Loading...
HomeMy WebLinkAbout08/04/2025 Agreement Monroe County Purchasing Policy and Procedures AITALLINLN'L COUNTY ADMINISTRATOR CONTRACT SUMMARY FORM FOR CONTRACTS $100,000.00 and Under Contract with: Check Electric,LLC, _.w.Contract 9 Effective Date: Expiration Date: October 15,2025 Contract Purpose/Description: Electrical Conduit and Grounding upgrade at the Supervisor of Elections,5200 College,Rd,,Key West,Florida 33040 Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: Wmiam°oesantis 4307 Facilities Malpt,omance Stop#9C Marne) CONTRACT COSTS Total Dollar Value of Contract: 24 $ �. Current Year Portion: $ (must be$100,000 750.00000 00 or less) ' (If multiyear agreement then requires BCCC approval,unless the l- 1 Ill 'I )j I I I I Budgeted? YAK No E] Grant: $ County Match: Fund/Cost Center/Spend Category: 22004700061 ; ADDITIONAL COSTS Estimated Ongoing Costs: $0 /yr For: (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) hisurance Re aired: YES © NO CONTRACT REVIEW Reviewer Date In Department Head Signature: William Desantis - - - Digitally signed by Joseph%..DiNovo County Attorney Signature: Joseph X. DiNovo Date:202507..3107:4734-04'00' Risk Management Signature: Jaclyn Flatt Date:y signed by 8:37: Flan y Date:2025 07 31 08:37 56 04 00 Purchasing Signature: Lisa Abreu Digitally t-202508 1 Lisa Abreu 17 Date:zozs oe.o1 15:40:49-04•00• OMB Signature: Andrew Roltsch Date:l02508,ned by Andrew Rollseh Dale:2025.00,01 16:36:13-04'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 ESTiMAT E #878 ES T I MA Tr: DA f E JUn 27 2G25 EXPRATION qATE Aug 17,2025 ........_a.. ............... ................................. ........................ lie TOTAL $24,750,010 —--------------- .......................................................... ............... Check Electric LLC Monme Counly Public Work�-'.-,BO(EC I 100&inontori svopt 5200 College-Sp of Eleclions Key West, IFL 33040 52l'.)O Coiiege, R�d Stock island Burg ;3" ' 3255 Flagler Ave, 303 Key Wew FL 330140 Jj r):,:, c ESTIMATE Pfoposat tor Partial Electrical Condurt and(33roundling Upgrade $24,75M0 L.Ocaitlon.soulh Wing(Includes 9 File Rooms,Bathroom Office,Hatiway,and ElectiricM Room) Si'.;ope of'Work: This proposal includes the paMM Upgrade oaf exisring eiectrical cmiduit systi',,rrs with the addition of groundirig condLictors in aie designated areas of the Souffi Wrig.Wo�k fo be pertormed inckjdesr F,IemcvaA oh all emsting eipctncal fixtures and devices in the specrfred areas ReirnovN o ah exishng canductrirs whim existing coinduit systenis instaHatfoini ol new coricludors,induiifiiig dedicated grmindmg COndLiCtors,in afl rexisting corodujr runs. Banding ar d grounding of afll rnetall electrical bi-mas and eircilosUrer,to mev,current code Re"islaflation of all prev'Dirw Ay removed electrical diewces.anid fixtures. Upgrade or groundmg conducfi',)i's m exisiting condijips between line seivice-rated disconriec.',,t, autoniatic transler swIchi(ATS)i,and eXtenor to centers, ---------- Nris and Specillcatioris:This proposal is based on a Pirlyoicall sile visit and visual l inspecilon aP the emstirig electrtcM infrastagrure,All work wilrl a)Ip pasrdaarnted in c,,ornpliance mth cunrent NEC standards and tonal r,,odem ----------- EXCLUSONS(Not incliuded!rii proprrxralg permit or inspectiorii fetes. Engineering or desqrr docurnorlilarjoir. `,Jcrii1h'Wing and front offices. Repaacernent or upgrade lighit fixtuies and electmall devvces(unless spe6ficafly notedp. Repairs�,o finishes(wafls ceifings,ete). Cosis associMed with unforeseen coinditions or i`461e l SSUes nLA visible dii the indial silE,,inspection Seivicps subtolali$24,750 001 Subtotal $24,750,001 Tax GNo T,ax(Ylj�) $000 --........ --- Total $24,7501.00 For blla ng questionsj pbease oaH: (305)292-3369 Thank you for your busdness! D eck,EI e cir,c I1,.L.0 L CI':3 019r451, 5 2r'f r.'. ............. MONROE COUNTY BO'ARD OF COUNTY COMMISSIONERS REQUEST FOR SERVICES FOR ELECTRICAL CONDUIT AND GROUNDING UPGRADE AT SUPERVISOR OF ELECTIONS OFFICE, 5200 COLLEGE ROAD; KEV WEST., FLORIDA , 040 BOARD OF COUNTY COMMISSIONERS Mayor James K. Scholl, District 3 1 or Pro TTin Michelle Lincoln, District 2 Craig Cates, District I David Rice, District 4 Floily, Men-ill R.ascheiii, District 5 C01TN'rN' ADMlN1S'FRAr(")R Christink: Hurley Clork of'the Circuit Court Facilities Maintenance Director Ke�in Madok Witham DeSantis R,"ILY2025 PREPARED BY� Monroe(.',ounty Fact lifies Maintenance Depatliment Page I of 33 Monroe County Facilities Maintenance General Scope of Work R,6 Nanic Ficctrical Conditit and GI-OUnding Up raid Job Location- Superviwr of Elections, 5200 College Rd. Key. West. Florida 3 040 Contact: ChrIssy Collins Chrissy Collins Collins-Chrissvw Monroe(`ounIN-fl.gttN 305-304-9 11 PROJECT OVERVIENN PROJECT INTENT AND SCOPE GENERAL REQUIREMENTS 1. Project Overview A) Enter into as contract with a quahfitA contractor for Electrical Conduit and Grounding Upgrade at SuperA,isor of Elections Office, 52,00 College Road, Key West, Florida 3 3043 The term of this contract shall commence upon the data of' tssuance to the andersigned by, the Owner of the Notice to 11roceed/Purchase OrderiTask Order. Once commenced, the undersigned shall diligently continue performance until completion of the Project. The undersigned shall accomplish Final Completion of the Pro�ject within Thirty (30) days, thereafter. The Contractor shAlS r.b qq�qrcL tea se!iu ay furaH re kLirLdTgLmitsand: _ _I QVjL(LyLj,Li IL21erforL p t1�«LAoj:k ortroe County Buildirig ._, Miich may nclude� Nl Department and any other perrnitting or reguWory agencies, if applicable, The C I ontractor shall include thosp_Mqnit fees as as part of the Contractor's bid,, 8) ?N11 LlUOWS arc dUc by Wednesdav, Julv 16, 2025, at! 12:00 P-Nt, Via email to (.,,tjtWts Ght�s,� a motm)eco t All QUOteS IIILISt State they will be 1 1— _:-­ , '-U I I'—'- good for one hundred twenty, (120) calendar days from submittal due (late. Page 2 of 33 2. Project Intent and Scope Scope of Work: ThQ Contractor shall provide the following Scope of Work and provide all lab,or and rnaterials to corriplete the Electrical Conduit and Grounding Upgrade at the Superw isor of Elections Office. Work shall be perfori-ned in the South Wing of the Building, which includes as file roorris, a bathroom, office, hallway and.electrical roorn. and shall include. • Rernoval of all existing electrical fixtures and devices in the specified areas. • Removal of all existing conductors %vithin existing conduit systems. • Installation of' new conductors, including dedicated grounding conductors, in all exist�ing conduit runs. • Bonding and grounding of all metal electrical boxes and enclosures to, meet current code requirements, • Reinstallation of all previously rernovcd electrical devices and fixtures, • Upgrade of grounding conductors in existing conduits between the service-rated disconnect, automatic transfer switch (ATS). and exterior load centers, • All work shall be perfonned in compliance with current NEC standards, and local codes. 3. +enrerall Requirements A) The Contractor shall coordinate all activities with the Monroe County Facilities Maintenance Department. Contacv Chrissy Collins - 305-304-9711 B) The Contractor is required to provide protection for all existing surfaces including, but not limited to: i. Existing fixtures it personal Iterns iii. Floors i% Vehicles and Personal Property % Landscapi ng c) 'The Contractor shall ensure that all non-exci-ript ernployees for this effort are cornpensated rn accordaricc with all State and Local Laws, D) The Contractor shall load, haLil, naiad properly dispose of all construction debris and rnaterials. E) The Contractor shall provide arid maintain appropriate (()SHA required) construction warning signs and barriers. Page 3 of 33 F) The ontractor shall furnish all required work site safety equipment, G) 'The Contractor shall furnish and maintain can-site material safety data sheets f MSDS) for all materials used in the cowstnict 1011, 11) ConstrUtion %Aork times shall be limited to those specified by the County. 