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
...............