HomeMy WebLinkAbout08/26/2025 Agreement Monroe County Purchasing Policy and Procedures
ATTACHMENT B-5
COU NTY A DM I N ISTRATOR
CON I'RAC I' SUMMARY I"OR.Nd FOR CONTRA(_TS $100,000.00 and U Ilder
Contruct with: ,
...............................
Ulffecdve Date-,
Fxpiraflon [)ate,
ontract PUrpose/Descriptic)m
�
",�%bsv
`044
....................
Contract is (.)riginal Agreement Contract Amendinerit/EXIension Renewal
("'ontract Nlanagetll
t L:XL
CONTRAC" FCOS"I'S
g
mmt,
I"ortion: $
Total Dollar Value of'Contract; $ Current Ygar NO 224
(musl Ihe S� JU 000 00 m u�t ear a grevrent�he n LEM/
r�wros M)CCufj)ro%aL unle%s dhc
ji m111llJ01 ;NOfffl'
i fi j
Buloetel? Yes* N o El
V/,,c
Grativ S County Match:
Fu nd/C o,st Ce,nter/Spentf Cat lory:
ADDIT]ONAL CoSr"I'S
Estimated Ongoing Costs-,, $0 /yr l'or:
C,
(Not included in dollar value above) (e,g, maimenance, wilities,jan ito6al,salaries,etc,)
Insurumce R NC)�O equire& YES
7]
CONTRA(, F REVIEV
Revmevver Date Ire
Department [lead Si(�,nature Wfliam DeSantus
..............
C()Ljnt� Attomev Signature: Joseph,X DNOVO
..........
Risk Management Signatttre� Ja6yn F�attr ��a GO 18 04 oc
g9
Purchasint, Signature: Lisa Abreu z02S'J8,,,,06 4 1 0A Xb
ON/I B Signaturc; J0r`r1 Quinn 4 y
Ca)RTj[TIC I I t."
Revised BOCC 4/1912023
Page 84 cTt 10.5
$a CkTC a h �e%o inco
OF 7HE FLORCA KEYS
DESIGN BUILD CONTRACTORS
July I I. 2025
�,Ionroe Countw Public Works
Atm: Wdharn beSamis
123 0verseas H%ky
Rockland Ke%, FI, 33040
Re-, (i,,ato Bui kfi ng-..- Social! Services
Sub,jecc Proposal -.- Fxtend Partition Wall to Ceding
We herebw propose fiirnishing, labor, toaLerials, imd equilmient tcn install dour at "hidwx to create am
entrance itntrr social services as foHmvs:
111,10921mmuff, a— ,=01 1� ,=1 Mogan",1 mm "W21,1901,111,
1.1 Dust Control/Mobilizafions 1 Is 1100.00
1.2 Extend existing 4' wall to ceihng 30' x 8' 240 sf 14.85 3,564.00
1.3 Install batt insulation 240 sf 2.10 504.00
1.4 Hang Drywall 480 sf 5,50 2,640,00
1,5 Finish Drywall 4801 sf 5,25 2,520.00
1.6 Paint Walls 840 st 3.00 2,,520.00
11 Clean Up/Dernoloffize 1 Is 900.00 900,00
Subto,tal 13,748,00
Profit/Overhead @ 18% 2,474.64
1 TOW 161,222,.64
All material is gua rut i teed to be as specified and the abo%c Nvork to be performed in accordance with the
111a11Uf',lCtL1rer's specifications and corn[fleted in to substantial workmanlike rnariller fOr the Sun) 01",
Sixteen Thousand,Tvvo Hundred Twenty-Two, 64/100----------------Di)llars S16,221,64
Payment in full upon completion.
Excludes Pen-nit,'Enginecring Fees,Anyalteratlon or deviation fircmi above specil1cabons involving,extra Costs witl
be executed only upon written orders and wilt become an exua charge over and above the estimate, e lit s
contingent upon strikes,accidents,or deldVS INNOMJ OUr colarol, Owner to carry fire,tornado and other necessary
UjXm abo%,e Nvork. \Voikers Compensation and General Liability insurance on above wolk wffl be taken
(ma by SEA Note - "rt,is proposal tuay he withdrawn 1)y us if not accepted Arithin 30
dkys.
1 2
A( ( Ff"I VI V OF PROPOS%L
11w aho%�"prv,„v, and ;ondiumii are "vkhCTDII 10d me herAwN a,;cepw,,J You arc Iuflhorq?cd i'lo JI)
the w.,A Pa%meiv AiH he rnade as ahwc
Digitally signed by
Christine Christine Hurley
Date:2025.08.26
Signaturc Hurley 17:08 56-0400 Da It c
............
MONROE COUNTY ATTOMNEYSOFFICE
APP19OVED AS TO FORM
STANT COUNTY ATTORNEY
DATE:
2
MONROE COUNTY
BOARD OF COUNTY COMMISSIONERS
REQUEST FOR SERVICES
FOR
EXTEND PAR.TITION WAL,L TO CEILING" AT
GATO BLJlLDlNG,, '1100 StMONTON ST-
KEY WEST, FLORIDA 33040
BOARD OFCOUN'"FY COMMISSIONERS
Mayor James K. Scholl, District 3
Mayor Pro Tetn, M� ichelle Lincoln, District 2
Craig Cates, District I
David Rice, District 4
Holly Merrill Raschein, District 5
COUN FY ADM IN"ISTRATOR
Christine I Wiley
Clerk of the 'J N U i t Cl 0 Urt Facilities Maintenance Director
Kea in Madok WiHiam De antis
JULY 2025
PREPARED BY:
M01'11`0e COLlllty Facilities klaintenance I)epartflleM
Pa.g'e I of33
Monroe County Facilities Maintenance
General Scope of Work
Job Marne; Social Services LAtend Partition Wall to, Ceilinao
Job Location: Gato Building, 1100 Simonton St, Key West, l"lorida 33040
Contact: Chrissy Collins
Chrissy Collins
olfins-Chriss`aw Monroe(.LL)u 11 tN ov
305-304-9711
PROJECT OVERVIEW
PROJECT INTENT AND SCOPE
GENERAL REQUIREMENTS
1, Project Overview
A) Enter into a contract with a qUalified Contractor t o e x t e n d a pa rt i t i o n
wall in the Social Services Department at Clato Building. 1100
Simonton St-, Key West, Florida 33040. -l'he term of this contract shall
commerce upon the date of issuance to the undersigned by the Owner of the
Notice to Proceed/Purchase Order/Task Order. Once COMITIenced, the
Undersigned shall diligently continue performance until completion of the
Project. 'File Undersigned shall accomplish linal Completion of the Pro
'Ject
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: City of Key West Building
Departi-nentaiid any otl,iei-pert,iiittingot-i-egLil,ItOl-y agencies, ifapplicable. The
Contractor shall include those permit fiecs as a part of the Contractor's bid.
B) AH quotes are due by Monday July 28, 2025, at 12.00 P.M., via email to
G'dH'w"-("hrissc a nl A'WOCCOunt�41,-%ion AH Quotes must state they will be
good for one hUndred t�venty (120) calendar days fi-Orn SUbrnittal due date.
I'laoe 2 ol'33
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 extension of a partition wall in the Monroe ("OUnt)' Social
Services Department at the Gato Building:
• Extend I ('one) F;Ji tino 4' W'all to Ceilino 30' x 8'.
• Install Batt insulation
• Hang Drywall
• Finish Drywall
• Paint wall (COU11tV to Choose color)
• Dust Control
• Clean I.p/ Haul away debris
3. General Requirements
A) The Contractor shall coordinate all activities with the Monroe County Facilities
Maintenance Department. Contact: Chrissy Collins —305-304-9711
B) The Contractor is required to provide protection for all existing surfaces
including,, but riot limited to:
i. Existing FIXtUreS
ii, Personal Items
iii. Floors
iv, Vehicles and Personal Property,
v. Landscaping
Q The Contractor shall ensure that all non-exempt eniployees pear this efrort ,ire
conipensated in accordance with all State and Local laws.
D) the Contractor shall load, haul, and properly dispose ofall COnStRICtion debris
and materials.
E) The (".ontractor shall provide and maintain appropriate (OSHA required)
constrLWtiO11 vvarmng signs and barriers.
F) The Contractor shall furnish all required work site safety equipment,
G) Fhe Contractor shall furnish and maintain on-site material safety data sheets
(MSDS) for all materials used in the construction.
