HomeMy WebLinkAbout04/07/2025 Agreement Monroe County Purchasing Policy and Procedures
ATTACHMENT D-5
COUNTY ADMINISTRATOR
CONTRACT.SUMMARY FORM FOR CONTRACTS $100,000,00 and Under
Contract with- Superior Eltric,of the
Effective Date:
Expiration Date:
Contract Purpose/Description:
Light Pole Replacements at Marathon Government Center,2798 Overseas Hwy, Marathon
Contractor shall commence performance within tern(16)calendar days of date of issuance of a Notice to Proceed,Purchase order,or .Task'Order,
Contract is Original Agreement Contract Amendment/Extension Renewal
Contract Manager: John T:Null 30fi Facilities Maintenance
CONTRACT COSTS
Total Dollar Value of Contract: $ 1 a 40,0 00 Current Year Portion: $
(must be$100,000.00 or less) (If multiyear agreement then
requires BOCC approval,unless the
+fltS l�"di9f40il dNl tlY➢44aii9 Y
"s'd00,700,00 or I" ),
Budgeted? Yelp-] No ❑
Grant: $ County Match: $
Fund/Cost Center/Spend Category: �,c 20,501/ C 00OB1
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 27-35 of RFS
CONTRACT REVIEW
Reviewer Date In
Department Head Signature: William Desantis
Jose h X. DiNovo Digitally slg-d by Jose ph X.DiN-.
County Attorney Signature: P Date:2025.04.070923:53-0400
7�
Jaclyn Flatt Digitally signed by Jaclyn Flat
Risk Management Signature: Date:2025.04_0710:12:43-04•00•
Albreu
Purchasing Signature: Lisa Abreu Digitally 2025 signed407 11 a 36-0
Date:zozs 0a m 1 tm 3s-oa 00
John Quinn Digitally signed by John Ouinn
OMB Signature: Date:2025 04.07 13:48:16-04•00•
Comments:
Revised BOCC 4/19/2023
Page 84 of 105
MONRO�E COUNTY
BOARD OF COUNTY NTY COMMISSIONERS
REQUEST FOR SERVICES
FOR;
Light Pole Replacements at
Marathon Government Center
2798 Overseas Hwy, Marathon
BOARD OF COUNTY COMMISSIONERS
Mayor James K. Scholl, District 3
Mayor Pro Tern Michelle Lincoln, District 2
Craig Cates, District I
David Rice, District 4
Holly Merrill Raschein, District 5
COUNTY ADMINISTRATOR
Christine Hurley
Clerk of the Circuit Court Facilities Maintenance Director
Kevin Madok William DeSantis
February 2025
PREPARED BY:
Monroe County Facilities Maintenance Department
Page 1 of 33
General Scope of Work
Job Name, Light Pole Replacements at Marathon Government
Center
Job Locations: Marathon Government Center
2798 Overseas Hwy, Marathon, Florida 33050
Contact: John T. Null or Jessica Morris
John T. Null
305-587-8036
Jessica Morris
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 replace the existing light poles and install new replacement light
poles at the Marathon Government Center; 2798 Overseas Highway; Marathon, Florida
33050. The term of this contract shall commence upon approval and execution of the
contract by Monroe County and will terminate upon final completion of the Project as
noted herein. Contractor shall commence performance under the contract, which may
include applying for a permit if one is required for the Project, within Ten (10) calendar
days of the date of issuance to the undersigned by Owner of a Notice to Proceed, Purchase
Order, or Task Order. Once commenced, the undersigned shall diligently continue
performance until completion of the Project. The undersigned shall accomplish Final
Completion of the Project within Thirty (30) days, thereafter, unless an extension of time
is granted by the County.
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.
Page 2 of 33
B) All quotes are due by Tuesday, March 25,2025, 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.
2. Project Intent and Scope
Scope of Work:
Base Proposal:
The Contractor shall provide the following Scope of Work and provide all labor and
materials to replace two light poles at Marathon Government Center, Marathon, Florida:
Remove and dispose of two existing concrete light poles, leaving pole stubs as bases.
Supply and install two new 25' composite light poles rated to 180 mph or greater, using
existing pole stubs as bases.
Supply and install two new 150W LED fixtures on each pole (4 fixtures).
Alternate#1:
In lieu of the Base Proposal, shall provide the following Scope of Work and provide all
labor and materials to replace two light poles at Marathon Government Center, Marathon,
Florida:
Remove and dispose of two existing concrete light poles including the pole stubs. Supply
and install two new 25' concrete light poles rated at 180 mph or greater upon newly
constructed bases.
Supply and install two new 150W LED fixtures on each pole (4 fixtures).
The Owner shall have the right to determine the low proposer on the basis of whether the
Base Proposal or Alternate #1 best serves the needs of the County and make its selection
accordingly. The Owner reserves the right to reject either the Base Proposal or Alternate
#1 in the selection process as is deemed necessary to keep the project within budget.
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
Page 3 of 33
ii. Personal Items
iii. Floors
iv. Vehicles and Personal Property
V. Landscaping
Q 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 those specified by the County.
I) All materials must be approved by submittal prior to commencement of work.
J) The Contractor shall provide a lump sum price by Tuesday, March 25, 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.
O) 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
Page 4 of 33
Employers' Liability $100,000 Bodily Injury by Accident
$500,000 Bodily Injury by Disease, policy limits
$100,000 Bodily Injury by Disease, each employee
General Liability $200,000 per Person
$300,000 per Occurrence
$200,000 Property Damage
or
$300,000 Combined Single Limit
Vehicle: $200,000 per Person
(Owned, non-owned, $300,000 per Occurrence
and hired vehicles) $200,000 Property Damage
or
$300,000 Combined Single Limit
Builders Risk Not Required
Construction Bond Not Required
The Monroe County Board of County Commissioners, its employees and officials,
1100 Simonton Street, Key West, Florida 33040, shall be named as Certificate Holder
and Additional Insured on General Liability and Vehicle policies. A"Sample"Certificate
of Insurance is attached, which may not be reflective of the insurance amounts required for
this project but is provided for"informational purposes"only.
R) The Contractor is required to have all current licenses necessary to perform the
work and shall submit the Contractor's License and Monroe County Business Tax Receipt
along with its Proposal. If the Contractor is not a current registered Monroe County
Vendor, then it shall also submit a properly completed and executed W-9 Form.
S) INDEMNIFICATION, HOLD HARMLESS, AND DEFENSE.
Notwithstanding any minimum insurance requirements prescribed elsewhere in this
Agreement, the Contractor shall defend, indemnify and hold the County and the County's
elected and appointed officers and employees harmless from and against (i) any claims,
actions or causes of action, (ii) any litigation, administrative proceedings, appellate
proceedings, or other proceedings relating to any type of injury (including death), loss,
damage, fine, penalty or business interruption, and (iii)any costs or expenses that may be
asserted against, initiated with respect to, or sustained by, any indemnified party by reason
of,or in connection with, (A)any activity of the Contractor or any of its employees,agents,
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
Page 5 of 33
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.
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,
Page 6 of 33
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
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 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) Nondiscrimination/Equal 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
Page 7 of 33
limited to: 1) Title VII of the Civil Rights Act of 1964 (PL 88-352) which prohibits
discrimination in employment on the basis of race, color, religion, sex, or national
origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss.
1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3)
Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which
prohibits discrimination on the basis of disability; 4) The Age Discrimination Act of
1975, as amended(42 USC ss. 6101-6107)which prohibits discrimination on the basis
of age;5)The Drug Abuse Office and Treatment Act of 1972(PL 92-255),as amended,
relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive
Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970
(PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse
or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss.