1) All materials must be approved by SUbtruttal prior to commencement ofwork, J) 'The Contractor shall provide a lump surn price by NVednesday July 16, 2025, at 12:00 P.M , %,ia ernall as noted licrein. K) The Contractor needs to be aware of%veather 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 pet-1501-Med, ifany. Cl) Insurance Requirements: Workers' Conipensation Statutory Limits Employers' Liability $100.000 Bodily Injury by Accident S50,0,000 Bodily injury ury by Disease, policy limits, S 100,000 Bodily 111JUry by Disease, each employee General Liability S200,000 per Person S300,000 per Occurrence S200,000 Property Damage or S300,000 Combined Single Limit Vehicle: S200,000 per Person (Owned, non-mvried, S300,000 per Occurrence and hired vehicles) S200,000 Property Daniage or S100,000 Combined Single Limit Builders Risk Not Required "-1onstr Not Required uction Bond Page 4 cif": 3 zn Fhe 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 ofthe 'insurance amounts required for this project but is provided for 1.infbrinational purposes- only, P) The(.-,'Ontractor is required to have al I current licenses necessary to perform the work and shall submit the Contractor's License and Monroe ounty Business Tax Receipt along with its Proposal 11"the Contractor is not a current registered Monroe County Vendor. then it shall also submit a property completed and executed W'-9 Form. Q) INDEMNIFICATION, HOLD HARMLESS, AND DEFENSE, Notwithstanding any Ininitnurn 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 frorn 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 (Ill) 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 tern) of this Agreement, (B,) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or ornission of the Contractor or any' of its employees, agents,, sub-contractors or other invitees, or (C) the Contractor's default in respect of any ofthe 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 ftomi the, intentional or sole negligent acts or omissions of the County or any of its, employees, agents, contractors or invitees (other than the Contractor). "Tile monetary, limitation of' liability under this contract shall be equal to the dollar value of the contract and not less than S1 million per Occurrence pursuant to Section 725.06, Florida Statutes. 'The limits of liability shall be as set forth in the 111SUrance requirements included in Subparagraph 3(0). herein. Insofar as the claims, action.,,, causes of action, litigation. proceedings, costs or expenses relate to e,vents or circumstances that occur during the terni of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of dais Agreement. In the event that the completion of the proJQct (to include the work of'others) is delayed or SUSPCrided as a result of the Contractor's failure to purchase or maintain the required insurance, the ("ontractor shall indettinify the County fton.i any and all increased expenses, resulting frorn such delay. Should ally claims be asserted against the COLinty by virtue of any deficiency or ambiguity Page 5 of 3 3 in the plans and speciti cations provided by the Contractor.the Contractor agrees and warrants that the Contractor ontractor shall hold the County han-riless and shall indemnify it froni all losses occurring thereby and shall further defend any claim or action on the ('aunty's behalf, file extent of liability is in too %vay limited to, reduced, or lessened by, the insurance requirements contained clsewhere within this Agreement. This indemnification shall sun,ivc the ternitnation, of this Contract Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the County's sovereign unillunity. R) NON-COLLUSION. By signing this proposal. the undersigned swears, according to law oil his her oath, and under penalty of pqjury, that its 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 cir 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 know ledge that Monroe County relies upon the truth ofthe statements contained in this paragraph in aw°arding contracts for this, project, S) EMPLOYVIENT OR RETEN'nox Cale' FORMER COUNTY OFFICERS OR EMPLOYEES. By signing this proposal, the undersigued warrants that he/she/it has not employed, retained, or otherwise had act on his/her/its behalf any fOnneT County officer or employee in violation of Section 2-149, Monroe County Code of6rchnances or any County officer or ernployce in violation of Section 2-150. !vlonroe 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 frorn the Agreement or purchase price,, or otherwise reco%er, the fill] arnount of assay fee, cornmission, percentage, goiff,or cf.)nsideration paid to the former County officer oremployee pursuant to Subsection I-152(b), Monroe County Code of Ordinances. 1) CODE OF E,rHICS. The County agrees that officers and employees of the County recognize and will be required to comply with the standards of c onduct fat: public: Officers and employees as delineated in Section 112,31.1, Florida Statutes regarding, but riot hinked to, solicitation or acceptance of gifts', doing business with one's agcncy; unauthorized compensation; misuse of public Page 6 of'33 ............ position, conflicting employment or contractual relationship; and dISCIOSUre or use of certain inforniation. U) DRUC-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 fi.)llows: 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 w%orkplacc and specify, the actions that Will be taken against employees for v Lotations of such prohibition, 2) It will info,nn employees about the dangers of drug abuse in the workplace, the business"s policy of maintaining a drug-fice workp�lace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that ri'lay be imposed upon eniployees, for drug abuse violations, 3) it Will give each employee engaged in providing the commodities or contractual services that are Linder bid as 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 scrvices, that are Linder bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea, of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled Substance law of the United States or any state, for a violation occurring in the workplace no later than five (5)days after such conviction, 5) It Will impose a sanction on. or require the satisfactory participation in, a drug abluse assistance or rehabilitation prograin if Such is available in the employee's community, for any employee who is so convicted. 6) It will make as good faith effort to continue to maintain a drug-free workplace through implementation of this section, ADDITIONAL CONTRACT PROVISIONS II Nondiscrimination/Equal EmploN,ment Opportunity. The Contractor and County agree that there will be no discrimination against any person, and it is expressly understood that upon a deteri-nination 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 Corriply Witfri all Federal and Florida statutes, and all local ordinances,, as applicable,, relating to nondiscrimination. These include but are not limited to: I ) ritle "III of the Civil, Rights Act of 1964 (PL 88-352) which prohibits discrimination oti the basis of race, color or national origin, 2)1"itle IX of the Education Amendment of 1972, Page 7 of 33 as amended (20 USC ss. 1681-16S3, and 1685-1686), which prohibits discrimination oil the basis of sex, 3) Section 504 of the Rehabilitation Act of' 1973, as amended (20 USC s, 794)i, which prohibits discri rni nation on the basis of disability-, 4) The Age Discrunitialion Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination oil the basis ofage, 5) The. Drug, L Abuse Office and freatment Act of 1977 (PL 92-255), as arnerld, relating u) nondiscrimination oil the basis of`drug abUSC- 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention. Treatment and Rehabilitation Act of 197'0 (PL. q 1-616), as arriended, rch-iting to nondiscrimination on the basis of alcohol abuse or alcoholism.