HomeMy WebLinkAbout06/09/2025 Agreement Monroe County Purchasing Policy and Procedures
r TM
COUNTY ADMINISTRATOR
CII "l It "iMGA� 1 Oil FOR COII'Tl„/ C,"i ~ t
--cni1.t'r..a` ii;44.//i
Effective Date: 92
(
Expiration Date.. :,-
Contract Purpose/Description:
0 Ir/, 1 ► d
r Ail,„ r
i,;% � %i!,✓ , //ri„/ ,i,//iiie� � ,,;,,, /,//�,,,Ilti�kt'at a/„ ,,,i � „i, , i ,/�f/�;n,��, r/; /aii�,i/�/o//%i/�%,ii/i%//� // �iil„ „/// ,i//;;:„;
Contract is Original Agreement Contract Amendment/Extension Renewal
rr%%// �i 1 %" )..6....M / //�
Contract Manager: �/
CONTRACT COSTS
Total Dollar Value of Contract: $ Current Year Portion: -
(must be$100,000,00 or less) (If multiyear agreement then
requires BOCC'approval,uuunte,ss nine
total eualrtnu.ulatuve arnanulant lis
$l00,000.00 or Vess)
Budgeted?Yes* No ❑
Grant: $22,30000� County Match: $r > .,.;.....;�i....��,rrr,✓i✓/ivy//i/;i/lam/�.,,,
Fund/Cost Cetite�1/S end Cate go
„� %,,
ADDITIONAL COSTS
Estimated Ongoing Costs: $ /yr For:
(Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.)
Insurance lie hired: YES ISO NO ❑ See attached cols in packet
CONTRACT REVIEW
Reviewer Date In
Department Head Signature: William Desantism ITmmmmmm W4
County Attorney Signature: Joseph X. DiNovo DIM'.:2W5, 06Wgilhad 0 O;U;04'00'°
Jacl n Flatt laglt.11y Y tlayl 9yn FNft
Risk Management Signature: Y D.k.;2.025060 14W3:51 0400
Dipilally s'yrys7 d by U a Ab—
Purchasing Signature: Lisa Abreu D..L 2.025,060612092 0400
OMB Signature: John Quinn D',,W::2025,06 2' 06 °213 0
._...._.............. urro��taa. racin Irr,¢��:
Comments: please see attachment I Memorandum Disqulification for Bidding
Revised BOCC 4/19/2023
Page 84 of 105
MONROE COUNTY
BOARD OF COUNTY COMMISSIONERS
REQUEST FOR SERVICES
FOR
INS"I'ALLA"I"I
ION OF A COCONTINOUS
E COUNTRTOP MURRAV 1 . NELSON
C"OVE INN MEN" CENTE14- SHERIFF'
SUBSTATION OFFICE; 10250 OVERSEAS
1-11GHWAY; KEV LARGO, FLORIDA 33037
BOARD OF COUNTY COMMISSIONERS
Mayor James K. Scholl, District 3
Mayor Pro Tem Michelle Lincoln, District 2
Craig Cates, District I
David Rice, District 4
Holly Merrill Raschein, District 5
COUNTY ADMINISTRATOR
Christine Hurley
Clerk of the Circuit Court Facilities Maintenance Director
Kevin Madok William DeSantis
APRIL 2025
Page 1 of 33
* TIT �.'r'-.-2..
w�-TA u i .
Monroe County Facilities Maintenance Department
Monroe County Facilities Maintenance
General Scope of Work
Job Name: Installation of a ConUnUOUS Countertop Murra)' li. Nelson
Government Center- Sherill'Substation Office
Job Location: Murray Nelson Government Center, 102050 Overseas Highway.
Key Largo. FL 33037
Contact: Kevin Dillon
Kevin Dillon
9 Vaoub ���u�tivar :�1�auou°s��.e( a��u
305-587-8036
PROJECT OVERVIEW
PROJECT INTENT AND SCOPE
GENERAL REQUIREMENTS
1. Project Overview
A) Enter into a contract %%ith a qualified Contractor for the Installation ofa
Continuous Countertop Murray F. Nelson Goveniment Center- Sheriff
Substation OI'liec at 102050 Overseas Highway; Key Largo, Florida
33037.The term ol'this contract shall commence upon the date of issuance to
the undersigned by Owner of the Notice to Proceed/Purchase Order/Task Order.
Once commenced,the undersigned shall diligently continue performance until
completion of the Project. The undersigned shall accomplish Final Completion
of the Project within Thirty(30)days.thereafter.
The Contractor shall be required to secure and pay for all required permits and
approvals to perform the work which may include: Monroe County Building
Department and any other permitting or regulatory agencies,if applicable. The
Contractor shall include those permit fees as a part of the Contractor's bid.
Page 2 of 33
Iulau Y M A I A I
U !'-U) kk-- t iiy i!;- 2025, Wi 12:00 iu
it Hoot]Mcco t'i-n!\ ll. ut . All Quotes must state they will be good
for one hundred twenty(120)calendar days from submittal due date.
2. Project Intent and Scope
Scope of Work:
The Contractor shall provide the following Scope of Work and provide all labor and
materials to complete the installation of a continuous countertop against 3 walls
* Construct a continuous countertop against 3 walls measuring 120". 196". and
120"
o Provide and install matching 4" backsplash where the countertop meets the
wall.
* Provide and install (6) lockable drawer units as metal drawer base cabinets
with structural support installed below for added rigidity.
e Provide and install (4) lockable hutches on top of the countertops. Place on
each side of the already installed TV.
* Provide and install a cable management tray with an access location for wires
and various components
* Provide and install protective plexiglass behind each location
3. General Requirements
A) The Contractor shall coordinate all activities with the Monroe County Facilities
Maintenance Department contact: Kevin Dillon at 305-363-9200
B) The Contractor is required to provide protection for all existing surfaces
including. but not limited to:
i. Existing fixtures
ii. Personal Items
iii. Floors
iv, Vehicles and Personal Property
v. Landscaping
C) The Contractor shall ensure that all non-exempt employees for this effort are
compensated in accordance with all State and Local Laws.
D) The Contractor shall load,haul, and properly dispose of all construction debris
and materials.
E) The Contractor shall provide and maintain appropriate (OSHA required)
construction warning signs and barriers.
Page 3 of 33
iic i:uu' .'t"uI-:iiaii iu'll"il aii 1Cyuu"u-H�uih biii;`sai.iy eyuipiR—
G) The Contractor shall rurnish and maintain on-site material safety data sheets
(MSDS) for all materials used in the construction.
H) Construction work times shall be limited to that specified by the County.
1) All materials must be approved by submittal prior to commencement of work.
J) The Contractor shall provide a lump sum price by Thursday May 115,2025,at
12:00 P.M.. via email as noted herein.
K) The Contractor needs to be aware of weather and location and plan accordingly.
L) The Contractor needs to be aware of the facility, its residents, and staff with
unusual schedules and plan accordingly.
M)The Contractor shall provide a schedule for all phases of the project.
N) The Contractor shall coordinate all activities with concurrent site work being
performed, if any.
O) Insurance Requirements:
Workers Compensation Statutory Limits
Employers' Liability $100,000 Bodily Injury by Accident
$500.000 Bodily Injury by Disease,policy
limits
$100.000 Bodily Injury by Disease,each
employee
General Liability $200,000 per Person
$300,000 per Occurrence
$200,000 Property Damage
or
$300.000 Combined Single Limit
Vehicle: $200,000 per Person
(Owned,non-owned, $300,000 per Occurrence
and hired vehicles) $200.000 Property Damage
or
$300.000 Combined Single Limit
Builders Risk Not Required
Construction Bond Not Required
Page 4 of 33
The Monroe County Board of County Commissioners, its employees and
officials, 1100 Simonton Street,Key West, Florida 33040, shall be named as
Certificate Holder and Additional Insured on General Liability and Vehicle
policies. A "Sample" Certificate of Insurance is attached, which may not be
reflective of the insurance amounts required for this project,but is provided for
"informational purposes"only.
P) The Contractor is required to.have all current licenses necessary to perform the
work and shall submit the Contractor's License and Monroe County Business
Tax Receipt along with its Proposal. If the Contractor is not a current registered
Monroe County Vendor, then it shall also submit a properly completed and
executed W-9 Form,
Q) INDEMNIFICATION, HOLD HARMLESS, AND DEFENSE.
Notwithstanding any minimum insurance requirements prescribed elsewhere in
this agreement,the Contractor shall defend,indemnify and hold the County and
the County's elected and appointed officers and employees harmless from and
against (i) any claims, actions or causes of action, (ii) any litigation,
administrative proceedings, appellate proceedings, or other proceedings
relating to any type of injury (including death), loss, damage, fine, penalty or
business interruption, and (iii) any costs or expenses that may be asserted
against, initiated with respect to, or sustained by, any indemnified party by
reason of,or in connection with,(A)any activity of the Contractor or any of its
employees, agents, 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 Contractor or any
of its employees, agents, sub-contractors or other invitees, or (C) the
Contractor's default in respect of any of the obligations that it undertakes under
the terms of this Agreement,except to the extent the claims, actions.causes of
action, litigation, proceedings, costs or expenses arise from the intentional or
sole negligent acts or omissions of the County or any of its employees,agents,
contractors or invitees(other than the Contractor). The monetary limitation of
liability under this contract shall be equal to the dollar value of the contract and
not less than $1 million per occurrence pursuant to Section 725.06, Florida
Statutes. The limits of liability shall be as set forth in the insurance
requirements included in 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 term of this Agreement, this
section will survive the expiration of the term of this Agreement or any earlier
termination of this Agreement.
In the event that the completion of the project(to include the work of others)is
delayed or suspended as a result of the Contractor's failure to purchase or
maintain the required insurance, the Contractor shall indemnify the County
from any and all increased expenses resulting from such delay. Should any
Page 5 of 33
Clallll� UC tJJJCIied 494- 11s1-111C cuulluy uy viiWC W-ally ueficieueydr'uiribiguhl
in the plans and specifications provided by the Contractor,the Contractor agrees
and warrants that the Contractor shall hold the County harmless and shall
indemnify it from all losses occurring thereby and shall further defend any
claim or action on the County's behalf.