690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug
abuse patient records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC s. 3601 et
seq.), as amended, relating to nondiscrimination in the sale, rental or financing of
housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 12101 Note), as
may be amended from time to time, relating to nondiscrimination on the basis of
disability; 10) Monroe County Code Chapter 14, Article Il, which prohibits
discrimination on the basis of race,color, sex,religion,national origin,ancestry, sexual
orientation, gender identity or expression, familial status or age; and 11) Any other
nondiscrimination provisions in any Federal or state statutes which may apply to the
parties to, or the subject matter of, this Agreement.
During the performance of this Agreement, the Contractor, in accordance with Equal
Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965
Comp., p. 339) as amended by Executive Order 11375, Amending Executive Order
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 II, ¶C, agrees as
follows:
1) The Contractor will not discriminate against any employee or applicant
for employment because of race, color, religion, sex, sexual orientation,
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.
Page 8 of 33
2) The Contractor will, in all solicitations or advertisements for employees
placed by or on behalf of the Contractor, state that all qualified
applicants will receive consideration for employment without regard to
race, color, religion, sex, sexual orientation, gender identity, or national
origin.
3) The Contractor will not discharge or in any other manner discriminate
against any employee or applicant for employment because such
employee or applicant has inquired about, discussed, or disclosed the
compensation of the employee or applicant or another employee or
applicant. This provision shall not apply to instances in which an
employee, who has access to the compensation information of other
employees or applicants as a part of such employee's essential job
functions, discloses the compensation of such other employees or
applicants to individuals who do not otherwise have access to such
information, unless such disclosure is in response to a formal complaint
or charge, in furtherance of an investigation, proceeding, hearing, or
action, including an investigation conducted by the employer, or is
consistent with the Contractor's legal duty to furnish information.
4) The Contractor will send to each labor union or representative of
workers with which it has a collective bargaining agreement or other
contract or understanding, a notice to be provided by the agency
contracting officer, advising the labor union or workers' representative
of the Contractor's commitments under Section 202 of Executive Order
11246 of September 24, 1965, and shall post copies of the notice in
conspicuous places available to employees and applicants for
employment.
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
Page 9 of 33
procedures authorized in Executive Order 11246 of September 24,
1965, and such other sanctions may be imposed and remedies invoked
as provided in Executive Order 11246 of September 24, 1965, or by
rule, regulation, or order of the Secretary of Labor, or as otherwise
provided by law.
8) The Contractor will include the portion of the sentence immediately
preceding paragraph(1)and the provision of paragraphs (1)through(8)
in every subcontract or purchase order unless exempted by rules,
regulations, or orders of the Secretary of Labor issued pursuant to
section 204 of Executive Order 11246 of September 24, 1965, so that
such provisions will be binding upon each subcontractor or vendor. The
Contractor will take such action with respect to any subcontract or
purchase order as the administering agency may direct as a means of
enforcing such provisions, including sanctions for non-compliance;
provided, however, that in the event a contractor becomes involved in,
or is threatened with,litigation with a subcontractor or vendor as a result
of such direction by the administering agency the Contractor may
request the United States to enter into such litigation to protect the
interests of the United States.
II) 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
Page 10 of 33
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 Com anies:
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.
III) Maintenance of Records.
The Contractor shall maintain all books, records, and documents directly pertinent to
performance under this Agreement in accordance with generally accepted accounting
principles consistently applied. Records shall be retained as applicable for 1) a period
of five (5) years after all funds have been expended or returned to the Department of
the Treasury, whichever is later; or 2) for a period of seven (7) years from the
termination of this Agreement or for a period of five (5) years from the submission of
the final expenditure report as per 2 CFR §200.33, whichever is greater. Each party to
this Agreement or its authorized representatives shall have reasonable and timely
access to such records of each other party to this Agreement for public records purposes
during the term of the Agreement and for seven (7) years following the termination of
this Agreement. If any auditor employed by Monroe County or 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) 'light to Audit.
Availability of Records. The records of the parties to this Agreement relating to the
Project,which shall include but not be limited to accounting records(hard copy,as well
as computer readable data if it can be made available; subcontract files (including
proposals of successful and unsuccessful bidders, bid recaps, bidding instructions,
bidders list, etc.); original estimates; estimating work sheets; correspondence; change
order files (including documentation covering negotiated settlements); back charge
logs and supporting documentation; general ledger entries detailing cash and trade
discounts earned, insurance rebates and dividends; any other supporting evidence
Page 11 of 33
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
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 shall 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-fl.gov.
The County is exempt from sales and use taxes. A copy of the tax exemption certificate
will be provided upon request.
Final payment shall be made by the County, as the Owner, to the Contractor when the
Contract has been fully performed by the Contractor and the work has been accepted
by the County.
VI) Public Records Compliance.
The Contractor must comply with Florida public records laws, including but not limited
to Chapter 119,Florida Statutes and Article I, 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
Page 12 of 33
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, Florida 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.
(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
Page 13 of 33
public records to the County or pursuant to a valid public records request within a
reasonable time may be subject to penalties under Section 119.10, Florida Statutes.
The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose
of any public records unless or otherwise provided in this provision or as otherwise
provided by law.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO
THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT: MONROE COUNTY ATTORNEY'S
OFFICE, 1111 12TH ST., SUITE 408, KEY WEST, FL
33040, atil)ticr(word nt(,,)ii oe ottnt -41. ()v, (305) 292-3470.
VII) E-Verify 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), Florida
Statutes shall terminate the contract with the person or entity.
2. A public agency that has a good faith belief that a subcontractor knowingly violated this
subsection, but the Bidder otherwise complied with this subsection, shall promptly notify
the Bidder and order the Bidder to immediately terminate the contract with the
subcontractor.
3. A contract terminated under this paragraph is not a breach of contract and may not be
considered as such. If a public agency terminates a contract with a Bidder under this
paragraph,the Bidder may not be awarded a public contract for at least 1 year after the date
on which the contract was terminated. A Bidder is liable for any additional costs incurred
by a public agency as a result of the termination of a contract."
VIII) Notice lie 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
Page 14 of 33
the date of refusal or non-acceptarice of'delivery. 'File place of giving Notice shall
remain the same as set, forth herein U11til ChaugCll in writing in the manner provided ill
this paragraph. Notice shall be sent to the lbilowing persons:
For C ontractor:
ReChicof the FL Kty•s,INC
44arlthewshimet FAX
For Owner; Facilities Maintenance Department
Attentiow John T. Null
10600 Aviation Blvd,
Marathon, Florida 33050
And
Monroe County Attorney's Office
1111 12 1h Street
Suite 408
Key West, Florida 33040
IX) Eason Argawei- L-U H —MJQW�
Any delay or failure of`either Party to perform its ohligations Linder this Agrctnnent
will be excused to the extent that the delay or failure was caused directly by an event
beyond srich Party's control,, withOLlt Such Party's fault or negligence and that by ils
nature could not have been filrese.en by SUCh Party or, Wit could have been foreseen,
was unavoidable.- (a)acts of'G(,)d;(b) flood, fire,earthquake, explosion, tropical storryi,
hurricarre or other declared emergency in the geographic area ofthe Pro.ject-, (c) war,
invasion, hostilities (whether war is declared or riot), terrorist threats or acts, riot, or
other civil unrest in the geographic area ofthe Pnriect; (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; (1) action by any governmental authority prohibiting
work in the geographic area of the Prqject;(each, a "Uncontrollable imUlllstarrce"),
Contractor's financial inability to pertbrin, changes in cost or availability of materials,
components,or services,market conditions,or supplier actions or contract disputes will
not excuse perforrilance by Contractor Linder this Section,Contractor shall give County
written notice within seven (7) days of any event or circurnstance that is reasonably
likely to result in an Uncontrollable (.'ire ri in stance, or as soon as possible after such
U'ricontrollable (11rcurnstance has Occurred it' reasonably anticipated, and the
anticipated duration of' such Uncontrollable Circumstance, Contractor shall use all
diligent efforts to end the Uncontrollable CircUrnstance, ensure that the effects of'
any Uncontrollable Circumstance are rnininlized and resurne full perforrnanCC Under
this AgrectnentAbe(",ounty will riot pay additional cost as a result ol fan Uncontrollable
Circumstance. The Contractor may only seek as no cost (Aiange Order or Ar-nendirlent
fior such reasonable firne as the Owner's Representative may deterrnine.
