HomeMy WebLinkAbout06/02/2025 Agreement Mouroe County Purchasing Policy and Procedures
Al"I'A jj I M N T
COL)NTY ADMINIS FRATOR
-'()R CONJ RACTS $1 00,000M and Under
CONTRACTSUMMARY R RM I
ON DO C ontract wiIh'$W3'#',j
Effective Date:
rri
L"Apiration Date:
('01III'LICt burp ose/Description:
wov
.................I",...........
MFIIIIVIIVI""')')�'��v
.....................
......... ............
am
Cont,n,:ict is Original Agreenient Contract Aiiieti(�ttricrit/['xteiisiorilI Rc In c
Contract Manager Mac
WA
ON
(LXI.. k-11" rl I etit I n7i'
CON'TRACIA."OSTS
$
YOU D01kV VAILW of'Contract" � Current Yeir Portion-
Mr'muhlyi2x ag'Teemcul then
wqmw tar uppw 'fl'unless ffic
m k", I
BUdgeted? Yes[IN-1 No [—.1
S
M
Gra (nt: S '01111ty Match
.......
1"Luld/C sj..Lente 0/ ')end Category
ADDITIONAL COSTS
Estimated Ongoing Costs: $0 /yr 1 11 0 r: NIA
(Not induded in dollar value,,ibovc) (e.g. rnaintenance, uti ides,jar 14orkit, salaries, etcj
Insurance L tjired: Yl",S FO NO
CON't RAC'"I"I Rf"VW'M
Reviewer Date I I'l
Dcpartment I lead Si nature; D.e S 11 a 11 n I t I i s
D"qw,wvi',x Ly i—vi"
COMIty Attorney Sigmaturc: Jos,eph X, DiNovo �Iw�'XQ�u6aomu�u v4W
........................ .........-----------------------
Risk Management Signature: Jactyn Ratt L" 'S�' "Fwll
UW,20 2% 4 p,1,01"Al
Kirchasing S i gnatu rc: 1.-hsa Abreu U0
. ....... ........
0 m B Si&'MMLHV' jot'rrr QL""" c.04,10
- ------------- ................... -----------.......................................................
RvOsed IBOCC 4/19/202,3
Page 84 of 105
MONROE COUNTY
BOARD OF COUNTY COMMISSIONERS
REQUEST FOR SERVICES
FOR
INSTAI-J.,ATION OF TWO METAL
RESTROOM DOORS AND FRAMES AT BIG
PINE COMMUNITY PARK, 31009 ATLANTIS
DRIN/'E, BIG PUNE KEY, FLORIDA 33043
BOARD OF COUNTY COMMISSIONERS
Mayor James K. Scholl, District 3
Mayor N(.) Tem, Michelletincoln, District -2
Graig Cates, District I
David Rice, District 4
Holly Merrill Raschein, District 5
COT jN'I"'Y ADNI IN IS FRA-l'OR
Christine I lurley
(."'Ierk of the Circuit Court Facilities klaimenance Dh-ector
Kevin Nladok WiMam DeSantis
MAY 2025
PRE I PA R F,D 13 Y:
Page I of 33
Monroe COUntv, U'acihties Maintenance Departnient
Monroe County Facilities Maintenance
General Scope of Work
Job Nanie Installation of ) metai restrocVrit doors and frames
,Job Location: Big Pine Community Park. 31009 Atlantis Drive; Big Pine Key,
Florida 33043
Contact: Chrissy Collins
Chrissy (...'ollins
Collins-Chrissv`i�
.. .............
305-304-9711
PROJECT OVERVIEW
PROJEC]" INTENT AND SCOPE
GENERAL REQUIRENIENTS
I. Project Overview
A) Enter into as contract with as qualified (7ontractor for the Installation off
metal cloors, and frames tit. l3ii-I Pine C0111 I'll Lill itV Park. 31009 Atlantis
Drive; Big Pine Key, Florida 3343.1"he term oaf this contract shall corns ence
upon the date Of issuance taa the undersigned by the Owner of` the Notice to
Pro.)ceed/Purchase Order/Task- Order. Once commenced, the undersigned shall
diligendy continue performance until completion c)f the Project. The
undersigned shall acCOnlplish Final (.7onlpletion of the ProJect within Thirty
(30) days, thereafter,
1"he Contractor shall be required to secure and pay for all required permits and
approvals to perform the work, \vhich aiay include: Monroe County Building
Department and any other permitting or regulatory agencies, ifapplicable. The
Contractor shall include those pernnit fiees as as part of the C ontractor's bid.
13) All qLlOtes are dUe by Thursday, May 22, 2025, at 12.00 P.M., via email to
CoHiwls-Chriss�anionroecoun , cl, "\ , All 01110teS ITIUSt state they will be
good Car one hundred twenty (120) calenclar days 1'1`01111 SUbillittal clue date.
Page 2 of 33
2. Project Intent and Scope
Scope of'Work:
The Contractor shall provide the followrq, Scope of' Work and provide '111 labor and
C,
materials to complete the installation ot'a 2 metal restroom doors and frames cm the 2""
floor of Big Pine Community Park:
• Remove existing doors and frames.
• Install new doors and fi-arnes.
• Paint wall and door frarnes.
• Install ]ever sets and deadholts COMpatible with COUnty used Best Locks.
• Install a SeCLJJ-ity screen at the lotiver on both doors.
• Dispose of'debris and clean up area.
3. General Requirements
A) Fhe Contractor shall coordinate all activities with the Monroe COUnty Facilities
Maintenance Department. Contact: Chrissy C'ollins- 305-304-97 11
B) The Contractor is required to provide protection for all existing surflaces
irlClUding, but not Iiinited tw
i. Existing fixtures
ii. Personal Items
iii. Floors
iv, Vehicles and Personal Propert,,
v. Landscaping
C) The Contractor shall ensure that all noll-exciript ernployees for this eff'ort are
corripensated in accordance with all State and L.ocal L,aws.
D) The Contractor shall load, liaL.11, and properly dispose ofall construction debris
and i!naterials.
E) 'flue Contractor shall provide and maintain appropriate ((. SIIA required)
constrLlCti(M warning signs and barriers.
F) Fhe Contractor shall furnish all required work site sal'ety equipment.
Ir'h e C,ontractor shall furnish and rnainiain on-site material safiety data sheets
�%ISDS) for all, niaterials used in the construction.
1-1) ConstrUC0011 work times shall be limitcd to those specified by tile COUMN'.
1) AH niaterials niust be approved by subiiiittal prior to commencement of),vork.
Pa(, 3 of 33
C_e
J) The Contractor shall provide a lUrnp SUITI price by Tbursday May 22, 2025, at
12:00 P.M, via email as noted herein.
K) The Contractor needs to be aware ot'weather arid location and plan accordingly.
L) 1-he Contractor needs to be avv-are of' the f7acility, its residents. and stall' with,
UrIUSUal schedules and plan accordingly.
M) .l."he Contractor shal I provide as schedule for al I phases ofthe project.
N) 'The Contractor shall coordinate all activities with concurrent site work being
pert'ornied, it'any,
O: ) Insurance Requirements:
Workers Compensation Statutory Limits
F"rnplovers' LJ,abilny $100,000 Bodily Inyjury by Accident
$500,000 Bodily lnjury by Disease. policy
limits,
$100,000 Bodily Injury by Disease, each
employee
general Liability $200,000 per Person
$300.000 per Occun-ence
$200,000 Property Darnage
or
$300.000 Combined Single Limit
Vehicle: $200,000 per Person
(Owned, non-owned, $300,000 per Occurrence
and hired vehicles) $200,000 Property Darnage
or
$300.000 Combined Single I-Arnit
Builders Risk Not Required
Construction Bond Not. ReqUired
l"he Monroe County Board of County Commissioners, its employees and
officials, 11,00 Simonton Street, Key West, Florida 33040, shall be named as
Certificate Holder and Addit4:)nal Insured on General Liability and Vehicle
policies, A "'Saniple- Certificate of' InSUrance is attached, which I'My riot be
reflective ofthe insurance aniounts reqUired for this pro.ject. but is prov ided for
"inforinational PILH-POSeS" Only.
Page 4 of:'33
P) 'rile Contractor is req U ired to have all current licenses necessary to perform the
work and shall submit tile Contractor's License and Monroe County BLISilleSS-
"Fax Receipt along with its Proposal. I I'the Contractor is not a current registered
iVlonroe County Vendor, then it shall also Submit a properly completed and
executed W-9 Form.
INDEMNIFICATION, HOLD HARMLESS, AND DEFENSE.
Notwithstandinc, anv miturnum insurance requirements prescribed elsewhere in
tilts agreement. the('ontractor shall delIcno], inclernnit'v and hold tile County and
tile County's elected all(] appointed officers and employees harmless frorn and
against (i) any claims, actions or causes of action, (ii) ally litigation.
administrative proceedings, appellate proceedings, or other proceedings
relating to any type or injury (including death), loss, damage, fine, penalty or
business interruption, and (iii) ally costs or expenses that may be asserted
against, initiated with respect to, or sustained by, any indemnified party by
reason of, or in connection with, (A) any activity ofthe Contractor or ally of its
employees, agents, contractors or other invitees during the term of this
Agreement, (B) the negligence or recklessness, intentional wrongful
misconduct, errors or other wrongful act or omission of the (.7ontractor or any
of its employees, agents, sub-contractors or other invitees, or (C) tile
Contractor's default in respect ofany ofthe obligations that it undertakes under
the terms of this Agreement, except to the extent the claims, actions, CaUSCS Of
action, litigation, proceedings, costs or expenses arise from the intentional or
sole negligent acts or omissions of the County or any of its employees, agents,
contractors or invitees (other than, the Contractor). The monetary limitation of„
liability under this contract shall be equal to the dollar value of tile contract and
not less than $1 million per occurrence pursuant to Section 725,06, Florida
Statutes. The limits of' liability shall be as set forth in the insurance
requirements included in Subparagraph 3(0). herein, insofar as the claims,
actions, causes Of' action, litigation, proceedings, costs or expenses relate to
events or circumstances that occur during the terin of this Agreement, this
section will survive the expiration ofthe term of this Agreement Or any earlier
termination of this Agreement.
In the event that the completion �of the protect (to include the work of others) is
delayed or suspended as a result of' the Contractor"s failure tca purchase or
maintain the required insurance, the Contractor shall indemnify the County
from any and all increased expenses resulting from such delay. Should ally
claims be asserted against the County by virtue orally deficiency or ambiguity
in tile plans and specifications provided by the Contractor,the Contractor agrees
and warrants that the Contractor shall hold the County harmless and shall
indemnify it From all losses Occurring thereby and shall further defend any
claim or action on the County's behalf'.
The extent of liability is in no way limited to, reduced, or lessened by the
insurance requirements contained elsewhere within this A(Yreernent.
Page 5 of'33
This indemnification shall survive the termination of this Contract. Nothing
contained in this paragraph is intended to nor shall it constitute a waiver of the
COUnty'S sovereign il"MUnity.
R) NON-COLLU SION. By signing this proposal, the Undersigned swears,
according to law, on his/her oath, and under penalty of perjury, that their firm
executes this proposal with prices arrived at independently without collusion,
consultation, COMMUniCation, or agreement liar the purpose of restricting
coilipetition, as to any matter relating to Such prices with any other bidder or
with any competitor. Unless otherwise required by law, the prices Which have
been quoted in this proposal have not been knowingly disclosed by the proposer
and will not knowingly be disclosed by the proposer prior to proposal opening,
directly or indirectly, to any other proposer or to any cornpetitor. No attempt
has been nude or will be oracle by the proposer to induce any other person,
partnership or corporation to submit,or not to submit a proposal for the purpose
of restricting competition, The statements contained in this paragraph are true
and correct, and made with the full knowledge that Monroe 01.111ty relies LIP011
the truth of the staternents contained in this paragraph in awarding contracts for
this proJect,
S) EMPLOYMEYr OR RE71'ENTION OF FORMER COUNTY OFFICERS
()R EMPUOYEES. By signing this proposal, the undersigned warrants that
he/she/it has not employed, retained, or otherwise had ,let oil his/her/its behalf
any former County officer or employee in violation of'Section 2-149, Monroe
County Code of Ordinances or any County officer or employee in violation of
Section 2-150, ?V10111-0e County Code of0rdinances. For breach or violation of
this provision the County may, in its discretion, terminate this Agreement
Without liability arid may also, in its discretion, deduct from the Agreeirlent 01'
purchase price, or otherwise recover, the, full arnount of any fee, commission,
percentage, gill, or consideration paid to the former County ounty officer or employee
pursuant to Subsection 2-152(b), Monroe County Code ofOrdinances.
T) CODE OF' ETHICS. T'he County agrees, that officers atid employees ofthe
County recognize and will be required to comply with the standards of conduct
for public Akers and employees as delineated in Section 112.313, 11orida
Statutes regarding, but not: limited to, so,licitation or acceptance of gifts; doing
business with one's agency; unauthorised compensation" misuse Of public
position, conflicting caiployrnent or contractual relationship-, and diSCIOSUre or-
use of certain information.
U) DRUCf-FREE W(l'RKPLACE. By signing this proposal, the Undersigned
certifies that the contractor complies fully with, and in accordance with Section
287.097, Florida Statutes, as hallows:
1) It will publish a statement notifying employees that the unlawful
manufacture, distribution, dispensing, possession, or use Of a controlled
Page 6 of 33
substance is prohibited in the, workplace and specify the actions that will be
taken against eniployees for violations Of Such prohibition,
21 It will inform employees about the dangers of drUg abuse in the workplace,
the business's policy of i-naintaining, a drug-firee workplace, any available
drug COLHISCliflg, rehabilitat4m, and eniployee assistance programs. and the
penalties that may be imposed upon employees for drug abuse violations.
3) It will give each employee engaged in providing the conirriodifies or
contractual services that are Under bid a copy of the staternent specified in
Subsection 1,
41 In the staternent specifited in Subsection 1, it will notify, the employees that,
as a condition of working oil the commodities or COiltractUal services that
are under bid, the employee will abide by the ternis of the staternent and
will notit y the eniployer Of any conviction of, or plea of guilty or nolo
contendere to, any violation of Chapter 893 (F lorida Statutes) or of any
controlled substance law of the t-Jilited States or any state, for a violation
occurring in the workplace no later than Five (5) clays after such conviction,
5) It will impose a sanction on, or require the satisfactory participation in, a
drug, abuse assistance or rehabilitation program if Such is available in the
employee's community, for any ernp oyee who is so convicted.
6) It will make a good faith effort to continue to maintain a drug-free
workplace through implementation of this section.
ADDITiONAL CONTRACT PROVISIONS
1) Nondiscrimination/Equal Employment Opportuni!j.