The extent of liability is in no way limited to, reduced, or lessened by the
insurance requirements contained ciscwhere within this Agreement.
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 immunity.
R) NON-COLLUSION. By signing this proposal, the undersigned swears,
according to law on his/her oath, and under penalty of perjury, that their firm
executes this proposal with prices arrived at independently without collusion.
consultation, communication, or agreement for the purpose of restricting
competition, as to any matter relating to such prices with any other bidder or
with any competitor. Unless otherwise required by law, the prices which have
been quoted in this proposal have not been knowingly disclosed by the proposer
and will not knowingly be disclosed by the proposer prior to proposal opening.
directly or indirectly. to any other proposer or to any competitor. No attempt
has been made or will be made by the proposer to induce any other person,
partnership or corporation to submit,or not to submit a proposal for the purpose
of restricting competition. The statements contained in this paragraph are true
and correct,and made with the full knowledge that Monroe County relies upon
the truth of the statements contained in this paragraph in awarding contracts for
this project.
S) EMPLOYMENT OR RETENTION OF FORMER COUNTY OFFICERS
OR EMPLOYEES. By signing this proposal, the undersigned warrants that
he/she/it has not employed, retained, or otherwise had act on his/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,Monroe County Code of Ordinances. For breach or violation of
this provision the County may, in its discretion, terminate this Agreement
without liability and may also, in its discretion,deduct from the Agreement or
purchase price, or otherwise recover, the full amount of any fee, commission,
percentage,gift,or consideration paid to the former County officer or employee
pursuant to Subsection 2-152(b),Monroe County Code of Ordinances.
T) CODE OF ETHICS. The County agrees that officers and employees of the
County recognize and will be required to comply with the standards of conduct
for public officers and employees as delineated in Section 112.313, Florida
Statutes regarding, but not limited to, solicitation or acceptance of gifts; doing
business with one's agency; unauthorized compensation; misuse of public
Page 6 of 33
�usiiiu,'y 'oil cw,i,a%;Wim,Ci4i,u,lsin}r; t,uU-uisciusu,6 u,
use of certain information. .
U) DRUG-FREE WORKPLACE. By signing this proposal, the undersigned
certifies that the contractor complies fully with,and in accordance with Section
287.087, Florida Statutes,as follows:
1) It will publish a statement notifying employees that the unlawful
manufacture, distribution, dispensing, possession, or use of a controlled
substance is prohibited in the workplace and specify the actions that will be
taken against employees for violations of such prohibition.
2) It will inform employees about the dangers of drug abuse in the workplace.
the business's policy of maintaining a drug-free workplace, any available
drug counseling. rehabilitation,and employee assistance programs.and the
penalties that may be imposed upon employees for drug abuse violations.
3) It will give each employee engaged in providing the commodities or
contractual services that are under bid a copy of the statement specified in
Subsection 1.
4) In the statement specified in Subsection 1,it will notify the employees that,
as a condition of working on the commodities or contractual services that
are under bid. the employee will abide by the terns of the statement and
will notify the employer of any conviction of, or plea of guilty or nolo
contendere to, any violation of Chapter 893 (Florida Statutes) or of any
controlled substance law of the United States or any state, for a violation
occurring in the workplace no later than five(5)days after such conviction.
5) 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 employee 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
I) al EmpI21m$11f Onvortunity.
The Contractor and County agree that there will be no discrimination against
any person,and it is expressly understood that upon a determination by a court
of competent jurisdiction that discrimination has occurred, this Agreement
automatically terminates without any further action on the part of any party,
effective the date of the court order. The Contractor agrees to comply with all
Federal and Florida statutes,and all local ordinances, as applicable, relating to
nondiscrimination.These include but are not limited to: 1)Title VII of the Civil
Rights Act of 1964(PL 88-352)which prohibits discrimination on the basis of
race,color or national origin,2)Title IX of the Education Amendment of 1972,
Page 7 of 33
a� auiC�iuru (2v ua% aa. iuoi-iva.) aiiu iuo5-1uauj, wiiicii Niuiiiuiis
discrimination on the basis of sex; 3)Section 504 of the Rehabilitation Act of
1973,as amended(20 USC s. 794),which prohibits discrimination on the basis
of handicaps;4)The Age Discrimination Act of 1975,as amended(42 USC ss.
6101-6107) which prohibits discrimination on the basis of age; 5) The Drug
Abuse Office and Treatment Act of 1972(PL 92-255), as amended.relating to
nondiscrimination on the basis of drug abuse; 6)The Comprehensive Alcohol
Abuse and Alcoholism Prevention, Treatment'and Rehabilitation Act of 1970
(PL 91-616),as amended,relating to nondiscrimination on the basis of alcohol
abuse or alcoholism;7)The Public Health Service Act of 1912.ss. 523 and 527
(42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of
alcohol and drug abuse patient records; 8)Title V111 of the Civil Rights Act of
1968(42 USC s.3601 et seq.).as amended,relating to nondiscrimination in the
sale, rental or financing of housing; 9)The Americans with Disabilities Act of
1990(42 USC s. 12101 Note), as may be amended from time to time, relating
to nondiscrimination on the basis of disability; 10) Monroe County Code
Chapter 14.Article 11,which prohibits discrimination on the basis of race,color,
sex, religion, national origin, ancestry, sexual orientation, gender identity or
expression, familial status or age; and 11) Any other nondiscrimination
provisions in any Federal or state statutes which may apply to the parties to,or
the subject matter of. this Agreement.
During the performance of this Agreement, the Contractor, in accordance with
Eyiud Emplo)►ment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part,
1964-1965 Comp., p. 339) as amended by Executive Order 11375, Amending
Executive Order 11246 RelcNing to Equal Employment Opportunity. and
implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract
Compliance Programs,Equal Employment Opportunity,Department of Labor),
see 2 C.F.R. Part 200, Appendix 11,¶C.agrees as follows:
A) The Contractor will not discriminate against any employee or applicant
for employment because of race,color,religion,sex,sexual orientation,
gender identity,or national origin. The Contractor will take affirmative
action to ensure that applicants are employed, and that employees are
treated equally during employment, without regard to their race, color,
religion, sex, sexual orientation, gender identity, or national origin.
Such action shall include, but not be limited to, the following:
Employment, upgrading, demotion, or transfer, recruitment or
recruitment advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training, including
apprenticeship. The Contractor agrees to post in conspicuous places,
available to employees and applicants for employment, notices to be
provided by the contracting officer setting forth the provisions of this
nondiscrimination clause.
B) The Contractor will, in all solicitations or advertisements for employees
placed by or on behalf of the Contractor, state that all qualified
applicants will receive consideration for employment without regard to
Page 8 of 33
�aC�:wiui, i�ii6iuu;acn,acauai"u�icui�xiiuu�'gcuuCi-iuCuiiiy,ur i1UUU1141
origin.
C) The Contractor will not discharge or in any other manner discriminate
against any employee or applicant for employment because such
employee or applicant has inquired about, discussed, or disclosed the
compensation of the employee or applicant or another employee or
applicant. This provision shall not apply to instances in which an
employee, who has access to the compensation information of other
employees or applicants as a part of such employee's essential job
functions, discloses the compensation of such other employees or
applicants to individuals who do not otherwise have access to such
information,unless such disclosure is in-response to a formal complaint
or charge, in furtherance of an investigation, proceeding, hearing, or
action, including an investigation conducted by the employer, or is
consistent with the Contractor's legal duty to furnish information.
D) The Contractor will send to each labor union or representative of
workers with which it has a collective bargaining agreement or other
contract or understanding, a notice to be provided by the agency
contracting officer,advising the labor union or workers' representative
of the Contractor's commitments under Section 202 of Executive Order
11246 of September 24, 1965, and shall post copies of the notice in
conspicuous places available to employees and applicants for
employment.
E) The Contractor will comply with all provisions of Executive Order
11246 of September 24, 1%5,and of the rules,regulations,and relevant
orders of the 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,
regulations, and orders of the Secretary of Labor, or pursuant thereto.
and will permit access to his books, records, and accounts by the
contracting agency and the Secretary of Labor for purposes of
investigation to ascertain compliance with such rules, regulations, and
orders.
G) In the event of the Contractor's non-compliance with the
nondiscrimination clauses of this contract or with any of such rules,
regulations, or orders, this contract may be canceled, terminated. or
suspended in whole or in part and the Contractor may be declared
ineligible for further Government contracts in accordance with
procedures authorized in Executive Order 11246 of September 24,
1965, and such other sanctions may be imposed and remedies invoked
as provided in Executive Order 11246 of September 24, 1965, or by
rule, regulation, or order of the Secretary of Labor, or as otherwise
provided by law.
Page 9 of 33
i l f I IIC L.Ul1Ui1CLUl W111 111cluUC 111C t1U141U11-U1 111C b6lit IIcc 1111111culatta)'
preceding Subparagraph (A) and the provision of Subparagraphs (A)
through(H)in every subcontract or purchase order unless exempted by
rules, regulations,or orders of the Secretary of Labor issued pursuant to
Section 204 of Executive Order 11246 of September 24, 1965, so that
such provisions will be binding upon each subcontractor or vendor. The
Contractor will take such action with respect to any subcontract or
purchase order as the administering agency may direct as a means of
enforcing such provisions, including sanctions for non-compliance;
provided, however, that in the event a contractor becomes involved in.
or is threatened with,litigation with a subcontractor or vendor as a result
of such direction by the administering agency the Contractor may
request the United States to enter into such litigation to protect the
interests of the United States.
[I) ° ' r'min i Il'ar vi,i ns.
A) In the event that the Contractor shall be found to be negligent in any
aspect of service. the County shall have the right to terminate this
agreement after five(5)days' written notification to the Contractor.
8) Either of the parties hereto may cancel this Agreement without cause by
giving the other party sixty (60)days' written notice of its intention to
do so.