- 7) The public Health Service Act ol'191 2, sis, 523 and 5`7 (42 USC ss, 690dd-3 and 290ce-3). as amended, relating to confidentiality of alcohol and drug, abuse, patient records,; 8) Title \1111 of the Civil Rights Act of 1968 (42 USC ,, 3601 ct seq.), as amended. relating to nondiscrimination ill tile sale, rental or financing of housing, 9) The Americans with Disabilities Act of' 1990 (42 USC s. 12 101 Note), as may be amended frorn time to time, relating to nondiscrimination on the basis of' disability,, 10) Monroe Courity Co�de 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 I I) Any other nondiscrimination provisions in any Federal or state statures which may apply to the parties to, or the subJect matter of, this Agrecinent, During the performance of`thus Agreement, the Contractor, in accordance with E-qual Emjlq'vinent Opjvrtunit,v (30 Fed Reg. 12319, 1112 Cl 935, 3 +.R. Part, 1964-1965 Comp., p. 339) as amended by ExecutIve Order 11375, Atneolding Executive Order 11246 Rehiong to Equal Eml,)IOvineott OpIvi-tunitV, and implementing regulations at 41 C'.F,R. Part 60 (Office of Federal Contract Compliance Prog,rants, EqU31 Employment Opportunity, Department of Labor), see 2 C,F.R. Part 200, Appendix IL f' 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 identify, or national origin. The Coatractor 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 orioirl. Such action shall include, but not be limited to., the follovving: Erriployment, Upgrading, dernotion, 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 prov,ided by the contracting officer setting tbrth the provisions of"this nondiscri In I nat I()n clause, B) The("ontractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants v.-Ill receive consideration for employment without regard to Page. 8 of 33 ..................... race, color, reli-ion, sex, sexual oricination, acrider identity, or national origin. C) The Contractor will nor discharge or in any oil-ter manner discriminate against anN employee or applicant foi- employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the ernployce or applicant or another employee or applicant, 'this prow ision shall not apply to !instances in which art employee, who has access to the conipensatt I on inforTriation of other employees, or applicants as a part Of Such employee's essential job functions, discloses the corripensahom 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 forrnal co mplaint or charge, in furtherance of ail investigation, proceeding, hearing, or action, including ail investigation conducted by the employer, or is consistent with the Contractor's legal duty 10 furnish irillormation. D) The C ontractor Nvill send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting offlicer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 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 ontractor will comply xvith all provisions, of Executive Order 11246 of'' eptember 24, 1965. 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, CY 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 rnay 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 H) 'The Contractor will include the portion of the sentence uninechately preceding Subparagraph (A) and the provision of* Subparagraphs (A) through (IT) in every subcontract Or purchase order unless exempted by rules, regt,daiions, or orders ofthe Secretary of Labor issued pursuant to Section 204 of"ExecLitive 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 ritay direct as a means of enforcing such provisions, including sanctions for non-colnpliancc; 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 aaclniinistcruig agency. the Contractor may request the United States to enter into such litigation to protect the interests of the United States 11), Termination Provisions. A) In the event that the Contractor shall be found to be negligent in any aspect of service, the County shall have the right to terminate this agreement after five (5) days' written notification to the Contractor, B) Either ofthe parties hereto may cancel this Agrectnent without cause by giving the other party sixty (60) days" written notice of its intention to do so. C,) 1'erTninatron for Cause and Remedtes: In the event of breach of anv contract terins, the County retains the right to terminate this Agreement. 'The ('7ounty 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 terrinnation, prior to termination. the County shall provide the Contractor kkith five (5) calendar days' notice and provide tire Contractor with an opportunity to cure the breach that has, occurred. If the breach is not cured, the Agreement will be temainated for cause. If the County terminates this agreement with the Contractor. the County shall pay the Contractor the sung 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 triaxiniurn amount due to the Contractor shall not, in any event, exceed the spending cap in this Agreement, In addition, the County reserves all rigfits available to recoup mornes paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a Qlairn for violation of the COUrity's False Clainis Ordinance, located at Section 2-72 1 et al, of the Monroe County. Code, Page 10 of'33 D) rqrmination for .(".,onvcniencc� The County may terminate this Agreement for cow enience, at any time, UpOrl seven (7) days' notice to the Contractor. If the County, terminates this agreement with the Contractor. the ounty shall pay the Contractor the Kurt due the Contractor under this agreement prior to termination, unless the cost of' completion to the COUMV exceeds the funds, remaining M the contract. The IllaxinlUrn amount due to the Contractor shall not exceed the .,pending cap in this Agreement. In addition, tile County reserves all rights available to recoup montes paid under this Agreement, Including the right to site for breach of contract and including the right to pursue as clairn for violation of the C(Mllty's False Claims Ordinance. located at Article IX, Section 2-72 1 et al, ofthe Monroe County Code, E) Scrutinized Cornpanres: For ("ontracts of any amount. if the County determines that the Contractor,Consultant has submitted a false certification under Subsection 287.135(5), Flonda Statutes or has been placed on the Scrutinized Companies that Boycott Israel Ust, or is engaged in a boycott of' Israel, the County shall have the option of ( I) terminating the Agreement after it has given the Contractor Consultant written notice and an opportunity to demonstrate tile agency's determination offalsc certification was in error pursuant to Subsection 287,135(5)(a), I"lorida Statutes, or(2) inaintatning the Agreement if the conditions of Subsection '187,135(4). Florida Statutes, are rnet. 111) Maintenance of Reco�rds. The Contractor shall maintain all books, records. arid docUnlCrits directly pertinent to perforrnance under this Agreement in accordance with generally accepted acCOUnting principles consistently applied, Records shall be retained for a. period of seven (7) years froin the termination of this agrecment or in accordance wvith, the State of Florida retention schedules (https://dos,.fl.gov/Iibrai-y-archives,lrecords-inan,agerrieil1/gelleral-records- schedUlCi/), whichever is greater. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records ofeach other party to this Agreement Jor public records purposes during the term ofthe Agreement and for the applicable retention period following the termination of this Agreement. ITV) Right to Audit. Avadabilit.v of Recot'Lls, The records of the parties to this Agreement relating to the Pro,ject, % hich shall illClUde but not be hirilted to accounting records(hard copy, as well as computer readable data if it call be made available; subcontract files (including proposals ot'successful and unsuccessful bidders, bid recaps, bidding instructions, bidders list, ctc )., original estimates; estimating work sheetsW corresp ondence. change order files (including docurrientation covering negotiated setflcrncnts); back charge logs and SUpporting documentation" general ledger entries detailing ca!,;jj and trade discounts earned, insurance rebates and cfivldends, any other supporting evidence decracd necessary by the Page I I of 3-1 Owner or by the Monroe County Office of the Clerk of('ourt and Comptroller (hereinafter referred v.)as"County Clerk")to substantiate charges,related to this agreement, and, all other agreements, sources of information and niatters that niay in the 0"ner's or the County ( lerk's reasonable, judgment hate ally bearing on or Pertain to any inatters, rights, duties. or obligations under or covered by any contract docurnent tall foregoing here haft er referred to as "Recordls") shall be open to inspection and SUbJect to audit and/or reproduction by the Owners representatioe and,or agents of()w%ner or the CI ounty("lerk. The Owner or County Clerk may also c(niduct vcrificalions, such as, bUt not limited to, counting employees at the 'job site, witnessing tire distribution of pa,yroll, verifying payroll computations,, overhead computations, observing vendor and supplier payments, Miscellaneous