Loading...
HomeMy WebLinkAboutAgreement 04/16/2025 MoInroe County Purchasing Policy and Procedure C:`ON"1 C"I: Ill t ., "+G I , h°C ,t CON IRACTS $100,009,00-41id,U,*r,,, Contract a with: Pet atco �a���� ��� ..__ &:.t„I'ective Date. E'xpiraution Date: Contract Purl,ose/Descrip,tia,n: xx r Contract is Original Agreement Contract t,,endmettt/Fxtension Renewal i /ii iii / //�/✓/f /��"� �/i � %ii v //,. is �, COw,traet Manager CON I IC ,CW,T COS I Total l " � c�� Ilru Iu t�af C C�)Iltraltt: , r C�urrentitr�Yc�iI tartia,��t: (rwrru°s b010+rr VC"s} cntl ICLVM'a S N;O t"apprm r uItfle+r;s dice ",,t�;l nirt�ull�Pir,r urt,.yuirY i� Budgeted? "tcsM' No El Grant: County Match: / Fund/Cost os ',Et Center/ nd Categy(,'9r /li i i rl/ ,`ii// I~ ii/l ii r% ADDITIONAL COSTS F'sthiiatecl Ongoing Costs: l) rryr For: N/A (Not included ira dollar value abovc) (e,g. maintenance,utilities,_janitorial,salaries, etc.) Insurance Required: "YES F# NO C"+C::)N"I"RA('T RMII;W Revie�vcr Date In Departt„ent Head Sig,t,a:tture: VVIMiam De Santos Cltatillty Attt,mey Signature: Joseph X Di,Novo �3 Ri Jaclyn Flap „�, N A r , 1£?,11w1t4V1`e: .... x x: i rr v rs,ir n ru✓ r" a"'"«irIN iw nr v Lisa Abreu1 RI:M, I ur«�I,att�anl� Signature: .... n, � �� N113 Signature- John Quinn �� t)1119Tient,s: Page 84 of 105 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR SERVICES FOR DESIGN AND BUILD HANDICAP ACCESS RAMP, OLD PLANTATION KEY COURTHOUSE, 88800 OVERSEAS HIGHWAY, 3307O BOARD 01' COUNTY COMMISSIONERS Mayor Jarnes K. Scholl, District 3 Mayor Pro 'Tem Michelle Lincoln, District 2 Craig Cates, District I David Rice, District 4 J_Jollyr Met-rill Raschein, District 5 COUNTY ADMINIS'l-RA TOR Christine Hurley Clerk ofthe Circuit Coun Iacilities Maintenance Director Kevin Madok William DeSantis March 2025 PRId"ARED BY: Monroe County Facilities Maintenance Department Page 1 of'3'3 Creneral Scope of Work .Job Name: Handicap Access Rainp — Design/Build Job Location: Old Plantation Key Courthouse,88820 Overseas Ifighway, Plantation Key', Florida 33070 Contact: Chrissy Collins (—'ollins-Chriss1,41 znon,r(,,occou,nII-fl.gov 305-304-9711 Willie De Santis Desaintsi-vvilliaim4i inoriroecioHII!I�� 305-797-1250 PRO,JEC'I' OVERVIEW PR0,IEC'T INTENT' AND SCOPF G'ENERAL REQUIREMENTS 1. Project Overview A) McMroc County ("Owner" or Mnit)r­) shall enter into a contract with a qualified Contractor to Design and Build a Handicap accessibility rarnp to the entrance of the old plantation Key Courthouse, The terin ofthis contract shall cornnience upon approval and execution of the contract by Monroe County and will terminate Upon final completion of the Project as noted herein, 'The Contractor shall commence performance tinder the conitract, which may include applying For a permit, within 'Fen (10) calendar days of the Tate +nf issuance to t1le undcrsi�.,Incd by Chvncr cif a Notice, to Procced, Purchase Order, or I'a,;k 0rder. Once cornmericed, the undersigned shall diligently WntinLIC performance until conipletion of the Project. The Undersigned shall accomplish Final Completion of the Pro,iect w 0 within 'Thirty (31) days thereafter, unless ',in extension of time is grae Laryntd the County, flie Contractor shall be required to Secure and pay for all required permits and approvals to perforrn the work frOM governmental entities, which may include the Village of IslaRlorada Building Department, Monroe Building Department, and any other permitting or regulatory awencies, it'applicable. 'Hic o,ntractor does not have to hICILIde those permit fees as a part of the (-'ontractor's bid. If the (.ontractor is awarded this Job, once it has been issued a permit, the County Will pay the fee. Page 3 k)t*33 13) All quotes are due by Friday, March 21, 2025, at 3:01) P.M- via ernail to collies- chrissy(ii,')i,yioiiroecotinty-fl.g(.)v. All QUOtes must state they will be good for one hundred twenty ( 120) calendar days from sL,ibrnittaA due date, 2. Project Intent and Scope Scope (A'Work: The Contractor shall provide the l'ollowing Scope of Work and provide all labi,)r and materials to Design and Build a Handicap accessibility rarnp to the entrance of the old Plantation Key CourthOUSC: Conduct a Topographic SUrvey of Pray ject area Prepare Engineering Plans for permitting Pull Permit with Villages of Islarnorada Saw cut and remove existing sidewalk that is in need of modification Dispose of concrete and debris off site Prepare new sidewalk base and forms, Pour new concrete lo,r Handicap access,ramp Supply and install new ADA warning pads as needed Relocate and restripe affected parking spaces if required 3. General Requirements A) Flie Contractor shaH coordinate all activities with the foHowing representative of the N,lonroe County Facilities klaintenartce Department: Chrissy (".'ollins at 305-304-9711 B) The Contractor is reClUired to provide prc)tection fior all existing surfiaces inckiding. bLit not litnited t(): i. Fxisting fixtures ii. personal Itcrns iiL Floors ivVehicles and Personal Pilopert,, V. I-andscaping C, C) Fhe (",ontractor shall CrISUrc that all: non-exempt employees for this efl'ort are compensated in accordance with all State and Local Laws. D) I Fhe Clontractor shall load, haul, an(] properly dispose ofall construction debris and materials. F The Contractor shall provide and maintain appropriate (OSIIA reqUireld) construction warnino signs and barriers. Page 3 ot'33 F), The Contractor shall furnish all required \Nork site safety equipment, G) Th e (11 1 ontractor shall furnish and maintain on-site material safety data sheet; �MSDS) for all materials used in the COIIStrUCtiOn. 1-1) Construction \vcwk times shall be limited to those specified by the County, All materials Must be approved by SUbmitial prior to commencement (A'v,'ork. J) Fhe 'ontractor shall provide a I LIMP.sure price by 6(lay,March 21,2025,at 3:00 P.M., via ernaH as noted herein. K) The Contractor needs to be aware of'weather and location and plan accordingly. L') The Contractor needs to, be aware ofthe facility. its residents,and stafi'with LHIUSU"I'l schedules and plan accordingly. M), The Contractor shall provide a safetNl lit`t plan for any crane/hoist work. N) Itapplicable, the Contractor shall provide paper or electronic copies ot'all original ZZ, device specifications, warranties, maintenance Schedules, shop drawings, peraiits. repair and maintenance contacts,and any other information necessary for the proper functioning and maintenance ofthe equipment. 0) Th e shall provide a schedule for Lill phases ofthe project. I'he Contractor shall coordinate all activities With C011CUrrent site work. being, perfornied, if any, Q) Insurance Requirements: I Workers C ompensation Statutory Limits Employers' Liability S l(A),000 Bodily InJury by Accident $500A0 Bodily In'jury by Disease. policy hmits S I 00t ,(Y00 Bodily hIjUry by Disease, each employee Gener,al Liability $200�,O00 per Person $300�.00�O Per OCCUrrence $200,000 Property Darnage or $300�.000 ornbined Single I imit F)age 4 of'33 Vehicle: $200,000 per person (Owned, non-owned, $300,000 per Occurrence and hired vehicles) $200,000 Property Darnage or $300,000 Combined Single Limit Builders Risk Not Required Construction Bond Not Required The Monr,oe County Board of County C,ommissioners, its employees and officials, 1100 Simonton Street, Key West, Florida 33040, shall be named as Certificate 11older and Additional Insured on General Liability and Vehicle policies. A -Sample" (.,ertificate of'Insurance iis attached, which may not, be reflective ol'the insurance amounts required for this proliect but is provided for purposes" only, R) 'f'he ('ontractor is required to have all Current licenses necessary to perform the work and shall submit the Contractor's I.Jcense and Monroe County Business Tax Receipt along with its Proposal. If' the (7ontractor is, not a CUrrent registered Monroe (,"ounty Vendor, then it shall also submit a properly completed and executed W-9 Form. S) INDEMNIFICATION, HOLD HARMLESS, AND DEFENSE. Notv,ithstanding any mmirrium Insurance requirements prescribed elsewhere in this Agreement, the Contractor shall defend, indcmnif'v and hold the ('aunty and the ('ounty's elected and appointed officers all(] employees harmless frorn and against (i) any claims, actions or causes 01' ZIC6011, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, darnage. fine, penalty or bUSii1CSS interruption, and (iii) any costs or expenses that may be asserted against, initiated with respect to, or Sustained by, any indemnified party by reason lot',or in connection with,(A)any, activity oWthe Contractor or any of its employees, agents, subcc)ntractors or other invitees during the term ofthis Agreement, (B) the negligence or recklessness. intentional wrongful aiiscondLiCt, errors or other wrongful act or omissions of the Contractor or any of its employees, agents, subcontractors or Other invitees, or(C') the (.'ontractor's default ill respect of any of file obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings,costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors, or invitees (other than the ('ontracLor). The monetary limitation