Page 115 of'33
X) Adiudication of Disputes or Disagreements,
County and Contractor agree that all disputes and disagreements shall be attempted to
be resolved by meet and confer sessions between representatives of each of the parties.
If the issue or issues are still not resolved to the satisfaction of the parties, then any
party shall have the right to seek such relief or remedy as may be provided by this
Agreement or by Florida law. This Agreement is not subject to arbitration. This
provision does not negate or waive the provisions of Section I, Nondiscrimination, or
Section II, concerning Termination or cancellation.
Page 16 of 33
PROPOSAL FORM
PROPOSAL. TO: Monroe County Facilities Maintenance
10600 Aviation Blvd.
Marathon, Florida 33050
PROPOSAL FROM:
PO BOX 522672
_.....................
The undersigned, having carefully examined the Work and reference Drawings,
Specifications, Proposal, and Addenda thereto and other Contract Documents for the
construction of:
I , � y � ��a�r� � at
ma a ' 1 "IMObt Center
2798-Orrerseas 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 furnish
all labor. mechanics, superintendents, tools, material. equipment, transportation services,
and all incidentals necessary to perform and complete said Work and work incidental
hereto, in a workman-like manner, in conformance with said Drawings, Specifications, and
other Contract Documents including Addenda issued thereto.
The undersigned further certifies that he/she has personally inspected the actual location of
where the Work is to be performed,together with the local sources of supply and that lie/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 ofthe 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 17 of 33
The Base Proposal shall be furnished below in words and numbers. If there is an
inconsistency between the two,the Proposal in words shall control.
Dollars.
............
(Total Base Proposal-words)
$ Dollars.
......................
(Total Base Proposal -numbers)
0 5- Dollars'.
�(T' I Alternate 41*d"s)a-&4
$ _9 L-)ri-, P Dollars
(Total Alternate#1- numbers)
I acknowledge Alternates as follows: N/A
I acknowledge receipt of Addenda No.(s) or None
No.---- Dated.,.-,
No. Dated
Page 18 of 33
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: l 1/J! nlollrocmcml,mmlIII, C i jgLlt,L�i�tar��ll�lc��a,IN fit�tll) I 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;. .. x. ... .,� ....t ...�_.._ _ �_W �.
Mailing Address:
Phone Number:
E.I.N.: ....
Emai I:
Date: 3 d Signed.
Name title
Contractor'ssignature-
Witness fitness s mot„
Witness name:
Date "
The County accepts the above proposal:
MONROE COUNTY, FLORIDA
y Digitally signed by Christine Hurley
Christine H u r I e
Date:2025.04.07 18:53:08-04'00'
Date:
By: County Administrator or Designee
MONROE COUNTY ATTORNEY'3OFFICE
APPROVED AS TO FORM
Page 19ot'33
DA-m, ....� ....SJd..LSd.?�1.,....................a..,.. _....7..
NON-COLLUSION AFFIDAVIT
of the City refi�.
aa. i g t depose and say that:ccordInam of th
the bidder ed in the Request for m .
Proposals for:
authority to d o s o;
and that I executed said e said P!I' o—siw-it h full� ' � :
b The prices in this bid have been arrived at independently without collusion,
consultation, communication or agreement for the purpose of r,estliCLi g
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
cl. 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 staternents contained
in this,,al,ffidavit in awarding contracts for said project.
........ ..
(§Fn r) (Date)
STATE OF-_
COUNTY OF:
Subscribed and sworn to (or affirmed) before me, by means o' physical presence or
Q. to by
El online notarization, on ...........
'e onally known 't
"-;1. of affiant), He/SheJt'p rs 0
me or has produced
----------- ...... ............ ...........
p
(type of identification) as identificati&�,"",',""
'�U B
016 E R 64
�N LOA NO A PU . �\c
0 T
My commission expires: �S[Enj
I C
L
#H
R�N
kg,'\0433
01111111 W"
LOBBYING AND CONFLICT OF INTEREST CLAUSE
SWORN STATEMENT UNDER ORDINANCE NO. 010-1990
MONROE COUNTY, FLORIDA
ETHICS CLAUSE
. .........
(Cornpany) C I
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 frorn 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:
COUNTY
Subscribed and sworn to (or affirmed) before me, by means 01 physical presence or
0 online notarization, on 2 0.." S-1-I (date) by
?
- --___(name of affiant). He/She is
perrrll known
rod u 4
to me or ha p cbd
as identification. (Type of identification)
NOTARY P U B
E R
0
My commission expires: , ,)47-20
o T
(SEAL)
A R Y
PUBLIC
'P
#HVA
01111111w\0
I'etge 21 o 1"33
DRUG-FREE
"re, erne e,r"s'Nxrre' ver'r<.r'
.w.. .` .vendor in accordance tc�rr ��� ta. eNtc ..ww I) 7 hereby certifies that:
(Marne of I: usines.;'
1. Publish a statement notifying ernploye s that the unlawful 77a.ntifacturc, distribution,
dispensing, possession., or use of a,controlled substance is prohibited in the workplace and
specifying the actions [flan: will be taken against employees for violations of such
prohibition.
1 hiform employees abocrt the dangers of drug abuse in the workplace, the business's policy
of`rnaintaining ar drug-free; workplace, a.ny available drug counseling, rehabilitation, and.
employee assistance programs, and the penalties that may he imposed upon errrployces for
drub; abuse; violations.
3� Give each employee engaged ill providing the commodities or contractual services that are
under bid a.copy ofthe statement specified ill Subsection (I),
4. In the statement specified in subsection (1), rNotify the employees than, as a condition of
working on the commodities or contractual services that are under bid, the ensployce will.
;,rbidc by the terms of the startenrent ind will notify tyre employer of any conviction ol', or
plea of guilty or nolo coritcndere to, any violation ol.Chapter 89.E (Florida `statutes) or of"
any controlled substance law of the United Mates or any state, lot-a violation Occurring ill
the workplace no later than five (5) days after such conviction.
5. Imposes a sanction on or reclraire the satisfactory participation in a drug abuse- assistance or
rehabilitation prograrn if'sucfI is available in the ernployce"s community, Jor 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 i y t f nri cornplies fully with the above;
requirements,
r authorized to sr ,,n the state.rrrer�t I certif that �4
"
Proposers Signature
.........._... I _.. _.......................... _
l ar:tcwx
S T"A TE 01: ,
Subscribed aaid sworn to (or affirmed) before rare, by meatus of, presence oi- 0 online
notarization, on (late) by
(name of aff rant) I1 / l.Ne rw personally known to �c �7r has prod cc
cr 1 Ne ar ti has derrlrlrcatre�e, e 7
r
120
c TAav
(fSl"AL) NI (;011111lission l?x z es:
�43
ttr(IlltE
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
(Respondent's name) nor any Affiliate
has been placed on the convicted vendor list within the last thirty-six (36) months.
Sig`igna 6 r
Date:
STATE OF:
COUNTY OF: ._4�Ljf
Subscribed and sworn to (or affirmed) before me, by means of physical presence or
El onlin(not arization, on the day of...
�2kdate), by
....... (name of affiant),
produced
He/She is personally known to or has
(type of identification) as
identifi tion
BE R
............ ........... ....... 47-20�,
TA B,U C
NOTAR�,
(S E A
My Commission E X) BL(Q�, PU IC
OF FLO
I)age 23 433
VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS
se Project Descri tion : l
Respondent Vendor Nam P � ) _ t,M � w
Res e: � � ;C
VendorFEIN:
Vendor's Authorized R Name and Title: I
Address: Representative
._..