The Contractor and County agree that there will be no discrimination against
any person, and it is expressly understood that upon as determination by a court
of competent jurisdiction that discrimination has Occurred, this Agreement
automatically terminates without any further action oil the part of any party,
effective the date ofthe court order. 'Fhe Contractor agrees to cornply with all
I"ederal and I'lorida, statutes, and all local ordinances, as applicable, relating to
nondiscrimination. These include but are not limited to: I )Title V11 of the(jvil
Rights Act of 1964 (PL 88-352) which prohibits discrimination oil the basis of'
race, color or national origin-, 2)Title I X of file Education Amendment of 1971
as amended (20 USC ss. 1681-l683, and 1685-1686), which prohibits
discrimination oil the basis of sex-, 3) Section 504 of the Rehabilitation Act of
t973, as amended (20 USC s. 794), which prohibits discrimination on the basis
of'handicaps,- 4) The Age Discrimination Act of 1975, as amended (42 LJSC ss,
6101-6107) which prohibits discrimination oil the basis of'age; 5) I'lle Drug
C
Abuse Office and, Treatment Act of 1972 (111, 92-255), as amended, relating to
Z,
nondiscrimination on the basis ot'druo, abuse; 6) The Comprehensive Alcohol
tz
Abuse and Alcohohsrn Prevention, Treatment and Rehabilitation Act ol" 1970
(Pl- 9 1-616), as amended, relating to nondiscrimination on the basis of Acollof
Page 7 oat'33
abuse or alcoholism; 7) I'he Public Health Service Actot'1912, ss. 523 and 527
(42 USC. ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of
alcohol and drub abuse Patient records,, 8) Title VI I I of the Rights Act of
1 968 ('42 LJS( s, 3601 et sect,), as amended, relating to noficliscrinlinatio n in the
sale, rental or financing ofhOUSing, 9) _Fhe Americans with Disabilities Act of
1990 (42 USC s. 12101 Note), as may be amended froni time to time, relating
to nondiscrimination oil the basis of' disability; 10) Monroe County Code,
Chapter 14, Article 11, which prohibits discriminationon tile basisol'i-ace, color,
sex, religion, national origin, ancestry, sexual orientation, gender identity or
expression, f1arnilial Status or age: and 11) Any other nondiscrifil i flat ion
provisions in any Federal or state statutes which may apply to the parties to, of-
the subject matter of, this Agreement.,
irl)
urine the performance ofthis Agreement, the Contractor, in accordance with
Equal Enqk ment Qlywrlunit'V (30 Fed, Reg. 12319, 12935, 3 CF,R. Part,
1964-1965 Conip., [). 339) as arnended by [`AeCUtive Order 11375, 4inentlin,i�
Elvecutive ()ruler 11246 Relettiftg to Equal EmI)IoV
' nient and
implementing regulations at 41 CT.R. Part 60 (01"fice of Federal Cotitract
Compliance FqUal ErnpION)ITICIlt OppOrtUrlity, Department eat Labor),.
see 2 C.F.R. Part 20(J, Appendix If. C, agrees as follows:
A) The Contractor ontractor will not discriminate against ally employee or applicant
f7or employment because of race, color-, religion, sex, sexual orientation,
gender identity, of- national origin. The Contractor will take,affirmative
action to ensure that applicants are employed, and that employees are
treated equally during employment, without regard to their race, color,
religion, sex, sexual orientation, gender identity, or national origin.
Such action shall include, but not be limited to, the following:
Employment, upgrading, demotion, or transfer, recruitment or
recrUltIllent licivertising; layoff or termination; rates of pay or other
fornis of' compensation; and selection for training, including
apprenticeship. The Contractor agrees to post ill COIISPiCUOUS Places,
available to employees and applicants for elliployment, notices to be
pre>vided by tile contracting officer setting florth tile provisions of this
nondiscrimination clause,
B) The will, in all solicitations of-advertisements for employees
placed by or on behalf of" the Contractor, state that all qUalified
applicants will receive consideration for employment without regard to
race, color, religion, sex, seXUal orientation, gender identity, of*national
origin,
C) 'File Contractor will not discharge or in any other manner discriminate
against any employee or applicant for employment because suctr,
employee of- applicant has Inquired about, discussed, or disclosed the
compensation of the employee or applicant or another employee or
applicant. "Flifis provision shall not apply to instances ill which an
employee, who has access to the compensation information of other
Page 8 (A'33
employees or applicants as a part of such employee's essential Job
functions, discloses, the compensation of such other employees or
applicants to individuals who do not otherwise have access to SUCII
intorniation, unless such dis0osure is in response to as flortnal C()nlplaillt
or charge. in furtherance of all investigation, proceeding, hearing. or
action, iliClUding an i n vest igm ion conducted by the employer, or is
consistent with the ("ontractor's legal duty to ILlIIIIS11
D) Fhe Contractor will send to each labor union or represcmative of
workers with which it has as collective bargaining agreement or other
contract or understanding, a notice to be pr(.wided by the agency
contracting officer, advising, the labor union or workers' representative
of the ContractoCs conirnitments under Section 202 olTIXeCUtive Order
IF 246 of September 24, 1965, and shawl I post copies of the notice in
conspicuous places available to employees and applicants i.(.)r
employment.
E"') The (I ontractor will comply with all provisions of EXeCLItive Order
11246 of'September 24, 1965,, and oftrhe rules, regulations,and relevant
orders of tile Secretary of Labor.
F) The Contractor will furnish all information and reports required by
Executive Order 11246 of' September 24, 1965, and by the rules,
reOUlations, and orders of the Secretary of Labor, or pursuant thereto,
and will permit access to his books, records, and accounts by the
contracting agency and the Secretary of Labor for purposes of
investigation to ascertain COMPHMICe With such rules,, I-CgUlations. and
orders.
G,) In the event of the ontractor's non-compliance w i t ll the
nondiscrimination clauses Of this contract or with ally of such rules,
regUlatiMIS, or orders, this contract may be canceled, terminated, or
Suspended in whole or in part and the Contractor nlay be declared
ineligible for further Ciovernment contracts in accordance with
procedures a.uthorizeld in Executive Order 11246 of September 24,
1965. and such other sanctions may be imposed and remedies invoked
as provided in Executi ve Order 11246 of Septcrriber 24, 1965, or by
rule, reguhation, or order of the Secretary of' l—abor, or as otherwise,
provided by lakk.
111 The Contractor will include the portion of the sentence illirnediately
preceding Subparagraph (A) and the provision of Subparaoraphs (A)
LI
through (11), in every Subcontract or Purchase order unless exernl',)ted by
rules, regUkttlons, or orders of tile Secretary ofLabor issued pursuant to
Section 204 of' F"Accutive Order 11246 of September 24, 1965, so that
such provisions will he binding,,, Up011 catch subcontractor or vendor, The
Contractor Nvill take such action k\ith respect b) any SLIbcontract or
purchase order as the adillinistering agency may direct as as rneans of
cni'orcing Such provisions. including, sanctions fear or non-comphance,
f)age 9 ot'33
provided, however, that in the event a contractor becomes involved in,
or is threatened with, litigation with a subcontractor or vendor as a result
Of such direction by the adnlinistering agency the Contractor may
request the United States to enter into SUch litigation to protect the
interests of the trJnited States,
11) Termination Provisions.
A) In the event that the Contran,)r shall be I'mind to be negligent in aivv
aspect of. service, the ount), shall have the right to ten-ninate this
agreement after Five (5) days' NAritten notificatioll to the G)n tracto r.
13) Fither ofthe parties,hereto may cancel this Agreement without cause by
giving the other party sixty (60) days" written notice of its intention to
do so.
jernjjnation for Cause and Remedies: In the event of breach of any
contract tenrls,,the County retains the right to, terminate this ,agreement.
The CoulitN, may also CLrminate this agreement for cause with the
Contractor should the Contractor fail to perl'orrn the covenants herein
contained at the tirric and in the manner herein provided. Ili the event of
such termination, prior)" to termination, the County shall provide the
(I lontractor with five (5) calendar days' notice and provide the
Contractor Nvith all Opportunity to, cure the breach that has occurred. H'
the breach is not cured, the Agreement will be terminated for cause. If
the Courny terminates this agreement with the ontractor, the County
shall pay the Contractor the SUni due the Contractor under this
agreement prior to termination. unless the cost of' completion to the
COUllty exceLds, the funds remaining in tile contract. However, the
County reserves the right to assert and seek an offset for damages caused
by, the breach. The maximum an"10LInt due to the ('I ontractor shall not,
in any event, exceed the spending cap in this Agreellient. In addition,
the County reserves all rights available to recoup monies paid under this
Agreement, including the right to Ate for breach of contract and
including the right to pursue a claim for violation Of tile County's False
Claims Ordinance. located at Section 2-72 1 et al, of the Monroe C(ninty
Code,
D) Terniiiiation For Convenience: J'he Count)/ illay terminate this
Agreement for convenience, at,any time, Upon seven (7) days' notice to
Contractor. Ifthe ounty terminates this agreenient with the Contract(
C'OUnty shall pay Contractor the SUM due the Contractor under this
agreernent prior to terrilinatiOn, unless the cost of completion to the
County exceeds the funds remaining in the contract, The maximurn
aMOUt'a due to Ccmvactor shall not exceed the spending cap in this
Agreement. In addition, the County reserves all rights available to
I-CCOUP monies paid under this Agreenient, including the right to sue for
breach ofcontract and including;the right to pursue a claim for violation
Page 10 ol'33
Of tile CCRIMy"S False Clairris Ordinance, located at Art. IX, Secti on 2-
72 1 et at. of'the Monroe County (-'ode,
E) Scrutinized (ojigpag�ies: For Contracts of any arrIOUnt, if the COUntv
determines that the Contract0r/CMISLI]tant has submitted a ftflse
certification under Subsection 287,135(5), Florida Statutes or has been
placed on tile Scrutinized Companies that lloycott Israel List. or is
engaged in a b)ycott of Israel. the County shatl have the option I
tcrrriinating the Agreement after it has given tile ontractor/Consultant
written notice and an opportUllity to d enlf� ris.-t rate the aoency, s
determination offalse certification was in error Pursuant tO Subsection
287,1 35(5)(a), F'Iorida Statutes, Or(2) rnaintakiing the Agreement ifthe
conditions of Subsection 287.135(4), Horida Statutes, are met.
111) Maintenance of Records.
'File Contractor shall maintain all books. records. and CIOCUITlents directly
pertinent to perforitiance under this Agreement in accordance with generally
accepted acCOU1161101 principles consistently applie& Records shall be retained
for an period of seven (7) Years, from the termination of' this agrcernent or In
accordance with the State of` Floridzi retention schedules
(ht:tps://dos,.tT,go v/1 ibrary-arch i v es/records-irianage in e ri L/gen eral-record s-
schedules/),whichever is greater. Fach party to this, greement or its authorized
L�
representatives shalt have reasonable and timely access to such records ofeach
other party to this Agreement for public records purposes during the term ofthe
A-reernent and for tile applicable retention period 1"olloNving the terruinatiOn Of'
F
this Agreement.
IV) RiLht to Audit.
,4 vailabilit,V qf Recor T cls. he records of the parties to this Agreernent relating
to the Project, which shall include but not be limited to accounting records(hard
copy, as well as ecni,iputer readable data if it can be rnade available-, subcontract
files (including proposals of SUCCCSSFul arid Unsuccessful bidders, bid recaps.,
bidding instrUCtions, bidders list. etc,)-' original CStirriates: estimating worksheets-, correspondence: change order files (including docunientation, covering
negotiated settlements); back charge logs and supporting cl()CL.Hrienta6on:
.general ledger entries detailing cash and trade discounts earned, insurance
rebates and dividendsany othier Supporting evidence, deer ned necessary by the
Owner or by the Monroe Office of the Clerk (WCOUrt and CornptroHer
(hereinafter referred to as "COLIT'Ity Clerk-)to Substantiate charges related to this
agreement, and all other agreements, Sources of' in6)rniation and matters that
rnay in the Owner's or the CountN Clerk's reasonable judgment have ant'
bearing oil or pertain to any matters. rights, duties, or obligations under or
cov ered b =1
y any contract d0CLIment (all Foregoing llereinafter referred to as
"Record,s") shad be open to inspection and subJect to audit and/or reproduction
by the Owner's representative and/or at,,er.itsof'Owiieroi-tyre County Cterk. The
Owner or (7ounty lerk, may also conduct verifications such as, but not limited
to, couritin tn
,g employees at the Job site, witnessing the distribUti(M of` payroll,
Page I I of 33
verifying payroll coniputations, overhead cornputations, observing vendor and
SLIppliel' paynients, n-riscellaneous allocations, special charges, verifying
information and anrlounts through interviews and written confirrmations, with
ernployces, subcontractors, SLAppliers, and contractors' representatives, All
records shall be kept f'or ten (10) year's after Final Completion, The Countv
Clerk possesses the independent authority to conduct ain audit of'records,assets,
and activities relatirla to this Proiect. Van auditor employed by the COLIMY or
Clerk determines that ninnies paid to Contractor PLUSUam to this Ngreernent
%%,cre spent for purposes not authorized by this Agreement, or were wrongfully
retained by the Contractor, the Contractor shall repay the ninnies together with
interest calculated pursuant to Section 55.03, the Florida Statutes,, running frorn
the date the monies were paid to Contractor. The rt, hi to awtht provisions
survive the terniination or expiration of this Agreement.
V) Payment of Fees / Invoices.
The County shall pa%, pursuant to 'Section 218.70, r'lorida Statutes (Horida
Local Governnient Pronipt Payment, Act) Upon receipt of a Proper Invoice frorn
the Contractor. Payments dUe and Ullpaid under the Contract shall bear interest
pUrSUarit to the Florida Local Government Prorript Payrnent Act.
The Contractor is tO SUbrnit to the County invoices with SUPPOrting
(IOCUrTientation that are acceptable to the County Clerk. Acceptability to the
County Clcrk- is based on generally accepted accounting principles and SLICII
ljNk,,s,, rules, and regulations as ri,iay govern the County Clerk's disbursal of'
Funds. Invoices shall be submitted to Monroe ('ounty Facilities
Maintenance Department, Attention Chrissy ollins, via email at Collifis-
Chrissv'it
The COUnty is exenipt from sales and use taxes. A copy catty the tax exeniptk)n
certificate will be prOvided upon request.
Final payment shall be rnade by the County, as the Owner, to the ('ontractor
when the Contract has been fully perfornied by the Contractor and the work has
been accepted by the, County.
VI) Public Records.Comilliance.
The ("ontractor must corl°lply with Florida public records laws, including but
not limited to Chapter l 19, Florida Statutes and Section 24 of'Article I or the
C01IStitUtion or Fl(,)ritfa. I'l-re COU11tV and Contractor shall allow and pen-nit
reasonable access to , and inspection of, all docunients, records, papers, letters
or other -public record" materials in its possession or- under its contra. l SUbjeCt
to the provisions of(r"hapter 119, Florida Statutes, and n1acle or- received by the
C aunty and Contractor in conjunction
junction with this contract and related to contract
perfbrniance. The County sha I I have the right to Lin i lateral ly cance I this contract
Upon violation ofthis provision by the C ontractor, Failure ofthe Contractor to
abide by the tel-ITIS Of this PMVision shall be deemed a material breach of this
contract and the County rnay enforce the ternris of this provisio n ill the rornl of'
Page 12 of'33
a COUI-I proceeding and shall, as a prevailing party, be entitled to reililbursement
ol'all attorney's fees and costs associated with that procceding. "['his provision
shall survive any terrilination or expiration of the contract.