of liability under this contract shall be equal to the dollar value of the contract arid 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 requirernents 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 ofthis Agreement, this section will survive the expiration ofthe term, of this Acyreement or any earlier termination ofthis Agreement. Page 5 Of'33 In the event that the completion of`tile project ject (to include the work of'ethers) is delayed or SLispended as a result of' the Contractor S fllih.ire to purchase or maintain tile required insurance, the Contractor shall indemnify the COLInty fi-orn any and all increased expenses resi,ilting from such delay, Should any claims be asserted against the County by virtue of. tiny deficiency or ambiguity in the plans and speciflications provided by the Contractor, the (r'ontractor agrees and warrants that the Contractor shall hold the County harmless and sliall indemnify it from all losses (.)ccurring thereby and shall further defiend any claim or action on the COLInty*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 COLInty'S sovereign in"H111,111ity. IF) NON-COLLUSION. By signing this proposal, the undersigned swears, acc(:)r(fing to law oil his/her oath, and under penalty cif'perjury, that, their f,irrn executes this proposal with prices arrived at independently Without COHLISi011, consultation, communication, or agreement for[lie purpose of'restricting cornpetitioll.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 cluoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by tile 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 tile proposer to h'idUcc any other person, partnership or corporation to subrnit, 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. L) EMPLOYMENT OR RETEN'rION OF FORMER('OUNTY OFFICERS OR EM]"LOYEES. By signing this proposal. tile Undersigned warrants that he/she/it has not employed, retained or other\vise had act on his/her/its behalf any fornier(I OLInty off"icer 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 COLHIL),' Code of Ordinances. For breach or violation o!"this provision the, County may, in its discretion, terminate this Agreement vvithout liability and niay also, in its discretion, deduct from the Agreet-nent or purchase price, or otherwise recover, the ftill amount of`any fee,, conirnission, percentage, gift, or consideration paid to [lie f6rnier County, officer or employee pursuant to Subsection 2-1 52(b), Monroe County Code of'Ordinances, V) CODE OF ET"R I S. COLInty agrees that officers and employees of tile County recognize and will be required to, comply, with the standards ot'conduct for public officers ,and employees as delineated in Section 1123 13, Florida Statutes,regarding,but not limited to, solicitation or acceptance (.)I' gift.s:, doing business with one's agency, unauthorized COMpenSatiOn-, I'lliSLIse of' public position, conflicting ernployrnent or contractual relationship; and disclosure Or use of certain int'ormation. Page 6 of'33 W) RRUG-FREE WORKPLACE. By signing this proposal,the undersigned certifies that the Contractor complies fully with,and in accordance with the reqUiretnents of `section 287.0817, Florida Statutes, as follows; 1) It will Publish a statement notifying eniployees that, tile Unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specify the actions, that wit] be taken against ernployees for violations ol'such prohibition. 2) It will 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 prograrns, and the penalties that may be imposed Upon employees for drug abuse violati(:)ns. 3) It will give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Subsection I, 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 ernpIoyee will abide by the terms of the statement and will notify the employer of' any, conviction of, or plea of guilty or nolo contenders to, any violation of Chapter 893, Florida Statutes or of any controlled substance law of' the "Jilited States or any state, for a violation occurring in the workplace no later than five (5) days after SUCII conviction. 5) It will impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation prograrn if such is available in the employee's community, for any employee who is so convicted. 6) It will make as good faith efflort to continue to maintain a drug-free workplace through implementation of this section. I ADDITIONAL CONTRACT I'ROt VIS IONS, 1) Nondiscii-imination/Equall Employment Opportunity. 'j"he C, ontractor and County agree that there will be no discrimination against any person,and it is expressly understood that UP011 as determination by a Court ofcorripetent ,jurisdiction chat discritninatriolI has occurred, this Agreement aUtOrnatically terminates without any fi.irther action on the part of any party, effective the(late of Court order. The Contractor agrees to comply with all Federal and I'lorida statutes, and, all local ordinances, as applicable, relating to nondiscrimination, r-['hese include but are not limited to: I) Fitle 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, 168 1-1683, and 1 685-1( 86�), which prohibits discrimination on the basis of' sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 I. 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 ofage, 5) `I,fie fie Drug Abuse Office and 'I'reatment Act of 1972(Pt 92-255),as amended,. Page 7 of33 relating to nondiscrimination oil the basis of drug abuse-, 6) The Comprehensive Alcohol Abuse and Alcoholism Prevctition, 1'reatmentand Rehabilitation Act of' 1970 i (PL 91-61:16)�, as amended, relating to nondiscrimination on the basis ol"alcoliol abuse or alcoholism; 7) The Public Health Service Act. of 1912, ss. 523 and 527 (42 USC ss. 69()dd-3 and 290ec-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8,) Title Vill of the Civil Rights Act of 1c)68 (42 USC s. 3601 et seq.). as amended, relating to nondiscriniination in the sale. rental or financing of h(RISIng: 9) The Americans with Disabilities Act of 1990 (42 USC s. 12 1 Ol Note), as may be amended f1rorn time to time, relating to nondiscrimination oil the basis of disability; 10) Monroe County Code Chapter 14, Article 11, Which prohibits discrimination on the basis ofrace, Mor, sex, religion, national origin, ancestry, sexual orientation, gender ideality or expression, farnilial status or age; and 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to tile parties to, or the Subject rnatter of, this Agreement. DUrilIg tile performance of this Agreement, the Contractor, in accordance with Equal E-mplq,l,menl ()j,)1?orI.uniIIV (30 Fed. Rcg. 12319, 12935, 3 C.F.R. Part, 1964-1965 (11'omp.l p. 339) as amended by Executive Order 11375, Aniending Executive Orcler. 11246 Relwit�qlo EqutilEniplo,14new 0I)j)ortu;,WjI,, arid implementing regulations at 41 C,F.R. ["art 60 (Office of Federal Contract Compliance Programs, F,"qUal Employment Opportunity, Depatirrient of Labor), sKc 2 C,F R. Part 200, Appendix H, 11 C, agrees as follows I 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. Fhe 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: Fniploynient, upgrading, demotion, or transfer, recruitment or recruitment advertising-, layoff or termination-, rates, of pay or other farms of cornpensation; anti selection f'or training, including apprenticeship. The Contractor agrees to post in COuSpiCUOLIS places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 2) The Contractor will, in all solicitations or advertisements for employees placed by or oil behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation„ gender identify, or national origin. 3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant Cor employment because SLIC11 Page 8 ot'33 employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or appl icant, 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 %%(ho do not otherwise have access to Such inf01-InatiOn. Unless such disclosure is in response to as formal complaint or charge, in furtherance of all investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty, to fumish information. 4) File (I ontractor 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 offlicer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 ot'ExeCLIfive Order 11246 of September 24, 1965, and shall post copies of file notice in Conspicuous places available to employees and applicants for ernploynient. 5) The Contractor will comply with all provisions of E.