1-1) Construction work tirries shall be lin-tited to those specified by the County,
Page 3 of
1) All materials ITIUSt be approved by S1.111111ittal prior to cornmencernent of w(�)rk.
J) The Omtractor shall provide as hunp sum price by Monday July 28, 2025, at
12:00 P.M- via email as noted herein.
K) Me Contractor needs to be aware ol"weather and location and plan accordingly.
L) The Contractor needs to be aware of the facility, its residents, and staff with
MIUSUal schedules and plan accordingly.
M) The (,",ontractor shall provide a SC11CdUIC for all phases of the project.
N) The Contractor shall coordinate all activities with concurrent site work being
performed, H.'any.
0) IIISUrance Requirements:
Workers Compensation Statutory Limits
Employers' Liability $100,000 Bodily In.jUry by Accident
$500,000 Bodily Injury by Disease, policy
limits
S100,000 Bodily InJUry by Disease, each
crn*yee
General Liability $200,000 per Person
$300,000 per Occurrence
$20O.00O Property Damage
01'
S300,000 (.(:)rnbined Single Limit,
Vehicle-. $200,000 per Person
(Owned, non-owned, $300,000 per Occurrence
and hired vehicles) $200,000 Property Damage
01'
$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 narned as
Certificate 1-1(-,)Ider and Additional Insured on General Liability and Vehicle
policies. A "Sample"" Certificate Of Insurance is attached, which stay not be
reflective ol'the insurance amounts reqUirCd for this project, but is provided for
-informational purposes" only,
Page 4 of 33
P) The Contractor is required to have sill current licerises, necessary to perform the
work arid shall submit the Contractor's License and, Monroe County Business
Iax receipt alonIg %vith its Proposal. If the Contractor is not a current registered
Monroe (70UutN' Vendor. then it shall also submit as properly completed arid
executed W-9 form.
INDEVINIFICA,rION, HOLD HARMLESS, AND DEFENSE.
Notwithstanding any rninimurn insurance requirements prescribed elsew,here in
this agreernerit, the Contractor shall defend, indemnify and hold the County arid
the COLMLY'S elected and appointed of"flicers, and erriployees harmless from and
against (i) all\, clainis, actions or causes of action, (ii) any litigation.
administrative proceedings. appellate proceedings, or other proceedings
relating to any type Of' ill'jury (including death), loss, darnage, fine, penalty or
business interruption. and (iii) any costs or expenses that may be asserted
against, initiated with respect to, or Sustained by, any indernnitTed party by
reason of, or in connection with, (A) any activity of the Conti-actor or any of its
ernp Ioyees. agents, contractors or, other invitees during the terin of' this
Agreement, (B) the negligence or recklessness, intentional wrongful
misconduct, errors or other wrongful net or omission of the Contractor or any
of its employees,, agents, Alb-contractors or other invitees, (�)r the
Contractor's default ill respect ofany ofthe obligations that it undertakes under
the terms ofthis Agreernent, except to the extent tile clairns. actions, causes of
action, litigation, proceedings, costs or expenses arise from the intentional or
sole negligent acts or omissions ofthe 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 ofthe contract arid
not less than $1 inillion per occurrence pursuant to Section 725.06, I"lorida
SUALItCS. The limits Of liability shall be as set forth in the insurance
requirements included in Subparagraph )(0). herein. Insofar as the claims,
actions, causes of action, litigation, proceedings, costs or expenses relate to
CVelltS 017 Circumstances that occur during the term of this, Agreenriem this
section will survive the expiration ofille term of this Agreement or any earlier
terin i nation of this Ag 4nreement.
In the event that the completion ofthe protect(to include the work of'others) :Is
delayed or suspended as a result of the Clontractor's failure to purchase Of-
ili,aintain the reqUired insurance, the Contractor shall inclernnifv the Count',
fi-orn any and all increased expenses resulting from Such delay., Should any
clairns 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 wart-ants 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 o u n ty"s be li a I f.
Pape 5 of 33
Hie extent (if' liabiliLN, is in no "ay Hillited to, reduced, or lessened by the
illSUral'ICC reqUirernents, contained elsewhere within this Agreement,
t'his indermlifIcation shall Survive the termination of this (I ontract, Nothing
contained in this paragraph is intended to nor shall it constitute a waiver ofthe
COLIMY'S sovereign iMMUnit%.
R) NON-COLLU'SION. 1 igning this proposal, tile undersio s,ned \Ne s , ar
according to lawk oil hisl/fier oath, arid under penalty' Of Per Ury, that its t-11-111,
executes this proposal with prices arrived at independently Without COHUS1011,
Consultation. communication, or agreement ror the purpose of restrictinIg
competition, as to any matter relating 110 SUCII prices Nvith any other bidder or
with any cot-npefltor. 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 the 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 ally other
person, partnership or corporation to subill it, or not to subin it a proposal fi)r the
purpose of'restricting competition. The statements contained ill this paragraph
are true and correct and made with (fie full knowledge that Monroe County
relies upon the truth Ofthe stateilients contained in this paragraph in awarding
contracts for this project.
S) EMPLOYMENT OR RETEWION OF FORMER COUNINOFFICERS
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 behialf
any former COLUItNI) officer or ernployee; in violation of Section 2-149, Monroe
aunty ode of Ordinances or any Cc)unly offlicer or eniployee in violation of
Section 2-150, Monroe County (.ode of'Ordinances. Uor breach or violation of
this provision the County May, in its discretion, terminate this Agn-cernent
Without liability arid may also, in its discretion, dedLlCt firorn the, Agreement or
purchase price, or otherwise recover, the full amount of any Im conitilission,
percentaoc, gift, or consideration paid to the former COLMIN officer or employee
pursuant to Subsection 2-152(b). Monroe County Code of Ordinances,,
T) CODE OF ETHICS. The COUno, agrees, that officers and employees of the
County recognize and will be required to comply, "ith the standards of condUCt
ror public o ricers and ernployees, as delineated in Section 112.3 1 3), I'lorida
Statutes regarding., but not limited to, solicitation or acceptance ot'gifts-I doillI"(T
business with one's agency; unauthorized compensation, IlliSLIse of public
position. conflicting employment or contractual relationship: and disclostire or
use of'certain infonnation.
U) DRUG-FREE WORKPLACE. Bv signing this proposal, the undersigned
certifies that the contractor complies fully with,and in accordance vvith SectIM)
287,087. Florida Statutes, as follows:
Page 6 of 33
1) It will J)Ublish a statement notifN,ing employees that the Ufflawful
manufacture, distribUti011, dispensklLL, POSSCSSR)TI, Or Use of" a controlled
substance is prohibited in the workplace and specify the actions that will be
taken against employees for vi(ilations ol'such prohibition.
2 It will int'orni employees about the dangers of'drUg abuse in file workplace.
the business"s policy of' maintaining as druo-free vorkplace, any availaWe
drUL) ab'I'tation, and employee assistance programs, and the
, COMISClincy, reh, 1 1 1
penalties that May be imposed upon employees fi)r drug al"USe violations.
3) It will give each employee engaged in providing the conimodities or
contractual services that are Under bid as copy ofthe statement specified in
Subsection I.
4) In the statement specified in Subsection 1, it will notify the enipfoyees that.,
as a condition of'"orking on the commodities or contractual serve ices that
are under bid, the employee will abide by the ternis of the statement and
will notify
the employer of' any conviction of" or plea ol' guilty or nolo
contendere to, any vi(,flation of' C'haptcr 8193 (Horida StatUtLS) or of any
controlled substance law of the 1,1nited States or anv state, for as violation
occurr I ,ng in the Nvrorkplace 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
employce's community, for any employee who is so convicted.
6) It will make a pood faith efl'ort to continue to maintain as drug free
workpkice through implementation ofthis section.
ADDITIONAL ("ON'r t'RA("r PROVISIONS
1) NondiscriminationTgual Employment Opportunity.
