, commence corrective action to remedy any such error, omission, inaccuracy or inconsistency. 2. Payment Terms MORSE hereby sells to Customer and Customer hereby purchases from MORSE the services identified in this quote.Any terms and conditions of the quote will supersede any conflicting terms of these terms and conditions. Customer shall pay the Purchase Price of the services in advance,together with all property(personal or intangible)taxes or special assessments and all sales or use taxes which may be imposed upon Customer or MORSE (except taxes based on MORSE's net income)as a result of the performance by the parties of this Agreement.The Payment shall be due no later than the date of order. Payment of invoices shall be due within thirty(30) days from the invoice date. Delinquent payments on any undisputed balance are subject to a late payment charge of the lower of one and a half percent (1.5%) per month, or portion thereof, or the maximum allowed, if lower than (1.5%), by the laws of the state where service is performed. Service Level Agreement Priority Description Critical Main Phone system, Contact Center, WLAN, Network High Remote Site,T-1, PRI circuit down Medium Applications Low MAC's, RMA's, Break/Fix Critical: System down or service affecting outage that immediately affects the operation of customer business and will work to completion. High: Service affecting outage/issue that affects remote sites and/or trunks. Medium: Service affecting outage/issue that does not immediately affect the operation of customer business. Low: Non service affecting issue or outage that does not affect customer business operations. 03/24/2025 Signature Date Christine Hurley, County Administrator Printed Name Initials CH Morse Communications, Inc. 3 of 4 2420 Maintenance Quote Legal Entity Name mONROE COUNTY ATTORNEY APPROVED AS TO FORM SR.ASSISTANTM Initials Morse Communications, Inc. 4 of 2421 Monroe County Purchasing Policy and Procedures COUNTY ADMINISTRATOR CONTRACT SUMMARY FORM FOR CONTRACTS $100,,000.00 and Under , Zoll'Data S stems .w.... �Coatt�ct# `Q=84851 �a.ntract...with ..�.,. � .Y ..... Effective Date: 10/01120,24, Expiration Date: 12/31/2075 - Contract Purpose/Description: Agrp dp1l for hosted medical' 111 h and,olaitns'submittal records ah e1 wA 1 0L0 'tn "r�entior�ot � historical, ,�l nl rnedical I1h records. This is a sole W SoJut1on#rom/Zoll e,' hosted software,ts essential`,fo N(CFRfu1lts#or,medical bill�r�, tIr ;; s and 'ensures with Nationa :and State reporting reguirements Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: Cheri Tamborski 305.2896,0 #14A CC_11001: 30% $ 8,858.38 CC_14000: 3% $ 885.84 CC_11500: 64% $18,897.87 CONTRACT COSTS CC_63100: 3% $ 885.84 Total Dollar Value of Contract: $ $29 527 92; Current Year Portion: $ $20 ," 527 (must be$100,000.00 or less) (If multiyear agreement then -- requires BOCC approval,unless the Gwmludta[ v wnGuuk 1010 0010 W oll Budgeted? Yes® No rl Grant: $ County Match: $ ` Fund/Cost Center/S)end Cate o : See Cost Center S lit}above/SC 00084,S6ftware, ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) Insurance Re uired: YES ®NO CONTRACT REVIEW Reviewer Date In Digitally signed by R L Col na Department Head Signature: R.L. Colina +:2025 03 28 10:4933 0400' Digitally signed by Eve M.Lewis County Attorney Signature. Eve M. Lewis Date:2025.03.27 15:35:17-04'OD' Digitally signed by Gaelan P Jones Risk Management Signature: Gaelan P Jones Date:2025 03 31 0E 3802 0400' Digitally signed by Julie E Cuneo Purchasing Signature: Julie E. Cuneo Date:2025,032820:55:02-04'00' �,{ Angelica Malcosky Digitally signed by Angelica Malcosky OMB vj B Signature: Date:2025.03 31 OP 19:17-04'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 2422 Colorad o 80021-50 ZOLL,, s( 59 ORDER Q-84851 3 474-4499(0oll( free) DATA SYSTEMS Customer Information ...._-�---- Bill To: Monroe County Fire Rescue Company Name:Monroe County Fire Rescue 7280 Overseas Highway Address: 7280 Overseas Highway Marathon,FL 33050 Marathon,FL 33050 Contact: Cheri Tamborski Email: tamborski-cheri@monroecounty-fl.gov Software,SaaS and Services offer Expiration: March 31,2025 Initial Term: 15 months (October 1,2024-December 31,2025) OLL Representative: Jahn Jaweed chy Limit unit Price Monthly Fee Itern Lic,Type Descry turn i56f 80 .