I lie Contractor is enCOUraged to consult with its advisors about Florida Public
Records La", in order to comply vith this prov isioti.
flurswant to Section 1 19.070 1, Florida Statutes arid the terms and condition,, of
this, contract. the Contractor- is required to:
A) Keep and maintain Public records that would be required by tile Count�,
to perform the service,
B) ()pon receipt from the COLInty-S custodian of records, provide the
County with a copy ofthe requested records or allow tile records to be
inspected or copied within as reasonable time at a cost that does not
exceed the cost provided in this chapter or as otherwise provided by lawv.
C,) Ensure that. public records that are exempt or confidential and exempt
frorn public records disclosure reqUIrernents are riot disclosed except as
authorized. by law for the duration of"the contract term and following
completion ofthe contract if the contractor does not transfer the records
to tile County.
D) Upon completion ofthe contract, transfer, at no cost, to the COLInty; all
public records in possession of tile Contractor or keep arid maintain
public records that would be required by the County to perfoi-Ill the
service. Ifthe Contractor transfers all public records,to the County upon
completion of the contract, the Contractor shall destroy any duplicate
public records that are exempt or-, confidential, and exerript from, public
record,,, diSCIOSLIA-C requirements. If'the Contractor keeps and maintains
public records upon completion of the contract, tile Contractor shall
meet all applicable requirements for retaining public records. Ali
records stored electronically must be provided to the County, upon
request from tile Ca:unty's Custodian of records, in a I-Ion-nat that is
corripatible with the infilrmation technology systems Ot'tllC COLJWV,
Er,l) A request to inspect or copy PLJhhC records relating to a County contract
nlUSt be made directly to the COUnty, but if the County does not possess,
the reqUested records, the County shall immediately notify tile
Contractor all`the request, and the Contractor must provide the records
to the County or' allow the records to be inspected or- copied within a
reasonable tirne.
if the Contractor does riot comply With tile COUnty*s request for records, the
County shah entbrce the public records contract provisions in accordance \Nilh
the contract, notvvithstanding the County's option and right to unilaterally
cancel this contract upon violation of this provision by the Contractor. A
Contractor who fails to provide the public records to the County or pursuant to
Page 13 of 33
as valid public records re(jUeSt within as reasonable thne nlay be sub'ject to
penalties under Sectiori 119,10. Florida Statutes.
"I"'he Contractor shall not transfer CUstody, release, alter, destroy or otherNkise
dispose ofany public records Unless otherwise provided in this provision of.
as otherwise provided by law.
IF THE CONTRACTOR HAS QUESTIONS REG"ARDING
THE APPLICATION OF CHAPTER 119, FLORIDA
STATUTES, TO THE —C,0NTRACT0R'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS
CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC,
RECORDS, BRIAN BRADLEY AT PRO�NE NO. 305-292-34701
BRA DLIEY-BRIANiLi,),MONROECOLiNTY-FL.GOV:
MONROE COUNTY ATT0RNr EY'S OFFICE, 1111 12"'11
Street, SUITE 408,KEY WEST, FL 33040.
ice "yt E em.
Beginning January 1, 2021, ill accordance with Section 44 .095, Florida
StatUtes. as rnay be arnended from time to tinter:~, the Contractor and any
subcontractor shall register with and shall UtiliZe the U.S. Department of
ll(�ameland Security's F-Verify system to verify the work authorization status of
all new employees hired by the Contractor during the term of the Contract and
shall expressgy require any SUbcontractors performing work or providing
services purSUant to the Contract to likewise utilize the U.S. Department of
Homeland SeCL,11"ity('s E-Verity system to verity the work aUthorization staLLIS Of
all new employees hired b,y the subcontractor during the Contract term. Any
subcontractor shall provide an affidavit stating that the subcontractor does not
ernploy. contract with, or subc(')ntracL with an unauthorized alien. The
Contractor shall comply with and be subject to the provisions of Section
448.095, Florida SWLACS. Pursuant to Section 448.095:
A) -A public agency, Bidder, or suhcontractor who has, a good faith belief
that a person, or an entity with which it is contracting has knowingly
violated SUbsection 448.09(l ) shall terminate the contract with time
person or entity,
B) A public, agency that has as good Caith belief that as subcontractor
knowingly violated this subsection, but the Bidder- otherwise complied
with this, subsection, shall promptly notify the Bidder arnd order the
Bidder to irru-nediately terminate the contract with the subcontractor.
C) A contract terminated under this paragraph is not as breach cat contract.
arld niav not be considered as such. If a PU[flic agency terminates a
colltrlllct with as Bidder Under this paragraph, the Bidder may not be
awardcd at public contract fl(.)r at Neast I year after the date on which the
Page 14 of
contract was, terminated, A Bidder is liable for any additional costs
incurred by a public agency as a result of the termination of a contract
Vill) Notice Reguirement.
Any written notices or correspondence given pursuant to this contract shal,l be
sent by United States Mail,certified, return receipt requested, postage prepared,
or by courier vvith proof of' delivery. Notice is deemed received by the
Contractor when hand delivered by national courier with proofol"delivery or
by U.S. Mail up 011 verified receipt Of-Upon the date of'refusal or non-acceptance
of delivery. r Hie place otgiving'Notice shall remain the same as set forth herein
until changed in writing in the manner provided in this paragraph. Notice shall
be sent to the following persons:
For Contractor: Sea Tech of the Florida Keys Inc
PO Box 42059
................ ............-............
SUMmerland Key,FL 330,42
............ ..............
Attm Ryon La Chapelle
............... ................. ..................
For Owner: Facilities Maintenance Department
Attention: Chrissy Collins
11 23 Overseas 1-1 ighway
=1
Rockland Key, Florida 33040
and
Monroe COUnty Attorney's Office
I I I I 12" Street
Suite 408
Key West, Florida 33040
IX) Uncontrollable Circumstance.
Any delay or failure(:)feither Party to perform its obligatiO11S Under this Agreemem
will be CXCUscd to the extent that the delay Or fililffe was caused directly by an,
event beyond such Paily's control, WidlOUt SUCh Party's fault or neghgence and that
by its nature could m.)t hzive been foreseen by Such Party or, if it COL Ild have been
f'oreseen, was unavoiclatl (a) acts of God-, (b) flood, tire, earthquake, exp osl0n,
tropical storni, I'll U rri cane or other declared enrlergeneV in the geographic area ofthe
Protect; (c) w o wear, invasin, hostilities (whether war:' is declared or not), terrorist
threats or acts. riot, a.-)r other civil unrest in the geographic area of the Project; (d)
government order or la" In the geographic area of the Project, (e) acncms,
embargoes, or blockades in effect on or after the date of this Agrecii,ilent-, (f) action
b� any governmental aUthOrlty prohibiting work in the geographic area of' the
pro.ject-11(each, a "Uncontrollable C'ircumstance"). The C'ontractor's financial
inahillty to pertorl-li, changes in cost or availat)ility of' materials, corliponesils., 0'
services, rnarkel, conditions, 01' SUPPlIff AC6011S 0rCOl1t.r11Ct diSI)Utes will not excuse
Page 15 o('33
perf'ortmance by Contractor under this Section, I'lle Contractor shall give dw
C.I mlilt.y ,Nxitten notice within seven (7) da�,,s of any event or cireurnstance that is
reasonal,fly IiWy to resuh in ail t.ricontroHable (Ircurnsuance., and the anticipated
duration of'such L,)neonVORabIIC il-CLIMmance, 'I he Contractor 01,111 use A diligent
efforts io end the tJncontrollilbIC Ch'CUMSUUICer, ensure that the effects of
any I !ncontrollahlc Circurnstance are niiiiii-riized and I-eSUITIC fuH. perforniance
ilnder this Agreement. ]'he County "ill not pay additional cost as as VeSUlt of an
L.'ncontroHaNc Circuilistance, Fhe Contractor rnaa only seek as no cost Chanj,le
Order or Amendment f'or such reasonatfle tine as the ()vkneirs Representative rlljy
determine.
X) Adjudication of Disputes or Disagreements.
The Courtity and Contractor agree that all disputes and disagreements shall be
attempted to be resolved by rneet and confer sessions between representatives of
each ofthe parties. Ifthe issue or issues are still not resolved to the satisraction of
the parties, then any party shall have the right to seek such relief or rennedy as may
lie provided by this Agreement or by Florida law. '['his Agreement is not subject to
arbitration. This provision does not negate or waive the provisions of Sections 1,
Nondiscrimination. or Section 11, concerning termination or cancellation.
Page 16 of33
PROPOSAL FORM
PROP(DSAL To: Monroe County Facilities Maintenance
123 Overseas Highway
Rockland Key, Florida 331,140
PROPOSAL FROM: Sea Tech of the Florida, Keys Inc
PO Box 42059
Surnmerfand Key,FL 33042
'The undersigned, having carefully examined the Work and reference Dravyings.
Specifications. Proposal, and Addenda thereto and other Contract 1")OCLIIIILI'ItS for UIC
constrLICti0n Of:
Installation oft Metal Restroom Doors and Frames at Big Pine Community
Park
and having carefully examined the site where the Work is to be performed, having
become Farniliar with all local conditions including labor affecting the cost thereof, and
having faiiiiharized himself with material availability, Federal, State, and Local laws,
ordinances, rules and regulations affecting perk n-nance of the Work, does hereby
propose to furnish all labor, mechanics, SUperintendents, tools, material, equipment,
transportation set-vices, and all incidentals necessary to) perform and complete said Work
and work incidental hereto, in a workrTian-like manner, in conformance with said
Drawings, Specifications, and other Contract DOCUrnents including Addenda issued
r-I
thereto.
The undersigned further certifies that he/she has personally inspected the actual location of
where the Wr ork is to be performed,together with the local SOUrces of supply and that lie/she
Understands the conditions Under which the Work is to be performed. The proposer shall
assurne the risk ofany and all costs and delays arising from the existence of any subsurface
or other latent physical condition which COLIld be reasonably anticipated by reference to
dOCUMentary information provided and made available, and from inspection and
examination ofthe site.
The undersigned agrees to COITImence performance of this Protect within Teti (10)
calendar days after the date of issuance taa the undersigned by Owner of the Notice to
Proceed Purchase Order/Task Order, Once commenced, Undersigned sliall diligently
C011thILle performance Lillfil cornpletion of the Project. The undersigned shall accomplish
Final Completion ofthe Project within Thirty (30) days, thereafter.
Page 17 of 33
The Base Proposal shall he furnished below in words and numbers. If there is an
inconsistency between the two, the Proposal in words shall control.
Ten Th usa�nd,Six Hundred Sixty-nine and 56/100---------------------Dollars.
(Totall Base Proposal- words)
$ 10,669,56 Dollars.
—------------ ....... ...
(Total Base Pmposal' - Mlmbei-s)
1 acknowledge Alternates as tbUovvs: N/A
I acknowledge receipt ot'Addeiida No,(s) eat® None
No. Date
No. Dated
Page 18 of 33
In addidmi, Proposer states that fie/stie has provided or will provide the County, along with this
Proposal, a cerfitied copy ('4 License, Monroe (-ounty BUSHIeSS Fax Receipt. and
C'ertif"icate of Insurance showing the minimum inSUrance reqUirernerns ('or this project.
Execution by the Contractor must be by a person Nvith authority to bind the entity.
By signing this agreement below, the Contractor has read and accepts tile terms and conditions set
Cortli by the Mcmroe, C.OLlfltv General ReqUirements for ConstmldiOrt found at the fink on the
Monroe County web page littp:, /fl-.i..i..........iiroecOL nth_c-i-v-icp-l-tj---------------- I8, AND
—
accepts aH oftlie terms and conditions and all Federal required contract provisions herem.
IN WFI-NESS Wf IEREOF, the parties have caLlsed this Agreement to be executed by their duly
aUthorized representatives. as follows:
Contractor: Sea Tech of the Floirida Keys Inc
...............-111--l",--------------------l-11-1-11-1-1----------------—----
Address: P ex 4205291, ,Summierland Key, FL 33042
Phone NUniber� 305-872-0888
FJX -01 13
............................................ ..................... .........................--------
F,rn a i I robins@seatech.cc
Date� 5/22/25 Signed: ko6ik? sz*KA1015-ky
Robin Szmansky, Secretary
Name "Fitle
Contractor's W itness signature: uwu��
Witness name: Eduardo Estevane Jr
.........................................-............ ................... ............... ..................
Date: 5/22125
....... .............. ............................ .......................
"t'he County accepts the above proposal:
N'ION RO L', COUN'TY, FLORIDA
ChrisY Digitally signed by Christine Hurley
tine Hurle Date:2025.06.02 15:57:42-04'00' Date:
..............................
By: Comity Administrator or Desilonee.
MONROE COUNTY^TTOMNEIM CWMF-
APPROVED A,5 TC)FORM
Page 19 ot'33
STAW(!ZVUNT;"1MWNeV
DATE� —d-C1 5-2()?5
NON-COLLUSION AFFIDAVIT
I, Robin Szmansky of the city, of Blgi Pine Key
according to law on my oath, and under penalty of perjury, depose and say that:
11 , 1 am Secretary
of the firm of Sea Tech of the FliordaKeys Inc
the Iproposer makingi the Proposal for the project described in the, notice for
calling for proposals for:
Installation of 2 Metal Doors & Frames at Big-Pine Cornrnunu!jfgL�_
and that I executed the said proposal with full authority to do, so;
2, The prices in this proposal 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 proposer oir
with any, competitor; and
1 Unless otherwise required by law, the, prices which have, been quoted in this
proposal have not been knowingly disclosed by the proposer and will not knowingly
be disclosed Iby the proposer prior to proposal opening, directly or indirectly, to any
other proposer or to any competitor; and
4, No attempt has been made or will be made by the proposer to, induce any other
person, partnership or corporation to submit, or not to submit, a proposal for the
purpose of restricting competition; and
5. The statements contained in this affidavit are true and correct, and made with fuilll
knowledge that Monroe County relies upon the truth of the statements contained
in this affidavit in awarding contracts for said project.
&006r*, SZh%A*?Cky 5/22/25
(Signature of Proposer) (Date)
STATE OF: Texas
COUNTY OF: Hidalgo
Subscribed and sworn to (or affirmied) before me, by means of 0 physical presence or
;?onlline notarization, on 5'/22/25— (date) by
Robin Szmansky — (name of affiant), He/She is personallly known to
me or has produced Vafid Drivers License
(type of identification) as identification.
UuAA46. &&,,44C S-A,
NOTARY PUBLIC
My commission: expires, 01412512028 (SEAL)
All 111'011'"
..............
flage 20 of'33
OF
DectroricaHysilgned and notarized online using the Procif platform.