The Contractor and County agree that there will be no discrimination against
any person, and it is expressly understood that tipon as 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.
eflective the date of the court order. The Contractor agrees, to, comply Nvith all
1'ederal and Florida statutes, and all local ordinances. as applicable. relating to
nondiscrimination. Fliese include but are not limited to: I) Title VII oftheCiNil
Rights Act of' I 964 (PL 88-352) which prohibits discriniination on the basis of
race, color or national origin,, 2) Title IX of the 1"Iducation ^\nlendrnent of 1972,
,as,. amended (20 UISC ss. 16,81-1683, and 1 tiff 5-1686). which prohibits
discrimination on the basis ol'sex:, 3) Section 504 ofthe Rchabilitation Act of
1973, as amended (20 USC, s. 794), which prohibits discrimination on the basis
ofcfisabihty, 4) I'lie Age Discrimination Act of 1975. as amended (42 USC ss,
6101-6107) which prohibits discrimination on the basis of' age-, 5) The Drug
Abuse Ot*ficc and "frLatment Act of 1972, (111, 92-25.5), as amended, relatrim, u`
nondiscrimination on the basis ot'dR1,10 abuse; 6) Fhe Comprehensive Alcohol
Page 7 of'33
Abuse and Alcoholism Prevention, Treatment and Rehabihtation Act of 1970
(PL 9 1-6 l 6), as amended, relating to nondiscrimination on the basis ot'alcohol
abLISC or alcoholisni-I 7) The Public I leaWi! Set-vice Act of 1912, ss. 523 and 527
(42, USC ss. 690cId-3 and 290ee-33), as amended, relating to confidentiality of
alcohol and drLIC, abuse patient records: ) Title VHI of the Civil Rights Act of
1968 (42 LJSC 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 fJSC s. 12 101 Note), as, may be amended fi-orn time to firne, 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, Canlilial Status or age; and I I) Any other nondiscrin'linati on
provisions in any Federal or state statutes which may apply to the parties to. or
the subject matter of, this Agreement.
During the perforniance of this Agreement, the Contractor, in accordance with
Equ.al EmI)Io'vazent 01)1?ortun i v (30 Fed. Reg. 12319, 12935, 3 F.R. Part,
1964-l 965 Comp,, p. 339) as amended by Executive Order 11375, ,Itnentfing
Executive 11246 RelaliiW to Equal Emplo.vinent 01,)Ir)ortunil'y, and
implementing regulations at 41 CER� Calf (01"fice of F'ederal Contract
Compliance Programs, ECIUal Employment Opportunity, Department of'Labor),
see 2 C_F.R. Part 200, Appendix H, Il' 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 ernployces, are
treated equally during employment, without regard to their race, color,
C,
religion, sex, sexual orientation, gender identify, or national origin,
Such action shall include, but not be limited to, the following:
F"m ploy ment, upgrading, demotion, or transfer, recruitment or
1"CCrUitnient advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training, including
apprenticeship. The Contractor agrees to PoStr in conspicuous places,
available to employees and al.)plicarits for employment, notices to be
provided by the contracting officer setting forth the provisions of this
nondiscrimination clause.
B) The Contractr
,or will, in all, solicitations or advertisements, lot,employees
placed by or on behalf of the Contractor, state that all qUalffied
applicants will receive consideration for employment without regard to
race, color, religion, sex, sexual orientation, gender identity, or national
or in any other manner discriminate
C.:') Th e ontractor will not discharge
against any employee or applicant Cor employment because such
employee or applicant has inquired about, discussed, or disclosed the
compensation of the employee or applicant or another einploycc or
Page 8 of'33
applicant. This prow ision shall, not apply to instances in which all
employee. who has access to the compensation inron-nation of c)ther
employees or applicants as as part Of SLIC11 ernployee's essential .1 oh
functions, discloses the compensation of such other employees or
applicants to individuals who do riot otherwise have access to SUCII
in Formation, unless SUCIll diSCIOSUIT is in response to as formal complaint
or charge, in furtherance of all investigation, proceeding, hearing, or
action, including ail investigation conducted by the ernployer, or is
consistent with the Con legal leal duty to fUrniSh informati or
I
D) "I'lle Contractor will send to each labor Urli011 or representative of"
workers with which it has as 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
ol'the Cc)ntractor's commitments tinder Section 202 of Executive Order
11246 of September 24, 1965, and sliall post copies of the notice in
C011SPiCLIOUS places available to employees ail(] applicants for
employment.
E) 'Fhe Contractor will comply with all provisions of' ExeCLltiVC Order
11246 ofSepternber 24, 1965, and ofthe rules, regulations, and relevant
orders of the Secretary of Gabor.
F) The Contractor will furnish all infor-niation 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 or Labor for purposes of
investigation to ascertain compliance with such rules, regulations, and
orders.
G) In the event of the Contractor's non-cornpliance with the
nondiscrimination clauses of' this contract or with any 01" Such rulers,
regulations, or orders, this contract rnay 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 aUtl101`ized in E'Xectitive 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 otherwls,,c
pro\ided by law.
11) rl'he Contractor will include the portion of the sentence immediately
I
preceding Subparagraph (A) and the provision Of Subparagraphs (A)
throug It (H) in. every Subcontract or purchase order- unless exempted by
rules, regulations, or orders of the Secretary ol'Labor issued pursuant to
Section 20?4 Of L'ACCLitiVC 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
['a(-,e 9 of
17
purchase order as the administerin.4 agency rrra�1 1
direct as a means of'
enforcing such provisions. including saricnons for non-corm harice,
provided, however, that, in the event as contractor becornes involved in,
or is threatened with, I itigation with a subcontractor or vendor as a resu It
Of' such direction by tile adruirristering agency, the Contractor may
request the L.Jnited States to enter into SLICII litigation to protect tile
interests of the (Jnited States.
11) Termination Provisions.
A) In the event that the Contractor shall be I'OUnd to be negligent in any
4:�
aspect of service, the County shall have tile right to terminate this
Agreement after five (5) days written notification to the Contractor.
B) Either(�)Nfie parties hereto may cancel this Agreement with(Alt cause by
giving the other party sixty (60) days' written notice of its intention to
(JO SO,
C) Termination for Cause and Rernedies: In the event of, breach of' any
contract terms, the County retains the right to ten-ninate this Agreement.
The County may also terminate this Agreement for ca.USC 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
Contractor with an opportunity to cure the breach that has occurred. If
tile breach is riot cured, the Agreement will be terminated for cause. if
the County terminates this Agreement with the (.I ontracuor, the County
shall pay the Contractor the SUrn due the Contractor Under this
Agreement prior to termination, unless the cost of completion to the
County exceeds the I*unds remaining in the contract. However, the
COUnty reserves the right to assert and seek an offset;flo.)r darriages 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. includirro 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 a]. of the Monroe County
Code.
D) 1'errri,irration f'or Convenience- The County may ten-ninate this
Agreement for`convenience, at any time,, upon seven (7) days' notice to
the Contractor. If the County terminates this Agreement with the
Contractor, tile County shall, pay the Contractor the Sum due the
Contractor under this Agreernent prior to termination, unless the.cost of'
completion to tile County exceeds the funds remaining in the contract.
The rnaxituUm amount due to the Contractor shall not exceed the
spending cap in this Agreement. In addition, the County reserves all
Page 10 of*33
rights available to recoup monies paid Linder this Agreement, HlCtUding
tile right to sue for breach of contract and including the right to pUrSUc
a claim for violation of the Courav's False Claims Ordinance. located at
Article IX, Section 2-72 1 et at. 4the Monroe County Code.
L") Scrutinized C�ornian�ies: I"or Contracts of any arriount, if the CoUnty
determines that the Contractor/ConSLIttant has SUbrilitted a Ealse
certification under Subsection 287,135(), Florida StatUtes or has been
placed on the Scrutinized (,,orn pail ies; that Boycott Israel List, or is
engaged in a boycott of Israel, the County shall have the option or( I )
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
28T 1 35(5)(a), Florida Statutes, or(2) maintaining the Agreement if the
conditions of Subsection 287.135(4), Florida StatUteS, are met,
111) Maintenance of Records,
The Conti-actor shall maintain ail books, records, and documents directly
pertinent to performance under this Agreement in accordance with generally
accepted accounting principles consistently applied. Records shall be retained
flor a period of seven (7) years from the termination of this Agreement or in
accordance with the State of' Florida retention schedules
(littps://dos.fl.gov/libt-ai-y-archives/rec()rds-maiiagei-nent/geiieral-i-ecot-ds-
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 ror public records purposes during the terril,of the
Agreement and filar the applicable retention period following tile termination of
this Agreement.