- TERNIINATiN aO ce Rus(Per Concurrent WOO- 2 caneG�l User $7 00.90 3 HI35P HL THE COUNTY'S CONVENIENCE AS OF 12131/2025 Sr iJ2 HEi'C'•"1PL HL i osted R'escueNtst PCR nquis(Per IBC nth) PCR 41 92 TERMINATING FOR THE COUNTY'S CONVENIENCE AS OF 1213112025 ( n) Station $285 00 5855 OC HFPId HL Hrasted RescueNetFlreRrU'STERMINATING FOR THE (END OF LIFE 12 W2025)- COUNTY�S CONVENIENCE AS OF 3/31/2025 310 Thp 52,95 3t/SJ. RescueRA Milin Pro(Per Crl lMonth) TERMINATING FOR THE COUNTY'S CONVENIENCE H'EPRC}1 HL - NCE (Any average AS OF 313112025 will be billed at price per Triplunit) MONTHLY FEES FOR THE PERIOD 1011/2024-3131/2025: $2.521.32 TOTAL MONTHLY FEES FOR THE PERIOD 10/112024-313112025(the"PAST DUE AMOUNTI: $15,127.92 HOSTED MONTHLY MINIMUM FEE FOR THE PERIOD 4/1/2025-12131/2025: $1,500.00 TOTAL MONTHLY FEES FOR THE PERIOD 41112025-1213112025: $14,400.00 PROJECTED FEES FOR INITIAL TERM: $29,527.92 TERMS Party Identification. t~aistrarne-r is Mtaoazte County,Florida,a political subdivision of the State of Florida,acting through its Board of County Commissioners. Additionally,Customer Is the File and Ambulance District 1 of Monroe County,Florida,a munlcapl services taring unfit established under Florida law and Page 1 of 5 2423 Order Q-84851 codified in Section 22-129,Monroe County Code of Ordinances,acting through its Board of Governors.Collectively the Customers referenced above will be referenced as'the County"throughout,and mean"Customer." References to"Contractor'mean ZOLL, HOSTED MONTHLY MINIMUM FEE. $1600 HOSTED MONTHLY MINIMUM FEE APPLIES TO CONTINUING ANY E REP PLUS, HOSTED RESCUEN CR PLUS AND OR HOSTED RESCUENET IRERMS PREMIUM)" SAAS (HOSTED BILLING SERVICE . ORDER STATUS. FOR THE AVOIDANCE OF DOUBT, EFFECTIVE ON OCTOBER 1, 2024, RETROACTIVELY,THIS ORDER 0-64861 SUPERSEDES AND REPLACES ORDER C -5616# (THE "PRIOR ORDER"), AND THE PRIOR ORDER SHALL BE OF NO FURTHER FORCE. OR EFFECT, PROVIDED, THAT CUSTOMER PROMPTLY PAYS ZOLL THE AMOUNT OF $16,127ro92 FOR THE PAST DUE AMOUNT. IF CUSTOMER DOES NOT EXECUTE THIS ORDER BY MARCH 31, 2025, AND PAY"THE PAST DUE AMOUNT WITHIN A REASONABLE TIMEFRAME (NOT TN TIT PROR. DAYS FROM COUNTYY"S RECEIPT OF A FULLY EXECUTED AGREEMENT), HE ORDER REMAINS IN EFFECT UNTIL TERMINATED IN ACCORDANCE THEREWITH AND THIS OFFER IS WITHDRAWN. TERMINATION FOR. CON' 'ENIENCE. 'RESCUENET BILLING PRO SAAS AND.... HOSTED RESMINATIONET FIRERMS PREMIUM ARE TERMINATED BY AGREEMENT OF THE PARTIES AS RE MARCH 31, ERMS JS'COMER' I S TERMINATING THIS ORDER FOR ITS CONVENIENCE EFFECTIVE AS OF DECEMBER 31, 2025 COB), AND ZOLL ACCEPTS SUCH TERMINATION. THEREFORE, THIS ORDER WILL NOT AUTOMATICALLY RENEW AFTER ITS INITIAL TERM ENDING DECEMBER 31, 2025. Monthly Fees commencement Date. For the avoidance of doubt,Monthly Fees as detailed above will commence on October 1,2024(retroactively) pursuant to this Order(the'Monthly Fees commencement Date"). f he Initial fermi wall begin on October 1,2024(the-Effective Date"")and will end the number months'indicated above tdGtlowing plan Monthly Fees Commencement Cate Discounted Fees are rounded to two declmak planes for display purposes many as eight declmak places may be present in the actual price.The total Fees in this Order were calculated using the actual pnoe,which are the true and binding totals for 9his Order Order of Precedence:In the event of any inconsistency between this Order Q-84851 and any other portion of the Agreement(defined below),the terms and conditions of this Order will control. tity ida and requ Additional Terms for this Order. To the extent applicable to Customers s the nmental en f a conflict owRhe State of any terms or conditions ofrthe red b Agsuch reeme lathe applicable laws('"State Law`) the following terms and conditmns apply ands i e event folly wing terms and conditions w1l'govern and control to the extent of the conflict: ent vwpit be governed by and interpreted in accordance win the laves Of the united States of Arnencan and State Law • Governing Law The Agreem avithacmt reference fo ofloroe of gout pnnodples Any action between the parties anstng from or rotating to clue Agreement yr tl be brought in a rein Rcrcated in the Slate with Iurdsdictlon over Customer Each party consents to the exclusive venire and personal iurisdictlon of the follo wing stale end federal tit in and far Monroe County,Florida,and United States District Caatn in and for the Southern District courts located in the Stake° sixteenth ludic ai Clmc of Florida,of United States Bankruptcy Court for[he Southern District of Flortda�whenever a ppVleaCaPe. futon-Approprfatlons If Customer"s payments are based upon the availability of public funding under its auihianty and,after malting due efforts,4 • les available for the subsequent fiscal year covered by the term of the Agreement,then Customer Customer fails to appropriate funds or make mon shall notify ZOLL prior to the start of such fiscal year and this Agreement shall terminated on the last day of the fiscal year for wliiialr funds wawa appropriated or monies made available for such purposes Without Customer's further fpatimly,for suiesegruent frscat year payment. If'Customer falls to so notify ZOLL prior to the start of such frisoli year,then this Agreement shall be terminated on the date Customer provides such notice to ZOLL unless applrcabile law expressly requires an eadler date. • Indemnity and Defense, Customers indemnification and defense obligations do not apply to the extent expressly prohibited by State Law. ZOLL further acknowledges the limslatio'ns provided