`,xecutive Order 11246 of September 24, 1965,and ofthe rules, regulations, and relevant orders of'thc Secretary ot'l,abor. 6) 'I"'he Contractor will Furnish all information and reports required by F'XCCLRiVe Order 11246 of Septeniber 24, 1916,5, and, by the rUICS, regulations. and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and ICCOLInts 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 file nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled,, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in F.'xecutive Order 11246 of September 24, 1965. and such othcr sanctions may be imposed and remedies invoked as provided in [XeCLItiVe 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 (I) and the provision of paragraphs,(I) through (8 in every Subcontract or purchase order uniess exempted by rules, Page 9 of 33 regulations. or orders of tile Secretary of Labor issued pursuant to section 204 of' [,`xecutive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcc)ntractor or vendor. The Contractor ontractor will take such action with respect to ally subcontract or purchase order as the administering agency may direct as a rileans of enforcing such provisions, including sanctions fi)r non-cornphance, provided, however, that in tile event a contractor becomes involved in, car is threatened with, litigation with a subcontractor car vendor as a result of Such direction by the administering agency the Contractor ill,ay request the United States to enter into such litigation to protect tile interests of tile IJnited States. Termination Provisions. A. In the event that the Contractor shall be found to be negligent in any aspect of set-vice, the County shall have the right to terminate this agreement after five (5) days' written notification to the Contractor. B. Fither 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 CaLise and Remedies: In the event of breach ofarly contract terms, the County retains the right to terminate this Agreement. "I'he County may, also tern n i nate this agreement for cause with tile Contractor shOUld tile Contractor fail to perform the covenants herein contained at the tirne and in the manner herein provided. In the event Of SUCII termination, prior to termination, tile County shall provide the Contractor with rive (5) calendar days' notice and provide the Contractor with an opportunity to cure the breach that has occurred, Ifthe breach is not CUred, the Agreement will be terminated for cause. Ifthe County terminates this agreement with the Contractor, the County shall pay the Contractor the sung due tile Contractor under this agreement prior to terrnination, unless the cost of Completion to tile C I OUFAV exceeds tile Funds remaining in the contract. I lowever, the County reserves the right to assert and seek all offset (or damages caused by tile breach. The maximum amount due to tile 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. ofthe Monroe County Code. D. Termination for Convenience: The County may terminate this Agreement For convenience, at ally time, Upon seven (7) days' notice to the Contractor. If the County terminates this agreement with tile Contractor, the COLlilly shall pay the Contractor tile SUM due the ContractcMr Linder this agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in tile contract. The maxi I'll Li I'll alTIOUnt due to the Contractor shall not exceed the spending cap in this Agreement. In addition,tile County reserves all rights available to recoup Z:� inonies paid under this Agreement, including the right to sue for breach of contract Page 10 of'33 and including, tile right to pursue a claim for violation of the COUnty'S, False Claims Ordinance, located at Article IX, Section 2-72 1 et al. of the Monroe County Code. E. SCrUtnlJZCd Companies: I'o r Contracts of any, amount, if the County deten-nines that the Contractor/Consultant has Submitted a false cerfificatiOn UndeSection?87,1150), Florida Statutes or has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in as boycott of Israel, the County shall have the option of I ) terminating the Agreement after it has given tile Contractor/Consultant kvritten notice and an opportunity to derrionstrate the agency's determination of false certificatic)n was in error pursuant to Subsection 287.1 35(5)(a), Florida Statutes, or, (2) maintaining the Agreenient if tile conditions of Subsection 287.135(4), Florida Statutes, are met. 111) Maintenance of Records. The Contractor shall maintain alll books, records, and dOCUMents directly pertinent to perf'orrrianCC Under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained fear a period of seven(7)years from the termination of this agreement or in accordance with the State of Florida retention schedules (littps://d(:)s.fl.gov/library-ait-cliives/i°ecoi-ds-iiianagei-nerit/geiieral- records-schedUles/), %Ndiichever is greater. Each party to this Agreement or its aLIthorized representatives shall have reasonable and tiniely access to such records of each other party to this Agreement liar public records purposes during the term of the Atr, Agreement and for the applicable retention period following the termination of this Agreement. IV) Ridit to Audit. Avadabilit,v o 'Records, The records of the parties to this Agreernent relating to the Protect, which shall include but not be limited to acCOUnting records(hard copy,as well as Computer readable data if it call be made avadable; subcontract files (including proposals of successful and u n success fill 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 dOCUrneritation- general ledger entries, detailing cash and trade diSCOUMS earned, inSUrance rebates and dividends-, any other supporting evidence deemed necessary by Owner or by the Monroe County Office of the Clerk Of Court and ("'orriptroller(hereinafter referred to as ­COLlflty Clerk") to substantiate charges related to this agreement,, and all other agreements. Sources of information and matters that may in Owners or the County Clerk's reasonable 'judgment have any hearing on or pertain to any triatters, rights, duties,, or obligations Under or covered by any contract document (all l'oregoing hereinafter referred to as *'Records") shall be open to inspection and sub'ject to audit arid/or reproduction by tile Owner's representative and/or agents of the Owner or the County Clerk. The 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 cornputations, overhead Page 11 of 33 cornputations, observing vendor and supplier payments, miscellaneous allocations, special charges, verif`ying inforrnation and amounts through interviews and written confirmations With CITIP10yeCS, Subcontractors, suppliers, and contractors' representatives. All records shall be kept for ten (10) years after Final Completion. The COLinty Clerk possesses the independent authority to conduct an audit of records, assets, and activities relating to this Project. ject. If any auditor M employed by onroe C aunty Or County Cnty Clerk determines that, nionies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or Nxere wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Section 55,03, Florida Statutes, running frorn the date the monies were paid to Contractor. The r�,gh.i to mwfii provisions survive the termination or expiration ofthis Agreement. V) Pavment of Fees / Invoices. The County shall pay Pursuant to Section 218.70, Florida Statutes (Horida Local Government Prompt, payment Act), upon receipt of a Proper Invoice frorn the Contractor. Payments due and unpaid Linder the Contract shall beat- interest pursuant to the Florida Local Government Prompt Payment Act. The Contractor is to Submit to the COUnty invoices with supporting documentation that are acceptable to the County Clerk.lerk. 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 lie submitted to Monroe County Facilities Maintenance Department, Attention: Chrissy Collins via email at co 11,ins-ch rissy(4 m on roecou n ty-fl.gov. "HIC County is exempt frorni 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 tile Work has been accepted by the County, VI) Public Records Compliance. Vhe Contractor Must comply With Florida public records laws, including but not limited to Chapter 119, 11orida Statutes and Article 1, Section 24,of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and inspection 01" all documents, records, papers, fetters (:)r other "public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in con"jUnCtiOn with this contract and related to contract. perflorniance, The C(:)Llnty 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 Page t2 ol'33 material breach ofthis contract and the County tnay enforce the terms ofthis provision in the ft)rrn of a Court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorneys fees and costs associated with that proceeding. This provision shall Survive ally termination or expiration ofthe 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 11 9� 07C11, Florida Statutes, and the terms and conditions of' this contract, the Contractor 'ontractor is required to: (I) Keep and maintain public records that would be required by the County to perforrn the service. (2) Upon request from the County's custodian, ofrecords, provide the County with a copy ref the requested records or allow the records to be inspected or copied within a reasonable time at a cost that (toes not exceed the cost provided in this chapter or as otherwise provided by law, (3) Ensure that public records that are exempt or conridential and exempt froni public records disclosure requirements are not disclosed except as authorised by law for the duration ol'the contract terra and following cornpletion ofthe contract if the contractor does not transfer the records to the (ounty, (4) L.1pon completion of' the contract, transfer, at no cost, to the County all public records in possession ofthe