IV) Right to Audit.
llvaihibifilv of Recotyl . The records of the parties to this Agreement relating
to tile Project, wil ich 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 tile
Owner or by the Monroe County Office of the Cierk 01'COUrt arid Comptroller
(hereinafter referred to a,S"COUnty Clerk")to substantiate charges related to this
Agreement, and all other agreements, sources of inrormation 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 tinder or
covered by any contract docunient (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 orthe County Clerk, The
Page I I of 3;3
Owner or ("OUI'Ity ("lerk may also conduct veril'ications, such as. bUt not limited
10, Counting ernpk')yees at the Job site, wvitnessiiig the distribLiti011 of pa"rOH,
verifyin., payroll cOrnpLJt,'1ti()11S, overhead COMPLItatiOnS. observing vendor and
supplier payments, miscellaneous allocations. special charges, verifyin
information and arnOLintS d1rOUgh intcrvicvks and written confirmations Nvith,
e111plOyCCS, subcontractors, suppliers, and contractors' representatives. All
records shall be kept f'or ten ( 10) years after F'kial ("onipletion. The C'ounty
Ocrk possesses the independent authorit.y to conduct an aUdk,of records. assets,
and activities relating to this Pro.ject, 11f an Miditor employed by the Counly or
Clerk determines that monies paid to the, ('ontractor pursuant to this
Agreement were spent for purposes not authorized by this Agreement, or vkcre
wrongfiffly retained by the Contractor, the ("ontractor shall repay the inonies
together with interest calculated plu-suant to Section 55.0.3. the Florida Statutes,
running Front the date the monies were paid to the Contractor. The right to
uutlit provisions SUI'Vik,e the termination or expiratk)n ofthis Agreeiiient.
V) I'ayrnent of Fees/ Invoices.
The County Shall pay pUrSUant to Section 218.70, Florida StatUtieS (Florida
Local (3overnnient Prompt Payment Act) Up011 receipt Ot'a Proper Invoice from
the Contractor, Payments due and unpaid under the (,ontract shall bear interest
pursuant to the F]orida Local Government Prompt flayalent Act,
The Contractor is to SUbinit to the ("aunty ir1VOiCCS With Supporting
docunientaflon that are acceptable to the ('ounty Gerk. Acceptability to the
"aunty Geri( is based on generally accepted accounting principles and stich
Raves, Riles, and regulations as niay govern the C'ounty Clerk's disbUrsal of
1`0 n d s, Invoices shiall, be submitted to Monroe County , Facilities,
Maintenance Department, Attention: Chrissy Collins, via email at Collins-
File OUnty is exempt firon,l sales and use taxes. A copy of the tax exemption
certificate will be provided Upon request,
Final Payment shall be rriade by the County, as the O"kner, to the (,'ontractc)r
when the Contract has been fully peribri-ned by the (.'ontractor and the work has,
been accepted by the C'OUnty.
Page 12 of 33
VII) Public Records Compliance.
The Contractor must comply with Y'lorida public records IMVS, including but
not limited to Chapter 119, Florida Statutes and Section 24 of"Article I ofthe
Constitution of Florida. '["lie (I OUnty, an(] 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 e()l1trrot subject
to the provisions of Chapter 119, F lorida Statutes, arid made or received by the
County and Contractor in con'junction with this contract and related to ci)ntract
performance. The County shall have the right to unilaterally cancel this contract
upon violation of this provision by the Contractor,ontractor, failure ofthe Contractor to
abide by the terms ol'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 fices and costs associated with that proceeding. 'T'his provision
shall SUI-Vive any termination or expiration ofthe contract,
The Contractor is, encouraged to Consult With its advisors about F'Iorida Public
Records Law in order to comply with this provision.
Pursuant to Section 119.0701, Florida Statutes and the terms,and conditions of
dais contract, the Contractor is required to
A) Keep and maintain public records that would be required by the COL111ty
to perform the service.
B) Up()n receipt from the County's custodian of records, provide the
County with a copy of the requested records or allow the records to fie
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) ErTSUre that public records that are exempt or confidential arid exempt
from public records diSCIOSUre reclUirel"nents are not disclosed except as
authorized by law for the duration of the contract term and fallowing
completion o fthe contract if the contractor does not transfer the records
to the COLUT`fty.
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 transt'ers all public records to tile County upon
completion of the contract, tile 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 UP011 COMPICtiOrl of the contract, the Contractor shall
meet all applicable requirements for retaining pUblic, records. All
records stored electronically must be provided to (lie County, upon
request from the County's custodian of records, in a forrnat that is
compatible Nvith the inton-nation technology systerns, of the County.
Page 13 of,
F) A request to inspect or copy public records relating, to a County contract
must be made directly to the County, but if the County dines not possess
the reclLiCsted records, the County shall immediately notil'+, the
Contractor of the request. and the, Contractor must provide the records
110 the COL111t)" Or aflOW the records to be inspected or copied within a
reasonable three.
11' 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 C0U11t','S option and right t.ca unilaterally
cancel this contract upon Violation of" this provision by the Contractor. A
Contractor who, falls to provide the J)Ublic records to the COUnty Or pursuant to
a valid public records request within a reasonable time may be subject to
Penalties under Section 11 9 10. 1:lorida Statutes,
"Flie Contractor shall not transfer custody, release, alter, destroy or othcrNvisc
dispose of any public records unless or otherwise provided in this provision or
as otherwise provided by law.
IF THE CONTRACTOR HAS QUESTIONS REGARDING
THE APPLICATION OF CHAPTER 119, FLORIDA
STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PLJBLIC RECORDS RELATING TO THIS
CONTRACT, CONTACT THE CUSTODIAN OF PtJBLIC
RECORDS AT: MONROE COUNTY ATTORNEY'
OFFICE, 1111 12 11" ST., SUITE 408, KEY WEST, Ft.,
33040, ptibli;erecol-ds('ii"iitotiroccotinty-fl.l,!ov, (305) 292-3470.
V11) E-Verify System.
Beginning January 1, 2021, in accordance with Section 448,095, Florida
Statutes, as may be amended from time Lo) time, the Contractor and any
subcontractor shall register with and shall utilize the U.S. Departruent of
I lomeland Security I s F-Verify system to verify the work authorization status Of
all new employees hired by the Contractor during the term of the (7 omtractand
shall expressly require any subcontractors performing work or providing
services pursuant to the Contract to likewise utilize the U.S. Department of
Homeland Security F-Verify system to verify the work authorization status of
all new employees hired by the subcontractor during the Contract ternn. Any
subcontractor shall provide an affidavit stating that the subcontractor does not
employ, contract with, or Subcontract with air Unauthorized alien. fhe
Contractor shall comply with and be subject, to the provisions of Section
448,095, Florida Statutes. pursuant to Section 448,095,:
A) "A public aggency. Bidder, or subcontractor who has a good faith belief
that as person or, an cjitlty with which it is contracting has knowingly
Page 14 of33
z:1
violated Subsection 448.09( l ) shall terminate the contract with the
person or entity.
B) A public age
ncy gency that has a ocwd faith belief' that a Subcontractor
knowingly violated this Subsection, but the Bidder otherwise coinplied
With this subsection, shall promptly notify tile Bidder and order the
Bidder to irnniediately terminate the contract with the SUboontractor.
Q A contract terminated Under this paragraph is not a breach of contract
and may hot be considered as such. 11' a public agency terminates as
contract with a Bidder under this paragraph, the Bidder may not be
awarded
warded a public contract flor at least I year after the date on which the
contract was terminated. A Bidder is liable for any additional costs
incurred by a public agency ais a result ofthe termination ol"a contract."
VIII) Notice Requirement.
Any written notices or correspondence given pursuant to this contract shall be
sent by I.Jnited States Mail,certified, return receipt requested,postage prepared.
or by courier with proof of delivery. Notice is deerned received by the
Contractor when hand delivered by national Courier with 'root of` y ordetiver
P I
Icy 1.),S. Flail upon verified receipt or upon the date ofirefusal or non-acceptance
of delivery. file place ot'giving Notice shall remain the sarne as set forth herein
until changed in writing in the manner provided in this paragraph. Notice shall
be sent to the following persons:
For Contractor: Sea Tech of— the Florida Keys, Inc
-----............
131 Palom�no Horse Trail
- -...............
Ng Pine Key,FL 33043
------------
For Owner: Facilities Maintenance F)epartrnent
Attention.- Chrissy Collins
123 Overseas I- C"liollway
Rockland Key, Florida: 040
and
Monroe County Attorney's Office
I I I I I 21h Street
Suite 408
Key West, Florida '13040
IX) Uncontrollable Circumstance.