below in the paragraph entitled"customers Liability and Sovereign immunity." • Additional Indemnificatiom In addition toZOLL's inderuriaficalion obligallons set forin in the Agreement,ZOLL will defend any,action against Customer Parties(as defined m The Ageeernenl)brought by a third party that is caused by ZOLL s material breach of the Business Associate Agreemenl and wilt mdemntfy and hold the Customer Pules harmless from those Fasts and damages finally awarded against the Customer Ponies in any such actio n tlr,aq are specifically attributable to such o6aim or those coats arxt damages agreed to by ZOLL in a monetary settlement of such action The foregoing obligations are conditioned on such Cus dai (r hepro pally notifying,ZOLL in wiling of such claim or action.(It)giving ZOLL sole conlmo of the defZOLL ense thereof and arwy relaled settlement negoliatranst and(its)cooperating with ZOLL and.al ZOLL`s request and expense,asslsling in such defense Customer will not enter into any settlement that rmposes any legal liability or financial obligation on Customer without Customer's prior wrnten consent Cr Nstamer will have the right,al its option.to participate in the settlement or defense of the claim,with its own counsel and at its:own expense.The parties acknowledges that the Agfe�ement includes Subsection a(ZOL L to Section S(lnafem afr tlr ).which stales In park"'ZOLL wall defend� y action against,ce,$ Customer or Its agents,officem.directors,or employees(the"°cuslomer Parties")brought by a third party alleging that' oftraare, aS or 'ervloes Page 2 of 5 2424 Order Q-84851 armless infnnge Gray U pi damages nil Y awardedhts,or pagatpn None Customer any trade s elcrets fin any sird uch action hatarty and will r are specifically y atttir utabte t such clademnify and hold the Customer Parties im or hanse from those casts an g costs and damages agreed to by ZOLL in a monetary settlement of such aClion. , any monetary ilmitations and enses oi • Customer's Nothing ttarernser Liability and as a a erred a party's soverewgn immunity ZOLL ACKNby State Law cMEf ES Ti f T SIGNING THIS,t3AblefRt?ER tlSr 'Nt]f A AIVE F Nothing hereinER'S SOVEREIGN as a wi t�tarlUNtTY AND THAT CUSTOMER'S LIABtt.IITY IS SUBJECT'TO THE MONETARY LIMITATIONS AND DEFENSES' IMPOSED BY SECTION 768.28,FLORDA STATUTES Exclusions To ZOLL"s knoavtedge,ZOLL and ats off'aners.directors,and employees assngned to 'Federal H account Healthcare are not excluded or debarred • from participation it,any federal health care programs as defined an d'2 USC§t32Ca•7bff�(tins'Federal htealttrcara Programs"I.Listing on the from Federal Pfccuteme"It Office of Non inspector no t Programs IUSIO tm bsrl foor sile))ded individuals uaCs orr an�tnti �rnyf state Medicaid:eraticKs,Lists xclusion Cis,orrdth Office of Foreign Assets a p Coralrot"s(CFAC'sj�d list�sl VA'I,Constitute exotusion for purposes of tksns paragraph, Any breach of INS section will glue Customer IN right o terminate this Agreement without early termination tees or penalty. cOnIfactor has uses the stem • Verification of inn United Slates ained by Departm nttloffiHomelandN LSecuurity to verify he work authorization status Of all n�y hired�ertrpioyeesynycoL and each applicable submpt ancet wvovidin e requirements of Secllon 44El.095 Florida Statutes,and that entry auto this Agreement will not violate that statute, The rights and remedies Pt ovirUed by Secron 448,€95,Florida Statutes will apply to ZOLL's violation thereof. equirements and on 287 133 Florida • Public u li Est ty Crimes entry auto ZOLL represents thatiii it s,familiar wilco ZCLhe 1`1 L further represents ennt hat'there has ons rbeentrno dele inabon that SitaCot ritted rep a represents entity oil en as do this d by Section 2ff7 of v Florida Statutes and that f has not been formally charged with eomnmniting an act defined as a-public entity crime"as defitass r f the amount of ntoney invoived or whelher ZOLL has been placed on the convicted vendor list, f iscrirntnatory Vendor and Scrutinized Companies Lists,Foreign Countries of Concern ZOLL represents ftl`it has not been placed on the • it is not ®dnscnminato veFlorida Statutes�Zt3LLdr n e coos and certifiesddatSrt s not,and folutes,and artttme duration coflthe term+�it ninized ot be inelfgtble oursu ant to tCdntrac i ah or 215.4.25, Customer 5,any of the grounds stated to Sents and t3S. that Statutes and represents that it is and for th duration of the term 9"ll rernann, an compliance with Seclin 2IIFx lilt.Florida Statutes pursuant to Secaof 287 on a ctontraclorida tt to protatutes,-An vide arty goods or ervrces to a Pubre or 0liale Who snn I' Placed on the oascr minatory vendor list may nor submt a bid,ProPcS4,or rap y naagr not submit a bid.ProPdsal,or reply On a contract wvrfln a Prtbfn"C enttt'y for fhe consfrucli6on or repair of a Pub building or Public riorlr,r�pp itof serbrnr"f bids.Proposals, or reptes on leases of teal property to a