allocations, special charges, verifying infort-nation and arnounts thrOUgh interviews and written confirmations -,vith employees, subcontractors,, supphers, and contractors representatives. NI1 records shall be kept for ten (10) year's aftcr Final Completion, The County (11 1 lerk possesses the independent authority to conduct an audit of records.assets, arid active hies relating to this Project, If an auditor ernployred by the County or C lerk determines that raorties;paid to the C ontractor pursuant to this Agreement were spent for purposes not authorized by, this Agreement, or were vy-rongfully retained by the Contractor, the Contractor shall repay the morries together with !interest calculated pursuant to Section 55,03,, the Florida Statutes,running front the date the monies were paid to (:ontractor. The right to audit provisions survive the tcmunation or expiration of this Agreement, V) Payment of Fees/ Invoices. The COUrny shall pay purstrant to Section 218.70, Florida Statutes (Florida LOCal GOWTTIment Prompt Payinent Act)upon receipt of a Proper Invoice ftom the Contractor, Payments due and unpaid under the Contract shall bear interest pursuant to the Florida Local Govemment Prompt Payment Act, fhe Contractor is to submit to the County invoices with supporting documentation that are acceptable to the COUrny Clerk, Acceptability to the County Clerk is based on generally acccTted accounting Principles and such laws, rUICS, and regulations as tria-y gm ern the County Clerk disbursal of funds. Invoices shall be sula muted to Monrue County Facilities Maintenance Department, Attention: Chrissv Collins. %ia email At Oolfins- Chrisswv monvoccountA-MILov The County Is exempt fi-orri sales and use taxes. A cop) of the tax exemption certificate will be provided upon request Final payrnent shall be made by the County, as the Owner, to the Contractor when tile Contract has been fully performed by tile ContraOorand the work has been accepted by the County, Page 12 ol'33 ............ V1) Public Records Compliance. The Contract(,)r must coinply with Florida public records Laws, inclUdnig bul not limited to Chapter 119, Florida Statutes and Section 24 of Article I of"the Constitution of Florida, Tile County and Contractor shall allow and permit reasonable access uH, arid inspection of" all documents, records. papers, letters or-, other '*Public record" materiats in its possessicni or under its control subject to the provisions ot"Chapter 119. Florida Statutes, and made or received by tile County and Contractor ontractor in conjunction wi I th this contract and related to contract performance, The Coumy shall hav e the right to unilaterally cancel this contract upon violation cif'this provision by the Contractor, Failure of the ContracU:)r to abide by the terms of"dais provision shall be deemed as ritaterill breach of'this contract and the County nray enforce the terms of this provision in time form c)f a court proceeding and shall, as a prevailing party, be entitled to reimbursement ofall attorney's fees and costs associated with that proceeding. This provision shall sumive any tennination or expiration of the contract, `rhe Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provisiom PUrSUallt to Section 1 19,070 1, Florida Statutes and the ternis and conditions of this contract, the Contractor is required toe� 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 w,ith a copy of the requested records or allow the records to be inspected or copied within a reasonable time at as cost that does not exceed the cost prow coded in this chapter or as othenvise provided by law, C) Ensure that public records that are exempt or confidential and cxenlp,( froin public records disclosure requirements are not disclosed except as authorized by law for time duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County, D) Upon, c(,-)inp1etlon of the contract, transfer, at no cost, to the County all puhhc records in possession of' the Contractor or keep and maintain public records that w%ould be required by the County to perforin the service I fthe(r-1,ontractor,transfers all public rec(..)r-ds to the Count,y upon completion of the contract, the Contractor shall destroy ally duplicate public records that are exerript or confidential and exerript from public records disclosure requirements. It'the Contractor keeps and maintains public: records upon completion of the contract, the Contractor shall niece all applicable requirements for retaining public records .mill records stored electronically must be provided to the County, upon request from the Courn 's ctisiodlan of' records, in a format that is compatible with the infonriation techno[ogy systcnl�s ortlic County. Page 13 of'33 F) A request to inspect or copy public records relating to a County,contract nicest be, made directly to the County, but Iftile, County does not possess the requested records, the County shall mirnedrately, notify the Contractor of the regUest® and the Contractor MUS1 provide the records to the County or allow thQ records to be inspected or copied ithin a reasonable time. If the Contractor does not cornpIy w%ith the COUilly's request for records, the County shall enforce the, pubhQ records contract provisions in accordance with tile contract, notwithstanding the ("ounty's option and right to unilaterally cancel this COMMO UP011 violation of" this pro isiorl by tile Contractor, A Contractor who falls to provide the public records to the �"ounty or pursuant to a valid public records request within a reasonable true may be subject to penalties under Section 119,10, Florida Statutes. "I he Contractor shall not transfer custody, release, alter, destroy or othemlise dispose of any public records unless or otherwise provided in this provision or as othemise provided by, law, IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: MONROE COUNTY AT'TORNEV'S OFFICE, 1111, 12"t" , ST., SUITE 408, KEY WEST, FL, 33040, ptd)ficrecords,�it monrii'mcountA-ftm, (3�05) 292-3470. V11) E-VeriL System Beginning January 1. 2021, in accordance with Section 448.095, Florida Statutes, as nray be amended from time to tinie, the (''ontractor and any subcontractor shall n�glstcr %Alth and shall tAlhZe the U S. Department of lionreland Security's E'Nerify system to %erify the work aUthorization status,()f all rieww ernployces hired by the Contractor during, the terra of the (I cmtract and shall expres,sly require any subcontractors performing %vork or prmlding !services pursuant to the ('011traCt to llkev%Isc utihze the L.',S. Derartnicrit of I forneland SeCLjr S rjtV' I E'-Verffy systern to w en t'v, the work authorization status of all nc%k ernplo eves hired 1-)�, the subcontractor during the (7ontract terin, Any subcontractor shall prow ide all affidav It stating that the Subcontractor does not employ, contract With, Or Subcontract with an unauthorized alien. 'rhe Contractor sllaH comply with and be subJect to the provisions of Section 448.095, Florida Statutes. PUrSWITIt to Secti(:)n 448,095: A) "A pubhc agency, Bidder, or subcontractor who has, as good falth belief that as person or an entity with which it is contracting has knowinglY Noe 14 of 33 11 violated Subsection 448,090 ) shall terminate the contract with the person or entity, B) A public agency that has as good talth belief that as subcontractor knowingly, violated this subsection, but the Bidder othervvise 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 as Bidder under this paragraph. the Bidder may not be awarded a public contract for at least I year after the date on which the contract was terniinated, A Bidder is liable for any additional costs incurred by a public agency as a result of the termination of a contract.'* Vill) Notice Requirement. Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail,certified, return receipt requested, postage prepared, or by courier %vith proof of delivery. Notice is deemed received by the Contractor when hand delivered by national courier with proolof 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- Ch electric For Owner: Facilities !