Am,, delay or t1rliklre ofeither Party to perforni its obfigations under this Ag I -- ;reement
will be e'xcused to the extent that the delay Or failure vNB caUsed directIv b,, an
event beyond SLICII Party", control, without sUCh Party's ftmr t or negligence and chat
Page 15 of 33
11'c bIS r1a(Ve COLdd M)t hXle hcen fi,)reseen b,,� such Pam.N or. 0' it couW have been
Coreseen, ,,N,aS LHILB oidaMe: (a) acts of"God- (b) flood, f1re. earthLjU,1l,,C, k2Xi110S'h)rl.
Irl:)pical �,,torrri, hUrricane or other declared Qmergencw in the geographic area of the
1)ro declared or not), ternorist
'ject'. (c) invasion, ho.-)stilities (whether kvu is
thrcat,s or acts. riot. or other civil unrcst. in the geographic area ol'the Project, (d),
government order or kul in the geographic area of' the Pro�ject, W) ac6orls,
enihargoes, or lflockadcs in et'feo On or atler the (tate of this �Algrcemlentw and fit")
anon h% an\ vovernmental autholi-6 prohibiting work in the geographic area of
the ProJect (each, a Fhe Contractor's, linarickfl
incibiht.y to perl'orm, changes in cost or avaHabihty of rnmerials, components. or
ser ices. Market cond4ions. Or SUPplier actions or, contrad, &sfluties will not eXCUse
pert'ormance by Contractor under. this Secfion, The Cl omractcm- shah dive the
C'ountN written notice within seven (7) daVS Of'any event, or circunistance that is
reasonably like y to result in an t,'ricll.)ntrollablie (JrCLUMiance, and the anticipated
duran'on of'such Uncont,rollaHe Circumstance. 'I he ( ontractorshaIl use aII diligent;
efYorts to end the I.'ricontr(Mahle 01'CUm,.,tance, ensure that the et`fccts of
any UncontrollabIe Circumstance are rniiflniizcd and resume Cull perlormance
under this Agreement. Fhe (,OUnt\, \N111 riax pay additiomd cost as as resuft art' an
Uncontrollable OrCUM'S'tanCe, Fhe Contractor maay curly seek a no cost Chan-e
Order or AniendrTierit for such reasonable tirrie as the Owner*s Representative niay
deterinine.
X) Affludication of Disputes oir Disagreements.
The County and Contractor agree that all disputes and disagreements shall be
attempted to be resolved by meet and coml'er sessions between representatives of
each of'the parties. If the issue or issues are still not resolved to tile satisCaction of
the parties, then all)/ party shall have the right to sleek SUCIi relief or rernedy as may
be provided by this Agreement or by Florida la\k, This Ngreenient is not sub'fect to
arbitra n arbitration. his provision does not negate or waive tile provisions of'Sections 1,
Nondiscrimination, or Section 11, concernino termination or cancellation.
CP
Page 16 of
PROPOSAL FORM
PROPOSAL TO: IN/lonroe County Facilities Maintenance
1,23 Overseas 1-lighway,
Rockland Key, Florida 33040
PROPOSAL FROM- Sea Tech of the Ronda Keys, Inc
131 Palomino I-,Wrse T4�
Bg Pine Key,FL 33043
'['he undersigned, having carefully examined tile Work and rc-ference Drawiney s,
Z-
Slice I fications, Proposal. and Addenda thereto and other Contract Docurnents ror the
construction Of'.
Extent] Partition Wall in racial Services at (Matra Building
and having carefully examined the site where the Work is to be performed, having become
tarn liar with all local conditions including labor affecting the cost thereof, and having
familiarized himself with Iliaterial availability, Federal, State, and Local laws, ordinances,
rules and regulations affecting perl'ortliance of the ''a ork. does hereby propose to furnish
all labor, Inechanics. superintendents, tooK material, equipl-nent, transportation services,
and all incidentals necessary to pertbrai and ccmip�ete said Work and work Incidental
hereto. in as worknian-like manner, in contormance with said Drawings, Spec i fications, and
other Contract D0CUMeInS including Addenda iSSUed. thereto.
I'lle undersigned further certifies that he/she has personally inspected the actual location rat'
where the Work is to be performed, together with the local Sources 01"SLIpply and that he/she
understands the conditions under which the. Work is to be pert'Ornled. The proposer shall
assume the risk of any and all costs and delays arising from, tile existence ofany Subsurface
I
or other latent physical condition which could be reasonably anticipated by reference 'it)
docurnentan, information provided and made mailable, and from inspection and
examination ofthe site.
'J"'he undersigned agrees to c(immence performance of this Project
ject within Tell (10),
calendar days after the date of Issuance to the Undersigned by Owner of` the Notice to
ProceediPUrchase Order/Task Order. Once, commenced, the undersigned shall diligently
continue performance Until completion orthe ProJect. The undersigned shall accomplish
I inal ompletion of the ProJect within 'Thirty (30) (lays, thereafter.
Page 17 of33
The Base Proposal shall be furnished below in words, and numbers. If there is an
inconsistency between the two, the Proposal in words shall control.
Sixteen Thousand, Two Hundred, Twenty-two and 64/100-----_-_-----------------Dollars..
.......................... ..................................
O'olal Base Proposal- words)
$ 16,22264 Dollars.
(Total Base Proposal numbers)
I acknowledge Alternates as follows: N/A
I acknovvledge receipt of Addenda No.('s) or M')ne
N o. 1. a ted
No.
Page 18 ot'33
In addition. Proposer states that he/she has provided or will proN,ide the COUnty, along; with this
Prop osaL a certit"led copy of' (..'ontractor's License, Monroe County Business Fax Receipt, and
Certif"icate Ol'111SUrance showing the mininlUrn inSUrance reqUirellients lbr this pro�lect.
Ext,wntion by the Contractor must he by a person with authority to bind the entity.
By signing this agreement below. the (,()ntracti.)r has read and accepts the terms and conditions set
i,orth by the Monroe County General Requirements for ('onstrucfl(.m found at die Hnk on the
......corn/fads................ . .......
Monroe CountN, vveb page� http--,,//'tl-iii(idiroec.)u c vi . Ius. Ca t I D-=18, A N D
accepts all ol'the terms, and conditions and all Federal reqUired contract provisions herein.
IN WITNEISS WI-11'r"REJ)l", tile parties have caUsed this Agreement to be executed by their duly
authorized representatives, as follows:
(.'ontractor: Sea Tech of the Florida Keys, Inc
- . .............. .....-M ailing Address- PO Box 420529, Summerland Key, FL 33042
Phone Number: 305-872-0888
I N.- 65-0126213
robins@seatech.cc
.........................
Date; 7128/2025 Signed: klok," s klrky
Robn Szrnansky, Secretary
Name '11 t I e
Contractor's Witness signature:
............ ............ .......................
Witness name: KA..TH,ERINE ANN IMARIN .............................
D,jte: July 28, 2025
..................................... ...........
1'he County accepts the above proposal:
MONROE' (.0UN'FY, FLORIDA
Date:
................
By COLVIVy ,Administrator or Designee
MONROE COUNTY ArrOAN10M 0+F)CE
APPROVED AS TO FORM
Pa�ge 19 of'33
A%MTAN COUMATOPMEY
oAm -19-2025
NO�N:I-COLLUSION AFFIDAVIT
1, Robin Szmansky of the city of Big P,ine Key
according to law on my oath, and under penalty of perjury, depose and say that:
1 1 am Secretary
of the firm of Sea Tech of the Ronda Keys, lnc
the proposer making the Proposal for the project described in the notice for
calling for proposals for:
Gato Bldg Socia9 Sew ices Department Partition WaR Extersmi
and that I executed the said proposal with fuill 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 dii!sclosed 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 saidi project.
ko�i"si Sz;fta*i* 7/2812025
(Signature of Proposer) (Date)
Notarized remotely online using communication technoiogy via Proof:,
STATE OF:Virginia ,
COUNTY OFRL)angkg it
Subscribed and sworn to (or affirmed) before, me, by means of El physical presence or
Zonline notarization, on _La4aa4Za25______ (date) by
Robin Smansky (name of affiant). He/She is persoinally known to
me, or has produced Valid Drivers License
(type of identification) as identification.
N10TARY PUBLIC
My commission expires-. 11130/20128 (SEAL)
KATHERINE ANN PRIM
'33
................ Pa-e 21) ot
N REGSTRATON NUMBER
COMMISSION EXPIRES
NAwomber 30,2026
................ .............