Pubtd'c entity,may not be awarded or Perform avorfw as a contractor suPPUr'er, subcontractor,or consultant cinder a contract with any public entity.sizd may ntrf 8ransact business svefn any public sillily.'" Nnsuranca: ZOLL shall obtain and maintain ttaroughout the terra of this Agreement,at As own expense,ryberliability insurance with a hminimunm Britt In liability of O tress than Drain million m intairs�O,atCaT.o0o). ZOLL will provide a cerillicaute of insurance evidencing such coverage upon Customer's request. reques Records,Custorrmer is a puche agency subject to Chapter I 1 g,Fllonda Statutes.To the extent ZOLL ns acting On behalf ofC,usaorraer pursuant to Public Sec Reion t r s,Ctt,Florida Statutes„ZOLL shalt oornpty,Anlh all applicable public records tavn as"`C4arttfactdr,"specifically ° Keep and maintain public records required by the public agency fa perform the Service, the Upon request from de the inspected ed or coped riittmirnstod's cur a ro�sorwata-e time an of public records,, a cost Char does not prowde the public e exceed the Coscy Will' ta copy a,provided sin this chapter or I as sed except otherwise provided by lava. are not ° assauthorr7ed by law for the duration oft he contract term and roi owingt or confidential and exempt co mpletion of the disclosure c ntract if Qhe contraClo dries nodisc tPansfrrr the records to the public agencyall Public recor 0 maintainecomple io rec(the contract,ords requkredtCayait transfer agency to p rform th at no cosL to the Public e servic if the contractor l a sfeas allllf publauereicords torthe keepublic and ic records that denuafand exempt from blic re rduledi closure requiireme tso f�rtheocontrracttor keeps andpmainttainslPub c records uponcompletion f pletionof the contract,the y Must be P"O"ed 10 the ublic agutncy.uponarequeeest all t from thable pubt requirements c�for nlof public records in a formal that is cubhC records All records stored tompatibleluwvAth'the information technology systertts of the public agency,. STION S REGARDING THE APPLICATION IF THE CONTRACTOR HAS QUE 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 305) 292-3470, publicrecords@monroecounty-fl,I,gov, c/o 'Monroe County Attorraey's Office, 1111 12th St., Suite 408, Key West FL 33040. Limitation of 1.10111ty NEITHER ZOILL, EMPLOYEES,AGENTS, SERVICE PROVIDERS,SUPPLIERS ORLICENSORS,R ITS AFFILIATES BE LIABLE FOR LOSS OFTIVE PROFITG,DATA BDUSINESS OR GOOD NtLL COST$Of PROCUREMENT'OF SUBSTITUTE GOODS CAR SERVICES OR ANY OTHER INDIRECT,INCIDENTAL.SPECIAL,PUNITIVE,EXEMPLARY,OR CONSEQUENTIAL DAMAGES, HOWEVER ARISING OR ALLEGED ZOLL,S TOTAL CUMULATIVE LIABILITY IN CONNECnoN WITtHI ITS Page 3 of 5 2425 Order Q-84851 IATE i � ftR AOR � I i EXCEEDL NOT MATERIAL BREACH IF TE t,ayt,tt.n ISL.ANTH BUSINESS TOTALCUMULATIVEL 14TY FOR CN � � � DAMAGES � LIABILITIES N CONNECTION VVITtt THIS AGREEMENT AN ORDER WHET IN CONTRACT TORT OR r 7l'HERtAtNSE WILL NOT Ey CEEf1 THE AfalCrTW IoApL T MOLL By PERIOD PRECEDING HE EVENTS GIVING RISE SERVICES SUCH LIABILITY GUST�MER ACKNOWLEDGES THAT THESE %"l�'tVK.NS UNDER THE APPLICABLE ORDER DURING THE MONTH T • OF RISK SET FORTHIt THIS ACRE t AND THAT WOULD h1�R NNf[ 'THIS AGREEMENT REFLECfTHE ALLOCATION AGREES LIMIIT-ioNsILL APPLY NOTWITHSTANDING THESE MTATIINSON ITS 1IABIITY,C IF IT HAS BEEN ADVSED OF THE POSSIBILITY OF S9H DAvAG ES lE fSSE IPURPOSE ANY L C REMEDY,EVEN OR IF StYCIrf DAMAGES tavl`;tIF F49RESEEPnw81`E, the Agreenterildoes not er parties,It is the, • Independent aC las tact the For avoidance vo Banc an f doubt,dent contractor under his rAgreement and eate an notkin Gouar�ty s employee for between pu ses including Intent of the p payments,Federal insurance Contribution Act the but not limited to,the application of Ilia Fair Labor Staatdards Act nriaoirnuh wage artrt overtime Social Security Act,the Federal Unennployment Tax Act,the Provdsaons of Ilne Internal Revenue Code,the State Worker's Compensation Aot,and the State LlrnennoroYpneatl Insurance law, invoces will be a SOL « ('Local payments s and false Claims OrdiniII paymars Act") 'o ttractoract tonal d�laires th t Contractor a Kn�Wedges tI rightsanti emed'es�aid in accordance with Sedton 2 1available t8,70 el o thefCouurnty pursuant to Section 2-721 at ai of the Monroe County Code• . Conflicts of interest. To each party"s knowledge,there Is no conflict of irterest between Ilhe County and Contractor" Gratuities. Contractor hereby ceatires that it has,not offered',given si ndatnorr,preparation of any part agreed to give any County employee Agreemy.ent. �av or.or anohing of monetary • value in Connection vrith any decision,approval,disapproval,reromme Kickbacks. Contractor r acrifies that V has real$Ivan payment.gratuity,or offer of employment to be made by or on behalf a a subcontractor under • a Kickbacks, contract to Contractor or higher tier t has onlracG r or any person assou,iated therrern ih,as an Inducement of the award of a