Contractor or keep and maintain public records that would be required by tile County to perfOrin the service. If the (-'ontractor transfers all public records to tile County UP011 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 tile contract, t1rie Colritractor shall meet all applicable requirements for retaining public records. All records stored electronically rnUst be provided to the COLUILY, upon request frorn the CoUnty'S Custodian or records, in a format that is compatible with the information technology systems ofthe County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, but ifthe County does not possess the requested records, tile 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 cornply with the County's request for records, the COUnt)/ 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 f1tils to provide tile public records to the County or pursuant to a valid public records request within a reasonable time May be subject to penalties under Section 11 9�1 O, 1,lorida 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. Page 13 of 33 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 (. FFICE, It 11 12""' ST., SUITE 408, KEY WEST, FL 33040, (305) 292-3470. V11) E_Verify System. Beginning January 1, 202 , in accordance with Section 448,Cf95, Florida Statutes, as may be amended from tinge to time, the Contractor and any subcontractor shal I register with and shall utilize the U.S. Department cat. I lorneland Security's EI-Verify system to verify the work authorization status ofall 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 Uti1iZC the U.S. Department of Homeland Sccurity's E-Verify system to verify the work authorization status ofall new employees hired by the subcontractor during the Contract term. Any subcontractor shall provide air affidavit stating that the Subcontractor does not employ,contract with, or subcontract with an unauthorized alien, The Contractor shall con,iply with and be subject to the provisions of'Section, 448.0195, Ilorida 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 kno,&intly violated Subsection 448.0191(1) shall terminate the contract with the person or entity. 2. A public agency that has a good faith belie 'that a subcontractor knowingly violated this subsection, but. the Bidder otherwise complied with this subsection, shfli promptly notify the Bidder and order the Bidder to immediately terminate tile contract with tile Subcontractor. 3, A contract terminated under this paragraph is not a breach of contract; and may not be considered as such. 11' a public agency terminates a contract with a Bidder under this paragraph, the Bidder may not be awarded a public contract for at least I year after tire date oil which tire contract was terminated, A Bidder is liable for any additional costs incurred, by as public agency as a result ofthe termination ofa contract." Vill) Notice Requirement. Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail, certified, return receipt requested, postage prepared, or by Courier with proof of delivery. Notice is deemed received by the Contractor when [land delivered by national courier with proof' (if delivery or by U.S. Mail upon verified receipt Or upon the date of refusal or non-acceptance ofdclivery. The place of giving Notice shall remain the same as set forth herein until changed in writing in the manner provided in this paragraph. Notice shall be sent to the 1`61lowing persons: Page 14 of"33 r,� . For C ontractoir� 3 ........................... ............ For Owner. facilities Maintenance Departaient Attention: Chrissy, Collins 123 Overseas Highway Rockland Key, Florida 33040 And Monroe COLInty Attorneys Office I I l 1 12'�' Street Suite 408 Key West, 1"loricla 3304C) IX) Uncontrollable Circumstance. Am, delay or CailUre, Of' either Party tra l_)erloVin its ObligritiCHIS Under this Agreernerit "ill be eXCLIsed tra the extent that the delay or fiailure Was CRised directly bNII arl event beyond such Partv's control, withOLIt such Part\,'s Jault or negligci-ice and that, b\, ils nature COUld not have been loreseen b SUCII Party 01', it. it COUld have been foreseen, kkaS Unavoidable: (a) acts of'(.iod- (b) flood, fire, earthquake, expk)sion, tropical stort'n. hurricane or other dMared eniergency in the geographic area of the Project, (c) �o� ar, L� LI invasion, hostilities (,.vhether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the geographic area ol'the Protect; (d) governnient order or km in the geographic area ol'the Pro.ject, (c) actions, ernbargocs, or blockades in eflect on or after the data:. ol'this Agreement- (1) action by any governmental authority prohibiting work in the geographic area of'the Pro.ject:(each, a "'Uncontrollable C,ircurnstance"). The C'mitractor's I-mancial inability to perform, changes in cost or availability of materials, components, or set-vices, niarket condifi(mis, Or. SUpplier actions or contract disputes w1l not CXCLISC perCormance 1.)y Contractor Linder this, Section, I'lle Contractor shall give the Count) ovritten notice within, seven (7) days of'any event Or Cii'CLInistance that is reasonably likely to result in ali Uncontrollable Circunistatice, or as soon as possihIc after such Uncontrol]able Circumstance has occurred if' reasonably anticipated. and (lie anticipated duration of such Uncontroll[able Cil-CLI111stance, I he Contractor shall Use all dilioent,efforts to end the L.hicontrollable ircurnstance, CIISUre that t1rie cf'ti�cts of" any L,JncontroHable CirCURISLUICC are nimmit/,ed and NSUMe Full pertorniance under this Agreenient. "]'Ile COUMV \,kill not pay additionaG cost as a resUlt of'an Uncontrol]able OrUmistance, The Contractor- may onf), seek a no cost, Changle Order or Amendment Cor SLICh reasonable fime as the Owner's Representative rnay dewri-nine. Page 15 cal'; 3 X) Adjudication of Disputes or Disagreements. The COUuty and Con tractor agree that all disputes and disagreements shall be attempted to be resolved by meet and coni'er, sessions between representatives of each of' the parties. Ifthe issue or iSSUes are still not resolved to the satisfaction ol'the parties.then any party shall have the right to seek such relict'or remedy as may be provided by this Agreement o,r by F[orida law 'I"his Agreement is not subliect to arbitrartioll. "]"his provision does not negate or waive the provisi(,,)ns of'Section. 1. Nondiscrimination. or Section II, concerning Termination or cancellation. Page .16 cal', 3 PROPOSAL FORM PROPOSAL 'I"O: Monroe County Facilities Maintenance 123 Overseas 1-fighway Key West, Florida 33041") PROPOSAL FRONI: Pedro FaIcon! Contractors, Inc, 31160 Ave C Bjg_.Pin:e Ke FL 33043 ['he undersigned, having caref'utly examined the Work and retlerence Drawings, Specifications, Proposal, and Addenda thereto anti other (.'ontract Documents for the construction rwf DESIGN AND BUILD HANDICAP ACCESS RAMP, OLD PLANTATION KEY COURTHOUSE, 88800 OVERSEAS HIGHWAY, 33070 and having carefully exarnined the site where tare Work is to be performed, having become familiar with all local conditions including labor affecting the cost thereof, and hawing familiarized h ini self'\&ith material availability, Federal, State, and Local laws,ordinances, rules and regulations al'tecting performance oNhe 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 worknian-like rtianner, in confbrrnance with said Drawings, Specifications, and other Contract Docurnents including Addenda issued thereto, The undersigned further certifies that he/she has personally inspected the actual location of' where the Work is to be perfort-ned, together will'i the local sources of'supply and that lie/she understands the conditions Urider which the Work is to be performed. The proposer shal:1 assurne the risk of any and all costs and delays arising front the existence of any SUbSUrf'aCe or other latent physical condition which could be reasonably anticipated by reference to dOeUrneruar)l information provided and made available, and frorn inspection and examination of the site. The undersigned agrees to commence performarice of' this Project within Ten (10) calendar (Jays after the date Of issuance tO the Undersigned by Owner ot"the Notice to Proceed/Purchase Order/Task Order. Once cornmenced, the undersigned shall diligently continue performance 1-111til completion of the Project. 'I he undersigned shall accornplish Final Completion of'the Project within Thirty (30)days, thereafter, unless an extension of time is granted by the County. Page 1,7 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. Thirty-five Thousand Three Hundred Ninety-five Dollars and Zero Cents Dollars, (Total Base Proposal'- words) $ 35,395.00 Dollars, (Total Base Proposal ---numbers) I acknowledge Alternates as follows: N/A I acknowledge receipt of Addenda No,(s) or None No. Dated—­ o. Dated Page 18 of'33 III addift'h"'m. staw that he'�he has pro%,ided or wwiH prc)vi& tile COUWA, a1011Q with thli Proposal, a cerif5ed cory of 'ontrao,.)r's I Jcense, Monroe C'ounvy k,'ix Receipt, and Cer6flcaw of'Insurance show'inlg the rnlnium,m'i insura:nce requirements fbir this dIrqiec". ENecution I b+t the Contractor in ust be by a person with authority to bind the enti(N. B ifdAr rt lrhrS agreement beknv., the Contractor has read and accepts the terms and conditioni sew� fbrth b.