LOBBYING AND CONFLICT OF INTEREST CLAUSE
SWORN STATEMENT' UNDER ORDINANCE NO. 010-1990
MONROE COUNTY, FLORIDA
ETHICS CLAUSE
Sea Tech of the FlorIida Keys, Inc
(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 viollation 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 former County officer or employee",
&00�1'0 s "kq
(Signature)
Date: 7/28/2025
STATE OF: ,Vir2inia
COUNTY OF: anQke Cily
Subscribed and sworn, to, (or affirmed) before me, by means of ID physical presence or
online notarization, on 08/08/2025 , 20 25 (date) by
Robin Smansky (name of affiant). He/She is
personally known to me or has produced Vand Drivers Ucense
as identification. (Type of identification)
NOTARY PUBLIC
My commission expires: 11/30/2028
(SEAL)
........... ........................-------------
ymA
i"! KATHERINE ANN MARIN
REGISTPArJON NUMBER
7 192'`)S
COMMSSION EXPIRES
Notarized remotely online using communicafion techno ogy via Proof. Page 21 oaf". 3
DRUG-FREE WORKPLACE FORM
The undersigned vendor in accordance with Florida Statute, Sec. 287.087 hereby certifies that:
Sea Tech of the Florida Keys, Inc
(Marne of Business)
I Publishes a statement notifying employees that the Unlawful manLifiacture, distribUtiOn,
dispensing, possession, or use ofa 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 oNnIg abuse in the workplace,the business's pohcy
of maintaining as drug-free workplace, any available drug Counseling, rehabilitation. and
employee assistance programs, and the penalties that may be imposed upon employees for
druc, abuse violations,
3. Gii'ves each employee engaged in providing the commodities or contractual services that
are under proposal a copy ofthe statement specified in subsection (I).
4. In the statement specified in subsection ( I ), notifies the employees that, as a condition of
"(:)rking on the commodities or contractual set-vices that are under proposal, the ernployee
will abide by the terms of the statement and will notify the employer cat"any conviction of',
or plea OfgUilty 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.
S. Imposes a sanction on or requires the satisfactory participation in a drug abuse assistance
Carr rehabihtation program it' such is available in the employee's community, f'(:)r any
employee Who is So convicted,
6. Makes a good faith eff'ort to continue to rnaintain a drug-free workplace through
implementation ofthis section.
As the person authorized to sign the statement, I certify that this firm complies fully with,the above
requirements,
olsz;,fta ki ky
Proposer's Signature
7/28/2025__
Date
STATE OF: Virginia
.................................................COUNTY )F* Roan NoIarized rernoteiy omine L)Sigl:gl rommunication technology Voa Proof,
Subscribed and sworn to (or affirmed) before me, by means of 13 physical presence or [Yonline
notarization, on ,_5__ (date) by __,_Robin Szrnansky
(name of affiant). Fle/She is personally known to me or has produced
................................ (type ofidertfification) as identification,
NOTARY PUBLIC
Notarized rernoteiyonline using commuNcatbn technology vla Proof.
My C'otrjIrniS"i()jj EXPireS:
(SEAL) 11/30/2028 ...
KATHERINE ANN MARIN
.....................................
Page 22 of 33
RMSTRATION NUMBER
CC)PIWWON EXPIRES
Nowombef 30 2028
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 leases of real property to a public entity, may not be
awarded or perform work as a contractor, supplier, subcontractor, or consultant under a
contract with any publlic entity, and may niot transact business with any public entity in
excess of the threshold amount provided in Section 287.017, Florida, Statutes, for
CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on
the convicted vendor list,"'
I have read the above and state that neither
Sea Tech of the Florida Keys, Inc (Proposers name) nor any Affiliate
has been placed on the convicted vendor list within the last thiirty-six (36) months.
kob�pf sik'a"Cky
(Signature)
Date, 7/'28/2025
STATE OF:v
COUNTY OF:Roanoke City
Subscribed and sworn to (or affirmed) before me, by means of El physical presence or
F� online notarization, on the day of 08/0812025 1
,2025 by Robin Smansky — (name of affiant). He/She is
personally known to me or has produced
Valid Drivers License (type of identification) as
identification,
My Commission Expires: 11130/LQ2a___ KATHERINE ANN MAMN
PErGISTPAT*'""JMBEP
1 V1'114�
COMMSSION EXPIRES
NOTARY PUBLIC
(SEAL)
Notarized remotely online using comrnunication technoliogy vial Proof.
Page 23 oQ3
VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS
Project Descripfion(sY Gato Bldg Social Services Department Partition Wall Extension
Respondent Vendor Name: to Tech of the Ronda Keys Inc
Vendor FEK 65-0126213
Vendor's Authobzed Representative Name and Title: Robin Smansky,Secretary
Address: 131 Palo rriino Horse Troll
City; Bd�q Pme Key, State: Florida Zip! 33043
Phone Number 3015-872-0889 Email)Address. roNns@sealech cc
Section 287,135, Florida Statutes prohibits a company from bidding on, submitting a proposall for, or
entering into or renewiing a contract for goods or services of any amount if, at the time of contracting or
renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section
215,4725, Florida Statutes, or is engaged in a Boycott of Israe,l. Section 287 135, Florida Statutes, also
prohibits a company from biidding on, submitting a proposal for, or entering into or renewing a contract for
good or services of $1,01001,000 or, more, that are on either the Scrutinized Companies withi Activities un
Sudan Ust 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, l 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$1,0100,,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, attorneys fees, and/or costs. I further understand that any contract
with the County may be terminated, at the option of the,County, if the company is found to have submitted
a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged
in a boycott of Israel or engaged in a boycott of Israeli 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 287.1 35, Florida Statutes, and in accordance with such provision of Florida
law, is efigible to bid on, submit a proposal for, or enter into or renew a contract with Monroe County for
goods or servGces.
Certified By: Robin Szmansky who is authorized to sign
on behalf of the above referenced company.
Authorized Signature:
Print Name: Rolom Szrriinsky
Title: S cretary
Note: The List are avaiiiab�le at the following Department of Management Services Site,
tLtp_�L,kLvyv r [Tis L21forida comibUs�ness, oaerations/state a j , a§L�jh� rj Lc�L
ended d
31 _qgMp!gi,its 4endor 4sts
Page 24 ol'33
AFF IA,I)AVI'I',�k'l"'I'U"S'I'IN(,", TO, NONCOERCIVE CONDUC]"
FOR LABOR OR SERVICES
Sea Tech of the Florida Keys, Inc
E.ritity/Venclor Name: .-.--.---
Venclorf,'FINS 5-01126213
..................................................... .
Vendor's Authorized Representative: .....................................................—Robin Szmansky,Secretary
Address: 131 Palornmo Horse Trail
City: --Big Pine Key State: Florida Zip: _ 33043
Phone Number- 305-872-0888
Fmail AddreSS� rob-i-ns@seatech.cc
As a non—overninental entity executing, renewing. or extending a contract with, a government
entity, Vendor is required to provide an affidavit under penalty otperjUry attesting that Vendor
does not use coercion for labor or services in accordance with Section 787.06, Florida Statutes.
As defined ill Subsection 787.06()(a), coercion ineans:
I Llsing or threatening to use physical force against any person,
I Restraining, isolating, or conrining 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, ifthe value Ofthe labor or services as
reasonably assessed ifs not applied toward the liquidation of tile debt, the length and
nature ofthe labor or service are not respectively limited and defined.;
4 Destroying, concealing, removing, confiscating, withholding, or possessing any actual
or j)Urported passport, visa, or other inirriigration document, or any other actual or,
purported government identification docurilent, orrmy person,
5 CaLlSing or threatening to cause financial harm to any person-,
6� Friticing or luring any person by fraud or deceit-, or
T Providing a controlled substance as Outlined in SchedUlC I or Schedule 11 of Section
893,03 to zany. person 601-tile purpose ofexploitation of that person.
As a person authorized to sign on behalf otVendor, I certify under penalties of perjury that 'Venclor
does not use coercion I"or labor or services in arceorclance with Section 787.06.Additionally, Vendor
hars reviewed Section 787.06, Florida Statutes, and agrees to abide by same.
Certified by: _Robin Szmansky W110 is
authorized to sign on behalf of the above refierenced company.
Authorized Signature. C4rrrrrrr-r ;r.
!�'--f--�-'--
print Narne�: Robin Szrinansky
-----------
'Fi t I e-. Secretary
...........