LOBBYING AND CONFLICT OF INTEREST CLAUSE
SWORN STATEMENT UNDER ORDINANCE NO. 010-1990
MONROE COUNTY, FLORIDA
ETHICS, CLAUSE
Sea Tech of the Florida Keys Inc
(Company)
it
warrants that hie/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 Oird!li,nance
No, 010-1990. For breach or violation of this provision the County may, in its discretion,
terminate this contract without liability and may also, in its discretion, deduct from the
contract or purchase price, or otherwise recover, the full amount of any fee, commission,
percentage, gift, or consideration paid to the former County officer or employee".
ko6iol sz "ky
(Signature)
Date- 5/22/25
STATE OF: Texas
Z—
COUNTY OF: Hidalgo
Subscribed and sworn to (,or affirmed) before me, by means, of El physical presence or
X online notarization, on 5/22/25 20 (date) by
Robin Szmansky (name of affiant). He/She is,
personally known to me or has produced DRIVER, UCENSE
as identification. (Type of identification) 1&644�
NOTARY PUBLIC
My commission expires: 04/25/2028
Pu V"'
Eduardo Estevane Jr
R)INUMBER
0 OF EXPRES
ApW 25,2028
Bectronically signed and notarized!online using the Proof piatforrn,
Page 21 of33
DRUG-FREE WORKPLACE FORM
]'lie Undersigned vendor in accordance with Florida SUALIte, See. 287.087 hereby certifies that:
In of the Floddw .a
Inc
(Narne of'Bushiess)
I. PLd')fiShCS as statement notifying el-riplovees that the Llt1la%kf'L1l 111MILd"acture, distribution,
. Ln
dispensing, possession!., Or Use c.4'a controlled substance is prohibited in tile workplace and
specifyingo the actions that will be taken against ernployees f'or violations of such
1.')rohibifion.
2. Infort-ris ernployees abrAlt the dangers ofdrug abLISC in the workplace, the bUsiness's policy
of niaintainitig a drUg-free workplace, any available drug counseling, rehabilitation, and
employee assistance programs, and the penalties that may, be imposed upon employees fior
drUg abuse violations.
Gives each employee engaged in providing the Conn modifies or contractual services that
are under proposal a copy of tile statement specified ill SLlbscction ( I ),
4, In the staternent specified ill SUbsection ( I), notifies tile elliployees, that. as a condition of
\&orkin,_, on tile cornim,'idities or contractual services that are under proposal, the employee
gill abide by the terns ofthe statement and will notify the employer ofany coriviction, of
can plea Of"Uilt) or nolo comendere to. any violation o)fChapter 8913 (Florida 'statutes) or
ofany controlled substance law of the (Jilited States or any state, for a violation OCCUrring
in tile workplace no later than five (5) days after such conviction.
5. Imposes as sanction on or requires the satisfactory participation in a drUg abuse assistance
or rehabilitation program if such is available in the employee S Colllmllnky, 1101. any
eniployee who is so convicted.
6, Makes as good flaith ef'R)rt to continUC to niaintain a drug-free w'(:)rkpiace thl-OUgh
implementation ofthis section.
As the person authorized to sion the statement, I certify that this firrn coniphes fully wvith [lie above
requirements.
Proposer*s Signature
5/22/2 5
Da te
STATI 0 F Texas
CO lJ N F'Y 0 1 Hdalgo
_'_----------- ...............................................
SUbscribed and sworn to (or at7firmed) belbre rne, by means ot'E] physical presence or le oi1fille
notarizadon, on (date), by
(narne of affimnt). I le/She is personally known to nie or has produced
(type of identification) as idea ation
.................................................
P NOTARY PUBLIC
4 4
# Eduardo Esteyane Jr
Z NUMBE R 1N,"Iv Commission F.'x 1 04/2512028
p res:
A
COMMISSMNi EXPOES
or
Apwil 25,2028
Noe 22 ot'33
Electronically signed and notarized onfine using the Proof platform. I-
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 suibmit 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 on leases of real property to a, public entity, may not be
awarded or perform work as a contractor, supplier, subcontractor, or consultaint under a
contract with any public entity, and! may niot transact business with any public entity in
excess of the threshold amount provided in Section 287,017, Florida Statutes,, for
CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on
the convicted vendor list,"
I have read the above and !state that neither
(Proposer's name), nor any Affiliate
has been placed on the conivicted vendor list within the last thirty-six ( ) months.
I,,
'061"ki ��Zhw_qskj_
(Signature)
Date: 5/22/25
STATE OF: Texas
COUNTY OF: —Hidalgo
Subscribed and sworn to (or, affirmed), before me, by means of F-1 physical presence or
Xonline notarization, on the 22 day of May 1
20 25 , by Robin Szmanskv (name of affiant), He/She is
personally known to me or has produced
Vaiidi Dhvers License (type of identification) as
identification.
My Commission ExpiresD412.5j,22�21 Eduardo Estevane Jr
. .............
M NUMBER
COMMISSION EXPIPf.5
NOTARY LIC PUB Api*25,2123
Electronically siginied and notarized online using the Proof piatform.
Page 23 of"33
VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS
Project Descriptioni(s) InstaH 2 Metal Doors & Frames, BP Gomm Park
Respondent Vendor Name: Sea Tech of the Florida Keys Inc
Vendor FEft 65-0126213
Vendor's Authorized Representative Name and Title: Robin Szniansky, Secreiary...._....... ... ......
Address: 131 Palomino Horse Trad
City Bug Rne Key State. Randa Zip: 33043
Phone Number 305-872-018,88 Email Address
Section 237 135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or
entering into or renewing a contract for goods or services of any amount if, at the time of contracting or
renewal, the company is on the Scrutinized Companies,that Boycott Israel List, created pursuant to Section
215,4725, Florida Statutes, or is engaged in a Boycott of Israel Section 287',135, Florida Statutes, also
prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for
good or services of $1,000,000 or more, that are on either the Scrutinized Companies with Activities in
Sudan List or the Scrutinized Companies with AOvifies in the Iran Terrorism Sectors Lists which were
created pursuant to Section 215.473, Florida Statutes, or is engaged in business operations in Cuba or
Syria
As, the person authorized to s,agn on behalf of Respondent, I hereby certify that the company identified'
above in the Section entitled "Respondent Vendor Name°" is not fisted on the Scrutinized Companies that
Boycott Israel List or is engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed
on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities
in the Iran Terrorism Sectors Lis,t, or engaged in business operations in Cuba or Syria.
I understand that pursuant to Section 287 135, Florida Statutes, the submission of a false certification may
subject the company to civil penalties, attorneys fees, and/or costs. I further understand that any, contract
with the County may be terminated, at the option of the County, if the company is found to have submitted
a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged
in a boycott of Israel or engaged in a boycott.of Israel or placed on the Scrutinized Companies with Acti0ties,
in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sector List or been engaged
in business,operations in Cuba or Syria.
Vendor has reviewed Section 287.135, Flohda Statutes, and in accordance with such provision of Florida
Iaw, is ehgible to, bA on, submit a proposal for, or enter into or renew a contract with Monroe County for
goods or services
Certified By Robin Szmansky who is authorized to sign
on, behalf of the above r renced co ny.
Authorized &gnature:_
Print Name; Robin Szmansky
Title-, Secretary
Note: The List are available at the following Department of Management Services Site:
JrTa.L jbUS s q2y�L�,q[�da.corn' ines ..pitratL ,state,_ rp asm /ve�ndoir dnformahon/conwcted si,,isip
.............. L _L_
eirided Simmer iwrriiin ,ofy cornL) - Hsts
qints vendo�
Page 24 ol�'33
AFF[wwrr NrTESTINGTO NON(I 10ERCIVE CONDUCT
FOR LABOR OR SERVICES
Entity/Vendor Name: —.....S.•ea-Ter h-of-the El.Qrida-KeWI n-c ................... ...........
Vendor FE[N: 65-0126213
.............................
Vendor'sA.Lithorized Representative.- ........Rcb.in-Szmansk.y..-Secrp-tary........................ ................................... .................................
(Narne and Title)
Address-. 1,31 Pabmmo Horse Trw�
..................---...........................
City: _ Bug Pine Key Statc Fora Zip: 33043
. .................. .............. .......... .......
Phone
Finail Address-
As a non-governmental entity executing, renewing, or extending a contract with as government
entity, Vendor is require(] to provide ani affidavit under penalty cat" perjury attesting that Vendor
does not Use coercion for labor or services in accordance with Section 787.06, 1-1orida (Statutes.
A.s defined in Subsection 787.016(2)(a), coerc4m nicans.-
I, Using or threatening to use physical force against any person:
2. Restraining, isolating, or Confining or threating to restrain. isolate. or confine arly
person without la%&ful authority and against her or his will,
3. l.Js ng lending or other credit methods to establish a debt by any person when labor or
services are pled��!ed as a security for the debt, if the VaIUC ofthe labor or services as
reasonably assessed is not applied toward the liquidation of the debt, the length and
nature ofthe labor or service are not respectively limited and defined,
4. Destroying, concealing, removing, confiscating, withholding. or possessing any actual
or purported passport, visa, or other immigration dOCLUTICilt, or any other actual or
Purported government identification document. of any person.
5. CaLlSirlg or threatening to cause financial harm to ally Person:
6. Enticing or luring array person by fraud or deceit: or
7. Providing a controlled substance as outlined in ScheciLde I or Schedule 11 of Section
893,03 to any person ror th:e Purpose of exploitation of that person.
As a person authorized to sign, on behall'otVendor, I certify under periahies ot'perjury that Vendor
does not use coercion for labor or services in am:)rdance vvith Section 787.06.Additionally, V nd(,)r
has reviewed Section 787.06, Florida Statutes, and agrees to bide by sarne.
Certified by: Robin Szmansky who is
authorized to sign ran behalfol the above referenced company.
Authorized Signature:k i"l-SZ!���#1111lr4-,rr",—,r"--rrr-r ,
Print Name: Robi Szm
I—I rrr P- ............. ........... .......................-.-......................
Title:
Page 25 ot33
LOCAL PREFERENCE FORM
A, Vendors claiming a local preference according to Ordinance 023-2009, as amended by Ordinance No,
004-2015 and 025-2015, must complete this form.
Name of Bidder/Responder Sea Tech of the Florida Mews c Date� 5/22/25
Inc
1. Does the vendor have a valid receipt for the buisiness tax paid to the Monroe County Tax Collector dated!
at least one(1)year prior to the notice of request for bids or proplosals? (Please furnish copy )
2. Does,the vendor have a physical business address located within Monroe County from which the vendor
operates or performs business on a day-to-clay basis that is a substantial component of the goods or
services being offered to Monroe County? yes
(The physical business address must be registered as fts principal place of busiiness with the Florida
Department of State for at least one(1) year prior to the notice of request for bid or proposal,)
List Address: 131 Palomino Horse Trail, Bid Pine KeyFL 33043
Telephone Number: 305-8Z2-08AR
B. Does the vendor/prime contractor intend to subcontract 50% or more of the goods, services or
construction to local businesses 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 IMonroe 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 witNn Monroe County from which the subcontractor operates,
(The physical business address must be registered as its principal place of business with the Florida
Department of State for at least one (1) year prior to the notice of request for bids or proposals)
Telephone Number
Address
Print Name: ---aabkL3zmaosky—secretary
Signature and Title of Authorized Signatory for,
Bidder/Responder sz;*taol
y
STATE OF: Texas
COUNTY OF� Jdalgo
Subscribed and sworn to(or affirmed)before me, by means of 0 physical presence or S online notarization,
on 5/22/25 (date)
by Robin Szmansky (name of affiant) He/She is personally known to me
or has produced Valid Drivers License (type of identification) as identification.
&L4406. &&.14A4 SAI
14, Eduardo E il:e mane Jr
NOTARY PUBLIC
M NUMBER
a. My commission expires: 04/25/2028
0 COMMISSON EXPIRES,
APW 25,�Ws
...................
Electronically signed and notarized online using the Proof platform.
Vage 26 of'33
INSU,'RANCIE REQ11REMENT'S AND FORMS
MONROE COUNTY, FLORIDA RISK MANA(:EMEN'T POLICY AND PROCEDuRES
General Insorance Requirements For
Other Contractors, Subcontractors and Professional Semices
As a pre-rcquisit.c of the work and services governed, or the goods supplied under' this contract
(il)ClLldinv the pre-staging of personnel arid material), the Contractor shall obtain, art his/her 4,:)wn
expense. misurance as specified in an attached schedules, which are made part of this contract, "I he
C'ontractor%&,ill ensure that the irISUrance obtained ANill extend protection to all SUbC0lAtj-,"jCjorS engaged
by the Contractor. Altcrnatively, the Contractor nlaN require all Subcontractors to obtain insurance
consistent with the attached SChCClLlles.
Hie Contractor will: not be permilled to continence -vvork governed by this contract (irlCl1i pre.-
staghig of personnel and material) until satisfactory evidence of the required insurance has been
furnished to [lie County as specified below. Delays in the commencement of work, resultkig from the
t'allure of"time Contractor to provide satisfactory evidence of the required insurance, shall not extend
deadlines specified in this contract and any penalties and tadUre to perforni assessments shall be
imposed as ifthe vv(,rrk conAmenced on the specified date, and time, except fbi- the Contractor's failure
to provide satisfactory evidence,
The Contractor shall maintain the required il)SUrance throughout the entire term ofthis contract and
any extensions specified in the attached schedules. Failure to cc)rnply wnh this provision nlay result in
the immediate suspension of all work Until tire required insurance has been rcjr)StIrlted cw replaced.
Delays ij°l time Corripletion oj',NN,o)rk resulting from the fadure of the Contractor to Maintain the required
insurance shall nt)t extend deadlines specified in this contract and any penalties and failure to pertorin
assessments shall be anposed as if the work, ha d not been suspended.except for the Contractor's ftiflure
to maintain the required insurance,
"['lie Contractor will be field responsible for all deductibles and self-insured retentions that rnay be
contained in the Contractor's Insurance policies.
Contractor shall Provide, to the COLIFIty, as satisfactory evidence orthe re(JUired insurance, either:
•Certi I icate of Insurance or,
• A Certified copy ofthe actual insurance polic�,,
The C'ountA,, at its sole option, has the right to request a certified copy of"any or-all insurance policies
require(] by, this contract,
All insurance policies must specit� that they are not subject to cancellation, non-renewal, material
change, or reduction ill coverage Unless as minimum of thitly (30)days prior notification is given to the
County by the insurer.
'I lie acceptance and/or approval of the Contractor's insurance shall nor be C011SO'Lled as relieving the
Contractor from any, liability or obligation aSSUnied LludCr this contract or imposed by law.
file N'10ur0e County Board of' County Commissioners, its employees and officials, at l 100
Simonton Street, ley West, F'lorida 33040, will be included' is "Additional Insured- oil all policies,
except for Workers' C.Io ni Pell sat ion,
Page 27 ol'33
Any deviations from these General Insurance ReqUirernents n1trist be requested in writing (:)n the
County prepared forin entitled "Request for Waiver of Insurance Requirements" and approved by
Monroe County Risk Management Departnient,
Page 28 of33
PROPOSER'S INSURANCE AND INDENINIFICA"HON STATFML'N F
INSURANCE RFI'QIJlREMEINTS
Workers Compensation Statutory Limits
Employers Liability S 100,0005500,000,1$100,000
Bodily Injury by Accident/Bodily
InJury by Disease. policy limits/Bodily
In Jury by Disease each employee
General Liability $200,000 per Person
$30,000 per Occurrence
$200,000 Property Damage
()I'
$300,000 Combined Single Limit
Vehicle $2005000 per Person
(Owned, non-owned, and hired vehicles) $300,000 Per Occurrence
$200,000 Property Darnage
Or
$30O,00C O Combined Single Limit
Builders Risk Not Required
Consti-LICtion Bond Not Required
The Monroe COUrity Board ofCounty Commissioners, its employees and off-icials, l f 00 Sirnonton.