�vlaintenance Departirient Attention: Chrisiv Collins 123 Overseas Highway Rockland Key, Florida 33040 and Monroe County Attorney's Office I I I 1 1 2't' Street Suite 408 Key West, Florida 33040 1 X) Uncontrollable Circumstance. Any delay Or t`aulUre ot'cither Party to perform its obli'latICAIS under this Agreement %%III be eWLIsed to the extent that the delay or failtza®e was caused directly by all Qvcrit beyond such Partv's control. WIthOLIt Such Partv"S t"ItIlt Or nCtlli i-cnce and that Paoc 15 of 31� by its nature could not have been tbres"n by such Party or. if it could have been RI-Ireseen, %vas unavoidable: (a) acts of(4od: (b) flood. fire. earthquake, explosion, tropical stone, hurricane or other declared emergency in the geographic area of the Pro'ject, I lc) war, invasion, hostilities (whether vvar is declared or riot), terrorist threats or acts, riot. or other cik it unrest in the geographic area cif`the Prosect, (d) go%ernment order or law in the geographic area of the Project; te) actions, embargoes, or blockades in effect on or after the date of this Agreement: and (f) action by any go ernrnerital authority prohibiting 'work in the geographic area of the project teach, a "Ll"ncontrollable Circumstance"). The Contractor's financial inability to perform, changes in cost or a%ailability of materials, components, or services, market conditions. or supplier actions or contnact disputes Will not excuse performance by the Contractor under this Section. 'rhe Contractor shall give the County written notice within seven (7) days of any event or circumstance that is reasonably likely to re'SUh in an Uncontrollable CirCLIIIIStance, and the anticipated duration OF Such Uncontrollable CirCUrnstance. 'File Contractor shall use all' diligent efforts to end tile U�ncontrollible Circumstance, ensure that the effects of any Uncontrollable Orcuirrstance are mHurni7ed and resume, full performance ander this Agreement, The County will not pay additional cost as a result of all Uncontrollable Circumstance. The Contractor may, only seek a no cost Change Order or Amendment for such reasonable time as the Owner's Represeritati-,e may deterritine. X) Adjudication, of DisRutes or Disagreements. '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 panies. if the issue or issues are still not resolved to tile, 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. T'his,Agreement is not,subject to arbitration. This provision does not negate or waive the provisions of Sections 1. Nondiscrimination, or Section 11, concerning termulat.ion or cancellation. Noe 16 of'33 ............... PROPOSAL FORM PROPOSAL TO,: 'Monroc County Facilities Maintenance 123 Overseas, Highway Rockland Key, Florida 33040 PROPOSAL. FROM: Chegk Electric,, 325,5 Flagler Aye-A293 Key WesI. FL 33QAQ The undersigned, having carefully examined the Work and reference Drawings, Specifications, Proposal, and Addenda thereto and other Contract Documents for the construction of., Electrical Conduit and Grounding Upgrade at Supervisor of Elections Office and having carefully examined the site where the Work is to be perfortried, having become farrilhar with all local conditions including labor affecting the cost thereof, and having farrullarized hirriself'"'ith material availability. Federal, State, and Local laws, ordinances, rules and regulations affecting perforniance of the Work, does, hereby propose to furnish all labor. mechanics, Superintendents, tools, material, equipment, transportation services, and all incidentals necessary to perforni and complete said Work and work incidental hereto, in a workman-like manner, in conformance with said Drawings, Spec i ficati ons, and other Contract Documents including Addenda issued thereto, The undersigned further certifies that lie/she has Personally inspected the actrual location of where the Work is to be perfornied.together with the local sources of supply and that he0she understands the conditions under which the Work is to be perfornied. The proposer shal I assume the risk of any and alll costs and delays arising from tile existence of any subsurface or other latent physical cond it I ori which could be reasonably anticipated by reference ti) documentary inforni'ation Provided and made wailable, and froin inspection and examination of the site. The undersigned agrees to commence performance of this Project within Ten, (10) calendar days arter the data: of ISSUanoe to the undersigned by Ovvncr of the Notice to Procced,'Purchase (.)rder;Task 0rder. Once commenced, undersigned shall diligently continue performance until completion of the, Project, The undersigned sharp accomplish Final Completion of the Prcwla^ct within Thirty (30) day's, thereafter, Page 17 of 33 The Base Proposal shall be furnished beloA; in words and numbers. If there is an inconsistency between the two, the Proposal in words shall control twenty four thousand seven hundred fifty 1)o I I ar s Crotal Base Pr(�)posal- words) (rotal Base Proposal - numbers) I ack now I edge Aftemates as follows N A I acknowledge receipt of Addenda No (s)or None No. Dated No, Dated Page 18 of 33 In addition, Proposer states that he she has provided or will prt)%ide the, County. along with this Proposal, a certified copy, of (..'ontractor's License, Monroe County Business Tax Receipt, and Certificate a�)Hnsurance showing the minurturn insurance requirements for this project, f,xecution bv the Contractor must be by a person with authority to bind the entity. By signing this agreement below, the ("ontractor has read and accepts the terms and conditions set forth by the Monroe County (-Ieneral, Requirernern.� for Construction found at the link on the Monroe C I OUnly web page- hnp:` il-m�)nro couiity.civicpltis.coi,n Bids,aspx`CatlD=18; AND accepts all of the terms and conditions and all Federal required contract provisions herein. IN WITNESS 'WHEREOF,, the parties have caused this; Agreement to be executed by their duly authorized representatives, as follows ('7ontractor, Check Electric Mailing Address: 325,5 Flagier Ave #303 Key West, FL 33040 Phone Number 3015-292-3369 E.1 N- 27-11 0 Ernail, ch—e-qK&q0!qq, 1q,qtrtc1l,c,qp-m, ............................. late: 7-21-25 S i gn ed Karel Bublak Owner Name Title Contractor's Witness sigmature,-, Witness narrie Date- 7-21-25 The County accepts the above proposal: MONROE COUNTY, FU-)RIDA Digitally signed by Christine y Hurley Christine Hurle Date 2025.08.04 08 43 50 ---04,00, .............................. By COL111ty Achnituitrator or Designee NOW)NACE COUNTY ArTOMP#6"00-04CE APPROVED AS IrO Fa~ Page 19 of 33 NON-COLLUSION AFFIDAVIT 1, Karel Buiblak of the city of Key West according to law on my oath, and under penalty of perjury, depose and say that: 1 1 am owner of the firm of Check Electric the proposer making the Proposal for the project described in the notice for calling for proposals, for: Electrical conduit and grounding upgrade at SOE office and that I executed the saad 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 or with any competitor; and 3. 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 affidavi "n awarding contracts for said project., 7-21-25 (Signature of Proposer) (Date) STATE OF: Fluldo COUNTY OF: moncoc Subscribed and sworn to (or affirmed) before me, by means of 14 physical presence or -7 online notanzatioin, on JUN all Z35 (date) by , KL[Cl loy- (name of affiant). lAe/She is pi§ uaQwn to me or has produced (type of identification) as identification NOTARY PUBLIC V,��Not a ry I R 0 'k,' My commission expires: t cornrnsskon 0 HH My Cirrirmssinn �Ixp 0 ctobe r 25, 2,)2 7 Page 20 M'33 LOBBYING AND CONFLICT OF INTEREST CLAUSE ,SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE Check Eliecthc (Company) warrants that heishelit 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. 