City: State: Zip .w3,' .. 's� ?.._.
Phone Number _ 1 Email Address.
Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or
entering into or renewing a contract for goods or services of any amount if, at the time of contracting or
renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section
215.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also
prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for
good or services of $1,000,000 or more, that are on either the Scrutinized Companies with Activities in
Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors Lists which were
created pursuant to s. 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria.
As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified
above in the Section entitled "Respondent Vendor Name" is not listed on the Scrutinized Companies that
Boycott Israel List or engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on
either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in
the Iran Terrorism Sectors List, or engaged in business operations in Cuba or Syria.
I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may
subject company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with
the County may be terminated, at the option of the County, if the company is found to have submitted a
false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in
a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Terrorism Sector List or been engaged in business operations in Cuba
or`Syria.
Vendor has reviewed Section 287.135, Florida Statutes, and in accordance with such provision of Florida
law, is eligible to bid on, submit a proposal for, or enter into or renew a contract with Monroe County for
goods or services.
Certified By: �
N* � IT ..... . ,,,,,_ _mY__,, who is authorized to sign
on behalf of the above r Wen ed any.
Authorized Si nature
Print
Title:Nn� ...
Note: The List are available at the following Department of Management Services Site:
htt o t/www dnas.nn Honda con-i business ajt erafionsl tat irtfyorm a0�qWconvqu 1qd uSr?
ended c�d�u �tta�ira Pr��..�:taatag�b�i�at� vendor lists
Page 24 of 33
AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT
FOR LABOR OR SERVICES
C
Entity/Vendor Name: ....-ar _ `�.. ....� ,..,..� �.... ..
Vendor FEIN:
Vendor's Authorized Representative: _._
(Nania d Title)
Address. ..... � ���...... �.
City# .. ,�- State., .a... _ Zips* eeem.�
Phone Number:,... a ....... .3 .� ..? ..............w..
Email Address: �.........0,�..,
As a nongovernITIC1 (al entity execu g, rencwing, 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:
l. 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, l certify under penalties of'perjury that Vendor
does not use coercion For labor or services in accordance with Section 787.06.Additionally,Vendor
has reviewed Section 787.06, Florida Statutes, and agrees to abide by same.
Certified by: f
who is
authorized to sign on be ilf of the _
g �l i ,a lcrenced company.
Authorized Si nature
Print Nadi �e
Page 25 of 33
LOCAL PREFERENCE FORM
A. Vendors claiming a local preference according to Ordinance 023-2009, as amended by Ordinance No.
es ondor plete this f m
Name of Bidde0R gate:p ..a � ��, C, _
4- 5 and 025-2015, mus com
at least one 1 year prior to the notice of request for bids or pro proposals? e S County Tax Collector dated
Does the vendor have a valid receipt for the business tax aid to the Monroe
( )y p physical q p p y (Please furnish copy.)
2. Does the vendor have a h sical business address located within Monroe Count 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? L
(The physical business address must be recristered as its principal place of business with the Florida
Department of State for at least one(1) year prior to the notice of request for bid or proposal.)
List Address. � �
Telephone Number:
B. Does the vendor/ rime contractor intend to subcontract 50% or more of the goods, services or
p
construction to local businesses meeting the criteria above as to licensing and location? ww_�
If yes, please provide:
1. Copy of Receipt of the business tax paid to the Monroe County Tax Collector by the subcontractor dated
at least one (1) year prior to the notice or request for bid or proposal.
2. Subcontractor's physical business address within Monroe County from which the subcontractor operates:
(The physical business address must be registered as its principal place of business with the Florida
Department of State for at least one (1) year prior to the notice of request for bids or proposals)
Telephone Number ,o J k ) '
Address �14
Print Name , _ �t-V8 1? 0 rf L
Signature and Tit le mthorized Sigraat'ry for
&dder/Respon
STATE OF: _ __W__WWW WW_
COUNTY OFa ,
Subscribed and sworn to(or affirmed)before me by means of❑physical presence or❑online notarization,
on (date)
by
.. b , �) (Z � taw e �� ' (name of affiant). as personally Known tore")
or has produced rpe o identat 16h,�,,as identification.
NOTARY
g E R
(SEAL) My commission expires: ` SS ,`�
NOTARY '.
pi ^ �w
Page 26 of 33
INSURANCE REQUIREMENTS AND FORMS
MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES
General Insurance Requirements For
Other Contractors,Subcontractors and Professional Services
As a pre-requisite of the work and services governed, or the goods supplied under this contract
(including the pre-staging of personnel and material), the Contractor shall obtain, at his/her own
expense, insurance as specified in any attached schedules, which are made part of this contract. The
Contractor will ensure that the insurance obtained will extend protection to all Subcontractors engaged
by the Contractor. Alternatively, the Contractor may require all Subcontractors to obtain insurance
consistent with the attached schedules.
The Contractor will not be permitted to commence work governed by this contract (including pre-
staging of personnel and material) until satisfactory evidence of the required insurance has been
furnished to the County as specified below. Delays in the commencement of work, resulting from the
failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend
deadlines specified in this contract and any penalties and failure to perform assessments shall be
imposed as if the work commenced on the specified date and time, except for the Contractor's failure
to provide satisfactory evidence.
The Contractor shall maintain the required insurance throughout the entire term of this contract and
any extensions specified in the attached schedules.Failure to comply with this provision may result in
the immediate suspension of all work until the required insurance has been reinstated or replaced.
Delays in the completion of work resulting from the failure of the Contractor to maintain the required
insurance shall not extend deadlines specified in this contract and any penalties and failure to perform
assessments shall be imposed as if the work had not been suspended,except for the Contractor's failure
to maintain the required insurance.
The Contractor will be held responsible for all deductibles and self-insured retentions that may be
contained in the Contractor's Insurance policies.
The Contractor shall provide, to the County, as satisfactory evidence of the required insurance, either:
•Certificate of Insurance or
•A Certified copy of the actual insurance policy.
The County, at its sole option, has the right to request a certified copy of any or all insurance policies
required by this contract.
All insurance policies must specify that they are not subject to cancellation, non-renewal, material
change, or reduction in coverage unless a minimum of thirty(30)days prior notification is given to the
County by the insurer,
The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the
Contractor from any liability or obligation assumed under this contract or imposed by law.
Page 27 of 33
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 28 of 33
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, l 100 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 29 of 33
contract shall be equal to the dollar value of the contract and not less than$1 million per occurrence
pursuant to Section 725.06, Florida Statutes. The limits of liability shall be as set forth in the
insurance requirements included in Paragraph 3.Q. herein. Insofar as the claims, actions, causes
of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur
during the term of this Agreement, this section will survive the expiration of the term of this
Agreement or any earlier termination of this Agreement.
In the event that the completion of the project (to include the work of others) is delayed or
suspended as a result of the Contractor's failure to purchase or maintain the required insurance,
the Contractor shall indemnify the County from any and all increased expenses resulting from such
delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity
in the plans and specifications provided by the Contractor, the Contractor agrees and warrants that
the Contractor shall hold the County harmless and shall indemnify it from all losses occurring
thereby and shall further defend any claim or action on the County's behalf.
The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements
contained elsewhere within this Agreement.
PROPOSER'S STATEMENT
I understand the insurance that will be mandatory if awarded the contract and will comply in frill
with all of the requirements herein. I fully accept the indemnification and hold harmless and duty
to defend as set out in this proposal,
r �. �,.. ...
PROPOSER S.i .. ------------�.
_.m._�� .._�,_.. ._ .
��.�� �ugnature -°
Page 30 of 33
Ili i I Air CE AGED"t°" TAI I Ii l
I have reviewed the above requirements with the proposer named above. The following
deductibles apply to the corresponding policy.