snrbcon.ract air raider. Non-Collusion Statement. Contractor certifies that the price proposed by has been was o induivedce e another erso aor entioutty y to lion,consultation„ • or communication for the Purpose art restricting cornpelthon,and no atteunuPt has been made to Induce another person or antaty to submit a proposal, or not submit,tar the purpose of restricting.competition In the award of this Agreement. • Ethics Clause pursuant try Monroe County Ordinance No.010-195t1, Contractor warrant that at has not errnpt Code of oyed,retaened or otheravise had act on hlshts behalf anY noviotaton�unly Norlc r o U tf onCroe ounfy a of trdinancas subject to the prohibition re For btu ach or violation o9 this provisionnances.of any the county may,in coats officer or employee also,in its discretion.,terminate any fee,tis"n1lsslon,lhOul h Cagey gIl or cand onsiderat onopaid to the eforaa rrcounty officer or employee of county o�cwer oh a se price,or sr enro�looy� the amo must orida « Foreign Gifts ant�Contracts. Contractor acknowledges Ala Statutes:sthat itFra acFallflraanptoariy flrnely with �ssaapptssedt under f 285 1Ld1 flyta) Florida Starufe a finae disclosure requiremerim in Section 286,101, lOrder Statutes pursuant defeirrranrrvq a thrall or sr,bsecrent violation tyyr err enfrfy other than a stafs agency o political saabrrivrron rrnrasf aa�fornalr"calfy d sryuafrfy dine eruCPfy arrr determining ngfor any$mitt orcontarvaor funded b r a stale agency or any+po�icra subdivision unfaf such inarrdgibility is fiPreal trig flre.tdrnrnasfrafaora Coanrarassron q"Governror and Cabinet per f a 202; Ronda Statutes]for good cause" Scrutinized Companies sari Countrlesof Concern per Sections 287.13$and 215.473,and Section 207.138, Florida tatuttas.If lifts A reernent • is for goods Israel Last,ices of$1 million or more.thengaged n a boycott ofeesraatlntsl tunas not been ptaOr hereby bad on the crut ris,halif�a)has med Comt been panies%mth on lhActtiivities in Sudan List ruti anor tthe Scrutinized crub Boycott Isr Companies enga�aed in a t� loan f Israel, Sectors List(formerly the pram taelroleurn Energy Sector Lwstl and cl has not been engage n a boycott of Isla aft after the in tausua•uass operations in Cuba or Syria If County determines That Contractor has falsely certified tads under thus paragraph.or at Contractor is tour to have been placed on a Nast created pursuant to Section 215 473. Fronde Statutes. gr amended or to engaged execution of this Agreement,County will have ail rights and remedies to kerrna'nale This Agreement Consistent walk Section n 287 135,Ronda Statutes. as ammended„The County reserves art rights to waive certain requirements of this Paragraph on a case bd°case exception basis pursuant to Santini 287 135,Florida Statw.rtas,as arnentd, Beginning January I„2024„the County must not enter Into a Contract that grants access to era individual s personal rderrtllublic of Iran, ,e Democratic r People's any Fof eign of Country a.ftC ncern such as of Cu+�fPeoplthe VenRe�uaelara ragepublic or l�rne of IN faders,or line Sydanhina,the Russian Federation,the�sArab Repulamie pblic,unless the Contractor provides fine: Republic t.2I72S.the County Courtly vnlh an affidavit signed of a authorized raprasentailve of The Contractor,under penalty of perqury.attesting that the Contractor does no meat any of the arf dayria ao subparagraphs 2g4aq CCq of Section 287 138.Florida Stafules.as may be amended.Beginning January must not extend or nod "an contract dat giants entatrve of 9l Contractor,under peaccess to an individuat's Wsonal nalty 0 identifying ttesting information ethat The ca�ntra ICIF does not meet any win a g Florida Statutes, oof the f this Ark ria in subparagraphs, esultl+naadrnofsStrct4ve saint o sand penalties bY the a CHtoe of the Attorney General Of the Stakeon 287 of ITSLA in termination Nancoarcive meant Conduct (of Labor tor is or Services, As a rringoijarrimene an affidavit under r peal nalty oN pa submittirttgaary attesting that Contractor does not users Ater won for labor or a govern hl services in accordance with:Section 787 06,Florida Statutes. Nondiscriminattom As applicable to its provision of services to the County Contrado agrees to corniaiy,with all applicable Federal and Florida statutes,ano ail local ordinances,as applicable, elating to notdiisotpnslrnattorr. Tits and cen&les that it and its applicable subcontractors do not and will not use prohibited Telecommunications equipment-Contractor repaasery es loations sysytem,po a,stcrpicall technology ea st part o 'ny system, ass suchnterrms ar sed rn 48 CFRa 52 204-2asthrough 52 204-28.CBy execull this Page 4 of 5 2426 Order 0-84851 �reearrent, rcyfiiraclor repfo ents and 4er6ados th&Ii t oriaraotor and its apphcable �sub0nti xactors mint urc1 pfovtde or use -01 Caaverr�d at this Agree frol qi teloCommulscali tia egvp"n Sv syWaln. GW,Services for any scope w0fk petfcarn�r�d(Or the Cr�rraty tor l