010-1 . For breach or 0olation of this provision the County may, in its discretion, terminate this contract without liability and may also, an its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentagie, gift, or consideration paid to the former County officer or employee"'. (Sig-hatur4)— Nate; 7-21-25 STATE OF COUNTY OF-__,,Moe f0C Subscribed and sworn to (or affirmed) before me, by means of;4 physical presence or 0 online notarization, on w w 0_Q? (date) by (name of affiant), 'He/She is persona k, e or has produced as i en0cation, (Type of identification) &L NOTAW� B My commission expires:_L015. all. (SEAL) G A 8 R 1 E A L HERRF,,RA Pubhc 7,t,j a 4 H �f of j, F, S ,J,� H 45780�) i r 2 202 7 Page 21 of 33 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Horida Statutc, See 287.087 hereby certifies that Check Electric (Name of'Busineso I. Publishes a statement notifying employees that the unlawCul manufacture. distribution, disperising. possession. or use of a controlled substance V; prohibited in the workplace and specifying the actions that will be taken against employees for violations Of' SLICh prohibition, 2, Informs ernployees about the dangers ot'drUg abuse in the%orkplace, 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 c(,immodifics or contractual services that are under proposal a copy of the statement specified in subsection (I ), 4. In the statement specified in subsection (I )w notifies the employees that, as a condition of' orking, on the commodities or contractual services that are Linder 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 riolo 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 i I n the workplace no later than five(5)days after such conNictioll. 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 cominunity, f'or any employee who is so convicted. 6. Miakes a good faith effort to continue to maintain a drug-free workplace through implementation of thisseclion, As the person authorized to sign the statement, I certify that this finn complies fully with the above requirernents, Propo scr's Signature STATE 017: Date -ft D COUNTN" OF- SUbscribed and sworn to toraffinned) before nie, by means of,, physical presence or D online notarization, on I (date) by _ --YAA_,__,a - _ X= (name of aftiant), He She is persaruaall flow to me or has produc d itype of identific s, er "fication A T LIC (SEAl-) My Commission Expires-, ._._ GABRIEAL HERRERA Page 22 of 33 # �4r4 _—Octobor 25 2,027 PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid", proposal, or reply on a contract with a public entity for the construction or,repair of a public building or public work, may not submit bids on Ideases 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 provi ed in Section 287.0117, 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 a d state that neither r.;1rictfic I�Q 1 0180�- (Proposer's name) nor any Affiiiate has 7be been pia 'convicted vendor list within the last thirty-,six ( ) months , , n a-t ?91�' Date- 7-21-25 STATE OF: naldo COUNTY OFw �)f)f 0 Subscribed and sworn to (or affirmed) before me, by means of 10physical presence or 0 online notarization, on the day of It J1 Q 2 0 , by Y,b�:1, I-&CQ E: (name of affiaint). He/She is e or has produced (type of identification) as identification. My Commission E pires�� NOTARY PUBLIC (SEA Page 23 of'33 VENDOR CERTIFICATION! REGARDING SCRUTINIZED COMPANIES LISTS Project D"cription(s): Concluitand arl 129[ades at U$QEI"i��-----,-------l----ll- Respondent Vendor Names Check Electric Vendor FON: 27-1138030 Vendor's Authorized Representative Name and Tide' Karel Bublak I Owner Address r Ave#303 City: State: .FL Zip: 33040 Phone Number 305-292-3369 .— Ernail Address checkp_checkelectricllc.com Section 287.135, Florida Statutes, prohlibits a company from bidding on, submitting a proposal for, or entering mto or renewing a contract for goods or services of any arl 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 'Last or the Scrutinized Companies with Activities in the Iran Terrorism Sectors Lis,ts which were created pursuant to Section 215 473, Florida Statutes, or is engaged m business operations in Cuba or Syria. As the person authorized to sign on behalf of Resplendent, 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 m a boycott of Israel and for Projects of$1,000,0010 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 287.13,5, Florida Statutes, the submission olf 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 iin 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, subm4 a proposal for, or enter into or renew a contract with Monroe County for goods or services Certified By; Karel Bublak who is authorized to, sign on behalf of the above referppciqiij Authorized Signature�—Z� _.- Mom'w Print dame: Karel Bublak Title, Owner Note: The List are availabie at the foflowingi Department of Management Services Site twitp soc,,1 corn,bsiness P"t(A!Z!L-LrI-t 'Irchasl - c,ed L u P erWiad dmcnrrnaniatury is Page 24 of 33 AFFID,,kVITATTESTING TO NONCOERCIVE CONDUCT LABOR OR SERVICES Etulty,"Vendor Narne-, Check Elect.0c .......--- V'endor FEIN: _­ 27-1"1-3'8"03-0 'w'oiidt)r'sAtitliorizedRepreseu'itati%,c _.._Karel Bublak L-QAn-gr ............ i Name and Title) Address: 3255 Fl,@!gl:er Ave#303 ............. .. ..... C it y: Kqy West State: FL zip, 330,43 ...........---__-- Phone Number, 3 292-3369 Ernall Address ejeCtricficmm ................. As a non-governmental entity executing, renewing, or extending a contract with a governnienit entity, 'Vendor is required to pro%ide an affidavit Linder penalty of plegury attesting that Vendor does not use clocrelon for labor or services in accordance with Section 787,06, Florida Statutes, As defined in Subsection 787,06(2)1(a), coercion, means: I, Using or threatening to use physical force against any person 1 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 car service are not respectively limited and defined, 4, Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or Purported government identification document, of any person, 5, Causing or threatening to cause financial harm to any person, 6 Enticing or luring any person by fraud or deceit; or 7. Pro�,iding a controlled substance as 011thned in Schedule I or Schedule If of Section 893,03 to any person for the purpose of exploitation of that person. As a person authorized to sign certify perjury that Vendor gn on behalf oill"Vendor, I cet y Linder penalties Of PCIJ does 110t use coercion for labor or serve ices in accordance with Section 787.06, Additionally,Vendor has revicwed Section 787.06, Florida Statutes, and agrees to abide by, same. Certified by, Karel Bublak 'who is ,'11,1thorized to sign on hehal fofthe above referenced compan� Authorized Sia,natUre: Print Nanic Karel Bublak Title.- Owner Page 28 of 3 LOCAL PREFERENCE FORM A. Vendors claiming a local preference according to Ordinance 023-2009, as amended by, Ordinance No 004-2'0 15 and 025-2015, must complete this form. Name of Bidder�"Re5ponder Karel Bubl,ak Date: 7-21-25 1, Does the vendor have a valid receipt for the business,tax paid to the Moniroe Colunty'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 physicals business address located within Monroe County from whiich the vendor, operates, or performs business on a day-to-day basus that is, a substantial component of the goods or services being offered to Monroe County? ,Yes (The physical business address must be registered as, its principalplace of business wAh the Florida Department of State for at least one (1)year prior to the notice of request'for bid or proposal,) List Address: 3255,Elag3ler P 4303 Key Wpqt F I VI Telephone Number: -3Q5.2,92,-33fi2­-- B Does the vendoirlprime contractor intend to subcontract 50% or more of the goods, services or construction to local busrnesses meeting the criteria above as to licensing and location? No if yes, please provide. 1. Copy of Receipt of the business tax paid to the Monroe County Tax Collector by the subcontractor dated at least one(1)year prior to the notice or request for bid or proposal. 