POLICY DEDUCTIBLES
Worker$ ca�r� enalinra _� No Deductible
Liability policies are Occurrence Claims Made
Automatic Data Processing Agency Inc
Insurance Agency i, nature
P 31 of 33
ATE(MM/DDIYYYY)
CERTIFICATE OF LIABILITY INSURANCE 04/04/2025
HIS 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.
holdjls an ADD—ITI0--N—A IN SURED,the policy(les) must have ADDITIONAL INSURED provisions or be endorsed.
— '— L
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 enclorsernent(s).
CmTrATT
PRODUCER NAME: Autornatic,(Data Processing Insurance Agency, Inc.
Automatic D<ita Processing Insurance Agency, Inc,, PHONE 1-800-524-7024 FAX
PA/C,No,Ext): AIC,Nor:
.NiAn.
ADDRESS:
'I AdP Boulevard INSURER(S)AFFORDING COVERAGE NAIC#
Roseland NJ 07068 INSURER A: Markel Instmince Cornpany 38970
INSURED SUPERIOR ELECTRIC OF THE FLORIDA KEYS INC, INSURER B:
INSURER C
7849 OVERSEAS HWY INSURER D:
INSURER E:
MARATHON FL 330503122 INSURER F:
COVERAGES CERTIFICATE NUMBER: 4231267 REVISION NUMBER:
THIS IS TO CERTIFY THAT-l"HE POLICIES OF INSURANCE LISTED BELOW 1--IAVE BEEN ISSUED 10 THE INSURED NAMED ABOVE FOR THE P6I-IC771FR*F0F
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT '10 WHICH TI IIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIE,13 DESCRIBED T-IERFIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDrTTONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADOL'SUBW I POLIGYEIFF POLLCYEXP f
R TYPE OF INSURANCE MiD'WD' POLICY NUMB��MM/ LIMITS
RQIY—YY
1 COMMERCIAL GENERAL LIABILITY EACH OCCURRENCL $
DAMAGE.TO REJ4TED
CLAIMS-MADE OCCUR PREMiSES iEa occurrenrce)l
MED EXP(Any one person) $
PERSONAL&ADV INJURY $
A
I GENT.AGGREGAl E LLIMI-f APPLIES PFR: GENERAL,AGGRE(,.',ATr.- $
POLICY 'PFRO CI J j LOC PROl'A,ICIS,-COMP/01PAGiG
$
0111 ER:
I AUTOMOBILE LIABILITY LA
ANY An r0 BODILY INJURY(Per person) i
0 SCHEDULED
WNED i 130011.Y INJURY(Per dC,1(1,Jdei) $
AUTOS ONLY AUTOS 4.7.25
HIRED NON-OWNED PRbPERrY cAmAOC, $
Air I OS ONLY AUTOS ONLY
WAMM KtkXy"�--
UMBRELLALTZ 7- FACH OCCURRENCE $
+ OCCUR
EXCESS LIAB $
GLAIMS-MADE� AGGREGATE
DED _J2LEILNTIO�$ $
WORKERS COMPENSATION
..R H-
ATuLE
AND EMPLOYERS'LIABILITY YIN
ANY PROI RIE'I'OR/PAR'TNr7.IVEXECt.)]'IVE ELL.EACH ACCIDENT $ 1,o00,000
A OFFICER/MEMBER EXCLUDED? !N/Ai N MWCO211031-03 03/02/2025 1 03/02/2026 1
(Mandatory in NH) E.L.DISEASE-EA EMPLOYFE $ 1,000,000
If yes,rlesr,,bo mule,
J )NS below I!] DISEASE POLIC,y LIMI I 1,000,000
)USCRIP I ION OF OPERA
DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
Contractor License:ER001 3229
,CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Monroe County BOCC ACCORDANCE WITH THE POLICY PROVISIONS.
1100 Simonton St ALIT14ORI7.ED REPRESENTATIVE
Key West FL 33040
C(D 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD
DATE(MMIDD/YYYY)
ACC>R" CERTIFICATE OF LIABILITY INSURANCE 03/18/2025
111ii — —
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(ios)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 enclorserne,MIS).
PRODUCER 77-7-15aclelys Morales
-------------------
Brown&Brown Insurance Services,Inc. PHONE (305) 714-4400 (305)7144401
_LLAIC N -'x : -
_ ................................... -----------------------------------
6825 NW 21 st Terrace ADDRESS: Madelys Mc.)rales@b1brown.com
..............
INSUI AFFORDING COVERAGE NAIL#
Doral Fl- 33172 INSURERA, Scottsdale Insurance COITIpany
............ ......... ...... .......
INSURED INSURER B, Vantapro Specialty Insurance Company
.................... -------.........
Superior Electric of the Florida Keys,Inc, JN,sLRERL:--
7849 Overseas Highway INSURER D:
1-1---.........................................................I.-I�l.,.-.,-"�1.1111--�'.....�.�.,�.................... ..........
INSURER E:
..............................-.11,1.l,.----,,-----..,.-.,-"---.,..-_----......-....--..-..-..-..-................
Marathon FL 33050 INSURER F:
COVERAGES CERTIFICATE NUMBER: 25,26 GL/25-26 BA REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO'rHE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT"I ERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT"WITH RESPECT10 WHICH THIS
CER'T IFicxrE MAY BE ISSUED OR MAY PERTAIR THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SOBJECT-I-0 ALL]'I iE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
MN;R, ........ AT.M"SUBIR --P-60ffy II -----------
OF INSURANCE N��L� ��tj TJCY NUMBER 2�=l -.9 LIMITS
.................... ...........
X (,OMMEfRCIALGIENEIRALLIABILI'TY EACH CCCA.)IRRENCE 1,000,000
'100,000
CLAIMS-MADIL. OCCUR $
$ 5,000
.
------------------. ............. ...................
A CPS8173061 03120/2025 03/20/2026 PERSONAL&ADV INJURY $ 1,000,000
. ............... ..........-
.................
tt�, 2,000,000
..f�EN'I.AGGREGATE LIMITAPPLIES PER. L�TE $
...................... .........---------------
F EC'I' LOC' PRODUCTS�COMP/C)PACG $
IF,L,,Y IRD, 2,000,000
11 1 -,.11
................. ..............--.11--l".....................
Au'roMOBILE LIABILITY G,0MBINED SIN("AA--LIMIT' $ 1,o 6 IT-60FCarr arri<.tent
...........
ANYAUTO BODiLYINJURY(Per Pei Son) $
B OUTOSWNEDONLY SCHED 0SULED 5087132401 02/25/2025 02/25/2026 BODit.YINJLJI�YlForactidelit) $
A AU7
H�RFD NON-OWNE.0 PROPFR5'DAMAGE $
A J10S ONLY AU10S ON ..........--l-I.....................
---------................................... ...............-------------
UMBRELLA LIAR EACH CCGURf2ENCE $
.......... ........... .......................
EXCESS LIAR .............-
-----------------
C�UR
FfE!12�L A 44T
---'WiRKERS COMPENSAT-ON
AND EMPLOYERS'LIABILITY Y/N
A AY PROPRIETOR/PAR rNEIVEXECILITIVE El EACHACCIDENT $
OII�FICER/MFMBEIR EXCLUbEDP N/A .....................
(Mandatory in NH) .7 4.7.25 E.1.,DI EASE EA EMPLOYEE $
If yes,describe under A,i
Lf�R�l 0N,1 E L DISIASE-P01-10Y LIMIT $
........ .....XM
........... ................ ...........................................
DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES ACORD 101,Additional Remarks Schedule,may be attached if mom spaco is mquired)
Electrical Contractor
Certificate holder is included as Additional Insured as respects to General Liability and Auto Liability where required by written contract. This fora)is subject
to policy terms,conditions and exclusions.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
Monroe County BOCC ACCORDANCE WITH THE POLICY PROVISIONS,
1100 Simonton St
An 1110RIZED REPRESENTATIVE
Key West FL 33040
1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD
ADDITIONAL COVERAGES
Ref# Description Coverage Code Form No. Edition Date
PIP-Basic _ PIE'
_..._..._____._.. __...._......._ ......._ _._..___._ _._..._...__.._..._..,.w_ ...._.__..___._ _......__.w _Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium
1(7,000 � ._..,., _...._ ..___.._.... __W_. __ _.__... ____..._._... ._....._...__......___.___.___..._
......_.... ....._.. ._.. __..__ .n__......_._. ._..._.,__.._w.
___..._.r�
Ref tt 6'e rkption Coverage Code Form fdo. Edition Date
Non-Owned&Hired Liability
Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium
1,CIUU,CI00 ..._........._.._ ...__._.._....... ._...._........ ......__... _.....__...__. ..........._. _._......._. .... _........_ .......__. .... _ _ ......., _...,.w_. ........._._......_„__......_..._..ww. ........ _..,._..._...._
_._._._.._. _._._..._....__....._._.._. ... ..____...._.....__.__......_... ._....._ _„ .._.... ._....w_....__......... ............._.._...._._.. .._._..._._. __.._............._. .._...._........._............_ .._W_.... __._,_...._..._....__._..._ n,...__........_...._w...._.
Ref# Description Coverage Code Form NO. � Edition Date
Compretrerisicve
_......__......_._....._..._..__.._....._. ......w._..._..._.._._.___._.._..w...._...._.... ..._w ......._.___........_......____. ..___.._...._.'...__....___..._._..._...__._..__........__.___ _......_.__._..
_Limit.I.__........____._.__._.....T_Lirnit2_.._..._._..___..__._.Limit.�___.____...._.__._.._... Dedu1 00(7 Amount
.. __.._..._.Deductible
_Ty��__._._....._..... _Premium
__._.___._._._._ _.
__ .
Fief# Description Coverage Cody. Form No. Edition Date
CSL
t .......... .......... —1._..... ._...._....____...w.......__.__..._ _.____.__._.._._....._.._.....__........__............._._,____..._.._._
Limit 1 Limit 2 Lima 3 Deductible Amount Deductible T e Prernicmr
1Y,0(�C..... ...._....._.......�Y_..._..... ___.___......_.__...�_..__...__. _..._. _. ._ �____ ...____....__..._....__._......_.._......__ ..._w_..._...___... .��..___..._...._._......_..__..,w.............._..__...._.___..._......._..._......._ ..........._..w.., ........_...
__......__........._. __..._._..._.........__._._...._.._.__.__......__.__...... ...___...___._.._...... .._._..._..._....__..._w........__.__ _._,_...._._....._._._....._.._ ..._........_.__.__._.w_._..._..._..._......__._...____.___.....nw.........__.__.,.__._____..__..._.._.___.......
fief# Description Coverage Code Form NO. Edition Date
_.� ._.._w _.._._.._ ........ _..__ ___.._ .._._._..._..._._ ._.__...._...__._ _......_. _...._................_._.._.rv._.......... ._......_... .. .........__........._... _._._..............._._..._._....__.
Limit 1 Limit 2 Limit 3 Deductible Amount Deductitle'Type Premium
------._....._...._......__._..._..__.. .._._...___ww_._.............._......__._. .. .._.. _._.__�_..._ _..._._W.._.......__ __._.... .........__.._._.... .._.._mm.__.._..._._._.__...._.._.._.._........._._.__.._._. _._,..,
_ ----
Ref# Description Coverage Code Form No. Edition Date
_............... _........__.... _..... .._.__.w_.... _...._.._. ._.........._ [_1_'.'_ ._._ .._... _.__w ....__._ ,. _. __.....
Limit 1 Limit 2 Limit 3 Deductible Amount Deductible"type Premium
_........._ _..._.... _w.__u..._._.......__ww.__......._.n.._............w�_... _..._.....__.._ _�.. _ ....._..... _ .....__. .__......._....__... _..._..._.. __.._.._.__..._.__.._._...._..__..__......._...
_. ___ _....._._.n._....._.__.___............._._........_..._.. ..._._.._.
Ref# Description Coverage Code Form No. Edition Date
g
Limit 1 �L.imit 2 k.irnit 3 Deductible Amount Deductible Type Premium
Ref,# I Description Coverage Code Form No. Edition Date
L..__......_._....._...._........_..._.._ ._. ..._._._._.._....._... ... _........._,......._..._...__.. ..._._........ _._._..... .. _.._._._.. _._..._.__..._._.__._........._.............. ....__._.........._._.__....,_._._.w._...__..._.._...._..._..._._..._......,.
Limit 1 t,2 Limit 3 Deductible Amount Deductible Type Premium
__...._.._._.__...._. .. ....__...._............ .._..__�....... _._.._..._._.... _.._.._ ...._ _. ...__..._...__...._.._.. __ _._.._.__ .... ..._......_...__.._.__,_....._._......._.._._... __.._._.._
_.w __._._.._......_...._.w_...___..._...w._.....___...._...._............. .___....._._......_.._ ...._._....._ ._ . . __. _._ _
Ref# Description
Coverage Code Form No. Ftion Date
.._._........._._..... ..........._...__..... --
Premium_ _..w...._.
_.._.. _._ ...._.. _..... . _....._.. t
_ ........__ .._._.._. _.._....._...._._._._..._._..._._...._.__...._.._....__ ._._w. ... .
Limit 1 Limit 2 Limit 3 Deductible Amount DrbductIble Type
_....._._._.... �_ _._... ._._. _.__....__..._..._....__..._...... _.........._......
....._._.......
._._..._._.. _.._..._...__..._......_g..__..._._... .__.. _.._._........___._....__..__.. ..._....._.__ ....
_.._ _.. _. _. _..._...... ._._ ..._. _..___w..._......_.. ._ ,__...._.....__.._...__,.___,._._._......_.___._..___..... . ._.._.........._.__...__.._._.__...w___......._............................._.._._....._.._.._ __w...__.........._
Ref 0 Description Covera a Cock Form Fda. Edition Date
g
Limit 1 Limit 2 Limit 3 Deductible Amount C Deductible Type Premium
__... ..._ ._...._ ._.....,w_..._..w. _._.._._.,.._ _.... .._... _._..._ __._.._w.__..........._. _.._..___.__..... __.. _ __....... ..........
_.__ _..._..._ .__...._....___...__.,_._....._.....____..._....__._.___......___.._._......._......_....._..,__....__....................__........_._.........._.__._ ._....._......_.......
Rut# Description Coverage Code Form No. Edition Date
........ _._....__.._... .__.._...._.._._......._._..�...._.__..._..__._...__._.. . µ. .
..... __..w_,._..._....,.._ ......._.. _ ._...._...__._.__ __..._.._.._.
Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Promitarra
0FADT'I..C;V Copyright 2001,AIDS Services,Inc.
AGENCY CUSTOMER ID: 00347094
......................................
LOC#:
ADDITIONAL REMARKS SCHEDULE Page of
AGENCY NAMED INSURED
Brown&Brown InSUrance Services,Inc. Superior Electric of the Florida Keys,Inc
............... .......... .............1-11-1-1--.1.......... ...........-.1-1................
POLICY NUMBER
--......................... ...........
CARRIER N IC CODE
EFFECTIVE DArE:
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insuranca Notes
................... .............................
.................................... ........... .............—----- ------------ ......... .................. ...........