Street, Key West, Florida 33040, shall be named as Certificate Holder and Additional Insured on
General L ability and Vehicle policies.
INDEMNIFICATION, HOLD HARMLESS,AN D DEFENSE. Nomithstanding any rninirrIUM
insurance requirements prescribed elsewhere in this agreement,Co ntractor shall defend, indervinify
and hold the County and the County's elected and appointed officers and employees harmless from
and against (1) any claims, actions or causes of action, (ii) any litigation, administrative
proceedings, appellate proceedings. or other proceedings relating to any type ofinJ Liry (including
death'),, loss, damage, Fine, penalty or business interruption,and (iii) any costs or expenses that may
be asserted against, initiated with respect to, or Sustained by, any inderrinil"ted party, by reason of"
or in connection vvith, (A) any activity of'Contractor or any of its ernployees, agents, contractors
or other invitees during the term of this Agreement, (11) the negligence or recklessness, intentional
wrongful misconduct, errors or other wrongful act or onnission of Contractor or any, of' its
employees, agents, sub-contractors or other invitees, or (('') Contractor's default in respect of any
of the obligations that it undertakes under the terns of'this Agreenient, except to the extent the
clairns, actions, Causes of' action, litigation, proceedings costs or expenses arise f`r(..)rn the
intentional or sole neglige
nt acts or ornissions of the County or any of its ernployees, agents,
contractors or invitees (other than Contractor). J'he rnonetary limitation of liability under this
contract shall be equal to the dollar valLJe Of the contract and not less than $1 million per occurrence
pursuant to Section 725.06, Florida Statutes. The limits of liability shall be is set t'orth in the
Page 29 ot'33
insurance requirements included in Paragraph 3.0. herein. Insofar as the claims, actions, causes
of,action, litigation, proceedings, costs or expenses relate to events or circumstances that OCCUr
during the term of' this Agreement, this section will survive the expiration of tile term of this
Agreement or any earlier termination ofthis Agreement.
In the event that the completion of' the project (to inClUde the work of others) is delayed or
suspended as a result of'the Contractor's Cailure to purchase or rnaintain the required insurance,
the Contractor shall indemnify the (Writy from any and all increased expenses resulting firorn such
delay. ShOUld any claims be asserted against the COLInty by virtue ofany deficiency or ambiguity
in the plans and specifications provided by the Contractor, the Contractor agrees and warrants,that
the Contractor shall hold the County harmless and shall indemnify it frorn all losses occurring
thereby and, shall Further defend any claim or action on the Clounty's behalf"
The extent of liability is in no way limited to, redUced, or lessened by the insurance reqUirenients
contained elsewhere within this Agreement.
PROPOSER'S STATEMENT
I understand the insurance that will be mandatolry if awarded the contract and!, will comply
in full) with all of the requirements herein. I fully accept the indemnification and hiolld
harmless and duty to defend as set out in thiis proposal,
Sea Tech of the Florida Keys Inc P4
PROPOSER Signature,
Page 30 of 33
SEATS®1
iN 'N�►r/ 'A[ ► CERTIFICATE OF LIABILITY INSURANCE rkA7'EIM&raUUaY'5
THIS CERTIFICATE i5 ISSUED AS A MATTER CIE INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW, THIS CERTIFICATE OF INSURANCE (DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSUIRE,R(S), AUTHORIZED'
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER,
IMPORTANT: If the certificate holder is an ADDITIONAL INSURER, the policytNesp must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS'WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on
this certificate does not confer ri his to the certificate holder In lieu of such endorsement
Retie cacHoran hor suranc"��" ..., , ,mmW, M
PRauua:ER 305-741.7373 �I���'r;r Rebecca Horan
Keys e Agency P14ONE 305-741-7373 FAX 544.2�19-T923
.,IAdaw,w+ay E aty _ IAICT�,No):
3097'11 Avenue A Unit C 00&w
81g Pine Key,FL 33043
Rebecca Horan AyaUR�lsp asrt�rrrmao COVER racwic
I rtPt,FA;l nsale lnsurance Co �399�2ff1
Rs Eo INAV A Continental Casuatty Company 2CI443
Eaa ech of the FI Ka s Inc
131 Palomino Horse Trarl 1N$QR*iR C
Riigi Pine Key FL 33043
_IN,A.CINTFF I7
INSURER E,
IINSUR;E,R..F'.
COVERAGES _. I IC A REVISQN NUMBE&_, _.
THIS IS TO C'E RIIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED'TO THE.INSURED NAMED ABOVE FOR I'1HE Pr,ILIC Y PImF2OD
INDICAI ED NOIVVTTHSTANMNG ANY REQUIREMENT TERM OR CONDITioN OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT "TO,U'WEI CH THIS
CEIRIIRCAI"E; MAY BE ISSUED OR MAY PERTAIN, THE INSUIRANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJEC:1` 10 ALI- THE IERnMfS
EXCLUSIONS AND CONDITIONS OF:SUCH POLICIES LNMtITS SHOWN MAY HAVE BEEN REDUCED D BY PAID CLAUS
.oNSR ,,...._ .. Ar6 SUEk �. FOU
` PEG r POLICY NUMBER Y EFF .ICYEAP UMITS
A 7 co m Y *E MLLA$LrY
X E1sES1Eu185 93I01112025 031E112E25[ ABCIh( Year excl
1Clti,tbN,ICI
1,000,000
2,Q0 ,000
6kG8'a(Nla L5„�L'JMIYd4Yrw'Y f
f i„C'"�md �ni�okt`r„u,�m iirreIinl°f^LrM,,l"�fr, anF.maFrd�d StC,C�hMC[`,��8`
C»,AA6'0 A(,(, a
2,Eo9,000
ALr1Tr,TIMOBILE LIAEPUT'Y rI,$VANF9fhdf f� aip'd�,;l h h.W'u�:i1
n V,T>if,.3 . 4°A .n_. Of I,Na Yfi g rsa"�.y ✓ _,
_. Hry t . s, ,i�:�:jai 'a dw, i R rafr r!Nh, r'u Ii
6 1404 ., h�l,r.,p 11)A ih4Af,,I'
m+ olwuYiwW°oh '
_ UMBRELLAILIAS .UGC,H
EXCES'SLNAS G4.,"'4IMS MADE ra.C:4!I6d441lRiV: „. .
f
I�r _
FILFP.+k1MNFi11r LaT',Eurr",a��„' y r rr N a A AFT-9'S5792.5'11•:12 fl3PCD'112�5'25 fN3fp1l2t125 'r R Ciro r+-
ORKERSCOMtlPENSATION 1 ,
AND EMPLOYERS LIAt3•'rLITI+ ... 1,ID00,000
lFCdaWM NETr,k AYAIY�IR�da�AE;4�',aUa➢fWl: ( 1.�, 6 A wu r,4 tlT�q idV '�
1A' I
MtartMlarowy In Nr11. _.
E I,.,.G rC+aAk, te4 F"�rXN4�)Yl f„..4: !�
iw ur I�o-�iiiuu� t.� � 5�f9tl�0,
I 1 tt10,0
DESCRillf YN Of 0 rERA'4'TIO NS a LOCA'TION,S r VEHICLES (ACORD IDI,AsBdMansal Rainarks Scheeaauie,rrooay Cra attachad if"we space is requ'Arredf
State License CBC-12 93 1
Not subject to cancellation, nonlrenewal, material change or' redUCtIOni in coverage Finless
a minimum of thirty ( 0) (gays prior notification is given to the County by the Insurer
ERTIFICATE HOLDER CANCELLATION
MCBCOUI
SHOULD ANY of THE ABOVE DESCRIBED POLICIES BE CANCEIVWLED BEFORE
Monroe County Board Of Gou'n THE EXPIRATION DATE THERECIP, NOTICE WWILL RE DELIVERED IN
IY ACCORDANCE WITH THE POLJNCY PROVISIONS,
Commissioners
500 Whithead St AUTrarTR,iZEUREPRESENrATnMEµ � w�
Key West,FL 33040 Rebecca Hloran �
ACORD 25(2016103) D 1988-2015 ACORD CORPORATION. Ali rights reserved,,"
The ACORD name and logo are registered marks of ACORD
CERTIFICATE OF LIABILI"I""""w"° INSURANCE rATEIrAwrs j
4/1212024
THIN CERTIFICATE I5 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO, RIGHTS UPON THE CERTIFICATE HOLDER',, THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE. POLICIES
SELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(SI, AUTHORIZED
REPRESENTATIVE OR PRODUCER„AND THE CERTIIFICATE,HOLDER.
IAIIPt3RTAMNT: If t'hs certlficats Molder is an ADI ITNONAI INSUREIT,the policyliesj must have ADDITIONAL INSURED provisions or be endorsed.
It SUBROGATION IS WAIVED,subject to the twernrs and conditions of the policy,cortain policies may require an endorsement. A statement on
this certificate does not canter rI hts to the certificate holder In lieu of such,enaforsemenl s.
PRooUC'ER CONTA
Kg West Insurance
31 2 Northside Drive, 'Unit 201A HOM NIaNpN 305q2744-1086 4-8I716
Key West FL 3304O
�rlsusai Nrtrru a vERA0 r� we
. , .....
, tl.I„Np _ INSURER : tr woiers CAa In urence 6:worNlpan of ArnerNca 1 B
Bela Tech of the Fl Keys, In
PO Box 420529 INSURER C;
aurnmerland Key Ft.33042 INNsra'ReRIo
IINIIRERE:
INSURER ;
COVERAGES CERTIFICATE NUMBER:1979254316 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVF BEEN ISSUED TO THE INSURED NAMED ABOVE', FOR THE POLICY PERIOD
INDICATED MNOTVcJMTHSTANDINC,ANY REQUIREMENT, 'TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSIJED OR. MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL. THE TERMS,
EXCLUSNONS AND CONDITIIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,A,
TwI+E or Ifs LNIxAaacE
_..�..._ ._,.��.. NN „r„ _ .. LOB"a'INr.VIN4arl..._..._..�. .....�. .' I"�w""•r"ICI,IItPo, Y _ IIMNT'S
CIONIAIFR IAL GENERAL UABIL,ITY ' I EACH rNuDw,",dJRRS.I "I„
CLAIMS-MADE OWUP r.) EE ITptkilryy
uaAl
M1ED FXP IAny rre persr rV M
-..... .......... .. �.PERSC)NAL.&AEIVINJURY $ ....
TwFNV"I.ArX3RFraAFE LIMIT APPUFS PER, �GENERAL,A EN,EA"n!
PTILIrY .. .. ... ... .....
I AEEr I�3E RROOLI IS COM1RPOPAGG S
A'I„IIhER �
_ _ -------
A ._.
� UToMeLrLNAela.rrr � � T EiAaLaYC�r74 3ltJ�IJ2d 3A172025 a ru DS„I ." alva 3I"o�ttcell
s
7k AhIY AUTO
� LM.'9r1gL"A INJURY(E'"aryeaadNr) ,S_ ....... ...
AU10,S OWY A,10,5 I e00KY INIAIRW(Per weadI S
x HIRED x N4OWOWWNNF.'0 fi*�,.11 �`' dM'N16�aI
AUTOSP.TIWi.,"° iNUTOS N:N"r" I ifer a �>EIt &
{
NJDIraRELUa LIAa OCCUR EACH I.N:`CURREGWM„E t
F%EFSSLIAo CLA WdSMADE,
,,, .... ........... .... ,.. A2.aCaRE1"uA I`Ei S
IANCNRDCFRS CaMP043AmryR
AND EMPLOYERS LIAaIN ITY MAR ... ..�7iMMVTL [„�`Nd.. .., ..
ANVF*REerRIW TrbNMI ARTNN:RfI"A['I,0.7"rIVC """" [ El EACH Ar OOENT s
OFIICIR)MEN BERW','RG"6.Y3 EI`Ma If "I I'�XA _. .. _ .......
IMmadBatory Id NMI W ' [ i
L IDISEA�S'I3.EA CuPI.0YEC,9
II PN a7AceasothP�lrrdpsm E w_.. _ _
DEJV RIEL1 to Tr 11PERATIL ka lb h E L OGSt.ASE•PLY aC"A LIMWIT S
i
rDESCR1PTIw.aN Or OPERATIONS I p OCAMN S t VEHICLES(ACORD101w,Additibraad R.rarrnuaAs A.Gekredule"may beaM.tls�cwh�rd H rmre space 4a rasewwre�dp
Project 24502 GRID Buildingflu G Expansion
Monroe County BOCC,its gmployees and officials,are listed as addiiioral Insured in regard to ALI1O policy
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE,ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Monroe County BIOCC ACCORDANCE WITH THE POLICY PROVISIONS.
300 Whitehead St
Kerr West FL,33040 AIYT14 ZEDRFPRESENTATWE
United Mates
1988-20115 ACORD CORPORATION, All rights reserved.
ACORD 26(21 18tN71 j The ACORD name and logo are registered marks of ACORD
INSURANCE AGENT'S STATEMENT
I have reviewed the above requirements with the proposer named above The following
deductibles apply to the corresponding policy.
POLICY DEDUCT0LES
General Liability $5000.00
Workers Compensation $0.010
Liability policies are V Occurrence Cllairns Made
Keys Anchor Insurance Agency '/
Insurance Agency Sign tune
INSURANCE REQUIREMENTS AND FORMS Page 43 of 53
NIONROE COUNTY, FLORIDA
REQUEST FOR WAIVER OF 1,NSURANCE REQUIRENIFNTS
It is requested that the insurance recluirements, as specified in the ounty's Schedule Of'111SUrance
Requirements, be waived or niod fled on the following contract.
Cojrjtractor/Vendor:
...........
Project or Service:
............ ...........
Co n tractor/Ve n dor
Address & Phone 4�
.................... ........ ............
General Scope of` nark.
............
...........
Reason fbr Waiver or
Modification:
................. ............. —------
Policies \k1aiver or
Modification will apply to:
............ .............. ..........
.................. . ..........
Signature of Contractor/Vendor:
...........................
Date: Ar,,)proved Not Approved
Risk Management Signature:
Date:
............................... ——-------
County, Adniinistrator appeal,
Approved: Not Approve&
late:
Board of'County issioners appeal:
Approve& . ..... Not Approved:
Meeting Date: ...........