C) Yerinination for Cause and Rem t i : In the event of breach of any
contract terms,the County retains the right to terminate this Agreement.
The County may also terminate this agreement for cause with the
Contractor should the Contractor fail to perform the covenants herein
contained at the time and in the manner herein provided. In the event of
such termination, prior to termination, the County shall provide the
Contractor with five (5) calendar days' notice and provide the the
Contractor with an opportunity to cure the breach that has occurred. If
the breach is not cured, the Agreement will be terminated for cause. If
the County terminates this agreement with the Contractor, the County
shall pay the Contractor the sum due the Contractor under this
agreement prior to termination, unless the cost of completion to the
County exceeds the funds remaining in the contract. However, the
County reserves the right to assert and seek an offset for damages caused
by the breach. The maximum amount due to the Contractor shall not,
in any event, exceed the spending cap in this Agreement. In addition,
the County reserves all rights available to recoup monies paid under this
Agreement, including the right to sue for breach of contract and
including the right to pursue a claim for violation of the County's False
Claims Ordinance,located at Section 2-721 et al,of the Monroe County
Code.
Page 10 of 33
u j i ctilm:1 i ull im k knIVS 9 i uC wuuiy 111ay W11111uaic MIS
Agreement for convenience.at any time, upon seven(7)days' notice to
Contractor.If the County terminates this agreement with the Contractor.
County shall pay Contractor the sum due the Contractor under this
agreement prior to termination, unless the cost of completion to the
County exceeds the funds remaining in the contract. The maximum
amount due to Contractor shall not exceed the spending cap in this
Agreement. In addition, the County reserves all rights available to
recoup monies paid under this Agreement, including the right to sue for
breach of contract and including the right to pursue a claim for violation
of the County's False Claims Ordinance. located at Art. IX. Section 2-
721 et al. of the Monroe County Code.
E) Sq . For Contracts of any amount, if the County
determines that the Contractor/Consultant has submitted a false
certification under Subsection 287.135(5), Florida Statutes or has been
placed on the Scrutinized Companies that Boycott Israel List, or is
engaged in a boycott of Israel, the County shall have the option of(1)
terminating the Agreement after it has given the Contractor/Consultant
written notice and an opportunity to demonstrate the agency's
determination of false certification was in error pursuant to Subsection
287.135(5)(a). Florida Statutes,or(2)maintaining the Agreement if the
conditions of Subsection 287.135(4), Florida Statutes,are met.
111) I'dlaintena ce rrf Records.
The Contractor shall maintain all books, records, and documents directly
pertinent to performance under this Agreement in accordance with generally
accepted accounting principles consistently applied. Records shall be retained
for a period of seven (7) years from the termination of this agreement or in
accordance with the State of Florida retention schedules
(h(tps://dos.fl.gov/I ibrary-archives/mcords-monagement/gentral-records-
schedules/),whichever is greater.Each party to this Agreement or its authorized
representatives shall have reasonable and timely access to such records of each
other party to this Agreement for public records purposes during the term of the
Agreement and for the applicable retention period following the termination of
this Agreement.
1V) Lg ud�:
Availability of Retard+. The records of the parties to this Agreement relating
to the Project,which shall include but not be limited to accounting records(hard
copy,as well as computer readable data if it can be made available;subcontract
files (including proposals of successful and unsuccessful bidders, bid recaps,
bidding instructions, bidders list, etc.); original estimates; estimating work
sheets; correspondence; change order files(including documentation covering
negotiated settlements); back charge logs and supporting documentation;
general ledger entries detailing cash and trade discounts earned, insurance
rebates and dividends;any other supporting evidence deemed necessary by the
Page 11 of 33
i wuri'ui uy'iur iviuuiuc�:uuiiiy i ci:ui"lilt i;iCiic u1%�,UUR d;lu i:uiupi101W
(hereinafter referred to as"County Clerk")to substantiate charges related to this
agreement, and all other agreements, sources of information and matters that
may in the Owner's or the County Clerk's reasonable judgment have any
bearing on or pertain to any matters, rights, duties, or obligations under or
covered by any contract document (all foregoing hereinafter referred to as
"Records")shall be open to inspection and subject to audit and/or reproduction
by the Owner's representative and/or agents of Owner or the County Clerk. The
Owner or County Clerk may also conduct verifications such as, but not limited
to, counting employees at the job site, witnessing the distribution of payroll.
verifying payroll computations,overhead computations,observing vendor and
supplier payments, miscellaneous allocations, special charges, verifying
information and amounts through interviews and written confirmations with
employees, subcontractors, suppliers, and contractors' representatives. All
records shall be kept for ten (10) years after Final Completion. The County
Clerk possesses the independent authority to conduct an audit of records,assets,
and activities relating to this Project. if an auditor employed by the County or
Clerk determines that monies paid to Contractor pursuant to this Agreement
were spent for purposes not authorized by this Agreement,or were wrongfully
retained by the Contractor,the Contractor shall repay the monies together with
interest calculated pursuant to Section 55.03,the Florida Statutes,running from
the date the monies were paid to Contractor. The right to audit provisions
survive the termination or expiration of this Agreement.
V)
The County shall pay pursuant to Section 219.70, Florida Statutes (Florida
Local Government Prompt Payment Act)upon receipt of a Proper Invoice from
the Contractor. Payments due and unpaid under the Contract shall bear interest
pursuant to the Florida Local Government Prompt Payment Act,
The Contractor is to submit to the County invoices with supporting
documentation that are acceptable to the County Clerk. Acceptability to the
County Clerk is based on generally accepted accounting principles and such
laws, rules, and regulations as may govern the County Clerk's disbursal of
funds. Invoices shall be submitted to Monroe County Facilities
Maintenance Department, Attention Nestor Torra, via email at I ijrra-
The County is exempt from sales and use taxes. A copy of the tax exemption
certificate will be provided upon request.
Final payment shall be made by the County, as the Owner, to the Contractor
when the Contract has been fully perfdrmed by the Contractor and the work has
been accepted by the County.
VI) PIMIS
Page 12 of 33
i'uc' :uui�aCiu� 1116ai wiuNiy Wll114-10-11da }iuuiic iCcuiu6 iuwb; iliviUdii181l)UL
not limited to Chapter 119. Florida Statutes and Section 24 of article I of the
Constitution of Florida. The County and Contractor shall allow and permit
reasonable access to, and inspection of, all documents, records, papers, letters
or other"public record"materials in its possession or under its control subject
to the provisions of Chapter 119. Florida Statutes,and made or received by the
County and Contractor in conjunction with this contract and related to contract
performance. The County shall have the right to unilaterally cancel this contract
upon violation of this provision by the Contractor. Failure of the Contractor to
abide by the terms of this provision shall be deemed a material breach of this
contract and the County may enforce the terms of this provision in the form of
a court proceeding and shall,as a prevailing party,be entitled to reimbursement
of all attorney's fees and costs associated with that proceeding. This provision
shall survive any termination or expiration of the contract.
The Contractor is encouraged to consult with its advisors about Florida Public
Records Law in order to comply with this provision.
Pursuant to Section 119.0701. Florida Statutes and the terms and conditions of
this contract,the Contractor is required to:
A) Keep and maintain public records that would be required by the County
to perform the service.
B) Upon receipt from the County's custodian of records. provide the
County with a copy of the requested records or allow the records to be
inspected or copied within a reasonable time at a cost that does not
exceed the cost provided in this chapter or as otherwise provided by law.
C) Ensure that public records that are exempt or confidential and exempt
from public records disclosure requirements are not disclosed except as
authorized by law for the duration of the contract term and following
completion of the contract if the contractor does not transfer the records
to the County.
D) Upon completion of the contract, transfer, at no cost, to the County all
public records in possession of the Contractor or keep and maintain
public records that would be required by the County to perform the
service. If the Contractor transfers all public records to the County upon
completion of the contract, the Contractor shall destroy any duplicate
public records that are exempt or confidential and exempt from public
records disclosure requirements. If the Contractor keeps and maintains
public records upon completion of the contract, the Contractor shall
meet all applicable requirements for retaining public records. All
records stored electronically must be provided to the County, upon
request from the County's custodian of records, in a format that is
compatible with the information technology systems of the County.
Page 13 of 33
j r'►`wgUC6i iv 141.ipeci ui CVNy PUbliC W1;Viu6 W40i;ub-iu u i;uuuiy CuuuaCi
must be made directly to the County.but if the County does not possess
the requested records. the County shall immediately notify the
Contractor of the request, and the Contractor must provide the records
to the County or allow the records to be inspected or copied within a
reasonable time.
If the Contractor does not comply with the County's request for records, the
County shall enforce the public records contract provisions in accordance with
the contract, notwithstanding the County's option and right to unilaterally
cancel this contract upon violation of this provision by the Contractor. A
Contractor who tails to provide the public records to the County or pursuant to
a valid public records request within a reasonable time may be subject to
penalties under Section 119.10. Florida Statutes.
The Contractor shall not transfer custody. release, alter, destroy or otherwise
dispose of any public records unless or otherwise provided in this provision or
as otherwise provided by law.
IF THE CONT ACTOR HAS QUESTIONS ICEQARDINC
THE APPLICATION OF CHAPTER, lI! ORI A
STATUTES TO THE CONTRACTQR'S DUTY TO
PROVIDE PUBLIC RECORDS_, IIEGATIN6 TO THIS
CQN111AEL-,—CO—NTACT THE CUSTODIAN OF ZUBLIC
Y AT PRONE N R -292- '470
BRADL,E '"-IIRI.AN& E N'T -Fh.COV
MONROE COUNTY A ORNE" 'S OFFICE. If 11 11t.tt
N, treel ITEm. 4 EV'� " WEN FIB 4
V11) '-V rl ',stem.