Page 2-5 of
LOCAL PREFERENCE FORM,
A, Vendors claiming a local preference according to Ordinance 023-2009, as amended by Ordinance No
004-2015 and 025-20,15, must complete this form.
Name of Bidder/Responder sea Tech of the Florida Keys,Inc Date; 7/2W2025
1, IDoes 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? yes (Please furnish copy.)
2, Does the vendor have a physical business,address located wrthin Monroe County from,which the vendor
operates or performs business an a day-to-day basis that is a substantial component of the goods or
services being offered to Monroe County? yes
(The physical business address must be registered as 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 131 Palomino Horse TraH, Biig Pine Key, FL 33043
Telephone Number: —30.5-872-0888
B Does the vendor/prime contractor intend to subcontract 50% or more of the goods, services or
construction to local businesses meeting the criteria above as to licensing and location? no
If yes, please provide:
1. Copy of Receipt of the business tax paid to the 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 wiithIn Monroe County from which the subcontractor operates:
(The physical business address must be registered as its principal place of business with the Ftorida
Department of State for at least one (1) year prior to the notice of request for bIds, or proposalls)
Telephone Number
Address
Print Name: Robin Szmansky, Secreta[y
Signature and Title of Authorized Signatory for
Bidder/Responder
Sea Tech of the Florida Keys, IPncko�tit szhta*Icky
STATE OF Virginia
COUNTY OF Roanoke it
Subscribed and sworn to(or affirmed) before me, by means of 1-1 physical presence or LVonlIne notarization,
on 084n8j9I)?5 (date)
by Robin Szmansky (name of affiant). He/She is personally known to me
or has produced Valid Drivers Ucense (type of identification) as identification.
NOTARY PUBLIC
(SEAL) My commission expires:11/30/2028
KAT" 4FRIN5 ANN MARIN
....................
REGjS1TrRAncN NUMBER
COMMISSION EXPRE,
Novembef 30,2028
Notarized remotely online usrrig cornrnunication technology via Proof.
Pa-e 26 k:�)1'33
INS(,RANCE REQUfIRENVIENTS AND FORMS
MONROE COI,.JN,ry, FLORIDA RISK NIANAG E N4 ENTPOL,ICY AIND I)ROCU:DuRES
General Insurance Reqnirernents For
Other Conlractors, Subcontractm's and Ili-ofessionall Services
As as pre-requi,,snc of the %%ork and services governed, or the goods SUPPlied Under this Contract
(incluchno the pre-itaging of personnei and material), the ('ontractor shall obtain, ai his/her own
expense, insurance as speciified in any attached schedules, %N hich are made part of this contract. The
Contractor %011 ensure that tile insurance obtainedA,itl extend protection to all Subcontractors engaged
by the ontractor. Alternatively, the Contractor rnay require a.1i Subcontractors to obtain insurance
consistent %ith the attached schedules.
Fhe Contractor will not be permitted to C0111111COCe work governed by this contract (including pare
singing of personnel and niaterW) until satisfactory evidence of the required insurance has been
furnished to the County as specified below. Delays in tile commencement ofwork, resulting" t1nm'I the,
failure of`the Contractor to provide satisfactory e\idence of the reClUiNd insurance, shall riot extend
deadlines specified in this contract and any penalties and fiadure to perf"onn assessilicrits shall be
imposed as ifthe work commenced oil tile specified date and finic, except fear the 0-nitractor's fadure
to provide satisfactory evidence.
the Contractor shaH maintain the required insurance throu"110LA the entire terra of this contract and
any extensWils specified in tile attached SC11CCIL11Cs. l"allure to comply with this provision may result in
ille ininiediate suspension of all NNork until the required insurance has been reinstated or replaced.
Delays in the C0111pletion of word resulting from the failure of the Contractor to maintain the required
insurance shall not extend deadlines,specified in this contract and any penaities and failure to perf'onn
assessments ,hall be imposed as ifthe work had not been suspended,except I(.)r the Contractor's failure
to inaintain the required insurance.
"I'lie Contractor will be field responsible for all decluctibles and self-insured reterlik)JIS thajt llrl<)\ be
contained in the C ontractor's Insurance policies.
Fhe Contractor shall provide, to the County, as safisfactory evidence cal`the required insurance. eitliera
•Certificate oHnSUrance or
• A Certified copy ofthe actual insurance policy,
HIC OLITIM, at its sole option, has the rig quest a certified copy ofam, or all nlSilrance policies
to i-e
required by this contract.
All insurance policies ITIUSA SpeCiR, that they are not SUbJect to cancellation, non-renewal, material
change,or red(AC0011 in coverage unless as minintuni ofthirly (10)days prior notification is given to the
COUnty by the insurer.
The acceptance and/or approval of the Contractor's insurance shali riot be construed as relieving the
ontractor from any' liabihtv, crr obhgation assumed UnCiff this contract or imposed by
"he Monroe County Board of County C oillfillssi(MICTS. its employees and officials. at f WO
Simonton Street, Key West,, Florida 33040, will lie included pis -Additional Insured" on all pollicies,
except for '"(Yorkers' Compensation.
Pag,c 27 c)1733
Any deflations From these General Insurance Requirements MUst be reqUested in writing oil the COUnty
prepared fora entitled -Request for Waiver of Insurance Requirements- and approved by Monroe
COUnty Risk Cvlanagement Department.
Page 28 of'33
PROPOSHER' lNSUR,,\N(11 F AND INDFIMMICATION STATEMENT
JNSURANCI` REQ�IR[�M-NTS
Workers Conipensation Statutory Limits
Linployers Liability $100.0005500,0005 100,000
Bodily Injury by Accident/Bodily
lr�jUry by Disease. policy lirnits/Bodily
Injury by Disease each employee
General Liability S200.000 per Person
$300,000 per 0CCLJrrcnce
S200.000 P,roperty Darnage
Or
$300,000 Combined Single Litnit
Vehicle $200,000 per Person
(Owned, non-owned, and hired vehicles,) $300,000 per Occurrence
S200,000 Property Darnage
or
S300,000 Combined Single Limit
Builders Risk Not Required
Construction Bond Not Required
T'he Monroe County Board of County ( ormnissicr)ners, its employees and offijeiarlS, I 100 Sitnonton.
Street, Key West, I Iorida 33040, shall be named as Certificate Holder and Additional Insured on
General liability and Vehicle policies.
INDEMNI FICATION, HOLD HARMLESS,�kND DEFENSE, Notwithstanding any minimum
insurance reqUireinents prescribed elsewhere in this agreenient, Contractor shall defend, indernnify
and hold the County and the County's elected and appointed officers and eiliployees harinless 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, firie, penalty or business interruption,and (iii)any costs or expenses that may
be asserted against, initiated with respect to, or sustained by, any indernnifted party by reason of,
or in connection with, (A) any activity of Contractor or any or its employees, agents, contractors
or other invitees during the tarn of this Agreement, (B) the negligence or recklessness, intentional
wrongful miscondLiCt, en-ors or other wrongful act or ornission of Contractor or any of' its
employees, agents. sub-contractors or other invitees, or ((I) Contractor's default in respect ofany
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 frorn the
intentional or sole negligent acts or oinissions, 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. I'lorida Statutes,. The lin`14S 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, aC6011S, CauSCS
ofaction, litigation, proceedings, costs or expenses relate to events or OITUrnstances that OCCUr
t,
clLjrinl,; the term of this Agreement, this section will survive the expiration of' tile term of this
I
Agreement car any earlier term in,,ation ofthis Agreement.
III the event that, the completion of the project (to include the work of others) is delayed tat
suspended as a result of tile (l ontractor's failure to purchase or maintain the required insurance,
the Con tractor shall indernnify the(I ounty froill any and all increased expenses resulting front SLICII
delay. Should an), claims be asserted against the County by, virtue of any deficiency or ambiguity
in the plans and specifications provided by tile Contractor, the;Contractor agrees and warrants that
the Contractor shall hold the County, harmless and shall indemnify it rrorn all lo,',;ses occurring
thereby and shall further defend any claim or action il the IOLIn y's behalf'.
Yhe extent cif`liability is in no way hinited to,, reduced. or lessened by the insurance requirements
contained elsewhere within this Aoreement.
C_
PROPOSERS STATEMENT
I understand the insurance that will be mandatory if awarded the contract and Mill comply
in full with all of the reqluiirements herein. I fully accept the indemnification and hold
harmless and duty to defend as set out in this proposal.