T66;i F-61�6 T Supe Duty Truck I FDXF46S33EB75648
2010 FORD F550 Truck-Tractor 1FDAF5GY9AEB16924
2010 FORD G3250 Van(C) 1FDWF.3FL4ADA3'7959
2015 NISSAN CARGO Van(C)1N6BF0LY1FN807967
2019 Mercedes Sprinter Van(C)WD3PF0CD5KP0241 81
2009 Chevrolet G2500 Cargo Van(C)I GCGG25C391134307
2020 Dodge PK Pickup truck 3C6JR6DT1LG'I94479
2006 Ford Econoline E350 STnuck 1FDSE35L.86I1A32876
2021 Ford Transit 250 Cargo Van 1 FTBRI C80MKA78682
2021 Ford Transit 250 Cargo Van 'I FTFRI C87MKA82356
2021 Ford Transit 250 Cargo Van 1F'I'BRIC85MKA82338
ACORD 101 (2008101) @ 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
b
2024 / 2025
MONROE COUNTY BUSINESS TAX RECEIPT
EXPIRES SEPTEMBER 30, 2025
RECEIPT# 30140-100784
Business Name: SUPERIOR ELECTRIC OF THE FLORIDA
KEYS INC
DOUGLA5 BELL MO CTY
Owner Name: Business Location. SUMMERLAND KEY, FL 33042
Mailing Address:
368 PERRY AVE Business Phone: 305-396-3404
MARATHON, FL 33050 Business Type: CONTRACTOR(ELECTRICAL)
Employees 1,
COMP CARD: EC 747
Tax Amount Transfer Fee „ Sub Total Penalty Prior Years I Collection Cost Total Paid
20.00 0.00 20.00 0 00 0.00 0.00 20.00
& ..........w® .........
�._.
Paid WRB-23-00075475 07/08/2024 20.00
THIS BECOMES A TAX RECEIPT Sam C. Steele, CFC, Tax Collector THIS IS ONLY A TAX.
WHEN VALIDATED PO Box 1129, Key West, FL 33041 YOU MUST MEET ALL
COUNTY AND/OR
MUNICIPALITY
PLANNING, ZONING AND
LICENSING
REQUIREMENTS.
MONROE COUNTY BUSINESS TAX RECEIPT
P.O. Box 1129, Key West, FL 33041-1129
EXPIRES SEPTEMBER 30, 2025
Business Name: SUPERIOR ELECTRIC OF THE FLORIDA RECEIPT# 30140-100784
KEYS INC MO CTY
Business Location: SUMMERLAND KEY, FL 33042
Owner Name: DOUGLAS BELL
Mailing Address: Business Phone: 305-396-3404
368 PERRY AVE Business Type: CONTRACTOR(ELECTRICAL)
MARATHON, FL 33050
Employees 1
COMP CARD: EC 747
20 00 0 00 20.00 0.00 Collection Cost Total Pald
Tax Amount Transfer Fee Sub Total Penalty Prior Years
0.00 _ .. .0.o ....m. 2.0..0.0,:
Paid WRB-23-00075475 07/08/2024 20.00
SUEstimate
PE R,IOR ELECTRIC
�M, , ,�rl'Il�u�� �i or lavidO �"�"q, like, � Date Estimate#
t�
"
"ON 522472
'ibraillon shor#s"' Fl. 33052 3/6/2025 E09-12161
305-481-7182
Name/Address Job Address
Monroe County Public Works 2798 OVERSEAS HWY
10600 Aviation Blvd
Marathon, FL 33050
sd6li
2798 OVERSEAS HWY
I REPLACE TWO CONCRETE POLES WITH 30 FOOT CONCRETE POLES(FINAL HEIGHT OF 25')
AND FOUR LED PARKING LOT LIGHTING
"RA F-5111M
` I'EER
t1LE
INSTALL CONCRETE 1)11t1 (1 BURIAL POLES
�MOVINQ N, 018 D1 ,t" + EXISTING POI al S
PRICE INCLUDES INSPECTION FEES&PERMIT FEES
This is an Estimate only, totals may change do to L Total $18,400.00
unforeseen circumstances, inflation or material price
increase etc. signature
p", { cl 1 R oA Y II rya IV 4"
org
1 a.r...u...i.......ir...m.....a....,. ................... (11 0 f ynr..eye.. ltiy Search Ifv zyrec �aryn..:arh l ...�.a.irm�a............ ......... ti
Detail by Entity Name
Florida Profit Corporation
SUPERIOR ELECTRIC OF THE FLORIDA KEYS INC.
Filing Information
Document Number P05000032779
FEI/EIN Number 20-4374665
Date Filed 03/03/2005
State FL
Status ACTIVE
Last Event REINSTATEMENT
Event Date Filed 10/01/2014
Principal Address
7849 OVERSEAS HWY
MARATHON, FL 33050
Changed: 04/27/2018
Mailing Address
PO BOX 522672
MARATHON SHORES, FL 33052
Changed: 04/27/2018
Registered Agent Name&Address
RODRIGUEZ, DAVID
7849 overseas hwy
MARATHON, FL 33050
Address Changed: 06/17/2021
Officer/Director Detail
Name&Address
Title P
RODRIGUEZ, DAVID
7849 overseas hwy
MARATHON, FL 33050
Title V
BELL, DOUGLAS
368 PERRY AVENUE
MARATHON, FL 33050
Title Executive Secretary
Ely ,Amber D
7849 OVERSEAS HWY
MARATHON, FL 33050
Annual Reports
Report Year Filed Date
2023 02/01/2023
2024 01/29/2024
2025 01/29/2025
Document Images
III �-.L M'5 LNNIL�...L RE1[°.R.1 View!!image iin IFIDIF:foinnniat
.. .NINUAIL.iRI1::::Ii:I0IRr. VeW image in funnai
...... ... ......................................................................
Q2.12.112.2'1 LN.MIN.L E El.�Qi aI View!!image iini IFIDIF fornnaii
QZ 22QZZ LN.N.1161 1 Lf....f111 I View!!image iin IFIDIF:foinnniat
...............
Qf.L.j.. ArAEINIi::)EIi::)AININUAIL.Rli::::Ii::IOR T VeW image in F11F)IF:formaii
...............................................................................................................................................
Q.1.1 ;h Q2.1 &NNULL REECI.E.1 VeW!image in IFIDIF:format
Q.L) LUUJAL I EI�Q..! I VIP-W!image iin IFIDIF foinnaG
ANIJLJAI1 IRIE-IF101IRT View!!image iini IFIDIF foiniat.................................................................................................
ANINUM RIE::Ii::I0FZT View ii in IFIDIF:furniia�
............................................................................................ ................
Q2( Q.12 LNNUAL E EI Qi I VIP-W!image iin IF11DIl foinna�
Q.11.12L 21.5 LNNILN.L EII View!!image iini IFIDIF foiniat
...............
QZ( 3 Q.1 f.............A..N..IN. U A.1 T. View ii in IFIE)IF:fumna�
................................................. .................
.1.0../0..1./.2.0.1...4.................................................111........................ VIPW iiimrage iin MIDI fonna�
Q 6../1 1 1 3 Q..A.I� R T. VeW ii in IFIDIF:formaii
........ ... ..................................:.................
................
Q.5.1. 12.0 12 LN.U.J..&L I LInQ.i I VI !!image iin IFIIDII foinnait..........
02/20/2011 ANINUM RII 1H................................................................................................................ Ef 3 View!!image iiry IFIDIF:foinnniat
03/02/2010.... ANINUM i:U:.:::Ii::I0FZT VeW image in F11F)IF:formaii
............................................................................................................................................
03/19/2009 ANINUAIL.i 1POIRIT VeW!!image in IFIDIF foinnait
................................................................................................................................................
0..1..../...0......9........2.....0......0..9............A........m.......e...........d......m.......i.......n..t View!!image iin IFIDI foinnniat
...............
Q 2/.2. 1 2 Q..Q 8..............A..N..IN. U A.1 T. VeW image in F11F)IF:formaii
........... .................................................