Beginning January 1. 2021, in accordance with Section 449.095, Florida
Statutes, as may be amended from time to time, the Contractor and any
subcontractor shall register with and shall utilize the U.S. Department of
Homeland Security's E-Verify system to verify the work authorization status of
all new employees hired by the Contractor during the term of the Contract and
shall expressly require any subcontractors performing work or providing
services pursuant to the Contract to likewise utilize the U.S. Department of
Homeland Security's E-Verify system to verify the work authorization status of
all new employees hired by the subcontractor during the Contract term. Any
subcontractor shall provide an affidavit stating that the subcontractor does not
employ, contract with, or subcontract with an unauthorized alien. The
Contractor shall comply with and be subject to the provisions of Section
448.095, Florida Statutes. Pursuant to Section 448.095:
A) "A public agency, Bidder, or subcontractor who has a good faith belief
that a person or an entity with which it is contracting has knowingly
Page 14 of 33
V lU1QlCli JUUJC\.I IVII M`Io.U9k1/ JllQ11 wi-1111114I1c 111C Culailaci, VVllll LIIC
person or entity.
B) A public agency that has a good faith belief that a subcontractor
knowingly violated this subsection, but the Bidder otherwise complied
with this subsection, shall promptly notify the Bidder and order the
Bidder to immediately terminate the contract with the subcontractor.
C) A contract terminated under this paragraph is not a breach of contract
and may not be considered as such. If a public agency terminates a
contract with a Bidder under this paragraph. the Bidder may not be
awarded a public contract for at least 1 year after the date on which the
contract was terminated. A Bidder is liable for any additional costs
incurred by a public agency as a result of the termination of a contract."
VIII) ti . lie uireaaa Snt4
Any written notices or correspondence given pursuant to this contract shall be
sent by United States Mail,certified,return receipt requested,postage prepared,
or by courier with proof of delivery. Notice is deemed received by the
Contractor when hand delivered by national courier with proof of delivery or
by U.S.Mail upon verified receipt or upon the date of refusal or non-acceptance
of delivery. The place of giving Notice shall remain the same as set forth herein
until changed in writing in the manner provided in this paragraph. Notice shall
be sent to the following persons:
For Contractor:
I 40- ..... ...........
_.
For Owner: Facilities Maintenance Department
Attention: Kevin Dillon
300 Magnolia Avenue
Key Largo, Florida 33037
and
Monroe County Attorney's Office
1111 121h Street
Suite 408
Key West, Florida 33040
IX) Uncontrollable Circumstance.
Any delay or failure of either Party la perlorm its obligations under this Agreement
will be excused to the extent that the delay or I'ailure was caused directly by an
event heyond such Party's control.without such Party's ttiull or negligence and that
by its nature could not have been foreseen by such Party or, il'it could have been
Page IS of 33
iuicac�i►. »iiti uuuiuiiiui�iu; (a� ucia ui�iiuu:"t.ii'�'iiiiiiii. ii►ir. uuiiiii,luai:c. �.�I�ivaiuu.
tropical storm. IlUrricane or other declared anergency in the geographic area of the
Project: (c) kur. invasion. hostilities (whether war is declared ur nut). (crrurisl
threats or acts. riot, or other civil unrest in the geographic area of the Project: (d)
government order or law in the geographic area of the Project: (c) actions.
embargoes. or blockades in ell'cet on or alter the date ol'this Agreement: (1)action
by any governmental authority prohibiting work in the geographic area of the
Ptbject:(ecich. it "Uncontr6111ble ClrcllntsIIU1CC"). The Contractor's linaneial
inability to licrtorm. changes in cost or availahility of materials. components. or
services. market conditions.or supplier actions or contract disputes will not excuse
perlurmnnce by Contractor under this Section, The Contractor shall give the
County wrilten notice within seven (7) days ol'anr event or circumstance that is
reasonably likely to result in in Uncontrollable Orcumstanee. and the anticipated
duration ol'such Uncontrollable Circumstance,The Contractor shall use all diligent
cl7brts to end Ilse Uncontrollable Circumstance. ensure that the chccts of"
any Uncontrollable Circumstance are minimized and resume lull perlormance
under this Agreement. The County will not par additional cost as a result of'an
Uncontrollable Circumstance. 'I'hc Contractor may only seek a no cost Change
Order or Amendment lbr such reasonable time as the Owners Representative mar
determine.
X) Adiudication of Disputes or Disa r crncrtts.
The County and Contractor agree that all disputes and disagreements shall be
attempted to be resolved by meet and confer sessions between representatives of
each of the parties. if the issue or issues are still not resolved to the satisfaction of
the parties,then any party shall have the right to seek such relief or remedy as may
be provided by this Agreement or by Florida law. This Agreement is not subject to
arbitration. This provision does not negate or waive the provisions of Sections I,
Nondiscrimination,or Section 11,concerning termination or cancellation.
Page 16 of 33
PROPOSAL
FORM-
PROPOSAL TO: Monroe County Facilities Maintenance
300 Magnolia Street
Key Largo,Florida 33037
a
PROPOSAL FROM:
The undersigned, having carefully examined the Work and reference Drawings,
Specifications, Proposal, and Addenda thereto and other Contract Documents for the
construction of-
Installation of a Continuous Countertop Murray E. Nelson,Government
Center-Sheriff'Substation Office
and having carefully examined the site where the Work is to be performed, having
become familiar with all local conditions including labor affecting the cost thereof, and
having familiarized himself with material availability,Federal,State,and Local laws.
ordinances, rules and regulations affecting performance of the Work,does hereby
propose to furnish all labor,mechanics,superintendents, tools,material,equipment,
transportation services, and all incidentals necessary to perform and complete said Work
and work incidental hereto, in a workman-like manner, in conformance with said
Drawings.Specifications,and other Contract Documents including Addenda issued
thereto.
The undersigned further certifies that he/she has personally inspected the actual location of
where the Work is to be performed,together with the local sources of supply and that he/she
understands the conditions under which the Work is to be performed. The proposer shall
assume the risk of any and all costs and delays arising from the existence of any subsurface
or other latent physical condition which could be reasonably anticipated by reference to
documentary information provided and made available, and from inspection and
examination of the site.
The undersigned agrees to commence performance of this Project within Ten (10)
calendar days after the date of issuance to the undersigned by Owner of the Notice to
Proceed/Purchase Order/Task Order. Once commenced, undersigned shall diligently
continue performance until completion of the Project. The undersigned shall accomplish
Final Completion of the Project within Thirty(30)days,thereafter.
Page 17 of 33
__.. . _.. ° "me Prgp 1 0 tv l a_ jP .. . . .. .
htconslstency between the two,the Proposal!n words sll4rall control.
Doi Ig
(Total Base Proposal words)
$,_ Dollars
(Total Base Proposal—numbers)
I acknowledge Alternates as follows:N/A
I acknowledge receipt of Addenda No.(s)or None
No Dated
No. Dated
Page 19 of 33
Ln Add itinn, Prn�ncPr c!ptPa-thsf.hg�-; 4C hTs_;?rnvided or will n!J*�J(' thsp f ntinly, @Ind jth thic
Proposal, a certified copy of Contractor's License, Monroe County Business Tax Receipt, and
Certificate of Insurance showing the minimum insurance requirements for this project.
Execution by the Contractor must be by a person with authority to bind the entity.
By signing this agreement below,the Contractor has read and accepts the terms and conditions set
forth by the Monroe County General Requirements for Construction:found at the,link on, the
Monroe County web page: lit ff-Lt"n Q!L%!nt yit s„ c t t/lids as tx' a l f l g'; AND
accepts all of the terms and conditions and all Federal required contract provisions herein.
IN WITNESS WHEREON, the parties have caused this Agreement to be executed by their duly
authorized representatives,as follows:
q '0AContractor: w ..�
w.. . . :.. ..... .. � `.
Mailing Address: 301r
Phone Number: `J
E.[•N.: 1
Email:
Date: 1 Signed:
r ry _. „.
Nate Title
Contractor's Witness signature:
Witness name: A01 V l
kA-
Date:
The County accepts the above proposal:
MONROE COUNTY, FLORIDA
Digitally signed by Christine Hurley
Christine Hurley Date:2025.06.09 21:34:50-04'00' Date:
B . Count Admt.......P._. ... ... ... ...
y' y nistrator or Designee
MO(VRoe COUNTY ATTORINEV S OR/rOE
APPROVED AB TO FORM
Page 19 of 33
NON-COLLUSION AFFIDAVIT
l„ l of the city of _10 Oil
according
ccor ing t o I on m o l , depose and
I am
firmoof the f l
the proposer making the Proposal for the project described in the notice for
alling orWexeuted
als or
1 - �� ' l� °
and that I the said proposal with full authority to do so;
Z 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 or
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 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 submit, 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 awarding contracts for said project.
(Signet of Pro see ( ate)
STATE OF:
COUNTY OF, 0 I I b
Subscribed and sworn to (or affirmed) before me, by means of f4physical presence or
V
online notarization, on---VOre I (date) by
_030ft
(name of affi+ant). He/She is
. rsonally known to
me or has produced
Notary Public 5164 of F101418
(type of identification)as identification. AMC VI'
' a40
EXP. 41412028
"N"N"W"
NOTARY PUBLIC-
My commission expires: (SEAL)
LO19BNiNQ A D CCMN LILT O INTEREST CLAUSE
Page 20 of 33
SWORN STATEMENT UNDER ORDINANCE NO. 010-1990
MONROE COUNTY, FLORIDA
ETHICS CLAUSE
� � e� � M
_ 0�
(Company)
warrants that he/she/it has not employed, retained or otherwise had act on his/her/
its behalf any former County officer or employee in violation of Section 2 of Ordinance
No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance
No. 010-1990. For breach or violation of this provision the County may, in its discretion,
terminate this 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 for r County officer or employee".