an�nftlre dwraC cyrn by any afteris nol(fto of ource,C;firap user rmorrrtprcv�+atnplry report;a vnto�cnat a� gr7nC `���a6�75-tdigsy tto ee Of y.nar s by a SAA10lrilractrif at any ter of Antitrust Violations warder Section 187137,Florida Statutes,Pursuant to,Secgfon 287 137,Florf fa Staabat" a.,may pie anionded.a person or an ab'ilaale who has Well Placed On Itia aril,tnpst Wolauar vendor trst teleclrtinacaily 9,01i isbed and wpdala xtwanerry dsy, gf7te of Flcndaf fotscr rng a convyrfron or being':hold vauy laalbte fcr an anulrws�t vaotattoxa may not subm,,t a bfd,pfopesai.or reply fox au" rrewv conlra lo provde any goods of , iaosal,or reply for a new cry 1011cl VAlb a lwbfic tiny lot ft cu trudion or mpair of a public sesr roes to a pwbtio entity"nvay not sutnet a ts4d pao asvaar4yarwtra ubhtor walk,may notisuti iarar,Crrdceras erul ur derfaoainr�new ffact�ih ase'slpvtil entuay�arjo,drag not trrarnsact now babvu-ss aolh ansriubl)B, entity. Foreigjn Coun ryr of Concern Attestation(PUR 9355). in oidanceMh section 2g7 138,i4onda Saauutta..scnlraclof assail prowde ine,30estagion requintd by Form P R l355 a d artr rCi t tw f n&i i 4lvorrrraudrtial Lnlety alai arr e itrAy wrl acn w rfiaald gyve acres to an ndavalluirot's Pf fsonal identifying Information which is executed,extended,or rerlewcd an or alter ire dates prOvAted to sectron rnfiy'f~i'fitrti F.S..mvust inclfide an atlestaladn by the entity on Form PUR 1355, Audi �. ZCJLC shalt niCafntaan " to l olds ra jusloy alI charges,experises,and corlgs paid by Coaaasty u r ltus Agreement for 31 least three(3') years filet csa rupiotleta or s agroata ,McCoaanty shad have OCCOss(avhith may haprowda d by a"ocCroric nnearrs,Un f twtl duscregdprc wr'erfs rrraanali mrx9 by the audifor)to suchZOLL books,recolds,and occurnents,a5 required un this section dse purpase oI°n9peCtuorr cr aorkit dungy normal timiness bouls,at ihr; tuanty"s cost,upon tern t10f days writteca notice.. 'Chia 0 char is governed by and subject io trs anarned Master,aoftwrwate,Baas and at6arrds Agreenieatl,bnCitltbnrg applicaole addenda,gnc;OMOratod tin by reference(the°"Agmamont) y'yrghadg below.(ij customer imprescrils bP:e warrams it oas rued lira Order and tiiar aplabcabit Agrelarrie,01 d agrees to such terms and corldnions au)d(2)eaOnPelson rxetowa reipresenm and wtarra,nts triad she or he has the authority to bind lne Party tot"teach she or he is signing. Standard 1355 PUR Form—Rule BOA-1,020,F A.C.,"Attestation Forms.' LL D to S t ms Inc is not owned by the government of a Foreign Country of Concern,is not orgamz vender the laws of nor has Azixriinopat peace of Business to a Foreign Country ofCor ern,and the government of a Foreign Country of Concern does not have a Controlling IntE rt si in the entity. Under penalties of perjury.I declare that I have read the foregoing statement and that the facts stated in it are MR, CONTRACTOR: ZOLL Data Systems,Inc. r Srd¢iataare Date �. Print Na e&Tgtl STATE OFFLOWGAr COUNTY OF Ma # . ., F' S Y a ,� physical presence or❑ Ttta f re an lnrtrtl fi� rr,t�Yafftrr rtd n aiii tlnowr to nqg by ales s o Prfent[or Authority l 2tb b aft qr n � . online notartaiitioaa,ttfis da ofe Y Title of ZC7C L Data y tems,Inc,a Delaware Col oratfori he is z I ItYP of 16ent�lc��c 1 a JILLIAN DEBELL : �� r,i�u „M.�� �.- .._ NOTARY PUBLIC it�raa re cif Naltalr�y Public I STATE OF COLORADO l t a NOTARY ID 20224015051 MY COMMISSION EXPIRES APRIL 14,2026 (Print&Stamp CornmEssforled Name of Notary P blic) CUSTOMER: BOARD OF COUNTY COMMISSIONERS,MONROE COUNTY,FLORIDA BOARD OF GOVERNORS,FIRE AND AMBULANCE DISTRICT 11,MONROE COUNTY,FLORIDA: l rryltafty vgna d by Christine Hurley Christine Hurley flawe 20)5033112:31140,0"Ob' By: Chrlstlrle Ruilay,AICP Monroe County Administrator Approved as to legal form&sufficiency: c sr+a­11m11".— Eve M_Lewis ww 'Vaoriilvi3Oa oxw Eve M.Lewis,Assistant County Attomey Page 5 of 5 -__m.� -. . _. ...... _w....._.._._ ... 2427 DATE(MMPDDri'"Y) AC CERTIFICATE OF LIABILITY INSURANCE 0710312024 COVERAGE AFFORDED B MOLDER.TWIS Y THE POLICIES THIS CERTII~ICATE IS ISSUED AS A MATTE OF INPORIkNATION ONI:Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY" AMEND, EXTEND OR ALTER THE BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER( (, AUTHORIZED REPRESENTATIVE OR PRODUCER,AND T'HE CERTIFICATE,HOLDER. WAIVED,hold I t to the terms and conditions P p y certain policies DDmaOyNreq ire an en provisions A St endorsed• SURE IWIPORTANT'a It the certificate holder is an AODtTIONAL INSURon,of the li ollc y endorsement. A statement on If SUBROGATION IS WA I this certificate does not confer rights to the certificate holder in lieu of sLlch endorsement(d1 _ c PRODUC•R ,. 'Mial¢ _,,. .....».. h,'A I USA,LLC. wHoivr ELw rtl utPS N Aw* of the Americas ASskR Newew Yark,N NY 10036 ....... rogalc qr. . ..�ayRestf9y, >�cum�Caa�tcav�rr�,�E .,,m _. l .INS�2r,R�`ED ..._.,-......m.._. ....... 