�, the Monroe Count% (',­';enerad Requirements fi)ir ConitrU6011 t'(WM3 at the hnk on the kl o r i n,a e County web page: litt 0 Mo III rocco U111 tyx�'v tent L&,S.Q0t11)B ids,as nx?C ati I)=d 8, AND accepts ado ol'the terms and conRions and all F xferaI required contract pr(,wislons herein, IN WITNF"'SS WHI-'REOF, the parties havt: caused tfil�r Agreernent to be exMlted 11y their duk authorized representatives, as fbflows: Contractor: Pedro Fad on Contractors,, Inc VfalCing Address., 31160 Ave C Big Pena' Key, Florida 33043 Phone NMIII'Ier: 305-872-2200 59-25502311: ............... cb@pedrofaic can.corn 03 2125 Date.- Si2lle& "Fitle Contractor's Witness signature- W i l:i�ess n arn e -Ke n-Pyg-1 ef Date 013,21,25 The ("ountv accepts the above pi-oposal: MONROE' COUNTY, FLORIDA Digitally signed by Christine Christine Hurley Hurley Date:2025.04.16 12:59:41-04'00' ........... ........................ HV COUrItV Adrninistrau.)r or Desiorwe MONROE COUNTY AY'MPR NEY�_OFMC APPROVF0 AS TO FORM flu a, a�rarurrr ge 19 of 33 oxm: NON-COLLUSION! AFFIDAVIT i,Christian frisson of the City of Big Pine Key according to law on m on my oath, and under penalty of perjury, depose and say that: a. I am of the firm of Pedro Falcon Contractors, Inc. the bidder making the Proposal for the project described in the Request for Proposals for. Design/Build!, IHaindicap Access Ramp, Old Plantation Key Courthouse andl that I executed thie said proposal with full authority to do so; b, The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to Such prices with any other bidder or with, any competitor, and c Unless otherwise required by law, the prices which have been quoted in this bid' have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor" and d. No attempt has been made or will be made by the budder to induce any other person, partnership or corporation to submit, or nolt to submit, a bid for the purpose of restricting competitionx and e. The statements contained in this, affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. 03,2111,25 (Sig—nature-6f-Proposer) ((Date) STATE OF: :ROV-1 C�*4 COUNTY OF: NQNJ206 Subscribed and sworn to (or affirmed) before me, by, means of Vphysical presence or r F] online notarization, on !4 1 [gDP=5_ (date) by ST104Na (name of affiant), ode/She jg_p2Lsonall to me or has produced (type of identification) as identification. NOTARY PUBLIC 8,1025 kH 2%439 My commission expires, ks 191-6;�E ","LS " f 0 TO of'33 LOBBYING AND CONFLICT' OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE ad PedcQ EW00, ontractQrs. Inc. W1 (Company) warrants that he/she/it has not employed, retained or otherwise had act on his/her/ its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretioln, deduct from the Agreement or purchase price, or otherwise recover, the full amounit of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee". (Signature), Date,, 03.21.25 STATE OF: YjQe-tQ6 COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of Wphysical presence or 0 online notarization, on E5k;;4L10G6— 20 ' (date) by ,gemona4 kagAa-tq me (name of a!ffiant), .te/Shej- or has produced as identification, (Typ'e of identification) NOTARY PUBLIC F E My commission expires. tj&)%JQCJ�o� -1.,%io S C kept HH (P% Page 21 of 33, DRUG-FREE WORKPLACE FORM Vhc underii(tned vendor in accordance "Rh Fhwhia �tatutc. Sec 297AS7 hereby Qertifies th,,,w P'edro Fa➢con Contractors, Inc, ('"anne of Bushless) 1, Publish a statement notit'ying employees thou the unla"Rd manuf4clury dkt%kon. Xp ening. posession. or use of a convolved substance is p%ibiwd in the "arkpalace and specif ing the actions that WH he Wken against employees Ar violatbris oC such PRAVIon, I -��'o rm c -)ut the dmgers ordmg abne hi Ne mark oace, the buskess's poQ t errtplo�ee� abt or maktaining a Cfillg-frce %orkp6c, any a%afrabk drug counselln, rehabilkatiorn and ernployee assistance pmgrarns. and the penahks that n1jay, be k,upon e rat pl(ay ces f)[- drug abuse vilkons, 3� (,live each employee engaged in provilng Om conmodVies or convactual services that are un&r bid as copy of the staternent spceified in subsection ( I ). 4, In the staternew specified in subsection (I.). notiQ the ernplolves that, as a cmidkion of vwr-Uig on the corrunodities or convamal services Out we un&r bU, the empkqee wHI abWe by We tunas of We stammem and "M nodt the employer of any convicdon M! or pka of guilty or nWo comendere to, any %Wation ofChapter 893 (Florida, Stanutest or, of an, convoHed substance kn% of the LVAed States or nanny state, fc)r a violatiort occurrmg In the Y"YkpWce naea later than rive (5) days after SUCh conv iction. 5, Imposes a sanction on or mquire be sadshctory partidpkon in a c1rug abuse animce or rehabilhaOon program il'SLICh is available in the ernployee's wrnrnubty, Aran), employee No is so convOtod. 6. MAke a good faith efron to cominus to maintain as drug-free %'orkplace through implementation offlus section, As the person aUthor­ized to Agn the staternem I certip, that this firm comp hes fully Nvifli the aNne mfurements. PnVoser's Qnmme 012125 Date STATF X: T:LO QA ------- COUNITY, OF: '_H Subscribed and s"cwn to (or athnned) bebwe nin hy, means of physical presence or El onke notarization, on La (date) by .............. (nannec'd'a('fiarn)' or has produced (type cNf idert'�Hlc ti ntification. I Ica 11)" 1 CI ................................_­__­­.__­­........... F ER,,k N OTA R Y P UB I-,I C 0, (SEQ Q cow, x ja toy Commission Fxpiresa __11 ?V M" t he H Page 22 of 33 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 read property to a public entity, may not be awarded or perform work as a contractor, suppher, subcontractor, or consultant under a contract wuth any public entity, and may not transact business wiith 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 Pedro Falcon Contractors Inc, (Respondent's, name) nor any Affiliate has-, been plan prMe-oonvicted vendor list within the last tNrty-six (36), months, (Skynature) Date: 03.21,25 STATE OF: TtOV_440 COUNTY OF,- Subscribed and sworn to (or affirmed) before me, by means of Vphysical presence or Ej online notarization, on the w b+day of_tjq 201. (date), by , CA :, (name of affiant). He/She or has produced 'id (type of identification) as NOTARY PUBLIC My Commission Expires. u _ 'j wn tit 1010910101, Page 23 of 33 VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Project Desoription(s). Design/Build Handicap Access Ramp, Old Plantation Courthouse Respondent Vendor Name Pedro Falcon! Contractors, Inc. Vendor 1 59­2550231 Vendor's Authorized Representative Name and ride C hiristian Brisson I as President Address: 31160 Ave C City — B"ici Pline Key State� Rorida Zip _�3043 Phone Number 305-872-2200 Eirnao Address Cp_&edrofa Icon,corni 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 i of Israel Section 287.1135, Florida Statutes, aVso prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for good or services oaf $1,000,000 ci� more, that are on, either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors Lasts which were created pursuant to s, 215 473, Fioriida Statutes, or is engaged m 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 Comi that Boycott Israel List or engaged in a boycott of lisraep 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 2,87 '135, Florida Statutes,the subrriission of'a false certification may SUb*,t the 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 Coinrpanies that Boycott Israel List or engaged in a boycott of dsrael or placed on the Scrutinized Companies with Activitie un Sudan List or the Scrutinized Companies with Activiities,in the Iran Terrorism Sector List or been engaged in business operations in Cuba or Syria Vendor has reviewed Section 287 1351, Florida Statutes, and in accordance wqh 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: Christian Brisson who is authorized to sign on behailf of the above reference an Authorjzed &gnature: , Print Name: Christian Bn ni Title —as President, Note The List are available at the foIlolwing Department of Management Services Site, n14!?