(Sig at r )
STATE OF: (do
COUNTY OF;
--M-
Subscribed and sworn to (or rm d) before me, by means of fl'physical presence or
❑ online notarization, on Oil0 (date) by
(name of affiant). He/She is
erson , n-twme or has produced
as identification. (Type of identification)
41rf-
NOTAfqY PUB
My commission expires: r° °era"i State of Pionae
v
(SEAL) go) ' H2401 a err
EMS. 4141 026
Page 21 of 33
DRUG-FREER LACE FORM
The undmsi I
a is or iQ"Mrt j cl 1 Il , enifies that:
(Name of Business)
1. Publishes a statement notifying employees that the unlawful manufacture. distribution.
dispensing.possession.or use of a controlled substance is prohibited in the workplace and
specifying the actions that will be taken against employees for violations of such
prohibition.
2. Informs employees about the dangers of drub abuse in the workplace.the business's policy
of maintaining a drug-free workplace. any available drug counseling. rehabilitation. and
employee assistance programs.and the penalties that may be imposed upon employees for
drug abuse violations.
3. Gives each employee engaged in providing the commodities or contractual services that
are under proposal a copy of the statement specified in subsection(1).
4. In the statement specified in subsection(1). notifies the employees that.as a condition of
working on the commodities or contractual services that are under proposal.the employee
will abide by the terms of the statement and will notify the employer of any conviction of.
or plea of guilty or polo contendere to.any violation of Chapter 993(Florida Statutes)or
of any controlled substance law of the United States or any state. for a violation occurring
in the workplace no later than rive(S)days after such conviction.
5. Imposes a sanction on or requires the satisfactory participation in a drug abuse assistance
or rehabilitation program if such is available in the employee's community. for any
employee who is so convicted.
6. Makes a good faith effort to continue to maintain a drug-free workplace through
implementation of this section
As the person authorized to sign the statement.I certify that this firm complies fully with the above
requirements,
)to rs .A4 MUM
c
STATE OF: ri
13
w
COUNTY OF: .. .
Subscribed and sworn to(or affirmed)before me. by means of physical presence or D online
notarization.on (d to),b
(name of affianq. He/She is�x �v� p to meo
(type of id o t produce
n .. �.m
atiow
amAL
ut M r NO A f,
10i Vile
mawxaw 1�� rt+ y pies: /AI2 ss M Commission Expires:
ENTRY CRIME STATEMENT
Page 22 of 33
"A person or affiliate who has been placed on On convicted vendor list following a
conviction for public entity crime may not submit a bid, proposal,or reply on a contract to
provide any goods or services to a public entity, may not submit a bid, proposal, or reply
on a contract with a public entity for the constrWion or repair of a public building or public
work, may not submit bids on leases of reel 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 ent-ity 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 vandor list."
I hav I aTtV, to that neither
(Proposer's name)nor any Affiliate
6-s"been pla d on the con4v_ici vendor Nat within the lost thirty-six(36) months.
(dig lati)
Date:
STATE OF: I
COUNTY OF& gM"J7
Subscribed and sworn to(or affirmed) befbre e, by means of U'p'llysical presence or
0 online notariz 1 on, on e day of.
w*of Wont). He/She is
20S'L5. YX (no
411-11
_aerwaa4y-*wmo to me or has produced ....... .....
....................... (type of Identification)as
MY missio ires. _4141202a...
to''I' Vj 11.
NOT LIC
(SEAL)
Page 23 of 33
VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS
Project Description(s), � .
Respondent Von or Name:Vendor FEIN:
Vendor's Authorized RepTe a�a4�e.kName _w .. .�. .µ�.. e_... w
Addre YA_1UY7Y_1
"Tito1 �.� ` —'State:
'City• state � A r �es s Grp ..�...
Phone Number" I Email d
Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or
entering into or renewing a contract for goods or services of any amount if, at the time of contracting or
renewal,the company is on the Scrutinized Companies that Boycott Israel List,created pursuant to Section
216.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also
prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for
good or services of$1,000,000 or more, that are on either the Scrutinized Companies with Activities in
Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors Lists which were
created pursuant to Section 215.473, Florida Statutes, or is engaged in business operations in Cuba or
Syria.
As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified
above in the Section entitled "Respondent Vendor Name" is not listed on the Scrutinized Companies that
Boycott Israel List or 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 List, or engaged in business operations in Cuba or Syria.
I understand that pursuant to Section 287.135, Florida Statutes,the submission of a false certification may
subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract
with the County may be terminated, at the option of the County, if the company is found to have submitted
a false certification or has been placed on the Scrutinized 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 Activities
in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sector List or been engaged
in business operations in Cuba or Syria.
Vendor has reviewed Section 287.135, Florida Statutes, and in accordance with such provision of Florida
law, is eligible to bid on, submit a proposal for, or enter into or renew a contract with Monroe County for
goods or services.
Certified By: It • who is authorized to sign
on behalf of the above refer ced corn ny.
Authorized Sl n ure:
Print N
Title: :
Note: The Lit are availablet the followingDepartment of Management Services Site:
http//-mvw,drns mytiorida cgm/bUsirless pper�Uons/st_alr� pirchasing/vendor in for nratian.co¢v6rned_sL 5
ended drscriminatory,_comolarnts_vendor lists.
AFFIDAVIT SING_ C1VE CONDUCT
F VI
Entity/Vendor Nmm
antt:: � Alkl ,�..,.. I
Vendor FEIN:l Vendor's Aut or�d Representative: _.
( )y
Name and Tale
Address
city: --- State:,lb ZtP �
Phone Number
Email Address mmt C Ori1
As a non-governmental entity executing, renewing, or extending a contract with a government
entity. Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor
does not use coercion for labor or services in accordance with Section 787.06, Florida Statutes.
As defined in Subsection 787.06(2)(a),coercion means:
1. Using or threatening to use physical force against any person;
2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any
person without lawful authority and against her or his will;
3. Using lending or other credit methods to establish a debt by any person when labor or
services are pledged as a security for the debt, if the value of the labor or services as
reasonably assessed is not applied toward the liquidation of the debt, the length and
nature of the labor or service are not respectively limited and defined;
4. Destroying,concealing,removing,confiscating,withholding,or possessing any actual
or purported passport, visa, or other immigration document, or any other actual or
purported govemment identification document,of any person;
5. Causing or threatening to cause financial harm to any person;
6. Enticing or luring any person by fraud or deceit;or
7. Providing a controlled substance as outlined in Schedule I or Schedule 11 of Section
893.03 to any person for the purpose of exploitation of that person.
As a person authorized to sign on behalf of Vendor, I certify under penalties of perjury that Vendor
does not use coercion for labor or services in accordance with Section 787.06.Additionally.Vendor
has reviewed Section 787.06, Florida Statutes,and agrees to abide by same.
Certified by: _ A a , who is
authorized to sign on behalf the above refer ced company.
Authorized Signature, Ilr.
Print Name: -
Title:
Page 25 of 33
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 Iidderllesponde .- ��. Date: � sm
1. Does the vendor have a valid receipt for the business tax paid to the Monroe County Tax Collector dated
at least one(1)year prior to the notice of request for bids or proposals? ,___ (Please furnish copy.)
2.Does the vendor have a physical business address located within Monroe County from which the vendor
operates or performs business on a day-to-day basis that is a substantial component of the goods or
services being offered to Monroe County?
(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:
Telephone Number:
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?
If yes,please provide:
1, Copy of Receipt of the business tax paid to the Monroe County Tax Collector by the subcontractor dated
at least one(1)year prior to the notice or request for bid or proposal.
2.Subcontractor's physical business address within Monroe County from which the subcontractor operates:
(The physical business address must be registered as its principal place of business with the Florida
Department of State for at least one(1)year prior to the notice of request for bids or proposals)
Telephone Number
Address
Print Name:
Signature and Title of Authorized Signatory for
BidderlResponder
STATE OF:
COUNTY OF:
Subscribed and sworn to(or affirmed)before me.__W.._..._...._by means of 0 physical presence or❑online notarization,
on_ (date)
by (name of affient). He/She Is personally known to me
or has produced (type of identification)as identification.
NOTARY PUBLIC
(SEAL) My commission expires:
Page 26 of 33
INSURANCE RFQUIRPMFNTS AND FORMS
MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES
General Insurance Requirements For
Other Contractors,Subcontractors and Professional Services
As a pre-requisite of the work and services governed, or the goods supplied under this contract
(including the pre-staging of personnel and material), the Contractor shall obtain, at his/her own
expense, insurance as specified in any attached schedules, which are made part of this contract. The
Contractor will ensure that the insurance obtained will extend protection to all Subcontractors engaged
by the Contractor. Alternatively, the Contractor may require all Subcontractors to obtain insurance
consistent with the attached schedules.
The Contractor will not be permitted to commence work governed by this contract (including pre.
staging of personnel and material) until satisfactory evidence of the required insurance has been
furnished to the County as specified below. Delays in the commencement of work, resulting from the
failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend
deadlines specified in this contract and any penalties and failure to perform assessments shall be
imposed as if the work commenced on the specified date and time,except for the Contractor's failure
to provide satisfactory evidence.
The Contractor shall maintain the required insurance throughout the entire tern of this contract and
any extensions specified in the attached schedules. Failure to comply with this provision may result in
the immediate suspension of all work until the required insurance has been reinstated or replaced.
Delays in the completion of work resulting from the failure of the Contractor to maintain the required
insurance shall not extend deadlines specified in this contract and any penalties and failure to perform
assessments shall be imposed as if the work had not been suspended,except For the Contractor's failure
to maintain the required insurance.
The Contractor will be held responsible for all deductibles and self-insured retentions that may be
contained in the Contractor's Insurance policies.
The Contractor shall provide, to the County,as satisfactory evidence of the required insurance,either:
•Certificate of Insurance or
•A Certified copy of the actual insurance policy.
The County, at its sole option,has the right to request a certified copy of any or all insurance policies
required by this contract.
All insurance policies must specify that they are not subject to cancellation, non-renewal, material
change,or reduction in coverage unless a minimum of thirty(30)days prior notification is given to the
County by the insurer.
The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the
Contractor from any liability or obligation assumed under this contract or imposed by law.
The Monroe County Board of County Commissioners, its employees and officials. at 1100
Simonton Street, Key West, Florida 33040. will be included as "Additional Insured" on all policies,
except for Workers' Compensation.