7ILDATA SYSTEMSPN^It:'. INSUREIYC E;R'4:M'9hEICLD,0;(J$C,11,"I IN READ, ..._._... .......,,..�... COVERAGES CERTIFICATE NUMBER: NYC(11'IEdBtat(I td2 IOVE FOR l IN RGSPTHE POLICY PERIOD T 111E PC7l.NCVLS ININSURWMC1�LISTED BEL.6VV HAVE BEEN N O kTIWAI OR OTI Ett�4�C1JA8�TA'W"WI NUMBER:THE TO vvHICII THIS INSURER NY THIS IS CC RNIFPTNkA MINT'M5 SHoW4PN MANY HAVE BEEN REDUCED BY PAID CLAIMS, _ .. TERMS, CERTIFICATE AND CONDITIONS OF s Y Y PERTAIN, THE NERIv1 DPI CONDITION CJE A TO LkMnS ALL THE I , .. . CERIICIDATIx MAY BE BE ISSUED OR MAY ADLICIES,LIM INSI I3AN POLIIa EATIL � CYIEZP RENttl IS 4pI JEGT . UCW Pr�LICNEs ON k AFFORDED I3M THE P�`DI.II-IES I]USCI�IB�R7 HEREIN INDICATED No-TWITHISTANDING AN Mrue ILT TYP' OFINSURANCE PD�IL,UC"4"NUMe�ER' EACMOCCURILCtWCE ,--$ COMMERCIAL GENERAL LIABILITY t'A+�AAI"G'CTC7IYt:a!AE¢5 _. .t' r+M� tsTar emu!"S"tcRW LS CI...AIMSr MADE ' �OCCUR RFX& ,GE IaRAGGREGATELIM1TAPPLICSPER:_:POLICY IECf LOS AUTOMOBILE LIABILITY BODILY INdJI IRY(Pu peisonk BODILY..,ANY ALP 1"O OILY INJURY OWNED SCHEDOLEO .P@CCk PERTY O14,1',1IGE g AUTOAUTOS HIRED ONlI...Y NON4)WNE10 t. r, ..IiIRF:I.b ;�..........AO'r4359+'NI-.Y+ .Au1 cl5 OEVI..v ... ...........r_- m...........,.. UMBRELLALIAB UCGIIAI EXCESS LIABISETENTIO. "R:LAMP,uSl1OE.', mm 'S _ L.., OTM• 1VW'ORpGERS COMPENSATION � y"W ACCI?IInNT... S AND EMPLOYERS'LIAHaLiTY y P N L _ ., ,,,, AfC'CROP' '4'43'CaW,aFr2"E'RVECyhuulwPe N NIA ' FYI. 5',at5FA ,01 ' 0Pi!'9C5FtVMEI.SfREXCLUDEO7 lMaxdameYduaNNa Ee DuSEAS POLIcYLunYda-5 DESCM ae Ca [7ttw11t24 Ot!152r5 Prod/COMP OP 10cc 76066155 11Q),,0JOCI0,,fl6 0f A Produdsicly IlnL/CCY(C1}s A9g Ct ReVo Dale 10/1/2004 Deductible-$200,000 s Schedule,may attached if more space is DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 1Ut,Additional Remark APPROVED BY RISK MANAGEMENT Roducdc Llabildy-Claims made coverage. ,^ fr Q31270 DATE���� WAIVER NIA X YES CANCELLATION CERTIFICATE HOLDER h�onme CcunlN ,�FfOUI.D ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BE,A~ORE Lonrd c Cowlly C,zmrnissirlrler THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE VOITH THE POLICY PROVISIONS. I I Co Simonton.`Velet Key UResl',FL 33040 AUTHORIZED REPRESENTATIVE �euale ZlS�1'l'G� ©1988-2016 ACORD C z RPORATIO'N'• All rights reserved. ACORD 25(2016I03) The ACORD name and logo are registered marks of ACORD 2428 DAT LlNA IUIrC7NJtYY`JYy ER INFORMATION TI4 N ONLY AND CONFERS N IGHTS UPON!THE THE COVERAGE CERTIFICATE OF LIABILITY INSURANCE CERTIFI ATE HOLDER.THIS THIS CERTIFICATE IS ISSUED AS A it f CERTIFICATE EERTIFI ATAFFIRMATIVELY FOF NSURANC RDOEGSANOT STITUTEXTEND AEC CONTRACT ALTERBETWEEN T IAssuIN AFFORDEDI (% A PI�L�DER THE I THIS REPRESENTATIVE OR PRODUCER u AND THE CERTIFICATE H IMPORTANT:Nf ltre ceTllttcate'holder I* an ADDITIONAL INS RED,lflo a poli y,c must have es may OVAL a an end rsement. or Ise endorse .. SUBROGATION IS WAIVED,subject to the terms and Conditions of the prsllCy„certain pouches may require an endorsement.A statement on this a 9 ndorsement($), m certificate does not confer rights to the certificate holder in lieu of such e' brrAC`T � HAAD"c'e x,ND.Ir C600) 363-0105 a P'RODIACETb CY>EiE'D `d0:.§- .?''? Aon Risk Sere- p; Northeast, Inc. (A;c.NA ExNI: ^•-�� p New York NY Office E+MAIL _ aaAr Liberty Plaza ADDRdss: ',165 Broadway, Suite 3201 INSURER(S)AFFORDING COVERAGE NAlc 1F New York NY 10006 USA INSUREAA; TD'k'Io Marine America...insurance CrrmSllany' 10�4a 41238 1HSUHrEO INSURER B� Trans PaN:Tf1d. ins CDC '2OLL Data Systems inc. 11302 Ridge Parkway INSURERC: S+IsmPo AAld"'. Fire rArYne Insurance Co 3I99°2 0400 INSURERD: rditsui Sumitomo insurance USA inc. 225111 Sro•omfield Co 80021 USA INSURER E: INSURER F: COVERAGES CERTiFIAIE NUMMI3ERtTpIUS00S16 REVISION�IUMSER. RED PqAMED THIS IS To CER7117y SA:T THE e�N�IREOLIRFtwgENT TERM POLICIES ONDITION OF AN CON'TPAC OR OT�E1i ED FIER Elell""r^1lThtlER�5 EC TO WHICH RIMS INDICATED.NJ CE l"IFICA"l E MAY BE ISSUED IED OH 4lAY IpclIFIENI T , IN 1lRANCE,AFFORDED kIY THE POLICIES DESCRIBED IIEP1EIl I'IS Sl3B IECT rJ ALL THE TERMS. EXCLUSIONS AND oO D" LIMITS S 00 lRS POL ctr MAY UMBER 2E BF REDUCE BY PAID CLAIMS LIB Ifs shown are as re0rfesle POLICIES LR rYYYY &TR. INSURANCE rCe6'D WVD p I,yrRFd'FIUCE LAU.I a CI¢.fi ��SI�1 ' E.�I,D ¢e^kr rtxgJO�T •� e a +wa h u�rr� �'S160,000 X COMMERCIAL GENERAL LIABILITY LC r,e6"„ nor a;3nl CLAIMS-IVAEIE x�cla�'E.UIR 01111YON'11 +1 r0 P 55,000 FIERSONAL&ADV INJURY 51,000,600 m A S2a00I0,00{a o abr r u IN s u„I ra � EXcl uded w (1E"w 6»AiCrF!EC.c«A I[IR41V IiC1UWC"rI''r rCSP'r9V°IfIG"AQaGS a DCf.:'V LOG /7 CI•T.NB: ll'd'0".d2'!'Jr"'a.-1{7/01,'"x .L.IlbTT c: 31,000,OOhO A6409TIr 1-07 I a a A AUTOMOBILE LIABILITY ;lr1G7Vt.V;VEaJLaG9 g P11 Iarar­l Z " X ANVAU`G'C BODILY INJURY ipe I Ql acclderr i6 G o 1DUL D PFNL1k'ENi7"+"xArd,.l.„r 2 OVI EVE U ''., r A IIG w Mod "r,L'rb. rT4.N 41." ,P;.M11 Wfl4¢.O Ad�'TC i A'U LY y ONLY oS ONLY D � 07,101/2 a0TP01/1d2S Eneacica�rl�cv ExS5202I2 SS1100,,0GG0000,,00000 UMBRELLALIABn rcxLR 0� U AVCaril..GA+TE X EXCESS LIAR a.RIMSVUTIPriR]F O TEE TCNTAOAr 0 l "II �'022' R,�20�25 X 3�z'STAtWI G�T7H C WORKERS MPENSATION AND )CC�A 0122,%I)l � ..