2.Subcontractor's physicals business address within Monroe County from which the subcontractor operate& (The physacal business address must be registered as its principal place of business wqh the Florida, Department of State for at least one (1)year prior to the notice of request for bids or proposals) Telephone Number 305-292-Ss 69 Address 3255 Fla iin-lerAve il s e Wiest FL 330,40 Print Narne! K,a I Bublak Signature and Title Z ized Signatory for BidderIR � . �utho STATE OF: i0ri Q COUNTY OF Mn of Subscribed and sworn to(or affirmed)before me,by means of')Dphysical presence or online notarization, on ,1� ) �U a I , 3 0 3 5__(date) by f (name hCAIL of affiant) He/She 1,s rsuarr�Inow�nlo me or has produced (type of id n' i t as dlentification N-6T wIpY LlC (SEAL) My commission expires: 10 3,C' (,�bABRILAL 4EPREPA PubViCr,SG,11',j �'i R,-,nda mon 0 HH 457a0t) My C,'c7rrmission Exp res Octobe,25 F, Page 26 of'33 INSM,XN(.,'E REQUIREMENTS AND FORMS MONROE COUNTY, FLORIDA RISKMANAGENIENT POLICY AND PRO('EDURES General Insurance Requirements For Other Contractors.Subcontractor's and Professional Services Ns a pre-requkite of the work and services governed, or the goods supplied under this contract (including the pre stagging, of personnel and material), the Contractor shall obtain, at hasher own expense, insurance aispecifted in any attached schedules. which are made part cif this contract, "Pic Contractor will ensure that the insurance obtained will extend protection tea all Subcontractors engaged by the Contractor Alternatively, the Contractor onay require all Subcontractors to obtain insurance consistent vex«Ith the attached schedules. The ContTactor will not he permitted to cornmence work go,w earned by this contract g including pre- staging of personnel and rnateTiah until satisfactory evidence of the required insurance has been funnshed to the "ourity as .specified below, Delays in the cornniencernent of'work, resulting from t1le 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 unposed as if the work corininenced on the specified date and time, except for the Contractor's failure to provide safisfiactory evidcncc. The Contractor shall maintain the required insurance throughout the entire term of this contract and any extensions specified in the attached schedules, Failure to comply with this provision may result in the immediate suspension of all work untit the required insurance has been reinstated or replaced. Delays in the completion of work resulting frorn 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 assessinents shall be imposed as if the work had not been suspended,except for the(,'ontractor's failure to maintain the required insurance, The ("ontractor will be held responsible for all deductibles and scif-insured 'retentions that rnay be contained in the Contractor's Insurance policies, The Contractor shall provide., to the County, as satisfactory eNidenc,e of the required insurance, either: *Certificate of Insurance or * A Cerfified copy of the actual insurance policy certified' copy of*any, or all insurance Policies Me County, at its sole option, has the right to request a �cerii required fiv this contract I All triSUraTICe P011CIeS MUSt specify that they are nor sub)I ect to cancellation, non-renewal. material change, ear reduction in coverage unless,as Ininimuin ofthirty 00t days prior notification is ­iweil to tile COUMy by the insurer. The acceptance and oi- approval of theta Contrai:tor's insurance shall not be construed as relieve ing the (ontractor from any liability or obhgation assuined under this contract or, imposed by law.. The Monroe County Board of County Corrunissioners, its erripVvioes and officials, at 1100 Sallonton Street, Kcv West, Florida 33040. will be included as -Additional Insured" on all policies. except f()r Workers' CIorripeirsation Pa(,e 27 of 33 Z, An deviations frorn these Insurance ReqUirements must be requested inwrMngon the Counq y y prepared form entitled "Request for NVaiver of Insurance Requirements," and approved by Monroe County Risk Management Department. Page 28 of 33 PROPOSER'S INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIRE�MENTS Workers Compensation Statutory Limits Employers Liability S 100,000 $500,000/S I 00,000 Bodily Injury by Accident/Bodily fnjUry by Disease, policy lirrilts/Bodily Injury by Disease each employee General Liability S200.000 per Person $300,000per Occurrence S200.000 Property Darnage or S300,000 Combined Single Limit Vehicle S200,000 per Person (Owned, non-owned, and hired vehicles) S300,000 per Occurrence S200,000 Property Damage or S300,00C O Combined Single Limit Builders Risk Not Required Construction Bond Not Required The Moinroe 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 healed the County and the Courity's elected and appointed officers and employees harmless from and against 0) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of iitJury (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, contractor's or other invitees,during the terns 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, htigation., proceedings, costs or expenses arise front the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or in%itees (other titan Contractor). The monetary limitation of liability under this contract shall be equal to the dollar value of the contract and not less than S I 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 ctaims, actions, causes of action, litigation, proceedings, coasts or expenses relate to events or circunastances that occur during the terra of this Agreement, this section will sur, iI e the expiration of the tertn of this Agreement or any earlier termination of this Agreement. In the event that the completion of the proaject (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 eas enses resulting; from such delay, Should any claims be asserted against the County by virtue orafany 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 inderuxnify it from all losses occurring thereby,and shall further defend any claim or action on the County"s behalf The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement, PROPOSER"S STATEMENT l 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 tl^tds proposal, Karel Bublak PROPOSER Signature Page 30 of 33 .......... INSURANCE AGENTS STATEMENT I have reviewed the above requirements with the proposer named above, The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES 45 ....................................... ... .......... Liability policies are Occurrence -Claims Made Insurance Agency ignatur� Page 31 of 33 MONROE COUNTY, FLORIDA REQUEST FOR WAIVER OF INSURANCE, REQUIRUVIENITS it is requested IhaT the insurance requirements, as specified in the C ounty's Schedule of Insurance Requirements, be waived or modified on the following Qontrw, Contractor/Vendor: Project or Servtce: Co n tractor/Vendor Address & Phone 4- General Scope of Work: Reason for Waiver or Modfficatiw Policies Waiver or Modification will apply to: ............... Signature of Contractor Vender: Datc Approved Not Approved ...... Risk Management Signature [),are: .............. ... C I t)unty Adminiistrator appe,,& Approve& Not Approved: Board of County Commiss iotlerS aPPCaI Approve& Not Approve& Meeting fate� --------- Page 32 of 33, CHECELE-02 ..TEARKEE CERTIFICATE OF LIABILITY INSURANCE DATE tMWDWYYYy) ............................ 7/22/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING,INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. ----- ............................. IMPORTANT. If the certificate holder is an ADDITIONAL INSURED,the policy(ies)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 onclorsoment. A statement on this certificate does not confer rIghisi to the certificate holder In lieu of such endors,emen ............. ............ �- Y ................ ........... ................ PRODUCER C�N M TACT Taylor arkee N,me:: Acrisiure Southeast Partners Insurance Services, LLC PHONE FAX 1117 Citizens Blvd AtC,No,ExiU;(239)261-3646 IA16,Noi: Leesburg,,FL 34748 EMAIL tmarkea ADGRE$S� l9acrisure.com INSURER(S)AFFORD'IN"G COVERAGE NAiiC Sri INSURER A Travelers Casuaftly and Surety'Company of America 31194 9NSURFO INSURER B FCCI 119,surance Company Oil 78 Check Electric, LLC INSURER C 325,5 Flagler Ave#303 INSURER D Key West FL 33040 INSURER E N SURER F: r . . ----.......... —--——--------- COVERAGES CERTIFICATE NUM113ER: REVISION NUM!B�ER: ................. ................................ THIS IS TO, CERTIFY THAT THE POILICiiES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INMCATED NOTWTHSTANDUNG ANY REQUIREMENT, TERM OR CONDITiON OF ANY CONTRACTOR OTHER DOCUMENT NTH RESPECT TO VVHICH I'HIS CERTIFICATE IS MAY BE SUED OR MAY PERTAIN THE iNSURANCE AFFORDED BY THE POLICUES DESCR BED HEREIN 6 SUBJECT TO AU THE"'TERMS" EXCLIUSiiONS AND CONDITIONS OF:SUCH POLICIES UMITS SHOWN MAY HAVE BEEN REDUCED,BY PAID CLAWS INSR A6DLSURR POLICY EFF POLICY EXP TYPE OF INSURANCE , D- -.LJR. ........... JM-M. POLICY NUMBER LIMITS_yyj__Btiti� pffyyyj____ ......................... COMMERCIAL GENERAL LIABILITY EACH IXCURRENCE S CI-AIMS MATE oc:,�,,ij�� DAMAl,E TO RENTED F,fA1�1wim,,i,(Ea)C1,'U17WiQR) A 74T MEE)EX1�Any cme pwson), I PERSONAi.&ADV iNJUIRY S GEVI Ar GENERAL A(.,GREGATE $ ,GREGA1 E LWI I'APPUE"S PER POLICY PR WAW KA XYW- JE?i PRODUCTS (OMRCP,nu3G S ................ ------------............................ ..................................... ........... ............... AUTOMOBiLE LIABILITY C..OMBINED Sii,EGLE J V(T 1,000,000 �3 aMdWIQ S X AN"Al JT 0 BA6TI126682442G 8/2812024 8/2812025 RODIEY INJURY(Fier person� S CANN E D SCHEDULED AL)%)S IDNLY 4,U,ras BODILY iNjIjRY(Per accirsan�), 5 X 113 jS1 X )AMAG3E A� ' Per accident) "s ........................ .......................... --------------------- UMBRELLA i DCCUR EA1,,'H)C';1:,URRENGE S EXCESS LIAB CLAW!Ej-MADE AGGREGATE S LIED RETENTIONS ................. ------ WORKERS COMPENSATION X P�,'R 0"I Fi AND EMIPLOYERS'LIABILITY YtN 5'TA I ij TE EJ3 ANY PROPRIIETOWPARTNEWExEC UTNE- WC�01 0009131601 41112025 41112026 EL EACi-fACCD NT S 1,000,000 16.111111� , N N/A 11,11 11� F,,, 1,000,0100 atory In R) E 1. niSEASE EA EMPLOYEE S DESCRIP7 JOIN l�DF OPERA Tji.)NS�wiow 1,006"b'00" ---—--------- - E L Dl�jIEASE "OL]CY UWT 5 ................ DE SC RIP,TI ON OF OPERA TIO N S r LOCA TIC NS R VEIH IC LE S IA CORD 10 1,A ddiflons I Roma rk 9 Be he diuW,ataxy be a Ua c hed if mo 3 pa Go Is ri i d I re re -Workeirs'Compensation and Employers'Liability Insurance Policy is extended to provide coverage in accordanice with the proi of the United States LongsNmore and Harbor Workers'Compensation Act(USL&HI)as amended,- ................. ....................................... -------- CERTIFICATE HOLDER CANCELLATION .......... ..........CANCELLATION ............... .. ................... ................. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Monroe County Board of County Commissioners ACCORDANCE WITH THE POLICY'PROVISIONS. 1100 Simonton St Key West FL 33040 .....---——-—--------- AUTHORZED REPRIESENTATI'VF 111i OW414 ............................­ ---L- 1111111-11111-rr---I—rrrr-- .............................. ACORD 25(2016/03), CO 1988-2015 ACORD CORPORATION!. Ali rights reserved. The,ACORD Inalme and logo are registered marks of ACORD CERTIFICATE F LIABILITY INSURANCE cATf07 z2laYYYYw 25 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ATION 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. THUS CERTIFICATE OF INSURANCE(DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSU'RER,(S(,AUTHORIZED REIPRESENTATWE CAR PRODUCER,AND THE CERTIFICATE HOLDER„ tMIMPORTANT: If the centif sate holder Is ani ADDITIONAL INSURED,the Delic'y(les)must be endorsed. If SU!SROGATIONI IS WAIVED,subject to the terms and contiltlons of the poticy,certain policies may require an eandorsentionl. A staternent on this certificate does not confer rights to the certificate holder in Heu of Stich endor ement(s(, PRO04JCER: �AMME ,�I Ayu rA Phillips Wand Nnsuarance Aalerwy,4ic i� � 305 2 6666 ... �T iTU 2 4d FuT5W3 Idea g,3dII 6Z6 3 Nr .. 15 .._._,,,.�......... 3229I"4gI:RrAve#'1'12 CRESS, net _ INSURERISI AFFORDING COVERAGE M1NAiC W Keys West FL "I 3)40INSURER A Kinsale Iris Co 15879 INSt,1�RET4 INSW"RER e N Check Elertrx--,I.0 C NSUIRER c 52515 Ragier Ave 21 RER.. IGey West I"l.. 33040 ''.INSURER F __.__�.....�. .._.._._.,_...�.....,...�..,.._,..e,,..��.....�._..............�..._... �.,..,.w..,.�..... COVERAGES CERTIFICATE NUMBER: REVISION NUMBER. THIS IIS'TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED TO THE INSURED NAMiECABOVE FOR THE POLICY PEMOD NNfiSCATED NC"R'WITHST'k INDWC;SPVN'"d REQUIREMENT,TERM OR CCNMTI N+"N'F'd4NY CONTRACT OR OTHER,DOCUMENT WITH RESPECT TC.DIO WCH THIS C'ERTVRCATE MAYBE ISSUED OR Iii PERTAIN.THE;(INSURANCE AFFORDED BY THE POUCiE,S DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLILSION$AND CONDITIONS OF SUCH POLICIES l_IMR S SHOWN WX HAVE SEEN REDUCED BY r'AiCI CLAIMS. TYPE OF INSURANCE ti,,,w...w.,.....�. _.... ..,, 4Ml. F"Nlf'IRER . .,,„...,... „- ...�,....,.,.,.......:» ,.. .,. ............... ...... ..,.,,�...�.,,,.. .,�,,.».,, LIMITS L�TR ,....�..___ IN R rtz: CtrcarorrY^aw'I rWINNrbC�,+YYYY� .a.wv,. ,,,,.µ.,..�«�.........„. GERERAL LIABILITY •��.� . EACH OCCURRENCE T 1,I900,0 .. W S AEtCOMMCF"ALGENERAL LIAWLr'ry REMNSE ' acxugrama s 100,000 CLAPoMSMADE TnC8"UR MED A: ny ,tim pers onY I A N 0 1 00 37 1 7 38-IT 051200025 II512012025 PEREIr1NAL-&ADViNJURY S I010w7,0GO 13ENERALA,aQJREC1ATE I,.,..,:WE'ELW L"00 m .. ......_ .__.. GEN°tl AGG RECiA;iE(JIAITA6APUESPER PRODUCTS-L'C"IMNOPAG,aG S', 2,000,000 PRE �Pr,)k..4"W " JS'o:;T.,�. ...�,. ,ECb9. ,,.,,,,� .._..�...,,... ,.,,,... ,,..�,w�,,,�.........�.....».........�,. AUTOMOBILE LIABIN.ITY Es a,eent . .. MANY A4.NTC3 BODN.Y INJURfV iPare p*Ysona S a r ,.., ,..m....,,. .......... �.,. .., ...�, .. AU NL�+SNFf,N nUTO$l.fLE rN �mm.�w &`NC'��.'�fNU'CINT.'Y(P�r a cirl�wsr,YY 'T AUTOSA,GCTr7Ey A HRLD AUI'US A1j10 r Rrs accident S T 7.31 25 UMBRELLA.N.tAe ' ;gym, f-A,C.'ka CWk,CUi?Stt NE E. 3 „� ... mow, .,,,.., �....,.. ........�..... �.. W ,..,., EXCESS LNAB AV s MR+AUE ._ AGGREGATE S CE'.0 RE T'EN ION T WAMM .............._....�.._... .�,.,,,.,.., r .,i .. WC.yRKE.RS CQ7MdPENaA"nC1N fiF,"NRW t.tlA111ai;;r ER ...,•,•• .• ..�,.... .,.., AND EMPLOYERS'LIABILITY 5+d N ANY tIRGTPRNET IPARTNER„"I„MY C"IL)rIV''E E.L EACH ACCIDENT $ G)FFICEFUMEawSEREXCLLXD63r NBA I Mandiawyr in MNI E.L,.G,YNSE�A;aE M'a,EN'MNyLf IYEAc,: 'S Ip rA',m.'fk$0. tact r,rat�,Nr �...,.,.,. IULS,CRP TInINC'FOPERArl'ONS'o„44oNw E.N..C.CNSEASE:-POLNC1't°UMNT S i i DESCRIPTION OF OPERATIONS d LOCATIONS i VEHICLES (Altach ACOAO 101,Additional..,Rerr7Arka n#AGtrkWe,it mom space Is raryuivodp Monroe County BOCC is Il ted as addittcrnM vn usu"Ired to the GerntrnTl b aibiRty Pailcy. "° —Cert tu;,ale Holder is Adalft nai Nnsurii CERTIFICATE HOLDER, CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ILMCr47ff,7A'Cgbtd ACCORDANCE WITH THE POLICY PROVISIONS. :B'7ty±L"�TG,�C C' 1100 Sirrnnntaar,St, AatUTFtrrNAl'r El Key'V'°+I«T:st FL 33040 . .µ YL 07122 wTTt'25 ACORD 2 (201W05) E�I 1988.20 E ACCIRO CORPORATION. All rights reserved. The ACORD name and logo are registered ni`IxrkG of ACt�RD,m 2nd Proposa� ears ore nectric, State Certified Electrical Contractor #FAA YN)[186, ester: Vonroe Count' n v Sispe4sor oy Electioni NOW- 005)304-9711 - E-Mail:('01fills-Chrisiv a monirotcounty-fl.gov Project: I'lectrical Condoit A Grounifitig 1 pgrade Scope of Work Project -Idtirews: 5200 CoUtWe R'd Job#2 50-05 Aelv Wew� FL 33040 Couliflential JUN NI-20125 o alll :oncerned, NW e are pleased w offer you cwr piroposaf for the electricat%kork required at 5200 College Rd at SiuperviwrofElecfion Mira key West Florida. AU work done b current codes,,reguiations,and project specifications. -!%H work done hay Near hore Electric,Inc, shall be %,uT!anteld fbr a period of one)ear. The folloving breakdovkn describes the items and scrOces that Nearshore Hectric. Inc, shaH prcivide as well as any exclusion from our scope of'work. I'S C L 1, DIED IN BASE. BID- Wnbt% Llbtl,Affld&-cnergvc av-.,6vg branch circuas fcvd"ig receptaches& fi,.wrcs to atxommodatc Por re"im 41 of interiar%Nafl.,., Remo,*c e,,istmg surluc mounted conduits,,iurapp6igl,bows,bnwch conducturs feLding, receptade assembhQs iin(4 N offlccw A 4 I 1 badmwun kIC11"fN 'Uhl 14116 V(661g j-NAC"AXJIIC drop lxihngs Rcyru,m,e d M 4:xjqrng 2 x 4 rktures& Q I f vanit+ surface mounwd fixturc RQ4n,'Utfl exnsung fixtums,upon cxbmrk:fion or'drup whng mpiacement Pros ide and irlstAH gnun'd Conductors un exnsling Lwmduiti fe0d418 branCh 6MMS Pro),ide and install gnmoul wA*nducwrs In exisfing Lixithiit,fecding exkting extemor kxtd centers Pro%ide wid install ground coodkictom In existing wndiuiLs f %Iing';ER c4ummicnt llrm Wk:and Install p"mind cvmduvtors iin existing conduits,feeding A US cquipnwcnt Prov i&and instal I new* and ow updated panel .';LhcdWc,,, W orkers Conm4ieneral 1.uandk.N insurance F-XCL1 DED FROM 81 D- o Puririir wpgrrl ees.HAWL Purrr6t,i'cocs,fln%aw Pro ider Plan ko w%N OnspeLnons,and[tfla% I oes * Emqiniz Scm we C onductors, Sf:R Equipment, N IS~ I oad C cnicr'?o,Circua Breaker,(Amdual-is. J-bov,-, hxrums Rcceprjcics,and 1,bVht S%0whes 0 Nn% `�:iijv of "ork not 0caH s v;ho"n on dra%6igs or%k khn the hid iMf xurnents and,or N6fiwatiorts ii not WOudcd m th s pn)posal Bid su"ImArN... NIaterials S 23J,20.04) Labor S 22J00.00 W, prop osC up Cumsh rnawrU 'ind IaN'w.omlplvle in acc(wdance with the ahwc spc�:ificauon*.6)r the lurnp ium of f'orn,47ve Thousand Four Hundred Twent'v Dollari aird 00/100............. ............... $45.42),0#0 Authorized Signature Date 7 16,20-15 Kevin Adarns Eshrnator"Piojw%Ianagcr 49i di kt AVen"'IL#i - � o k Ldw krl- P 30 P, Phone I W;') :9 399 1 - Fax 1 IV 2()4,$04 N