Page 27 of 33
`--Any deviatimisfrom thesc General Insurance Regkdrements must be requested in writing on the
County prepared form entitled"Request for Waiver of Insurance Requirements-and approved by
Monroe County Risk Management Department.
Page 28of 33
PROPOSER'S INSI IRANC'E AND INDEMNIFICATION STATEMENT
INSURANCE REQUIREMENTS
Workers Compensation Statutory Limits
Employers Liability $100,0001$500.0001$100,000
Bodily Injury by Accident/Bodily
Injury by Disease,policy limits/Bodily
Injury by Disease each employee
General Liability $200,000 per Person
$300,000 per Occurrence
$200,000 Property Damage
or
$300.000 Combined Single Limit
Vehicle $200,000 per Person
(Owned,non-owned,and hired vehicles) $300,000 per Occurrence
$200,000 Property Damage
or
$300.000 Combined Single Limit
Builders Risk Not Required
Construction Bond Not Required
The Monroe County Board of County Commissioners,its employees and officials, 1100 Simonton
Street,Key West, Florida 33040, shall be named as Certificate Holder and Additional Insured on
General Liability and Vehicle policies.
INDEMNIFICATION,HOLD HARMLESS,AND DEFENSE.Notwithstanding any minimum
insurance requirements prescribed elsewhere in this agreement,Contractor shall defend,indemnify
and hold the County and the County's elected and appointed officers and employees harmless from
and against (i) any claims, actions or causes of action. (ii) any litigation, administrative
proceedings,appellate proceedings,or other proceedings relating to any type of injury (including
death),loss,damage,fine,penalty or business interruption,and(iii)any costs or expenses that may
be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of,
or in connection with, (A)any activity of Contractor or any of its employees,agents, contractors
or other invitees during the term of this Agreement,(B)the negligence or recklessness,intentional
wrongful misconduct, errors or other wrongful act or omission of Contractor or any of its
employees,agents,sub-contractors or other invitees,or(C)Contractor's default in respect of any
of the obligations that it undertakes under the terms of this Agreement, except to the extent the
claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the
intentional or sole negligent acts or omissions of the County or any of its employees, agents,
contractors or invitees (other than Contractor). The monetary limitation of liability under this
contract shall be equal to the dollar value of the contract and not less than$1 million per occurrence
pursuant to Section 725.06, Florida Statutes. The limits of liability shall be as set forth in the
Page 29 of 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 the term of this
Agreement or any earlier termination of this Agreement.
In the event that the completion of the project (to include the work of others) is delayed or
suspended as a result of the Contractor's failure to purchase or maintain the required insurance,
the Contractor shall indemnify the County from any and all increased expenses resulting from such
delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity
in the plans and specifications provided-by the Contractor,the Contractor agrees and warrants that
the Contractor shall hold the County harmless and shall indemnify it from all losses occurring
thereby and shall further defend any claim or action on the County's behalf.
The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements
contained elsewhere within this Agreement.
P SER'S SIA MMF
I understand the insurance that will be mandatory if awarded the contract and will comply
in full with all of the requirements herein. I fully accept the indemnification and hold
harmless and duty to defend as set out in this proposal..
PROPOSER sig-n Attie .::
Page 30 of 33
J,
W10009019009905 500
.9aims Made
-
Vnstjrance
i-VI"S"Urance, A' gen- Sig
c-y-
erne 31 ol'33
It is requested that the insurance requirements.as specified in the County's Schedule of Insurance
Requirements.be waived or modified on the following contract.
Contractor/Vendor:
Project or Service:
Contractor/Vendor
Address& Phone#:
General Scope of Work:
Reason for Waiver or
Modification:
Policies Waiver or
Modification will apply to:
Signature of Contractor/Vendor:
Date: ., w.Approved ......._.__ „W Not Approved
Risk Management Signature: , .............»,,,...,,,�,
Date:
County Administrator appeal:
Approved: . __. ....... Not Approved:
Date:
Board of County Commissioners appeal;
Approved: , .........._........_..,Not Approved:
Meeting Date:----
Page 32 of 33
(REPLACE THIS PAGE WITH THE SAMPLE COI WHEN RFS IN FINAL FORMAT)
Page 33 of 33
JIMMY PATRONIS
CHIEF FINANCIAL OFFICER STATE OF FLORIDA
DEPARTMENT OF FINANCIAL SERVICES
DIVISION OF WORKERS'COMPENSATION
CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS'COMPENSATION LAW
CONSTRUCTION INDUSTRY EXEMPTION
This certifies that the individual listed below has elected to be exempt from Florida Workers'Compensation law,
EFFECTIVE DATE: 9/2W/2024 EXPIRATION DATE: 9/29/2026
PERSON: JOSE R GAMEZ EMAIL: ARLIETVITAOAOL.COM
FEIN: 823876447
BUSINESS NAME AND ADDRESS:
PRECISION CONTRACTORS OF SOUTH FLORIDA, INC.
7761 SW 34TH TER
MIAMI,FL 33155
This certificate of election to be exempt Is NOT a license Issued by the Department of Business and Professional
Regulation,.To determine If the certificate holder is required to have a license to(perform work or to verify the
license of the certificate holder,go to www.mylloridalicense.com.
tlr+a�ll'rAhiTr PurStuant to oarbSoaatton 44tt.al�t t:Ip,F.S.,ara otficat of a eorproralfon,�na otor;:t�oxcrrnplion fralm ttmtS cttalalor by fyln �oortlli�ato of olactiaarr utaalor
this section may not recoy$(benallts or compsensation unlor this chaplet.Pursuant to Subrsar lion 440.06(l t),F.S.,Carliffcates o1oloolfon to ba oxoropat Issued
undor sibs ctlon(zl)apply only to Ilia corporate ollicor earned on the notice of otectlert to bo oxetapl.Pursuant to subsection 440,05(1 i,F,S„naikms of
alectiou loboaxompt and cartlficales of slocilon to be oxampt shalt be Subject lotavocation 11,at any Ilmo allot the Wing of Ilia notice or rho Issuance of than
corffftcato.the parson named on the notice or cario"ta no fon"r moats the roapi,rlrew"Is of this Section for Issuance of a tarlilt ate,rha department shalt
retrolor a corldticale at ony time for failure of The Person naaW on tha conllicato to moot the rerqutromonts of data Section.
DFS-F2-DWC-262 CERTIFICATE OF ELECTION TO BE EXEMPT E01974913 QUESTIONS?(850)413-1609
RULE 69L-6.012,F.A.C.REVISED 0112023
CERTIFICATE OF WSURAkk I,SS3 Q I)AlF
1100 CFAIadrN:'A'L M4111,00 Age AMAE1T!;.rT(aN'INFool"A"W"ONk,V AND a:04F940 Nn(A01100PON 1119(CIA n1`I(`AIt T€TT(01,q 11,13 C ER Ili It AT I:o6li I ucq
Aff"tMA IAITrLY QH NIi1AYIVTT V AMC NO,ERIE 4A4 ALEhR Veit ICOV'LIIAOE AlftOnatt)BY IIIC'PUtKIES RE COW NTra CERTtF'tC AIV,Ot aIttlfA,wiICC CKMI ;
NOT C0103:01.T1t A COWI MAC I Ot IYnb'EN N11 41UNNO rNMINnEN�St.Atp T1rETRR'iI TT RFFRESENIAT NO,CNN FRIf OVUR,Ago NIF CERINF R,AIE HOtimp
rTdAp'R VAN ofTH(CEO TNfk':4g(AJOLarIFT'.RNE AN a4A9TpIVORA L IIIMOIIVDN LV1E I BE E MMLp�„+`0011k W SOUROUAtIO'NiI WAIVED,SU RJCC If6 ITeE
I(NAts AND O#JKo111003(Ce I jot$101ICY,CEA1A1N0QL0CtY314AYRLOUIREANtNDOA1(M(NCASIAI'LINENT om 11eMl.LR«IIER',AIEo(gtS NOW CNNfFR
AofI VIVO Itit 4ERNTit"ATCOVIO(AwIrEIu(HT SI:MITIII 4I.
PRODUCER a INSURER1S)AFFORDING COVERAGE
Nerghhom Insurance Agency,Inc INSURER A Mesa Untlerwnim Specialty Insurance Curnpany
7149 West Flaglor SI
Mimi,FL 33144 INSURER d: NrA
INSURED INSURFR E:
Precision Contractors of South.FWrmil INSURER 0
7761 SW 34Ih Terrace
Miami FL 33155
INSURER E NIA
COVERAO'ES
TNT!IS TO C ER1I7Y T6El 1'1HE POM I' 9E OF INSURANCE LISTED OELOW HAVE DEER RISUE0 TO THE INSURED NAMED AOOVE F«OR THE
POLICY PERIOD INOICATEO,NOT'WITIiSTANOINO ANY REOUIRCMENY,TERM OR CONOITNON OF ANY CONTRACTOR OTHER DOCUMENT W111H
RESPECT TO WHICH TN$$CERTIFICATE MAY DE ISSUCD OR MAY PERTAIN,INC INSURANCE AFFORDED'BY THE P'OUCIES DESCRIOEO
HEREIN 13 SUS.JECT TO ALL THE TERMS.EXCLUSIONS AND CONOIT'IONS OF SUCH POLICIES,LIMIT'S SHOWN MAY HAVE OPEN REDUCED BY
PAIDCLANMS.
ahN1;,Na� rypc.Or T°CbLli v POLICY �' I"CNN.N�.Y' twits.