Page 32 o6'33
Ron D Santis,Governor W~ eWarrue S.Griffin,Secretary
Idb�pir
STATE F FLO IDA
I
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
i
CONSTRUCTION,� �� ���1SIh� BOARD
j THE BUILDING CX � C a� �fE UNDERTHE
'11,E ROVI IO �,ATUT
i 0111U
s �
,1,
IIE 31 �
EXPIF? ,TI N IJATE: AUGUST 31, 2026
Vwways verify Licenses onHne at ih yRoridaLicense.corn
0 aUED:0 / 6/ 024
t Do not alter this d curn nt in any form,
This is your license. It is unlawful for anyone rather than the licensee to use this dOCLi Trent,
2024 / 2025
MONROE COUNTY IBUSINESS TAX RECEIPT
EXPIRES SEPT'EMBER 30, 20�25
RECEIPT# 30140-23837
Business Naff)e; SEA TECH OF THE FLORIDA KEYS IINC
1.31 PALOMINO 1-IORSE TRL
Owner Narne: ROBIN SZMAN!ISKY Business Locatjon: BIG PINE KEY, FL 33 043
Maihng Address:
PO BOX 420529 Businiess Phone: 305-872-0888
SUMMERLAIND K,EY, FL. 33042 Business Type: CONTRACTOR (CERTIFIED BUILDING)
E"rnp�oyees is
STATE LICENSE: CBC-1259331
Pl'ax:A�rn 0 u n't Transfer Fee Sub-TotaV Paid
35 Do
5 Do 0 (1)
Paid WRB-23-00095220 09 13 2 0 2 4 35 .00
THIS BECOMES A TAX RECEIPT Sam C. Steele, CFC, Tax ColleCtor THIS, IS ONLY A TAX.
WHIEN VALIDATED PO Box 1129, Key We,st, FL 33041 YOU MUST MEET ALL
COUNTY AND/OR
MUNICIPALITY
PLANNING, ZONING AND
LICENSING
REQUIREMENTS.
MONROE COUNTY BUSINESS TAX RECEIPT
P.O. Box 1129, Key West, FL 33041-1129
EXPIRES SEPTEMBER 30, 2025
Buisiness Name: SEA TECH OF THE FLORIDA KEYS INC RECEIIDT# 30140-23837'
131 PALOMINO HORSE TRL
Business Location. BIG PINE KEY, FL 33043
Owner Name: ROBIN SZMANSKY
Mailing Address: Business Phone: 305-872-0888
PO BOX 420529 Business Type: CONTRACTOR (CERTIFIED BUILDING)
SUMMER�5 -AND IKEY, FL. 33042
Employees 15
STATE LICENSE: CBC1259331
Sub-ToTa'T----
Tax Amount Trainisfer Fee Penalty Prior Years Collection Cost Total Paid
35,00 0 00 0�001 0 w 0,00 35.00
............
Paid WRB-23-00095220 09,/13/2024 35 . 00
ATTACHMENT A
d Quote from Pedro Felon Contractors Inc.
3116C Avenue C 3i Pere Key, R. 33043-45 5
(305) 37 -2200 Fax. �3 5) 872,223
Response to
Monroe County
Board County Commissioners,
For-
,Big Pine Community Park -
Installation of two metal
oors and games
w
May 22, 2025s
PROPOSAL FORM
PROPOSAL TO: IN/lonroc County Facilities Maintenance
123 Overseas Flighway
Rockland Key, Horida 33040
PROPOSAL FRONI: Pedro Falcon Contractors, Inc,
31160 Ave C
Blial, Pi!ne Kee, FL 33043
The undersigned, having carefully examined the Work arid reference Dnavwirigs,
Specifications. Proposal, and Addenda, thereto and other Contract DOCUrrients for the
construction of:
Installation of 2 Metal Restroorn Doors and Frames at Big Pine Community
Park
and having carefully exarnined tire site where the Work is to be performed, having
beconie Carniliar with all local conditions including labor affecting, the cost thereof, and
having fiarniliarized hirnselfwith material availability, Federal, State, and Local laws.
ordinances, rules and regulations affw,ing performance of the Work, does hereby
propose to I'Lu-nish all labor. mechanics, superintendents, tools, rnaterial, equipment,
transportation services, arid all incidentals necessary to perlorni and coniplete said Work
and work incidental hereto), in a workman-like manner, in conformance with said
Drawings, Specifications, and other Contract Documents including Addenda issued
thereto,
"HIC Undersigned further certifies that he/she has Ipersonally inspected the actual location of'
where the \kork is to be performed,together with the local sources ol'supply and that he/she
understands the conditions under which (lie Work is to be performed. 'I'lie proposer shall
asSLH-ne the, risk of any and all costs and delays arising fronn the existence ot'any subsurface
or other latent physical conditioll which COUld be reasonably anticipated by reference to
d0CLHnCIIIar-y information provided and niade available, and rrom inspection and
examination ofthe site.
The undersigned agrees to Conimence performance of this Project within 'Fen (101)
calendar days after the date of issuance to) the Undersigned by Owner of the Notice to
PrOceed/Purchase Order/Task Order. ()nee commenced, Undershmed shall diligenfly
COntinLIC perf()rniance until ecru pletion of the I)roJect. ]"'lie undersigned shall accomplish
Final Con,ipletion of the I)ro,iect within Thirty (30) days, thereafter.
Page 17 of'33
The Base Proposal shall be furnished below in words and numbers. If there is an
inconsistency betmven the t8vo, the Proposal in words shall control.
Nineteen thousand three hundred seventy-three Dollars.
............
('Total Base Proposal- words)
19,373.00 Dollars.
(Total Base 11'roposal flUmbers)
Proposal is good for one hundred twenty (120) calendar days from SUbmittal date, 5/22/25,
1 acknowledge Alternates as fibllovs: N/A
I acknowledge receipt ofAddenda No.(s) or None
No. Dated None
..........____...........
No. Date('
Page 18 of 33
Ica acULkm , Prc)poser states thal hey',ihe has prc,v Ided car vv il I provr(I; the ('70, mity I 'aloI10, W41i thin
Propos4, a &Qrlified copy of otitnactor's L.Jcense, Moliroe Cour�ty Business ]',,ix Receipt. ard
Certit7cate of hisurarice showkirigthe tninkllUm insuraue reqlh-ffnerlti tar this project,
Executimi by the C'ontraetor must he by a person with authority to) hind the entity.
B skgmsmg this agreement. beh)%N the Cowraclor has read and accepts the ternis wid conditicnis set
6cm-th by the Mcmroe Coum,�I, General Reqt,,6remems for Constructkm l'ound at the Hnk wi the
mollr(��e Comity wAeb page- http://fl-monroe��ou i �Iusxom,)`Bid,
n -Aty_ ...�9���.35DX?Cat[D=19', AND
accepts all ol'the terms mid conditions arid aH Federal required colitract proviskms herein,
[N W 1'r FNF,SS WHERE01", the parties have causod this Agreemem to be executed by their &11)f
authoriz Td reprcsontatives, as lbllows-
C'oraractor: Pedro Failcoin Contractors,, Inc,
..........
"loading Address: 31160 Ave C
Big Pone Key, Floruda 33043
Phone Numbe:r: 305-872-2200
E.1,N. 59-255021 l
t"Itnad- q r_Qpe r9falcon-corn
—----------
Date,- 0522.25 Si ned:
Chrisfian Brisson,-as President
Name Title
Clomractor's Witriess sigh ature:
W'Miess nam Brerma Brockwa ----------
Date: 5,22,25
................... ....................
The Cou!nty accep�ts the above proposal:
MONROE COUNTY, FLORIDA
By: County Administrator or Designee
PAONFW.*�COUNTY ATTOKNEV�S CWME
APPROVED AS TO FO~
Page 19 of 33
NOWCOLLUSION AFFIDAVIT
1, Christian Brisson of the city of Bng Pine Key
according to law on my oath, and under penalty of perjury, depose and say that:
1 1 am President
of the firm of Pledro Falcon Contractors, Inc.
the proposer making the Proposal for the project described in the notice for
calling for proposais, for:
Installation of 2 Metal Restroom Doors and Frames at Big..Pine CO3MMUni!y,Park,
and that I executed the said proposal with full authority to do so,-
2. The prices, in this proposal have been arrived at independently without collusion,
consuftation, communication or agreement for the purpose of restricting
competition, as to any matter relating to such prices with any other proposer or
with any competitor-, and
I Unless otherwise required by law, the prices which have been quoted in this
proposal have not been knowingly disclosed by the proposer and will not knowingly
be dmsclosed by the proposer prior to proposal opening, directly or indirectly, to any
other proposer or to any competitor; and
4, No attempt has been made or will be made by the proposer to: induce any other
person,, partnership or corporation to submit, or not to s,uibmit, a proposal for the
purpose of restricting competition" and
5. 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 awardiing contracts for said project.
05.22,,25
(Signatur"e—,of Proposer) (Date)
STATE OF: Florida
COUNTY OF, Monroe
Subscribed and sworn to (or affirmed!) before me, by means of IZ physical presence or
7 online notarization, on , 22nd day of May 2025 1 (date) by
Christian frisson (name of affiant). He/'She is personally known to
me or has produced
(type of identification) as identification.
"'Itil4t,
N0IAftcRtIBLIC
Comm,;HH 663881
J m
My, commission expires-. Expir Apr.28,2029 (SEAL)
Ptb#e BLO_at wiowa
Page 20, of 33
LOBBYING AND CONFLICT OF INTEREST CLAUSE
SWORN STATEMENT UNDER ORDINANCE NO. 010-1990
MONROE COUNTYM FLORIDA,
ETHICS CLAUSE
Pedro Falcon Contractors, Inc,
(Company)
warrants that he/she/it has not empioyed, 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 cliscretion,
terminate this contract without liability and may also, in its discretion, deduct from the
contract or purchase price, or otherwise recover, the full arniount of'any fee, commission,
percentage, gift, or consideration paid to the former County officer or employee".
4
-e
(Signature)
Date 0522.25
STATE 017: Florida
COUNTY OF: Monroe
Subscribed and sworn to (or affirmed) before me, by means of L/physical presence or
0 online notarization, on 22nd day of May 20 25 (date) by
Christian Frisson (name of affiant). He/She is
personally known to me, or has produced
as identification. (Type of identification)
NOTARY PUBLIC
My commission expires: 10 14 MAI,
ty
(SEAL) Brenna M Brockway
Comrn.;HH 663881
Expires AM.28,2029
NWO Notary Public-State of Fladda
['age 21 of 33
DRUG-FREE WORKPLACE FORM
1-he underskmed vendor in accordance with Horida Statute, Sec" 287.087 hereby certifies that.:
Pedro Falcon Contractors, Inc,
1, lluiflishes a statellIen't Itofif'.klng erriplo.%ees that the wfla%,Nfi.d mamifacture, distHbufion,
dispensing, possession. or use ot'a controHed ISLIbsuitice, is prohiblted 4) the workplace and
speciRing the actk,)ni that will be taken &,ahi,it einpk)�ees f'or violations of such
prohibi6on,
2. hir"ormi employees about the dangers O`drug abase in the workpkice,the httsiriess's pohcN
of'maintaining a, drug-t'ree workplace, any avaiiable drug counseNng, rehabilitation, and,
employee assistance PI'00rarns, and the penalties that may be imposed upolt einployees flor
drug abuse vicflaficm5,
.3. (Jives each ernployee engaged in providing the cornmodiLies or ccmtractual services that
are under pro[K)sal a cop�, cyf*the statement specilled in subsec6cm (t).
4, In the statertient specified ill SUbsection (I), notifies the emplo ees that, as as condution of'
working on. the cornrno66es or contraCtLl.11 services that are Under proposal, the empdoyeie
wild abide by the tenni of the statement and w,iH noffy the ernpk)yer ot'any conviction of'
or plea 01'gUilty or nolo contendere to, an) %io atiori of'Chapter 89.3 (Florida Statutes) c,)r
of any controlled substance Jaw ot'the I Jnitcd States or anv state, f(.-)r as violation ()CCUI-ring
un the vvc)rkplace tic) dater than five (5) dayswafter- SUch conviction.
5. Imposes a sanction on or reqUires the satisfactory participation in as drug abuse assrsrance
or rehabilitation prc)gran-i If" SLICh k availab'le hi the emplc�yee's co:rrnnl U11 it)/, 9'or any
employee who is so convicted.
6. NIakes as good faith effiort to ccmrlimle to maintain a drug-f"ree workplace throlugh
implementation of'this, sections
As the person authorizedto sion thestatement, I certifv that this firm C()MplieS fUH with the above
y
requirements.
Prop oser's SignatiAre
0522 25
Date
STATE Florida
0(J N'T Y 0 F ..................
SUbscribed and s\vorn to (or affirmed) before tma:, by meams of phys"Wal presence or F-1 online
riotariza6on, on 22nd cuuu, Ord' to [L ,
2 5 (date) by 'h ,
(natile of"It'llarit), He/She is personally known to rne or has prodUced
(typ,off idicntificatiop) as identification,
. . ..............
S i I.,l NMy Comrnission Expires-,
..... Breirtria m Brockway
C
Page 22 of'33 10mim-HH 663881
EXPIMs:Apr.28,2029
Notafy Pubic-State of ROO
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 bidl, proposal, or reply on a contract to
provide any goodlis or servnces to a public entity, may not submit a bid, proposal, or reply
on a contract with a public entity foir the construic6on or repair of a public building or public
work, may not submit bids, on leases, of real property to a public entity, may not be
awarded or perform work as, a contractor, supplier, subcontractor, or consultant under a
contract with any public entity, and may not transact business with any public entity in
excess, of the threshold amount provided in Section 287.017, Florida Statutes, for
CATEGORY TWO foir 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, — (Proposer's, name) nor any Affiliate
has been placed q-�� yictecl vendor list within the last thiirty-six (36) months.
(8ignaitur—e)
Date,, 05,22,25
STATE F. Florida
COUNTY OF: Monroe
Subscribed and sworn to (or affirmed) before me, by means, of Z physical presence or
0 online notarization, on the 22nd day ofM,ay,
20, 25 , by Christian Brisson (name of affiant). He/Sh,e is
pgrs-goally kn!2wn to me or has produced
(type of identification) as
identification.
My Commission Explores°, April 28, 2029
IA44-�to�
�NOTARY PUBLICV 8MM M Broickway
(SEAL) comm. Hii 66nal
Expires:Apr,28,2M9
Notary public-State of Rodda
Page 23, (A'33
VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS
Project Description(s): Big Pine Community Park Bathroom Renovation
Respondent Vendor Name
Vendor FEIN 59-25i5O2311
Vendor's Authorized Representative Name and Title: Chrisbart Brisson, President
Address _21160 Avenue Q
ciity; Big Pine ,Key State, FL zip 330,43
Phone Number 305-872-22010 Email Address
Section 287,135, Florida Statutes proNbits a company from bidding on, submitting a proposal for, or
entering mto or renewing a contract for goods or services of ainy amount if, at the time of contracting or
renewal,the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section
215.4725, Florida Statutes, or is engaged in a Boycott of Israel:. Section 287,135, Florida Statutes, also
prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for
good or services of $1,000,000 or rrore, that are on either the Scrutinized Companies with Activities in
Sudan List or the Scrutinized Companies with Activities in the iran Terrorism Sectors Lists which were
created pursuant to Section 215.473, Florida Statutes, or Ns engaged in business operations in Cuba or
Syria
As the person authorized to sign on behalf of Respondent, I` hereby certify that the company identified
above in the Section entitled ""Respondent Vendor Name" is not listed on the Scrutinized Companies that
Boycott Israel List or is engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed
on either the Scrutinized Companies with Activities in Sudan Ust,the Scrutinized Companies with Activities
in the Irani Terrorism Sectors List, or engaged in business operations in Cuba or Syria
I understand that pursuant to Section 287.135, Florida Statutes, the submission of a faise certification may
subject the company to civii penalties, attorney's fees, and/or costs. I further understand that any contract
with the County may be terminated, at,the option of the County, if the company is,found to, have submitted
a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged
in a boycott of Israel or engaged in a boycott of lsrael or placed on the Scrutinized Companies with Activities
in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sector List or been engaged
in business operations in Cuba or Syria.