--D00 ,nOS xr•cmarNT 51 £N00,1100 EMPLOYERS LIABILITY it 0i/0 /201A,.0710I+F 02 ANY N'gOPaMk ROTE AAa NER Luc:��rurrva Mf A JCR40013NO I I I7ISP-nSN rA Iw a kPl..v Sl 000,000 IMar;aI ac�y An tel k„ rlmst ASE,'OL.0 Y Lll,lr 51.000 P 0011 0 wYw dot-DD.;`dPr $CRtlPTAON Or""OPERAnN:,r tlS W.- may he anached it more space is required) DESCRIPTION OF OPERATIONS i LOCATIONS I VENICLES(ACORD 101,Add ironal Remarks Schedule, Gr!3 27 23..Ad SIPl`c.ol IrocuPe¢4 varalw°er1 by 5ysk ryer ne¢lntinldd CorLad`w.fvv0.ro APPROVED HY RISK MANAGEMENT " Dare 0 2T 28, _. WAIVEFIN/A_YES X CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES Be CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS., AUTHORED REPRESENTATIVE Monroe Counry Board of County commissioners 1100 Simonton Street Key West FL 33040 USA ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 2429 OATS(MMIDOIYYYI) LIABILITY INSURANCE 04262024 THE COY CERTIFICATE FOR D BY HEPHOLDER.CIES ,�M 0 CERTIFICATE OF THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFE NO RIGHTS THE POLICIES CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER BELOW THIS CERTIFICATE OF INSURANCE NOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERM, AUTHORIZED REPRESENTATIVE OR PRODUCER„AND THE CERTIFICATE HOLDER. P (" ; must ITaY0 AODITIONAL INSURED PI 0,-5101, or IaD endorsed. IhIPORTANT: If the certificate holder is an ADDITIONAL INSURED,the tall tlesp rl iTts to thee terms and conditions Iles of such eRda certain policies may require an endorsement. A statement on If SUBROGATION IS WAIVED,subl rsemeol al. this certificate does not CorIfUT coNrACT PRODUCER It4It6e, USA,LLC. 166 Ayelllse Of the Americas NexYDrk,NY 10036 E ArL "Cc I�N$URE S AFFORD7a1'C.COVERAGE I� wNSURE�RA. "" CNIcOI 0,2I'NLL-C`I"'SER,24.2S Aadsto-aT Raa INSURED ZOLL DATA SYSTEMS tl1`4 INSURER c N1602RlnrCEbIARKWAY„04,00 lNSURERo; BROOMRELD,CO 60021 INSURER ON,NUMBER: 0 BLISTED BELOYJ'I LAVE 8E 1 k tJEL1 IO TI1E INSL9Rt O�NAMoIE0 ABOVE FOR P TE POLICY PERIOD COVERAGES CERTIFCCATE NIJIW( ,,,s is—TO vCERTII=Y TINAf I EiE FOUCIE OF INdSUFMA CEWHICH THIS IRdDICAI'ED, NO hMlTR4GTAIVT NIWO ANY REQUIREMFNT,"IERM OR CONDNTNON OI=r WY "ONCTRACIT OR OThIER DOCLdME JT CE,RT'NF,Eo,E hAA"N"8E IS'SUED OR.MAY PERTAIN,THE IIvSLrRANCE AFFORDED I3Y THE POLICIES DESCRII3EO HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH PON ICIEes LIMITS SIdOWN MAY HAVE BEEN RED CY�Fr p POLIC Ea4P� LIM T5' IN BR TYPE OF INSURANCE POLICY NUMBER S EACH OCCtaRRENC'E COMMERCIAL GENERAL LIABILITY P :,c CLAIMS-MADE ®OCCUR PERSONAL S AD'V INJURY S GENERAL AoGREGA1 E S AGGREGATE LVAIT APPLIES PER: PRODUCTS,C'O'NJAISP AGIG, $ CE:d'4 POLICY],JE.G LOC come Nti0 SY�41MIT $ OTHER. n AUTOMOBILE LIABILITY BODILY INJURY ftt tli^ism $ Y ANY AUTO Mgq')N.1ILY INJURY(Per iccrdev,0 S SCHEDULE❑ OWNED PPRO�P' RI"Y DM,',A.....,�.-.-. S AUTOS ONLY AUTOS ^ "."""••,,,.. HIRED NON-Cbu4 NED g AUTOS ONLY AUTOSS ONL."I 'f,,CH0OCURREkfCE S UMBRELLALIAB OCCUR AOGRE4A7V 'S EXCESS LIAR CLAIMS-MADE 5.. ORTa. OED RE'1'E N'°A1'O'M S. �IE"A T.. ... _.....,�.. YJORNERS CoMPEN$ATWN E,L,EACH ACCIOE'At'r 5 AND EMP4,0YERS"LIABILITY YIN � ^ Aa-0YN'RKaPWE',TOit ARTNAiJU'E%EC4tl'CIwIC NIA Ef..,01,WSE-EAEMPLO'Nlr' 5�e..,,�.-�-- orF c RaaifaaBEREXCLVDE07 tMandald111IA NNI E L,DISEASE•POUC r'UM IT S II ,daacailwz Vodw GM T NCB ,P T7Yk'n N 04/141Z024 04/1412025 LIMIT A CYBER 0313 7973 SIR DESCRIPTION OF OPERATIONS I LOCATIONS IVEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space ii APPROVED BY RISK MANAGEMENT DATE WAIVER WA X YES CANCELLATION CERTIFICATE HOLDER ZOLL Da(a SysQ s,Inc- SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ZOLL 310 Par c- THE E1IPIRATtON DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS.. aroc mfidd,CO 21 AUTHORIZED REPRESENTATIVE 1w-T a 446 ©1968-2016 ACORD CORPORATION_ All rights reserved,. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD 2430 MONROE COUNTY FIRE RESCUE County o o n ro a 7280 Overseas Hwy The Florida Keys Marathon,FL 33050 Phone:(305)289-6088 Fax:(305)289-6336 Memorandum DATE: March 27, 2025 TO: Julie Cuneo,Assistant Purchasing Director FROM: R.L. Colina, Fire Chief SUBJECT: Zoll Data Systems, Inc. - Hosted RescueNet Billing Software Monroe County Fire Rescue (MCFR) has negotiated an Agreement with Zoll Data Systems, Inc. for continued use of its Hosted Billing Service Plus and Hosted RescueNet Billing software. The Hosted Billing Service Plus and Hosted RescueNet Billing Software provides a sole source solution for an integrated method of downloading patient care records and information for billing purposes and ensures compliance with National and State reporting requirements. MCFR has used this legacy software since 2013 and its continued use is essential for EMS Billing and Collections. 2431