II1 IN*"ll ,,;AN4rWk� IORIIIMIIT6GI f�l',(t,IWw7YAttl; I'; FIHfiTt NI;A1h
A I'«I NIT IN,Tt TrAII'TrTW N1h'If;(,'R25 r,LTtt,rTAt AG;aaIWF„„rLA CL i 71'T'Ydb,rCr:'rN✓
r�aar3a,IartT r�r:c:iCk:a`9r ✓*a";� � a 4y'4'Y,GY:uI'.,
JaO' F�C3 Lt Digitally alar 4by Jaclyn Flail 0"I�C NJo aN&4A1)V WJa I,fl[ � YCa, &gLli
9 Dale:2026 Cti,.0114:23:113-04'00
LAC, .mllU . � T00do10
4 I,VT11N4,AGf.PII$EWS REINa lRElI910 V 1,,)V 100,000
q yp MED EAPENSE(Any aemn prop�+ln1 S.QGtNI
Ib I't rr'yN7dul 61Am II IvY COMUINED SINGkE(WIT
f klEnICAL PAVIVENTS T00"IERS
4. I MA 4S LIA01I iTY EACH OCOARENcE
Aa'...EGATE
i
IF P1,1044:04
ti;LlaT tt F.Rd't S
6TflA"''i,PNFS30M9C ME
FCARRIERS OR THE OBLIGATION N TION E H INSOLVENT 0 THE HE FLORIDASURPLUS LINES CT T P'EHE E I@aINT O O ITY SURPLUS LINES
THIS INSURANCE IS 1RSU90 PURSUANT
ON OF THE FLOIpA GUARANTY ACT TO THE EXTENT OF ANY RIGHT OF RECOVERY
UNLICENSED INSURER.
SURPLUS LINES INSURERS'POLICY RATES AND FORMS ARE NOT APPROVE®BY ANY FLORIDA REOULATORY
AGENCY,
tYESd."Ilgk"q fkF r;;4'"ENIATr()N$dSPEC 1V ITERRS�
l°+aa+4P YI 4tAuti Ex µ,a y,n°„�prmrvmgµr¢;r'F:'.n rruCrpa;T;.md"wTV�Y.m C�iVAClwea®e®ecweu ar.l�mpeh.i-emaVue9mar aa6As aP P R lem[e,d ,q kamTregy4 FJgmwus
C'.u�nwly III}add Tag I.'ar"arnaY Caw rrn,At.Iwaa,em rmr®erwaatl pd ar a r Ian e�rN LeWay
SURPLUS LINES AOENT VIROINIA CLANCY LICENSE/A20000!
139TT FEATHERSOUND OTIIVE PO ROX 17060 CLEARWATER,FLORIDA 33762
CCItTMf'CA.1EHOLDER_.. ...._.. .. ... SOCKADABIWOF INIA'SOVIEMOCRppEOPTN,.tlCIF,AS'EC,AWyCItlT,tl,FC( ...
Off Oft IN 190evAllKIM OATS;IHESSOF„KOTTCI".wxt.at"0111,ofO OI
lL4larIft Corny eased of County ass s ACCOROAWE Went TN0(FW ICIE PREotitt bits..
1100 S>aI>el 1106 91
Key West.FL 33040 ANININIRT2'N?D I1tlR"rUldlkal'4,eNRh
CERTIFICATE OF LIABILTY INSURANCE ®"rc�aal ��`�'
G CL"aa 'ss R,
m��,aL" �I�, 5,�,�u�wa`m3" ��w« �T dnwv� gar uu��^�par�T�row;�m�"al� �»�r eehl � ' p o N H!(EH[ !� 1 E CE IFIC dl~ION,1?EII.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 INSURERS). AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
EIW'6mT}RTAfkTr M the Corlificishii bolder Its,an ADDITIONAL INSURED,the polic (Doak must have ADDITIONAL 1 4 p1� �fn�lslaru�a ddM'and
If SUBROGATION 16 WANED,subject to the term*and conditions of the policy,codeln pellcles may require an andorasment, A statement on
in Eou of oucfl on oraomsMsL
Ifllo s%11licsle does not nTsr rN Inl*fn ldas car%EflcsEo Ntraldem p� ,��""--,,,,,
�cn � ,
l
r E GEORGE RAMOS
NEIGHBORS INSURANCE AGENCY 1uI,9 20 I SIBS �,6tr1_ (.105)265.7775
1A4 ( ,�
7149 W Ftsgler SI sa„ I041Tl&ale 9 esinsurane nip comm_
9i to isl aF _ _ Ab C MAIL r
Miami FL 33144 ¢aA INFINITY INSURANCE
r+Nuaso _'
eetuAEt%a
Precision Contractors of South Flondis imounsm C
1761 SvV 34TH TER aUaEa®
REA E
IUkRdM6tltlp #`i Ikir ,.. 1 �.1.
THIS 15 T 1 S CERTIFNCATC N l)dBPTN ......._�.� �`SIN�d NNUIIWBBE�R w_..w M_.
S TO CERTIFY THAT THE P4LICIGS OF INSURANCE LISTED'BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TMEz Im iCL 'Y PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH IRIS
CERTIFICATE MAY 8E ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED Y T POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE PERMS,
EXCL USIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
arsa
Jac...... .u...,.,... .�r'MT'R EW R#r%A1'AAIN
. -, CACIROGCUI�F,C.NV:E ,• . b � _ �.
CLAIMS MAM I OCCUR CAMAdt TO NTNTEO ,.
♦ MEOEMP IAnpwr�sanl %
pµ Jaclyn Flatt Date:2025.06.051423:19-04'00' PIItR5(b1 APQV IR�¢,INRV %
Pot W,v PAID �V,PER ,GENE",A(,4.AREQAlE �%
CI IlW" Af�a',WIL0Alf,O,VIT AP4�1VIm��
JECT
tl ltloR�),R ,
tTr tl awtlmw g tR;a Inl S3
00,000
AN AufO Ito 44as ili
A rwnamWR .-P rdIhAl.rk
_.AORYSQ NIJ x AAAION Y 509.82008-6946.001 „!,elYtl:I'R„I�, 11r212 25 al'WCJIW,W IBMI WRUm4M ylMps M4W 1I1:s
Wuwalta 0OfN4 tl,w WO aaAG rAnaAmlm s
AVATPkP,a";nIWR.'a „. „d0.dY'Q B'u".#04 v ! ,Im"Crm#iakTrnMII
0
UNOM
A LA LIAa� 1
d..._..,<CAG,C;V.YDI !E,ACWM d:AOCI,UW¢fm@.Pkti;.E „
.._..ro EXCIIIasE%Aa CLARIAS;dA1„, M"uS`uDIIEQ,bArE T
IrYcrvFGrkNaa� MIaATMTIM _ .��„
AMq:LNEwmw,nrarl%'"IIJWA*,iTY _, �
Ann PICON'nRL IdYA'I"AAY PI .kEMECUfIVE Y �
Wrrm,�101AIVIAR r,A Ent NIA Eo EAowACU[IENr 1
I dAINRII I I DISEASE EAPk9'f 0vE I
ll
II L aw c�mm,rob,p twwlw ..._tCmropslaIAI�yR,ftl,
RAT
gCe11D IN
MonroeT County Board of County Cmrxnlsaionen li
sted D Ill,
as an Additional Insured
MweIe�11A110Ne/IOGTIpMs/VlNCIEe ,WIwy{ewnr%s rf slea B
d
E R
SHOULD ANY OF THE ASOW og$CMUQ PIDWEIIII BE CANCELLED WVOK
Tsar TION DATE THEIt10 , NOTICE WILL K DEIJVEIIED IN
Monme County Board of Commissiorlors ACC ANCE WIN THE POLICY omovams.
1100 Simonton St.
Key West.FL 33040 Al�r PnsaEarrAir a
471SIIE 16 A Qf CORPOlIATION, All►IYhte Inaool roll„
ACORD 2642016431 The ACORD name and logo we reSfeterad marks of ACORD
PRECISION CONTRACTORS
U-f: 786-759-3555
Date: 05.15,2025
Address:Murray Nelson Government Center, 102050 Overseas Highway,
Key Largo, FL 33037
ATT. Kevin Dillon
RE:Installation of Continuous Countertop Murray E.Nelson Government Center-Sheriff Substation
Office
We are pleased to submit our proposal for your project at the above referenced location.Our proposal is
based on the information provided to us by owner and by our field observations.
Our total sum quote inclusive of the description and specifications included in the breakdown is for the
amount of$22,300.00
This project is proposed to reach substantial completion within 10 days from the date we receive the
deposit to proceed.
Scope of work
• Demolition of drywall for cable management tray
• Drywall finish work and touch up paint included
• Demolition of(5)electrical receptacles
• Relocation and install of new electrical conduit and receptacles
• Install 436"of cable management tray
• Install protective plexiglass
• Assemble and install new desks and lockable hutches as specified
*This price is good for 30 days.
........W...
Precision Contractors of South Florida,Inc. �� 1
Phone:786-759-3555
Email:
PAYMENT SCHEDULE:
Balance at completion: 100% $22,300.00
TERMS:
Any alterations,deviation and/or changes in plans from above specifications involving extra cost will be
executed only upon written request by the owner and will become an extra charge over the estimate.
This proposal does not include costs for testing and remedlation of hazardous materials,costs for remov-
ing, relocating, repairing,or modifying existing framing,surfacing, HVAC, electrical,and plumbing sys-
tems(or bringing those systems into compliance with current building codes),costs for testing and re-
mediation of hazardous materials(asbestos, lead,etc.),and/or permit or inspection fees required by lo-
cal building department for the overall project,if any.
All agreements are contingent upon strike,accident,or delays beyond our control.
Payments shall be made in accordance with this agreement. Precision Contractors of South Florida, Inc.
shall impose a 1.5%monthly late charge fee on any payment received more than 30 days after due date.
In the event that payments are not timely made, Precision Contractors of South Florida,Inc.shall be en-
titled to recover all costs associated with collection of funds due, including but not limited to reasonable
attorney's fee for collection, litigation and appeal.
This proposal is subject to final approval by an authorized agent or officer of Precision Contractors of
South Florida, Inc.following acceptance by you.Only then so accepted and finally approved shall this
proposal constitute a contract between us.
If we can be of any further help please don't hesitate to contact us.
Approved by: Accepted by:
Jose R. Gamez,President
Precision Contractors of South Florida, Inc.