Vendor has reviewed Section 287,135, Florida Statutes, and in accordance with such provision of Florida
Vaw, is eligible to bid on, subirn;t 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 behalf of the above referenced comp
Authorized Signature:
Print Narrie: Christian Brisson
Title, ergaigept
Note The List are available at the following Department of Management Services Site:
gnggg_�iscrim�jnaory rompj@,LrAs vendor lists
Pa.ge 24, 433
AFFID,kVIT ATTESTINGTO 1"O C'OJ�ER( IVE CONDUCT
FOR LABOR OR SERVICES
l":ntity'Ven°ador 'Nante 1'edr.o°.I..walcon Contractor's. Inc
Vendor f,E IN
Vendor's Authorized Re,presentauvc,. �ti ,w� .,�_� _ Cwl�r a sti�xt Briss n President
(Mnle and "lit:le)
Address. :31 l60 !"venue C:
('ity�, u' l'rrte cv _....___ trat�c _::i _. . /rp, _ 3043
......
Phone Nuaaaber .off 7'-�d(ff3
ErnailAddres eb(rrr edrof31a.oncorn
As sa non-g,,,overnmental eri6ty eXecutin , renewing, or eXICnding a contract with a government
entity, Vendor is required to provide an affidavit under penalty Of perjury attesting, that Vendor
does not use coercion fiar labor or services in accordance with Section 787.016, Florida , t;atr.mbes.
As define^d in Subsection 7 7 ttd(7)la), coercion means:
1. l-sing or threatening to use physical fierce against anv person;
2, Restraining, isolating, or conrining or threatin„g to restrain. isolate, or confine a.ty
per-start WithOUt lax Oul authority and against her or his will;
Using lending or other credit methods to establish a debt: by any persona when labor or
services are pledged as a security For the debt, if the value of"the labor or services as
reasonably assessed is not applied toward the liquidation of the debt, the, length and
stature of"the labor or service are not respectively limited and defined,
4. Destroying, concealing, rertac:avirad, confiscra,tittg, withholding, or possessing any actual
or purported passltcrrt, visa, or other- immigration docurneaat, or any other actual or
purported government identification document, of"any, per.scrrt;
5. Causing or threatening to cause financial harm to any person;
6. L]'micing or Irwin ; any person by Baud or deceit; or
7. Providing a controlled substance as outlined in Schedule 1 or Schedule 11 of`Section
93.03 to any person for the pu aosse orf"exploitaation of"that person.
As a person aaaUthorized to sign oil behalf of Vendor, 1 certify under penalties of periUry that Vendor
does inset rase coerc kmi for labor or services in accorda:rtce with Section 7 7.06, additionally, Vendor
has reviewed Section 787.06, 1=` orida Statutes, and agrees to abide ley ;aarne.
ertif'ned b.y� Christian E3risson _ d wWho isauthor°*iZed to c�sign n behalf'of � . , ced ccaraaltany,
authorized Signature:
r .� „�.,...w.
Print Narnew Christian Brisson
lr'ape 25 of"d
LOCAL PREFERENCE FORM
A. Vendors claiming a locaR preference according to Ordinance 023-2009, as arnencled by Ordinance No
004-2015 ands 025-2015, must complete this form
Name of IBidder/'Responder Pedro Falcon Contractor's, inic, Date, May 22, 2025
1 Does the vendor have a!,va4d 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 Monroe County from which the vendor
operates or performs business on a day-to-day basis that rs a substantial Component of the goods or
services being offered to Monroe County?
(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 1199 Avenue C Big Pine
Telephone Number� O's. 1, 2-2200
B Does the vendo0prime contractor intend to subcontract 50% or more of the goods, services or
construction to local businesses meeting the chteria above as to licensing and location?
ff 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 Fi'oirida
Department of State for at beast one (1) year prior to the notice of request for bids or proposals)
Telephone Number 305-872-2200
Address 31160 Avenue C Big Pine Key, FL 33043
Print Na;;' Z_h_r;_st!an Hris,son
Signature and Title of Authorized Si natory for
Bidder/Responder
rresident
STATE OF: Florida
COUNTY OF: Monroe
Subscribed and sworn:to(or affirrred):before me, by means of[Y physical presence or ED online notarisation,
on 22nd day of May 20,25 (date)
by Christian Brinson (name of affiant). He/She is oersona0v known, to me
or has produced (type of identification) as identification.
I A&rA!!ft�
NOTARY PUBLIC C/
(SEAL) My commission expires' A2ri#28 2C1 9 .
0
0 ;"""
0 PO,
Brenra M arockway
Comm.:HH 663881
Expires:Apr,28,2�029
Notary Public-State of Florida
PF"'
Page 26 of 33
INSURANCE REQUIRENIEN-rS, AND FORMS
MONROE COUNTY, FLORIDA RISK MANAGEMENTPOLICY AND PROCEDURES
General Insurance Requirements For
Other Contractors, Subcontractors and Professional Services
As a pre-requishe of. the work and services governed, or the goods SILIpplied under this contract
(hicludino- the pre-staginIn
g of personnel and material), the Contractor shall obtain, at his/her own on
L
expense, insurance as specified in away attached schedules, which are made part of this contract. 1-he
Contractor will ensure that the insurance obtained will evend protection tear call 'Subcontractors engaged
by, the (11 ontractor. Alternatively, the Contractor may require all Subcontraetors to obtain insurance
consistent with the attached schedules.
The ("'ontractor will not be pennirted to coninience work governed by this contract (including pre-
staging of personnel and material) until satisfactory evidence of' the required insurance has been
furnished U) the COUnly as specified below. Delays in the C01111TIC11CCInCin of'work, resulting from the
failure ofthe Contractor to pnwide satisfactory evidence of the reqLdred fil'sUrance, shall not extend
deadlines specified in this ccAnract, and any perialtics and failure to perform assessments shall he
imposed as if the work cotrimenced on the specified date and finie, except f(,)r the Contractor's failure
to provide satisfiaciory evidence,
The Contractor shall maintain the required insurance throughout the entire term of this contract and
any extensions specified in the attached schetrliiles. Failure to comply, with this provision may, resalt it)
the immediate suspension of all wkork until the required insurance has been reinstated or replaced.
Delays in the completion ofkN,ork resulting froni the failure ofthe Contractor to maintain the required
insurance shall not extend deadlines specified in this contract and any penalties, and failure to perf'ortil
assessnierits shall he imposed ,is if the work, had not been Strisperided,except for the Contractor's failure
to maintain the required insurance.
The Contractor will be held responsible for all deductibles and self-insured retentions that may be
contained in the Contractors Insurance policies,
The Contractor shall provide, to the County, as satisfactory, evidence, of the required hISUrance, either:
*Certificate of insurance or
* A C'ertified copy of the actual insurance policy,
I lie County, at its sole option, has the right to request a certified cop), ofany or all Insurance policies
required by this contract.
All insurance policies must specil`y that they, are not subject. to cancellation, note-reti,ewal, material
change, or reduction in ooveritge unless a rnininnuir, of thirty (30)days prior notification is given to the
County by the insurer.
The acceptance and/or apprcwal of the Contractor's inISLH-ancc shall not be C011SLI'Lied as relieving the
Contractor from any liability oi'ObfiClation'assumed Under this coiitr,�,ict or imposed by law,
l �1- I
The Nionroc, ("ounly Board of County (""orrimissioners, its emph.weles and officials, at 1100
Simonton Street, Key West., Ilorida 3.3040, will be included as -Additi(:mial Insured- on all policies,
except for Workers' C'oinperisation.
Page 27 of'33
Any deviations from these General Insurance Reclun-ements must be reqUested in writing on the
County prepared fomi entitled --Request for Waiver of Insurance Requirements" and approved by
Monroe COUnty Risk Management DepartfI ray nt,
Page 28 of33
ICI OPOSER'S INS(RANCF., AND IN[ E"VINIFICATION S]"'ATEIMEIN I"
lNS(.JRANCE' RFQUIREMENTS
Workers Compensation Statutory Limits
Employers Liability S 1 00.0001$500.0()Ol$100,000
Bodily InJury by Accident/Bodily
lr�jury by Disease, policy litnits/Bodily
Injury by Disease each employee
General Liability $200,000 per Person
S100MO per Occurrence
S,200,000 Property Damage
01'
S300,000 Combined Single Lirnit
Vehicle $200,000 per person
(Owned, non-owned, and hired vehicles,) $300,000 per Occurrence
S200,000 Property Dainage
or
$300,000 Combined Single Limit
BUilders Risk Not Required
Construction Bond Not ReqUired
The Monroe COUnty Board Of'C.OL11lty COMIlliSSiOners, its,einployees and ofticials, I 100 Simonton
Street, Key West, Florida 33040, shall be named as Certificate Holder and Additional Insured on
General Liability and Vehicle policies,
INDEMNIFICATION, "OLD, HARMLESS,AND DEFENSE.Notwithstanding any rniniMUM
insurance requirements prescribed elsewhere in this agreement,Contractor,shall defend, indernnify
and hold the,County and the COUnty's elected and appointed officers and employees harmless from
and against (i) any claims, actions or causes of action, (ii), any litigation, administrative
proceedings, appellate proceedings, or other proceedings relating to any type cat'injury (including
death), loss,damage, fine,penalty or bUSiness, interruption,and (iii'
L� )any costs or expenses that nlay
be asserted against, initiated with respect tO; Or- SLIstained by, any indemnified part), by reason or,
or in connection with, (A) any activ ity of Contractor or any of its, employees, agents, contractors
or other invitees during the term of this Agreement, (B) the negligence or recklessness, intentional
wrongful misconduct, errors or other wrongful act or omission of Contractor or any of its
ernployees, agents, sub-contractors or other invitees, or (C) Contractor's default in respect ol'any
of"the obligations that it Undertakes under the terms of this Agreen-rent, except to the extent the
clairns, actions, caLlSeS, of action, litigation, proceedings, costs or expenses arise from the
intentional or sole negligent acts or omissions of' the COUnty or any of its employees, agents,
contractors or invitees (other than Contractor). The monetary limitation of' Hability Under this
contract shall be equal to the dollar value of the contract and not less than $1 million peer.occurrence
pursuant to Section 725.06, Florida Statutes. "I'lle limits of liability shall be as set firth in tile
Page 29 cif'33
insurance requirenients included in Paragraph 3,0. herein, Insofar as the clnairnns, acti(.:ms, causes,
of action, lifigation, proceedings, costs or expenses relate to events or cirCMTIStatlCeS that occur
dlrlring the terra of this Agreernent, this section %OH survive the expiraflon of the term of' this
Agreement or am, earlier terrninanon of this Agreement.
In Ole eveflt that the Cornp]c6on of the pro'�ect (to unOude the work of others) k delayed or
SUS'j)ended as a result of the (''ontractor's 116�ure to purchase or rnainuiin the required insuratwc,
the(11 1 f)ontractor shall lndeninu , the County froni any and all increased expenses resulting frc)rn SLIch
deka,N, Shoutd any clairm be asserted against the, County by virtue ofany deiic'micy (Pr arnbiguity
in the plians, and specifications provided by the Gmtractor.the Contractor nJLI;rees and warrants that
the G,)ntractor shall hold the County har-niless and shall indernnif�y it from all lassies occurring
thereby and :Thrall further de Fend any c lairri or action oil the Counq's behal E
The extent ofliabHity is in no avay hmited to, reduced, or lessened by thie insurance requirement's
contained elsevviiiere within this Aureernent.
PROPOS ER'S STATEMENT
I understand the iinsurance thiat will be mandatory if awarded the contract and will comply
in full with aH of the, requiremenits herein, I fAy accept the indemrlificafion and hold
harmless and duty to defend as set out in this proposal,
Pediirio Faecor Contractor's, tric. - ChrlstiVan Brisson
PROPOSER Signature
Page 30 sat":
INSURANCE AGENT'SSTATEMENT
I have reviewed the above requiirements with the proposer named above. The folIowing
deductibles apply to the, corresponding policy,
POLICY D,EDUCTlBLES
General Liability No Deductible
Employers Liability No Deductible
Automobile Liability Comp/Collisiow $1,000
Liability policies are X Occurrence Claims Made
Bowen MIclette & Britt Insurance Agency /,60
Insurance Agency Signat6re OPP'
Page 31 of'33
AC"RV' CERTIFICATE OF LIABILITY INS�IF�rw NCE DATE IMMMr1PC5I7 YfY1I
1 f)U3t'U2Ei12,4
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER,. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND DR ALTER THE COVERAGE AFFORDED BY THE PIOLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSIJRERII AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER,
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poNicy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder In lieu of such endorsement(s),
PRODUCER CONTACT
NAME: _ Mllchelle R,tislrirgi
Bowen Miclette Britt of F orida LLC PHONE 4ET7 a7-1E16 rear
850 Concourse Parkway B tA1C,No,,E t) ( ) akc,Nmal:(4tl7)62fd"'IEa35
IE�IVAIL .... ...
S0e 105, AODAIE S. rnrtrrsh ng@bm1b nc corn
BWw'$r"att4and FL. 32751 INSURERt f A;FI'ORpING COVERAGE NAIL 1P —
INSURER A:AInerlsuare Mutual Insurance f°Eompartry -- 23396
INSURED PEDIROF ALCO INSURER B;James RAver IInsurance Co 121E04
Pedro Falcon Eiectncal Contractors, Inc INSURER c
31160 Avenue C
Bile Rine IKey FL 330443°-4 v1B INSUIRERO" _ .....
INSURER E
INSURER E
COVERAGES CERTIFICATE NUMBER: 13375116243 REVISION NUMBER'.
THIS IS To CERTIFY THAT THE POLICIES OF INaUPANCE LISTED BELOW HAVE BEEN ISSUED TO THEINSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOT IT'HSTANDING ANY REQUIREMIE::NY', TERM OR CONDITI10N OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TWS
C,E"RTgFICATE, MAY BE ISSUED CIF MAY PERTAIN, THE INSUJRANCE AFFORDED BY THE POLNCIES DESCRIBED HEREIN IS SUBJECT T(D AILL THE TIERMS,
EXCLUSIONS AND CONDITION'S OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID,CLAIMS
ANSR KOOt Sugst POLICY IEEE POLICY EXP --
ILTR TYPE OF INSURANCE POLICY NUM BER 'MIaMApOrSwvvv' IMaM�+Od' --"WYb° LMMMiT
B Xi, COMMrMER'CA L GENERAL LIABILITY v r 'C4)1234132..'E. r sF,�1;wMry��1a i1lLM"YC'725 EHAC'H OC CILIRR N E E fy"10
I`b MAI P"rru AIENrt L
CLAWS MAC:IE X '"fhu(::UR PREMISES Ei occu rpr„Es r'Q0 000
5EN1 L AGGREGATE LIMIT Fs.F rkV.lh""~,v"PER ' C!,EN-RAL AGGREG A1'"E :$2 090I000
jE,C T L#.7::. i PF1,YDUC")1 a C AMP+4 P A-,G m 20i0D 000
E
A AUTOMOBILE LIABILITY Y "Y CA2l929391002 Y 10,024 "YNPI 0 n� ''.�1M9kCIhYI"D Sr`4 E lfMIT U
X.. ANY,AI,I1"0 EI.)C'4d1."N'YMdJr Rn" Per rsori) s
_. ki l.:'rtV"dNED .,_.. SCHEIDLILE0 FSrT L7m dm r`IrwCY,1R`r{A rse aG'r i�,v;r«,i.......