[ su r1fo qqpn/ in, ied �_L cc Oct ended d�s1crimtnga tore 2qMp,�gm1s veridor lists P"Irge 24 oi AFFIDAVIT AT FES FI NG. TO N(1)N('()E R(J V E, N D 1,'(-T FOR LABOR OR SERVICES Pedro Fad on Contractors, Inc, Vendor FFJN': "59-2550231 Christ�an Brisson, as President V�mdor's Authorized Represeruah%,�2' Name arnd I ide) Addros " 3�'116O Ave C City : Ju e SWN'� Florida y /Jp' w33043 I'llone Number: ElniaH As a non-governrnenta entIty executino, nmewlng, or exteriding a �;ontract with a government entit.y, Vendor is required lo prov Ide an aff`idav It under penalty of perjUry' attestir)" that Vendor n does not use coercdcui for labur mr services in accordance w ith Seeti()n 787,06, Florida StatUtes. As defined in S cu'on 787,06(2)(a), cc�ercicqi means, lJsing or direateni'ng to use pliysical force against any person, Restraining, is(-flating, cyr conflinine, or threating to restraira, isolate, or confine any person without ljwtLd authority and against Iier or [iis vvil 1, a. or other credit. methods to establish a debt lay any person when labor or ll�sing lending services are pledged as a security 1*or the debt, i!f the value ofthe labor or services as reasonahly assessed is ncat appHed toward the lIquidation of fl)e debt, th length and nature ofthe labor or service are not respectively limited and defined; 4, Destro ingt�, cccncealin m g,,,;, reovin cc)nfiscating, nor posscss (y�n any actUal Z7 Z� or purported passport, visa, or other Immigration &)cunient, or any other actual or purported governnient identificatfun doQunient, ofany person, Gausing or threatening to cause, financi,,,tl harm tcb army person, 6. Enticing or luring any person by 1raud or deceit; or 7'. Providin�, a controlled substanCC k1S Outlined in Schedule I or Schedule ll of Section 893 0 I to any person f6r the purpose of exploitation ol'that person. As as person authorizied to ash on behalf ofVendor, I certif'y MICICT penalties Of perjUry that Vendor dOeS FK)t Use COCrCiotl for labor or sere ices in acccirdance vN ith Section 787.06,Additionally, Vendor has rev iewved Sec6on 787.06, Horida Statutes. and agnxs to abide b same, by Christian Bdsson vk 110 i S .............. ...... ------- author�zed tt,� Sj"[j C)rri behaii'lc���'t�lleAb --�vt'Creticed cornpan , Audic,wized Sig C: ell�r-,4 I Print Name: Christian-blisson Tifle: as President —------.............— ........................... Page 25 uf'33 LOCAL PREFERENCE FORM A. Vendors claiming a locall preference according to Ordinance 023-2009, as amended by Ordinance No. 004-2015 and 025-2015, must complete this,form. Name of Bidder/Responder P ro Falcon Contractors, Inc. Date, 03.21.25 1 Does the vendor have a valid receipt for the busmess tax paid to the Monroe County Tax Collector dated at least one(1)year prior to the notice of request for bids or proposals? YeS (Please furnish copy ) 2. Does the vendor have a physical business address located within Mon—roe County from which the vendor operates or performs business on a day-to-day basis that is a substantial component of the goods or services being offered to (Monroe County?_Yg$_ (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 bid or proposal List Address- 31160 Ave Q Bia Pine Kev, FL 33043 Telephone Number _3Q5_,a72_22no B. Does the vendor/prime contractor intend to subcontract 50% or more of the goods, services or construction to local buslnesses meeting the criteria above as to licensing and location? No 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 N umber 305-872-2200 Address 31160 8-y—e-C-B-IC—Pthe 33043 Print Name: Qhristian Brisson-asL.President Signature and Title ofAwtr W- ed §1 n for Bidden'Resipond STATE OF, COUNTY OF: Subscribed and sworn to(or affirmed)before me, by means of physical presence or 0 online notarizatlon, on aaal rac;G- (date) by �n kf!O�Ast;�k 9&z&US11 (name of affiart), te/She Is personally known to me or has produced (type of identification) as identification ER NOTARY PUBLIC T :Y (SEAL) 1 MY COMM EVjr My commission explres,: Nove(nber&2025 No HH 2004iq Ft,�j Page 26 of 33 INSURANCE REQUIREMENTS AND FORMS MONROE ("OUNTY, FLORIDA RISK MANAGE-NIEN'r Pot,ICY AND IROCEDuRES General Insurance Requirements For Other Contractors, Subcontractors and Professional Servi�ces As as pre-requisite of the ",ork arid services go,vertied., or the gc)ods supplied under this, conlract Oricluding tlic pre-staging ot' personnel and material), glee Contractor shall obtain,, at his/her ovVil expense, insurance as specified in any attached schedules, which are made part of this coiltract. The Contractor\,0111 ensure that the insurance obtained \kill extend protection to all Subcontractors engaged by the Contractor. Mternatively, the Contractor may require all Subcontractors ((,) obtain insurance consistent with the attached schediiies. Hie (.'ontractor \kill not be permiuccl to commence work governed by this contract (including pre- staging of' personnel and material) until safisfactor,, evidence of' the required insurance has been furnished to the County as specified below. Delay's in the cornmenceirient of work, resulting fi-cmi tile failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specilied in this contract and any Penalties and failure to perform assessments shall be iniposed as if the work coinnienced oil the specified date and time, except for the Con tractor's f"IdUre, to provide satisfactory evidence, The ('ontractor shall maintain the rcqUired insurance throughout the entire terns of(his contract and any extensions specified in the attached SChedUles, hIdUre to comply with this provision may result in the ininie(hate suspension of all work until (tic required insurance has been reinstated or replaced. Delays in the completion of'work resulting froin the failure of the Contractor to maintain file required HISUrance shall not eXACIld deadinics specified in this contract and any penalties and failure to perform assessments shall be imposed as iftlic work had not been suspended,except for the ontractor's failure to maintain the required it"ISUrance, The Contractor %kill be lield responsible for all deductibles and self-insured retentions that may, be comaincd in the Cmitractor's Insurance policies. The Contractor sliall provide, to the County, as satisfactory evidence of the required insurance, cither: • Certificate of"Insurancc or • A Certified copy ofthe actual insurance policy. File COUnty, at its sole option, has the right to reqUCSt a cerlified copy ofaily or all Insurance policies reLl Wred by this contract. All insurance polici�es must specify- that they are neat subject to cancellation, note-renewal, material cliange, or redUCtiOn in coverage unless a iiiinimuni of thirty 00)days prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be consinrled as relieving the Contractor from anv liability or obligation assumed under this contract or imposed by law. Page 27 of'33 The Momoe May Boani or Couny Comminknery its empk)),ees and officials. at 1100 Simonton Street, Key West, Florida 33041 will be imcluded as "Addition al InAlred" on aH policies, except for Workers' Compensation. Any deviations fro these General Insurance Requirements must be requested in writing oil the County pmpawd Fonn entitled -11equest for Waiver of Insurance Requirements" and approved by Monme County Risk Management Departitient. Page 28 of 33 PROPOSER'S INY-JRANCE AND INDEMNIFICATION STATEMENT INSUIRAN( F RFQHRF-'MFNTS Workers C lonipensation Statutory Limits ,rriploycrs Liability $100,0001500,0005 100,000 Bodily Injury by Accident/13odily lrljUry by Disease, policy liniits/Bodily InJury by Disease each employee Gcneral Liability $200,000 per Person $300,000 per Occurrence $200,,000 Property Damage 01' $300,000 Conibined Single Lirnit Vehicle $200,000 per Person (Owned, non-owned, and hired vehicles) $300,000 per'OCCUrrence $200,000 Property Dartiage or $300,000 Combined Single Limit Builders Risk Nor Required Construction Bond Not Required The Monroe County Board OfT01111ty'Cornmissioners, its employees and officials, 1100 Simonton Street, Key West, Florida 33040, shall be narned as Certificate Holder and Additional Insured on General Liability arid Vehicle policies. INDEMNIFICATION, HOLD HARMLESS,AND Df EFENSE. Notwithstanding any minirnum insurance requirements prescribed elsewhere in this agreement, Contractor shall defend, inderrinil'y arid hold the COLInt\ I / arid the, aunty's elected arid appointed ol"I"iceis,and employees harmless Crom 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 I)LISiness interruption, and (iii)any costs car expenses that may he asserted against, initiated vvith respect to, or SLIstained by, atly 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, (13) the negligence or recklessness, intentional wrongful iniscondUCt, en-ors or other vvrongfiil act or ornission of Contractor or ally of its erriployecs, agents, SUb-contractors or other invitees, or (C) Contractor's default in respect otany ol'the obligations that it undertakes Linder the terrors of this Agreement, except to the extent the claims. actions, CaLISCS, of' action, litigation, proceedings, costs or expenses arise from the intentional or stale negligent acts or omissions of' the County or any cat` i'ts employees, ag)clits, contractors or invitees (o C(rather than ontractor). T limitation monetary itation of liability Under this Page 29 or33 cuntractshaH he cqual to the;a Char- alue of'theconirw and not lCSS than Sl nWhon perOCCW'TenICe pursuant to Section 725.016 Florida SlAtUtes. HIC ht-nits of liability shall be as set forth in the insuraIrlCe -equirenients included in Para,oraph 3,Q, hercin,, hisofir ais the clairns, actions, ca.Uses ol,action, hLig �11, proceedill- ,OS COSIS OT, expemses ndate tro e�ents or g a t i o that OCCM du6n,c, the term of this A-reCrllent- this Se0iWI will SUrw 4e the expiration of t1le term cal" this Agreement or arv, earlier termination ofthis A-reement. In the event that the colllple tion of' the project ject (lo inc4idc the work oC inthers) �s delayed or suspended. as a reSUIt, Of tile, (..'ontracu,)r's lailure to PWrCIIBe or maintadn the required insurance, the ("'ontractor shall inderrinify the County, 1rorn any and wrap increased expenses reSUIIITI,�,' from SUCII delay. ShoLdd any clairns be asserted agahi i the C"OLInty by v rtLIL of any, deficlency or aniNguity in the plans and specifications provided by the( ontractor, the Contractor agrees and warrants that the Contractior shaH hold the County harmless and shall indemnify it from all IOSSCS OCCUrring, thereby and shall further defend any clalm or actlon on the CoUlItV's behalf, The extent ic:rf hability k in no way lin,i4ed to, redUCC-d, Or- lQs,'SenQd by the, insurance requirements contained elsc%khere within this Agreement. PROPOSER'S STATEMENT I understand the insurance that will be rnandatory if aavvarded the contract and will comply in full with all ofthe requirements herein. I f`ully accept the indemnification and hold harHess and duly t() detend as set out in this proposal. Pedro Falcon Contractors, Inc. PROPOSER Signature Christian Brlsson, as President Page 30 of'33 INSURANCE AGENT'S STATEMENT II have reviewed the above requirements with the proposer named above. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES General Liability No Deductible Employers, Liability No Deductible Automobile Li,abiliity Comp/Collision: $1,000 Liability, policies are X Occurrence Claim-, Mai e Bowen, Miclette & Britt Insurance Agency Insurance Agency S gnati,,Ze Paoe 31 of'33 I- NION140E COUNTY, FLORIDA REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS 11 i,,,, requested that file 41SLlrance requirenielits, as specified ki the COUnty's SchedUIC OfIrisurance Requirements, be waived or modified oil tirle followirig contract, Contractor,/Vendor. ---------------------- l"roject or Service:� ........................ Contractor/Vendor Address& Phow .................. .................... (jeneral Scope of'Work: .......................... ....................... ............ ---------- ..................... ............... ...............------------------------ Reason for Waiver or Modification: .............. ...................... ............. policies Waiver or Modification wiH apply to-I .................................... .................... . .............................. ------- Signature ofContractor/Vettdor: ............ .......... Date: Approved Not /\f)proVeCI Risk Management Signature: Date: County Adniinistrator appeal: Approved: Not Approved: Date� Board of County Commissioners' appeal: Approve& Not Approve& M ec,ti ng Data,: ..................... -------- Page,32 of 3,3 0 TE M E CERTIFICATE O DA F PROPERTY INSURANCE M 10I/3012024=/YYYYI 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 AMENID, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURIER(S), AUTHORIZED REPRESENTATWE OR PRODUCER,AND,THE CERTIFICATE HOLDER. PRODUCER CONTACT NAME: MjcheUle Rushing Bowein, Miclette& Brift of Florlda, LLC PHONE 407lr647.1616 FAX 407-62B.1635 850 Concourse Parkway S INC,Nio,W); (ApC,NeI. S E-MAuite#105 ADDILp,ESS: rnrushing@tIrribmic coo Maitland IFL 32751 PRODUCER PEDROFAi CO CL15TOMERlD� INSUREIRtS)AFFORDING COVERAGE NAC 9 INSURED INSURER A, Ame6sure Mutual Inswaince Company 23396 Pedro Falcon ElectricaI Contractors Inc INSURER 8 31160 Avenue C Big Pine Key FL 33043-45161 INSURER C INSURER D: lN!SUREA E:: INSURER F: COVERAGES CERTIFICATE NUMBER: 97538799 REVISION NUMBEW LOCATION OF PREMISES I DESCRIPTION OF PROPERTY lAttach ACORD 101,Additional Remarks Schedule,ff mom space is required) .......... ........................ THIS IS TO LIE R TiFY FHAT T r HE POLICIES OF INSURANCE LISTED BELOW HAVE IBEEN ISSUED TOTHE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDlC'ATED NOTWITHSTANDING ANY REQUIREMENT, TERM Chi R CONIDJ10N OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO MW IICH THIS CERT IFICA1 E MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE--ROLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXC L.USIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INiSR TYPE Of INSURANCE POLICY NUMBER POLICYEFFECTIVE POLICY EXPIRATION COVERED PROPER TY LIMITS LTR DATE(IMW=YYYY( DATE(MMIDDrYYYYt PROPERTY $ CA I S I F I,0S 5 DEfril CTIBLES PERSONAL PROPEWY BASIC &JILDrjG ISK 31,&NESS I NCOME BRC)AD CONTENTS EXI RA EXPENSE 5. SPECIA1 fly RENI-AL VALuE S EAR 7r HQJAKE 1G 30 24 BLANKE I BLJILD�NG A111,L) D�A - AL,kNKE T PERS PROP' F LCK)D WI BLANKE�BLDC, PP X INLAND MARINE 1"FIE OF POLICY X Jotsate s575,000 CALI'SES,OF LOS',`, Installabon Raaref Xr Lee $575,000, ........... NAMED PEFIR,S POUCY NUMBER X storage Loc S 100,000 A IM20929441002 11 Q 2024 1 1,Z2025 X 'transit CRIME 5 I PPE OF POLICY 5 ROILER&MACHINERY EQUIPMENT BREAKDOWN SPECIAL CONDITIONS d OTHER COVERAGES (ACORD 101,Addluorucl Remarks Sthedula,may be attached 4 I space is required) Monroe County Board:of County Commissioners is Included as Additional IfISUred& Loss Payee with respect to the property descrIbed herein L- CERTIFICATE HOLDER CANCELLATION SHOLA-D ANY OF THE ABOVE DESCRlBED POLICIES BE CAN('.ELLED BEFORE V FIE EXPQATION DAM THIEREDF,NOTICE WILL BE DEII IVERED NAC'CORDANCE WIrt'l riff POLICY PROVISIONS Monroe Courtly Board Of County Comirisstoneirs 1100 SinTonton Street SUlte 2-213 AUTHORIZED REPRESENTATIVE Key West FL 3 3040 1995-2015 ACORD CORPORATION. A1111 rights reserved. ACORD 24(20,16/03) The ACORD naime and logo are iregistered marks of ACORD POLICY NUMBER: COMM ERCIAL INLAND MARINE THIS ENDORSIEMENT'A END S YOUR POLICY, PLEASE READ THIS CAREFULLY. All Other"Terms"and Conditions Remain Unchanged, INSTALLATION FLOATER -" SPECIFICALLY DESIGNATED ADDITIONAL NAMED INSUREDS COVERAGE ENDORSEMENT Named Insured Pedro Falcon Electrical Contractors linc, Effective Date 11/2/2024 The coverage afforded through this endorsement is effective on the data stated above at 12:01 A.M,Standard Time, unless otherwise amended by endorsement attached to the policy.This endorsemient is subject to the"terms",conditions and exclusions of the"InstMiation Floater"Coverage Form and is a part of the Coverage Form to which it is attached, This endorsement modifies the following forms:. INSTALLATION FLOATER COVERAGE FORM The following specifically named individuals or entities are designated as additional named insureds under this coverage form, If specific,jobsites are Misted in the Jobsite column next to their namo(s),then the designee is only considered an additional named insured specifically for those jobsites. If no jobsites are listed in the$cedfic Jobsites,column,then the designee is considered an additional named insured for all jobsites covered under tNs coverage form, Dq,Aiq-nAW_0—ji�d,d Monroe County Board of County Commissioners 11100 Simonton St. Key West,FL 0 Piroject/Locabom Florida Keys Marathon International Airport- Security Site Lighting Rehabilitation Project 94010 Overseas Hghway, Marathon, FL 33050 IM 99 23 10 15, a It R MMICION YYY I AC"R" CERTIFICATE OF LIABILITY INSURANCE 10/3012024, THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPONI 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 cerIfficato holdeir Is an ADDITIONAL INSURED, the poficy(iies) must be endorsed. If SLIBROGATION IS WAIVED, subject to the terms and conditions of the 1policy,certain policies may require an endorsement. A Statement on this certificate does not confer rights to the certificate holder in lieu of such ondorsernents), -CONyX T rl--"'--"---'--1 PRODUCER NAME:: Michelle RLISITing Bowen, Milclette& Britt of Florida, LLC PHONE FAX 850 Concourse Parkway S IXC,,No 11 (407)647 IAIC N.I:(407)628 1635 E,MAIL Suiite#:105 AUDRESS� T1rUSlTng@bn'ibier,Com MaItLand FL 32751 INSURERIS)AFFORDING COVERAGE NAIL 0 INSURER A i ArneIisure MUtuai inswance Corripiny 23396 NSURED PEDROFAd,CO INSURER 8 Jan"ies River insurance Co 12604 Pedro Falcon Electrical Contractors, Inc 31160 Avenue C INSURER C Bq Pine Key FL 330A3, 4516 INSURER 0 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: '1394395881 REVISION NUMBER: I HIS iS TO CERTIFY THAT THE POLI(,IES OF INSURANCE I ISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRAcr OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE: ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HER!",IN IS SUBJECT TO ALL rHE 'TEAT S, EXCLUSIONS AND CONDITIONS Or SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSIR TYPE OF INSURANCE POLICY NUMBER IM PbLICY EFF POLICY EXP LIMI[TS INSO WVQ ----...-- MMI)[YY"� IMWDD/YYYYI B X COMMERCIAL GENERAL LIABILffY 'r 00123482 3 11 12e 2,'�r'4 102025 EACH OCCJJRRENCE :S I Ono D00 CLAWS MAIDF X 0(�C.',UIR DAIVA0E 1`0 RENTED occujre'fce! S 1 DO DCK) MED EXIT(Any one pwson) S 5,(X"g) PERSONAL&ADV INJUPY 5 1 000'9JU GIEN1 A(3GREGAI E LJMI T APPUE 3 PER GIENE,Rk AGGREGA PI-. 5 2,000 000 IIO�Jcy X F'Ro JFC�� LOC, PRO WC]S_COMP;CIP A(�.,G S 2,000 000 0DIrp 5 ............................ ...... MOBILE LIABILITY y y CA20929391002 1102024 lr2t,1025 X)MBINIF-r)SNG[ UMI r A AUTO Ta acqOergj uJ00 ANY AU-r 0 BODO,Y fNJURd(Per persnn) $ AVA,OWNED SCHECAA BID 0S AfJ10S B0M1,Y N,lrjR)' 4Ier acudent) $ NON"J'ANE,D PR0P:FI1,,1 DAMAGF Au I 0S �Pw wc*jiler�) S ..........