J 2 1 8 2 Q.0 7 View ii in fumna�
.... ... .......... .....
.1. ..I.I2 Viien imrge in IFIDIF foinnaG
04/16/2007 ANIjLj-1I..jRIF:Ii View!!image iini IFIDIF foiniat
........................................................................................�N................................................
3../1 4 2 20 6..............A.ir.n View image i IFIE)IF:fumna�
.... ... ........... .............................. .................
02/24/2006 ANINUAIL. VIPW!IIM�.agP- in F11DIF:foinnaG
................................................................................................................................................
Q 3../12.3 2 Q..Q 5...............Q o.ii.n..e..s.it.I.c View!!image iini III II foiniat
........... .........................
................
ADDITIONAL QUOTES FOR
Light Pole Replacements at
Marathon Government Center
2798 Overseas Hwy, Marathon
ESTIMATE #736
ESTIMATE DATE Mar 18,2025
EXPIRATION DATE May 3,2025
MPY MIN r I TOTAL $32,468.00
Check Electric LLC
1100 Simonton Street SERVICE ADDRESS
Key West, FL 33040 Marathon Government Center
2798 Overseas Hwy
Marathon, FL 33050
(305) 709-9864
Thompson-margo@monroecounty-fl.gov CONTACT US
3255 Flagler Ave,303
Key West, FL 33040
ti (305) 292-3369
accounting@checkelectricllc.com
ESTIMATE
i
ooi o 0
Proposal $32,468.00
Scope of work.-
-Remove and dispose of two existing concrete light poles.
*If existing pole cannot be removed, we would cut the pole at the base, and install new poles next to
existing location.
-Supply and install two new 35'concrete light poles rated to 180 mph or greater.
-Supply and install two new 150W LED fixtures on each pole(4 fixtures).
Note: It is not possible to install composite poles on existing concrete pole stubs -- this is not possible
with legal 180 mph rating.
Plans and specifications:This proposal is based on site visit and information provided by Monroe County
in RFS.
EXCLUSIONS
-Permit&Administrative fees.
-Engineering fees(if required).
-Private inspector fees (if required).
-Unforeseen electrical issues.
-Patching/painting repairs.
-Moving of furniture/appliances.
-Any additional work not listed in scope above.
Services subtotal: $32,468.00
Subtotal $32,468.00
Tax(No Tax 0%) $0.00
Total $321468.00
For billing questions, please call: (305)292-3369
Thank you for your business!
Check Electric LLC I EC113004515 http://www.checkelectriclic.com
PROPOSAL FORM
PROPOSAL TO: Monroe County Facilities Maintenance
10600 Aviation Blvd.
Marathon, Florida 33050
PROPOSAL FROM: C '-I . j . , L_L`
L
The undersigned, having carefully examined the Work and reference Drawings,
Specifications, Proposal, and Addenda thereto and other Contract Documents for the
construction of.
Light Pole Replacements at
Marathon Government Center
2798 Overseas Hwy, 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
farridiarized himself with material availability, Federal, State, and.Local laws, ordinances,
rules and regulations affecting performance of the Work, does hereby propose to furnish
all labor, mechanics, superintendents, tools, unatcrial, equipment, transportation services,
and all incidentals necessary to perforrn 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 fi.urther 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 ofany 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 madc available, and from inspection and
examination of the site.
The undersigned agrees to commence perfornance of this Project within Ten (10)
calendar clays after the date of issuance to the undersigned by Owner of the Notice to
P roc ee€i/P Lire hase Order1'ask Order. Once corrunuenced, undersigned shall diligently
contiulue performance until c0111pletion of the Project, The undersigned shall accomplish
I-inal Completion of the ProRject within Thirty (30)days, thereafter, unless an extension of°
time is granted by the. County.
Page 17 of 33
The Base Proposal shall be furnished below in words and numbers. If there is an
inconsistency between the two, the Proposal in words shall control.
Dollars.
(Total Base Proposal- words)
$ Dollars.
(Total Base Proposal -nUnibers)
+hi(+u W th(j))C� )Loj(aj C)OW Dollars.
(Total Alternate #I- words)
S ...--Dollars
(Total Alternate #I- nurnbers)
I acknowledge Alternates as follows: N/A
I acknowledge receipt of Addenda No.(s) or None
No. Dated_
No. Dated
Page 18 of 33
MARATHON ELECTRIC
SIGN & LIGHT, INC.
10690 AVIATION BOULEVARD MARATHON, FLORIDA 33050
(305) 743-5805 FAX (305) 743-0922
PROPOSAL
SUBMITTED TO: M C P W PHONE:305-743-5632 DATE: 03-17-25
ADDRESS: 10600 AVIATION BLVD FAX: PROPOSAL#:
CITY,STATE,ZIP: MARATHON, FL 33050 JOB NAME: REPLACE PKG LOT LIGHT POLES
ATTENTION: J T JOB LOCATION: MC GOVT CENTER
---------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------
WE HEREBY SUBMIT SPECIFICATIONS AND ESTIMATES FOR
1: PROVIDE MATERIALS, EQUIPMENT, AND LABOR TO: A) REMOVE AND DISCARD TWO (2)
EXISTING CONCRETE LIGHT POLES. B) PROVIDE NEW CONCRETE BASE USING EXISTING
CONCRETE POLE STUB.
2: C) INSTALL TWO (2) 25' COMPOSITE LIGHT POLES RATED AT 180 MPH D) INSTALL TWO (2)
15OW LED FIXTURES ON EACH POLE.
3: NOTES: A) PRICE INCLUDES FREIGHT, ENGINEERING COSTS, AND PERMIT B) PRICE IS
VALID FOR (120) DAYS.
---------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------
PRICE: $19,550.00 PERMIT ESTIMATE: INCLUDED
---------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------
TERMS AND CONDITIONS
PAYMENT TERMS: NET 30 DAYS AFTER DELIVERY
PRICE DOES NOT INCLUDE PERMIT FEES OR COSTS,INCLUDING STAFF TIME TO OBTAIN THEM.
PRICE INCLUDES ONLY THAT WORK WHICH IS SPECIFICALLY LISTED,CHANGES OR ALTERATIONS WILL INCUR ADDITIONAL COSTS.
ALL SIGNS PROVIDED BY OTHERS SHALL BE COMPLETE AND IN WORKING ORDER.
ALL ARTWORK FOR SIGNS PROVIDED BY US SHALL BE APPROVED IN WRITING PRIOR TO CONSTRUCTION,CHANGES MADE AFTER INITIAL APPROVAL WILL
RESULT IN ADDITIONAL CHARGES.
ALL CHARGES ARE DUE IN ACCORDANCE WITH THE TERMS LISTED ABOVE,IN THE EVENT IT BECOMES NECESSARY TO PLACE THE ACCOUNT WITH AN AGENCY OR
ATTORNEY FOR COLLECTION,I(WE)AGREE TO PAY ALL COSTS OF COLLECTION,INCLUDING ATTORNEY'S FEES AND HEREBY WAIVE OUR PRIVLEDGE OF BEING
SUED IN THE COUNTY OF OUR RESIDENCE AND AGREE THAT SUIT MAY BE BROUGHT IN MONROE COUNTY,FLORIDA.
-------------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------------
ACCEPTANCE OF PROPOSAL
THE ABOVE PRICES, SPECIFICATIONS,TERMS,AND CONDITIONS ARE SATISFACTORY AND ARE HEREBY ACCEPTED.
YOU ARE AUTHORIZED TO DO THE WORK STATED. PAYMENT WILL BE MADE IN ACCORDANCE WITH TERMS STATED ABOVE.
DATE OF ACCEPTANCE
SIGNATURE
PRINTED NAME AND TITLE
WKS/Proposals-13.wdb (Revised 01-03-13)