AUTOS _ A4jr C)E�°,
PdrfW C,>VVNE'.D PROPER Y DAMAGE
ay
HIRED Af,1TOS A0 I',I'i _)I'u' acrrlar�stl _..
B UMBRELLA L9A8 (')iUR .y 'r" 001387113-2 1102024 1112J70 25 EACH C)+E''CURRENi";E........ . 5 5 D00 000
X EXCESS LIAB �"w.p,,,AYM."MAD AY5 rnEOA:T"L 55 1,300 f',riYCI
DED RE7E.rO ION S
n4 WORKERSND COMPSAON
LIABILITY Y d N� Y r,rw,IC21094�`'2510P?'2 1112r"''O,14 1 id7i'2025 x PER OTH
;fAri_FIh ER
Frv51Y'FrldCYF"P"A@E't"1,3Fttl'AF2i rvJ3 PlF"Y.LL LITJVIE .
_ �...... FI EACH IAA,, XIdENT 3'iIy(Yf1CIC7f.1
OFA Ii EIRIMEMBER EXCLUDED",
M1d N f A — _
UIM4andartuary in MNh E I DISEASE S9 EA EMPLOYEE, 5'1 DDO ODO
I p s 5n s Yirbe i,andeM .._ _.. ...... ...... ......... ......
C,1r`'.S Rlr Tii,:N OF OPERATIONS IfaaLr,N Ew L rdl;wrEA-SE POLICY _IMII" 5 1 i)ooOrk)
DESCRIPTION OF OPERATIONS k LOCATIONS O WE'MIa:LES I'ACOBO 101,AtdditionaM Remarks Schedule,may be aihachad it mom space 9s eaauulrad't
The fo hewing policy provISiOns andUor endorsements,form palN of the policies of`rnsLurance represented by this ceofficate oaf Insu4rance. The teArns contained In
the policies and/or endarsementS Supersede the representations made herein. EGectrcnlc copies of the policy Iprovisoons andUoa endorsements fisted below,we
a,vaAl'able by enaaAling: Contact Name shown above
When required by written contract,those parties Iisle d in said contract,including the Cerfificate Holder,are added as addifdonal iIIISLsreds wMith respect to the
General Llabiiity illdUaiing oTrlgoTinq and completed operations,Auto Liability,and Excess Liability as afforded by the policy and/or endorsernents
When required by written contract,waiver of Subra:>gabon is granted with reSpeCI 10 the C,3t-iieral Liahildy.Auto,t..Iiabi ity,Wbrker.s Cwnpensation,and Excess
Sera Attached,,.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABCa`rf'E DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE,WITH THE POLICY PROVISIONS,
Monroe Colun,ty
Board Of County I ommIssAoners AUTHORIZED REPRESENrATrvE
C,c)1SSS-2014 ACORD CORPORATION. All rights reserved,
ACORD 25(2014/01) The ACORD name and logo are(registered marks of ACORD
AGENCY CUSTOMER ID: PEDROFALC()
-- -------- ............ .......................
LOC C#:
ADDITIONAL REMARKS SCHEDULE Igage i of I
.....................
AGENCY NIAMED INSURED
Bowen Marlette&Britt of Flonda, L.LC Pedro,Falcon E,lect�ricai Contrairlors,Inc
31160 Avenue C
POLICY NUMBER Big Pine Key FL 33043-4516
CARRIER NAIL CODE
EFFECTIVE DATL
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: CERTIF9CATE OF UABILITY INSURANCE
..........................................................- ........................ ..........................
. ............................................................... ................... .....-------- ........-I_Iat)itity te itiose partes listed In saiid contract,includng the Certificate Holder
The General Liability cerbRed herem are primary and non-contrIbulary to other insurance avarable, bUt only to the extent required by wrInen contract
For inforrnational/Bid Purposes Only.
ACORD 101 (2008/01) Oc 2008 ACORD CORPORATION. All rigihits reserved.
The ACORD naime and logo are regiistered marks of ACCORD
Policy#00123482-3
Effective Dates 1112/2024-1112/2025 COMMERCIAL GENERAL LIABILITY
CG 20 10 07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY,
ADDITIONAL INSURED - OWNIERS, LESSEES OR.
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided Under the following:
COMMERCiAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s): Locations)Of Covered Operations
Where required by written contract or written agreement. All operations of the Named Insured.
Information required to complete this Schedule, if not shown above,will be shown in the Declarations.
A. Section It — Who Is An Insured is amended to B. With respect to the insurance afforded to these
include as an additional insured the person(s) or additional insureds, the following additional exclu-
organization(s) shown in the Schedule, but only sions apply:
with respect to liability for"bodily injury", "property This insurance does not apply to "bodily injury" or
damage" or "personal and advertising injury" property damage" occurring after:
caused!, in whole or in part, by: 11. Aill work, including materials, parts or equip-
ment furnished in connection with such work,
2. The acts or omissions of those acting on your on the project(other than service, maintenance
behalf" or repairs) to be performed by or on behalf of
in the performance of your ongoing operations for the additional hnsured(s) at the location of the
the additional insured(s) at the location(s) desig- covered operations has been completed;or
nated above, 2. That portion of "'your work" out of which the
injury or damage arises has been put to its in-
tended use by any person or organization oth-
er than another contractor or subcontractor
engaged in performing operations for a princk
pal as a part of the same project.
CG 20 10 07 04 @ ISO Properties, inc., 2004 Page 1 of 11 0
Policy#010123482-3
Effective Dates 11/2/2024-11/212025 COMMERCIAL GENERAL LIABILITY
CG 20 37 07'04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance pro0ded under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s) Location And Description Of Completed Opera-
--- Or ONanization(s�): tions
Where required by whtten contract or written agree- All operations of the Named Insured.
ment.
Information reqmired to complete this Schedule, if not shown above, wfllbe shown in the, Declarations
Section 11 — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only with
respect to Liability for "bodily injury" or "property
damage"" caused, in whole or in part, by "your work"
at the location designated and described in the
schedule of this endorsement performed for that
additional insured and included in the ""products-
completed operations hazard".
CG 20 37 07 04 (C) ISO Properties, Inc., 2004 Page 1 of 1
2/11/25, 1 W PM Detain by Entity(Name
' II
s
�. ��ra arnur�awwira¢�rm
-------
Detail by Entity
Florida Profit Corporation
PEEDRtO FALCON ELECTRICAL CONTRACTORS INC.
I, g,Jnf;iT Da#Q
Document Number H58348
FEI/EIN Number 5 -2550231
Date Filed 05/21/1985
State FL
Status ACTIVE
RrinsipaLAAd-rem.
31160 AVE C
BIG PINE KEY, FL 33043
Changed: 01/16/2004
31160 AVE:C
BIG PINE KEY, FL 33043
Changed:03/118/1997'
BRISSaON„CHRISTIAN N
31160 AVENUE C
BIG PINE:. KEY, FL 33043
Name Changed:01/16/201
Address Changed: 02/119/1999
tOftweer 0ireeter Detail
Name&Address
Title PDS
BRISSON, CHRISTIAN N
31160 AVE C
BIG PINE KEY, FL 33043
A-mv-o R'
Report Year Filed Gate
https://search.sunibiz.org/Inglu iry/'Corporatuon earch/SearchResuVtCDetaal?inquirytype=EntityName&d8rectioniType=:InitMal&searchNameOrder--PEDROFA... 112
2Y11/2 ,1M PM Detail by Entity dame
2023 01/0 /20'23
2 24 01/2212024
2025 01107/202 r
omitinfat 1E1 om
yr.'P(VR I thr,w,imw e n;:aI:;)F forrrxa;,yN 1l.
7
M (�...._ view w irn ge i f trrrr 5C
-°A,N°WQAL-wl";? C;,X'1;. 'Ji+uww irn, r 1,-I')F format
Q2 g C!2Ta a, --A NV , F°f,B! View irna ge,in'nr:tF ron,ngat
View iunage in r-vDf brtr oo
View irna.ge a l',,D"fornmrat
1ta 14220.1 --_ANN R fM„T view rnagio. in
1l'1ttC 91, ) t)i RLJF ", Vid',m ir'nov,je r Pc)F fours
21,',Z4J Q-, r.. AC+tlwlh)n+,.M.IP�k�Fa RI View irmage, in P1I)IF rmrrmtag
r,r r 1qD fl� -fl N ht is `f:ar Fri' Vipw irrvaaule rn POF revrm w
)RT- View irnnage rrn POF Porrnat
ztt J!gt,9 d... tSt l E TF'P R; View image in P(7F trernw
21(iYtl1?.t1 t, .FtCa n F U; Vuraw irmraagn in PDF format
1W_r9VD1? fl>„, C itV Att fP,F„", RT vIew image in POF iorrnat
J1rt ,r yN,1„ 4 IhdVJFtL F .R a} View lmaaage in PDF f0rmnaar
View im agea ii PDF tearrroam
02/0,1/2010 prtl l Gm ftw View image.n PDF forrnat
Qar,- NFtiI&KR AT View imaage in PIN format
/1/t1 IMI$., .,M!+ View image in PDF fOrrnal
�1iwBtid.atM waw t� a6_ 6m?t 1 View irnaFwa in PDF(;arm"laat
View image in PDF`iornat
Mkt 4.7ty 9 h1� V, . .Ft7F?':I. View irnage im Pr)r=Chat
Q1/ttUQ9 ,.ANNVt rRk,l`'4IR;1" View rrmage in P'IIC)F faertti°r,ak
QUZZ2,091.,;,,MMAhWAI F$ ';Iw Fd View nrer,^ule in PDF fU,mnaat
View irn age in PDF ft,i at
View i,rrmaadpra irr POF format
U myk;f�t Ptb RM.Y 4; 1'r F, g View rrrmage in PDF format
(2�'R;a 1;99 o".N uUA Caf,.,RQRI View iunage,in PIDF foarmat
MM1M ..&SMUA Ri,l—P RT aaie=w?r irnaepw ,n Poi,n 1aorrfuia
R4 I F'F View mnaupeA, in POF format
24QM-9 LN-N V Q PEPr K View rmaagra in Pl')F frarrra:t
ry dAa,, 1fa$`�F..� I gIVfiwE lR.;.k'.r1'4RT. View irryagie,rnr PDF formal,
https://search.su,nbiz.org/Inquury!'Gorporaition earch/ earch ResulltDelaiN?inquiirytype=EntityName&directuonType=lnGtial&searchNameOrder--PEDRoFA... 212
2024 / 2025
MONROE COUNTY BUSINESS TAX RECEIPT'
EXPIRES SEPTEMBER 30, 2025
RECEIPT# 30140-9801
kPEDRO FALCON ELE(71RICAL
CONTRACTORS INC
Owner I PFDR0 FALCON, CHRISTIAN N BRISSON 31�60 AVE C
" ,s LocatIcn: G 4
Ma(hrig Address: QUAI IFIER, ROBERT D ALI SBROOK BI PINE KEY, FL. 330 3
31.160 AVE C Bussness Phonp-: 305-872-2,200
BIG PINE KEY, Fl. 33043 Business Type: CONTRAMOR (GEN[RAII./ELECT-RICAL 31RD
'pIJALJI STATE UC EC13003416)
p o y 0 es 10
STATE: LICF..,NSE: EC000I.491/CGCI507617/
Penalty b-Total
Tax Amoun"t F,,T
Prior Years "�CollecJon s Toioi,
25.00 25,00 0,00 0,00 25.100
................
Paid 120-23-00006655 0 7 16/2 0 2 4 25 . 00
THIS BECOMES A TAX RECEIPT Sam: C. Steele, C'FC, Tax Collector, THIS IS ONLY A TAX,
WHEN VALIDATED P01 Box 1129, KeV West, FL 33041 YOU MUST MEET ALL
COUNTY AND/OR
MUNICIPALITY
PLANNING, ZONING AND
LICENSING
REQUIREMENTS,
MONROE COUNTY BUSINESS TAX RECEIPT
P,O, Box 1129, Key 'West, FL 33041-1129
EXPIRES SEPTEMBER 30, 2025
Business Name: PFDR.0 FALCON E1..ECTR1CA[ RECEIPT# 1)140-9801
CON-FRAC-TORS INC 31160 AVE C
Owner Narne�! PEDRO FAI.CON, CHRIS71AN N BIIUSSON Business Location: BIG PINE KEY, FL 330,13
Ma�hng Address: QUAL[FfER, W)BER7 D ALLSBROOK BUSIness Phorie: 305-872-2200
31160 AVE C 3usIrsess Type: CONTRACTOR (GENERAL/ELECFRICAL. 3R()
BIG PINE KEY, FL 3304�',' QUALIFTER S rATE LIC E.C13303416)
10
—------- STATF� LICENSF� ECO00149L/CGC1507617/
----7—�......................
It �o 1, Y e a rs Collection Cos
Fax Amount 1�Su b
2510 0 21
_F C 2
.00
. . .................
Paid 120-23-00006,655 07/ 16/2024 25 . 00
Ron DDeSanfi,,Gavernor Me:lanr e'S.Griffin,S�eizre°tAary
dbpr
l
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION'
CONSTRUCTIC IV SWING BOARD
THE GENERAL Cis � � �� lED UNDER THE
PR VISl �" �' ��F � TUTS
BR
C
ti
RE ; NC
x 0I 4"K
W k��uwww"wwww..w,wx� �
�Mr 61
w�ww"xWxwwwwuxuc«an.wxx.�. awwvW�m ���x. i�wwwa.++www.w...�.��.�irw..ii.w««w..wvw
11
EXE"N ATII N C T w AUGUST 31, 2026
Always ver4y licenses online at d'sty Floridal..icense.com
Do not palter this d0CUrnent in any form.
This is your license. t:us �.rnl;afraN for anyone other than licensee
y y � the to use this document.
Ron C eSaru6s,Governor
e9uanue w.,Griffin,Secretary
dbor
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
ELECTRICAL C NSING, BOARD
THE ELECTRICAL AL r FIED UNDER THE
PROVN N Ti UTIE
01
t f
PE o � �• NC
3Y� 101 fr .
o
j �vy�k"
r mmoonmiwtnmwwo N'N M I ry /� u�wnwwiewuw.mw WdW frtiN NN"
mm Iwl7.m
EX IF TION CRATE: AUGUST 31, 0 6
Always verify licenses online at My Flo rldaticense.com
04 ir� �
Do not alter this document in any form.
I This,is your license. It is unlawful for anyone rather than the licensee to use this docuurnent.