Precision Contractors of South Florida. a ee.. .n...... .. - . ------------- --------- ....w
Inc. 2,
Phone:786-759-3555
Email:&i,jp@ p tC Ci ;M
ATTACHMENT A
PRECISION CONTRACTORS OF SOUTH FLORIDA, INC.
PROPOSAL FOR THE MURRAY NELSON SHERIFF'S
SUBSTATION 102050 OVERSEAS HWY, KEY LARGO, FL 33037
INSTALLATION OF CONTINUOUS COUNTERTOP
IR
9k
PRECISION CONTRACTORS
PH- 7 --7 - 15 5
Date:05.15.2025
Address:Murray Nelson Government Center, 102050 Overseas Highway,
Key Largo, FL 33037
ATT.,Kevin Dillon
RE:Installation of Continuous Countertop Murray E.Nelson Government Center-Sheriff Substation
Office
We are pleased to submit our proposal for your project at the above referenced location.Our proposal is
based on the Information provided to us by owner and by our field observations.
Our total sum quote inclusive of the description and specifications included in the breakdown is for the
amount of$22,300.00
This project Is proposed to reach substantial completion within 10 days from the date we receive the
deposit to proceed.
Scope of work
6 Demolition of drywall for cable management tray
Drywall finish work and touch up paint included
a Demolition of(5)electrical receptacles
a Relocation and install of new electrical conduit and receptacles
a Install 436"of cable management tray
a Install protective plexiglass
Assemble and install new desks and lockable hutches as specified
*This price is good for 30 days.
......—,_....................................... j
Pre�isl�ara ear�tra���ars a�5a�+kh�N�rri�a„Inc.
Phone:786-759-3555
Email: N �m t1.
PAYMENIS� EDULE:
Balance at completion: 100% $22,300.00
TERMS:
Any alterations,deviation and/or changes in plans from above specifications Involving extra cost will be
executed only upon written request by the owner and will become an extra charge over the estimate;
This proposal does not include costs for testing and remediation of hazardous materials,costs for remov-
ing, relocating, repairing,or modifying existing framing,surfacing,HVAC,electrical,and plumbing sys-
tems(or bringing those systems into compliance with current building codes),costs for testing and re-
mediation of hazardous materials(asbestos, lead,etc.), and/or permit or inspection fees required by lo-
cal building department for the overall project,if any.
All agreements are contingent upon strike,accident,or delays beyond our control.
Payments shall be made in accordance with this agreement. Precision Contractors of South Florida, Inc.
shall impose a 1.5%monthly late charge fee on any payment received more than 30 days after due date.
In the event that payments are not timely made, Precision Contractors of South Florida, Inc.shall be en-
titled to recover all costs associated with collection of funds due,including but not limited to reasonable
attorney's fee for collection, litigation and appeal.
This proposal is subject to final approval by an authorized agent or officer of Precision Contractors of
South Florida, Inc.following acceptance by you.Only then so accepted and finally approved shall this
proposal constitute a contract between us.
If we can be of any further help please don't hesitate to contact us.
Approved by: Accepted by:
Jose R. Gamez, President
Precision Contractors of South Florida,Inc.
Precision Contractors of South Mrlda,Inc, 2
Phone:786-759-3555
Email it", ' Y4S.i7CNSCtR,I? bll.• r
Orecislon"C"Contractors c t o"rs-6f,South'' Flor-ld—a,"in,c. ------ -----------------
Phone:786-759-3555
Email
ATTACHMENT B
ADDITIONAL BID REQUES
BUILDING PROJECTS UNLIMITED.
Phone: (770)895-8753
Email: Sbc85480@gmapl.com
B) 11"],d1lin
CT, UNLIMITED 9
Murray Nelson Government
Center
102050 Overseas Hwy
Key Largo, FL 33037
PROJECT ESTIMATE Ma8Dayss,. Email:.Cg nzaez�keysso.net
Pro ec Materials Description amount
l Materials (5)sheets of 5'X9'matching countertop wood, 1 roll of
$8628.00
edge banding, glue,joining biscuits, (4) 66"wide X 3 "
tall black metal lockable hutches, (4) hutch mounting
hardware kits, (2) 3 "wide X 27"tall black metal
lockable wall cabinets, (8) 15"wide X 28"tall 3 drawer
black metal' lockable base cabinets, fasteners,
I pleiglass, wall anchors
Carpentry using customer specified material, construct a $4800.00
continuous countertop against 3 walls measuring 120"t
196" and 120". Install matching 4"backs'plas'h where
countertop meet the wall. Tlie countertop will be
Installed on metal drawer base cabinets with structural
support Installed below for added rigidity: The base will
consist of(Fa) lockable drawer units.`there will be(4)
lockable hutches installed at customer specified
locations on top of the countertops.There will be a
lockable wall mount cabinet Installed on each side of
the existing TV. Below the countertops will be a hidden
cable management tray with access locations for wires
and various components. There will also be holding
trays for the existing CPUs that will remain accessible at
all times. There will also be protective plelglass
Installed behind each location of new countertop,
Total: $13,428.00
Additional work: Comments:
3
0
0
ai
0 0
� 3
m n
o
c
d
o
ul
n a
E E
g �
— a o
m
V) r v
a
co o -0 d '"
V M 0 C O p O
O N 4+ ` L-
O O.
�+ 3 *'
N A m Z r ro c
co j2 I22 acc t L E
0 0
tko
Y m
o� .
E a
o .,
n' c t.
�1 Y N IA
0� 2 Id
� O � "¢ p
m00
in
p �^ m alO w an Arw
9 u
o m
a
O�U c
UA v
OU
r
� o E
in
� H o
E
O"
4°
Aw w
o
O c
a
OU O
E 3
z O
o 4A
6 � a
u cm
SU
a O
O � Q N
z ° t o Y o
U
Y 2O2 2
�? CL
m L C a
n a `°
� aj
CL
.c
u L.
Z a�
O N
C of
G1
a � 0 3
a� ° Z
p C L ° `°
WU LL ? aj bb
F4 U C O W y C y
c a
oa 31 m0. 13
° Ln o a
O er
� (p IA
O O O N
Q c r0 C0 U a COv
°
Ln
Q N c -o c a } ° o 0o � d
c ai '° v aci c o a to a) �
� cqn N 3 �? N ° ° O m ® p u
U c0 av+ Y w C Q aa) N 3 ® N,s0
z V1 C O hD C C N C �" ® ® a,
oo a► a� a► o c a
as 6Ul12 � �n c°7 �0 aa0.Im
° ® �
Q H x �„ m mu y�w
41
E
o o
t
ov A �3
�68
a o
a
00 a,y
F O
U
7
m o0
� c
o� c w
m
wp p
OQ c E
OU m
[- u
U
OZ C
o P, 3
o M
c., a 3
F O c
! W 2 40+u O
m c io
fd] E O O
�+ a A U +O+
� N yO C G.
d O O
'Q c u
a m 41
0
E
O U. mu w-. a
V v
-oo o c
U N C _
Q.Wi Vf i
C yz
a A w 3 u
O p apqq E v z o (U o
wo M in
~ 'moo- 0 o.
tu � m a�
c '^ . a
d w `^ m -o 3
N iy C p M � O t 4v+
Q am 00 N m � Ln �> 4+ M
Q N ° O Ab-or 'Z�77 4+ a '^ O
y a Qj Ln E m N
O Q "V f0 �V > % ` N 0 a
N L. 3 ig N 1. U
m P4 4T N vv Z ' L� L C 4) t
1 z a o W v, � '�
wU m T z °-' z a
E :7 o w a � :Eo
a s U. �m Con = Ev� 0
m
0
0
o�
OA
�a
WO
rx �"
pp�qq
O�
� A
O
O
OQ
OU
6-
FM
OQQ
U "
W
O
H
W�
D
F W
O
a�
�A
o
U�
v
d
a
WUW
�6' � " rWppUqq
I l u J.-I
a
m
0
a
m
E
a
rn a
o >' y
a
CL
T u
� 3 �
49
c a
o
E
E ,-°
C
m
a
n c
m 3
o
,0
o a
to
o —
a+ L O
a
c r E
u r
a -
a
0 .0 cci c a
E o a o
+�
E Q > a
m
19
E as c o
c '3 cu - a
— ¢ a c M c a m
� �° c a c m
@J w �' ` a ° v ° °'
CD N
14- cv c + a ° °' E E
u N O m C O � a
LA 0
v m ° c do `� v ,ri a �+ & 41 to
Ln N a b
> a a r �o, O m $ 3 a m m
01 m z $ N a o a o u
�n r`o z ,� z k a 41 u"'i Ea
mHf°-- � m a o m o 4' � ° � c
t t h > � G m ° O
a +' E (A -0 'n o v s-
Ln "
3 � o vo L- 4- Gomm °
m u O1 E s aOU -0
a Sri a 4. m O
CL
O A 0 m a 0
0 a -0 Z � +" O ""y
co
c
L 2` N G C •vl �a a d a
40 4m N O j C Z Z N C 4'
Z In N m C c Z a a a a a ® 6J U
E c o G a o r-ini aaaa0m. � '�
**Memorandum**
**Subject: ** Candidates' Disqualification for Bidding
I would like to clarify why the other candidate, Building Projects Unlimited,
did not qualify for the bidding process.
The disqualification was primarily due to two key factors:
1. **Lack of Insurance Documents: ** Building Projects Unlimited did not
provide the necessary insurance documentation for their bids, failing to
meet the stipulated
ulated partici
pation criteria. Requested documentation on Ma
y
y
20 and May 23.
3. "Failure to provide notarized Paperwork" - Building Projects Unlimited
could not provide a notarized document past the established deadline.
Requested documentation on May 20 and May 23
These factors ensured that Precision Contractors was the only candidate
that complied with all requirements and was considered for the bidding
process. They were also chosen because they were the only ones who
could meet the time frame within which this project needed to be
completed.
Kevin Dillon
Upper Keys -Facilities -Building Administrator
William DeSantis ~�~~°~-~
M s..m.bn.Maa anM Y.d vM
William DeSantis
Director - Facilities Maintenance