— ............®__ ,»... .....M... ............ IM UMBRELLA LIAR X OC(CuR y 001�M�'I 3 2 1 1 Q,'120?4 1102025 EN�„H 0<�CURRE NICE, S S Ocyj 000 X EXCESS LIA18 CLAIMS MADE, AGGREGAI E S 5,0W 000 ........................... ................ A WORKERS COMPENSATION Y 1,1&20945261002 1102024 1 1/2112025 PE R 01 H- AND EMPLOYERTLIABILITY YIN S 1'A 111 I'L R!E ANY PROFIRIETORIPARI Nk,Wr,,XECU1'1VE N�A E L, E,ACi,,i M",,'CiDFNT $I )N))01) �)FPICEWMEMBER EXCLUDED,' 77R*K� (Mandatory In NhU EL CASPASIF FAFMP1J.DYRE $1 OW DOO �f ns describe unde, t�&C'RIPT ION OF OPE RAI 1C)INS below E L DISEASE f'h"XICYLWIF S I[)DO hA)D DA DC%CRIP'nON OF OPERAIIONS(LOCATIONS 9 VEHICLES IACORO 1101,AdOmunal Romams cicnedule,may 00 atIsChed It mare space M rvquimdl Pie following policy provisions and/or endorsements forni part of the poicies,of wrlsurarice iepresented by this Certificate of inswancea The terms contained in the potcies and/or endorsements supersede the repiesentabons rnade herein, Eiectroroc copies of the poficy provisIons and/or endorsennents ksted below are awatablo by ernaiflnq Contact Narne shown above VAien requIred by written contract,Mose parties listed msaild contract,Including Me Certificate I rolder, are added as additional insureds wah respect to the General Loabjijty inciudingi ongomg and CO(I'Lleted operations,Auto Uabilily and Exccms Liability as afforded by the policy and/w endoirsernents, When requ6red by wntteri conftacl,waiver Of SLIbrog0wi os granted with respect to the 'Ir, I See Attached... ('�ejjf'� -JI jabiiity,Auto Uabifty W orkem Compensation,and Excess CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, M01111'Oe COUI'Ity BOCC 1100 Simonton Street AurHORIZED REPRESENTATIVE Key VVest Ft. 33040 CJ 1988-2014 ACORD CORPORATION. All rights res,erved. ACORD 25(2011,4101) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER 110 PEDROFAILCO LOC#: ACC>RV ADDITIONAL REMARKS SCHEDULE Page 1 of i FAr.ENCY NAMED INSURED Bowen,Micietle&Britt o:f Florida, LLC Pedro Falcon EleclricaI Contractors,Inc. ----.................................. 31160 Avenue C POLICY NUMBER Big Pne Key FL 33,043-4516 .................... CARRIER NAIC CODE EFFECTIVE DATE; ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ..............25 FORM TITLE: CERTIFICATE OF UABILITY INSURANCE ...................... ...... .................... ...... ........ ... .... ............ ......... ............................ Uability,to ftse parties IOsted q)said contract,induding the Cerfificate Holder The General babOity cerfif d herein are primary and rimi-contribulory to other insurance avaiflable, bUt only to the extent reqUired by wdtten contract ACORD 101 (2008/01) (9)2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD � 2024 2025 N1ONROE' COUNTY BUiSIN,ESS TAX RECEIPT EXPIRES SEPTEMBER 30, 2025 RECEIPT# 30140..9801 Business Narne: PEDRO FALCON ELECTRICAL CONTRACTORS INC Owner Narne: PEDRO FALCON, CHRISTIAN N i1RI SON Business Location: BIG PINE AVE C � �3I4�43 Mailing Address: QUALIFIER, ROBERT D ALLSBROOi� BIG P KEY, FL :31,160 AVE C Business Phone: 305-872-2200 BIG PINE KEY, FL 33043 Business Type: CONTRACTOR(GENERAL/EL'ECTRiCAL 3RD QUALIFIER.Sii'ATE LIC EC1,3003416), Fmpioyees 10 IV STATE LICENSE: ECO001491/CGC1507 17'/ nOO Transfer Fee Saab-Total Penalty Prior`tears Collection C ost uotai Paid _--_ _. E10I1 25,00 I1.III4 100 0.00 25.OU Pahl 120-23-00006655 07/16/2024 25 . 00 J THIS BECOMES A TAX RECEIPT Sam C. Steele, CFC, Tux Collector THIS IS ONLY A TALC. WHEN VALIDATED PO Box 1129, Kew West, FL 33041 YOU MUST MEET ALL COUNTY AND/OR MI U N ICI PALITY PLANNING, ZONING AND LICENSING , REQUIREMENTS, 4 i d P, MONROC E COUNTY BUSINESS TAX RECEIPT' P.O. Box 1.129, Key West, FL 33041-1.1 9 EXPIRES SEPTEMBER 30, 2025 Business Narne: PEDRO FALCON ELECTRICAL RECEIPT# 3471�If4'-9I1II1 CONTRACTORS INC 31160 AVE C Business Location: BIG' PINE, KEY, FL. 33043 Owner Narn,e'; PEDRO FALCON, CHRI aTIAN N E'RISSON Mailing Address:QUALIFIER, ROBERT D ALLSBROOK Business Phone: 30 a- 72-2200 31150 AVE C Business Type: CONTRACTOR(GENERAL/ELECTRICAL 3RD BIG PINE KEY, FL 33043 QUAI.mIFIER STATE LIC EC13003416) Ernpiayees 10 STATE LICENSE: EC0001451/CGC1507617/ Tax Anxttro�� nt .i..._._______ __..�.....�....�,., ... ..,..._...„ _ .__. ____._ �.. .�.-.. ......�.�, ransfer Fee Sulu 'rota9i Pa..naOty Prig Y ors Collection Cost Totaa Paid I 00 25, O,Q ?5gfl 41.eY3... ... CI47 i7.4II?~ _. 2Is.C1IiH __. ._.... _.._... . _. G P id 120 23-00006655 07/16/2024 25 UU V 2023 / 2024 MONROE COUNTY BUSINESS TAX RECEIPT EXPIRES SEPTEMBER 30, 2024 RECEIP"T# 301.40-9801 Business Name. PEDRO FALCON ELECTRICAL. CONTRACTORS INC 31160 AVE Owne,ir Narne; PEDRO FALCON, CHRISTIAN N BRISSON Business Location: BIG PINE C KEY, FL. '33043 Mailing Address: QUALIFIER, ROBERT D ALLSIBROOK 31160 AVE C SUsirie5s PhDne- 3015-8 72-2200 B L�F Cr IC; PINE KEY, FIL 3�3043 Bus�ness"Type: CONTRAC EW,,TOR (GRAL/E , TRICAL. 3RD QUALIFIER STATE LIC EC13003416) Employees 10 STATE LICENSE EC0001491/CGC1S07617/ --------- [Pno,Y,b Tol, F�e 1, ears Collection Cost �Tota�' Paid Ta.­A'� o n'Q'�,ains�e Fee S 2 OC 0 5.00 0.0 25,00 0 00 0�00 �-1-1�502- Paid 000010 0 7 17/2 0 2 3 25 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 ANWOR MUNICIPALITY PLANNING, ZONING AND LICENSING REQUIREMENTS, MONROE COUNTY BUSINESS TAX RECEIPT P.O. Box 1129, Key West, FL 33041-1129 EXPIRES SEPTEMBER 30, 2024 Business Name: PEDRO FALCON ELECIRI(uAL RECEIPT# 30140-9801 CONTRACTORS INC 31,160 AVE C Business Locabom BIC-3 PINE KIEY, FI., 33043, Owner Name: PEDRO, FALCON, CHRISTIAN N BRISSON Mailing!, Address:QUALIFIER, ROBERTI)ALL'.'313ROOK Business Phione: 305-872-2200 31160 AVE C Business Type: CONTRAC71-OR (GEN ERAL/ELEC7R ICAL 3RD BIG PINE KEY, FL 33043 QUALIFIER STATE LIC EC13003416) Ernpk)yees 101 STATE LICENSE', EC,00014,91,/C(.,4CI50`/`6,1�`/`/ . ......... oflection (Is Total �'a Perialty Tax W1111.)11711-t "T1'1--n;F11-Fee PPw e,7,s I Toll, "a 5 00 0.00 25,00] 0.00 0 00 5,00 1 10 Paid 00,0010 0 7 17/2 0 2 3 25 00 b ICI PRECISION CONTRACTORS P�+: 786759-3555 February 25'r', 2025 Monroe County Public Works 123 Overseas Highway Rocklaind Key, Florida, 33040 ATT:Chrissy Collins RE:88800 Overseas Hwy Handicap Accessibility We are pleased to submit our proposal for your project at the above referenced location. Our proposal is based on the information provided to uis by owner and by our field observations,. Our total sum quote inclusive of the description and specifications included in the breakdown is for the amount of$37,500.00 This project is proposed to be constructed and reach substantial completion within 30 days from the date we receive the notice to proceed/purchase order. Scope of work: • Permitting o Topographic Survey of project area C) Preparation of engineering plans for permitting o Execution of permits with Monroe county, • Construction * Saw cutting and removal of existing sidewalk that is in need of modification. * Disposal of concrete and debris away from jobsite * Preparation of new sidewalk base and forms * Pouring of new concrete for new handicap access. c Supply and installation of new ADA warning pads as needed, • Excluded * MOT and permits * Permit fees,issued by city/county of any kind * Any additional work not described above Poebson Contractors of South Flotrkla,Inc Phone:786,-759,-3555 Email:ppLjr PAYMENT SCHEDULE: Balance at project completion 100% $37,500 TERMS: Any alterations,deviation and/or changes in p,lans,from above specifications involving extra cost will be executed only upon written request by the owner and will become an extra charge over the estimate. This proposal does not include costs for testing and remediation of hazardous materials,costs for removiing, relocating, repairing, or modifying existing framing, surfacing, HVAC, electrical, and plumbing systems(or bringing,those systems into compliance with current building codes),costs for testing and remediation of hazardous materials (asbestos, lead, etc,), and/or permit or inspection fees required by local building department for the overall project, if any. All agreements are contingent upon: strike, accident,or delays beyond our control. Payments shall be made in accordance with this agreernent. Precision,Contractors of South Florida, Inc. shall impose a 1.5% monthly late charge fee on any payment received more than, 30 days after clue date. in the event that payments are not timely made, Precision Contractors of South Florida, Inc. shall be entitled to recover all costs associated with collection Of funds due, including but not limited to reasonable attorney's fee for coUlection, litigation and appeal. This proposal is subject to final approval by an authorized agent or officer of Precision Contractors of South Florida, lnc. foillowing acceptance by you. Only then,so accepted and finally approved shall this proposal constitute a contract between us. If we can be of any further help please don't hesitate to contact us. Approved by: Accepted by: Jose R. Gamez, President Precision Contractors of South Florida, Inc. Predson Contractors Of SOUth Horida, Inc. 2 Phone: 786-759-3555 Email: corn ...............