Sea Tech of the Florida Keys, Inc
PROPOSER Signature
Page 30 of 33
INSURANCE AGENT'S STATEMENT
I have reviewed the above requirements with the proposer named above. The following
deductibles apply to the corresponding policy.
POLICY DEDUCTIBLES
General Liability $5000,00
Workers Compensation 00
Liability policies are V Occurrence Claims Made
Keys Anchor Insurance Agency
Insurance Agency Sign Lure
INSURANCE REQUIREMENTS AND FORMS Page 43 of 53
MONROE COUNTY, FLORIDA
REQUFs,r FOR WAIVER OF INSURANCE REQUIRENIENTS
It is requested that the i11SUrance requirements, as specified in the County's Schedule Of 111suranee
Requirements, be waived or modified on the followink contract.
Contractor/Vendor;
.............
ProJect or Service:
.................-------------
Contractor/Vendor
Address & Phone 4�
General Scope of Work:
Reason for Waiver or
Modification:
Policies............
---------------------------
Policies WaJver or
Modification will apply to:
..............—-----
..............
Signature ol'Contractor/Vendor:
........... ------
Date: A pproved Not Approved
Risk Management `signature:
Date:
County Administrator appeal:
Approved: Not Approved:
Date:
Board Of COUnty Commissioners appeal:
Approved: Not Approved:
Meetin", Date:
Page ,32 of
CERTIFICATE OF LIABILITY INSURANCE OATEIMMMMADDY'YYY)
" --"" 03/03/2025
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 INSUR,ER(S),, AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER,
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poliicy('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 endorsement.. A statement on
this certificate does not confer rI h�trr the certificate hcflzfer in lieu of such endorsements ��
RRDucER 305 741 W7373 Mca° LACT Rebecca Horan
Keys Anchor Insurance Agency PHONE 305-741-7373 FAX 644-269-7923
Rebecca HoranAArc,Na.EbMi. _ _ uucNoar
30971
971 Avenue A Unit C � s�
Big Pine Key, FL 33043 AD
Rebecca Horan INSUR S)AFFORDING CGVERA" NfAIC AM
MASMIR= A MxlnBle Instul4nca Cer 36920
NS Ee, INR a Continental Casualty Company 20443;
eaech of the Fl Keyys� Inc
131 Palomino Horse Trail INSURER C
Big Pine Key,FL 33043
wN,SIARFI3_o:
ENSURER M».
INSURERF
COVERA ES C-'RTIFICAT N R, REVISION NUMBER;
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE',BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POI--III Y PERIOD
INDICATED NCTWWITHSTAN',DING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCROED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCI®USICNS AND CONIDITION'S OF SUCH POLICIES LIIMrT'S SHOWN MAY HAVE BEEN REDUCIED BY PAID CwLAIMS.
,NSSAq...,., . ............ .. ...._. AR"9F7#.SKliMR .... ..... ,.POLICY EEF... PO PCY EXP . . .. .,.. ... ....
V TR TYPE OP INSURANCE POLICYNUMMBER LIMMMTS.
A X COMMERCIAL GENERAL LIABILITY F-AMHO -URREivt:E.'. £1 1,000,000
A:'LIWMnM,ADA X rz'c1JR 01000816185 03P0112',02"5 03101/20,26 e'7AlIaAk r _C R r rra 1001000
. X w WR Ez kE..ru c:-.s.."r a .
eXcl
r'R `.v`)NA4&AG.'I4A.91LJPRa S 1 000,000
3-NeRA4L A6 EG rE S 2„OfMtN,Ci00'
SAP�,Po4yt1�8{'�1F ". RY Y 7 1 y
Oij'Gv pr» a ,)II,c, M�Jr R l"vc> s 2w000X0'
AUT'CMkOBILE UABIILITY C�:St EfNED al"+h.,�r tM1tr'I'
.....__
rk6 r' C C
AI ..
Nor(1�.`r .. „ ..� ,
h N[+ Y,P l r"b�I WR' A p
wl_ "'Ta .Inao.'r flA ���- �ml .. v�u 6 -
_ I7� H
w u a w r r,T AWAo',r.
W WAN N?A X —.
UNMBRELLALIAB
EXCESS LIAR .:.T '~i-rwkGgC71?
CED REIENTHONA S S
_...
VVOWCERSCQMIPENSAT&CN x
AND EMI"WYErR5'LIAMLiTy V I W 4 n. ,
46-665792.01-12 0310112025 0310112026 1,000 000
P ryI NFfI N�i� rR R u IwL MAra F DZEASE
Stir-EAEMP MYE ,E1,000,000'
IDESCRiTTIGN.OF OT'ERATIONS r LOCATIONS I VEHICLES(ACORD Mel,Additional Remarks Schaduie,may be attached BI more space 4 ca cared)
State License#CB -125 331
Not subject to Cancellation, rionrenewal„ material change or reduction in coverage unless
a minjlmluurn of thirty (30) days prior notification is given to the County by the insurer
CERTIFICATE HOLDER CANCEILLAT11ON
MMCBCOU1
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE,
1
Monroe County'Board Of OLMMUn HE EXPIRATICJNI DATE THEREOF, NOTICE WILL OF-LIVERED IN
ty, ACCORDANCE WITH THE POLICY PROVISIONS.
Commissioners
500 WWhitheaid St
AUTHGhRI'"V OREPRESEN rArl...:VE.
Key WestFL 33040 Rebecca Horan
ACORD 25(2016/03) 1988-2015 ACORD CORPORATION, All rights reserved.
The ACORD name and logo are registered marks of ACORD
CERTIFICATE OF LIABILITY INSURANCE -AT.lbrMVl0DNY'YY)
4(12/2Q24
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 INSURERtS), AUTHORIZED
REPRESENTATIVE OR PRODUCER.AND THE CERTIFICATE HOLDER,
WPORTANT: It the certificate holder is an ADDITIONAL INSURED,the policyC'ies)roust have AODM,IIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate'does not confer fights to the certificate holder In lien of such endorsements.
PRODUCER,
Key West Insurance MAMA - FAX
3152 INorthside Drive Unit 201A PHONE,,�aMl.3II 294-109'6 q nrpI �I� a d4�16
�AI
Key West FL 33040
',
aNSIdRFtl(.IAFFOR1LkIINGCISWEFR,AGF NAICA
INSURER A .I r vM*lers C3.sU'al'y In �urancM3 ggTfipn'ny of America 1904,6
9
Sea Tech of the FI Keys, Inc
P01 Box 420529
Surnmerland Key FL 330'42 INSURER D
rNsuREat a
INSURER F
COVERAGES CERTIIFICATE NUNIBER:1979254316 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED T-THE INSURED NAMED ABOVE FOR THE POLICY'PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF,ANY CONTRACT OR OTHER DOCUMENT VVITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE 'POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
_. ........
Aritsr"Auk°, PrbwtrER
TYPE OFIiNS'UR.AdNCE III wVb POLICY NUMBER -'yY' rYY'MY LNITS
COMMERCIAL GENERAL..LIVA,.BILBTY '
_.. EACH OCCURRENCE S
D®aNEU�EYC`rtFdCD .._.... ._
C�In�s-M�wr�E OCCUR
_m,_.._. .. PERSrONA4,Y,AOV INJURY 5
GEN L AGGREGATE U MF APPLIES PER: GERVERA7.�ada4.alUEda'd4Ti E 3
POLICY ._._._.� PRO. .,.._. .....
.....,..... PROD7UCT5•COrAROP AGG S
O'rH'ER _.
S
A AUTOMOWLELIABLITY Y r BAaL470574 311/2g21 3tM 2tS25 4IN I LL Lu G S 1 00D 000
....,..
ANY AUTO BODILY INJURY)Per person) $ .
... O'YMED ....•SCHEDULED ........ �,,...
AUTOS ONLY AUTOS BODILY INJURY(Pef asacdent) S
HIRED NON•Y`�4M NEC! .,. _._.._....,, ....... . .....
'_,AUTO$ONLY '�' AUTOS ONLY .'E PERTY�dAMAGE S
IF"�ar acra�rosratl.
s
UMBRELLA LIAS OCCUR EACH OCCURRI"I4t" ...... S.
EXCESSL¢AR' Lo,AW&MACE. fcOw.RE4"a,AI"E, $
Y/N .._.. .... _ .. ..�...., ..
WORKERS COMPENSATION ' btt T S
TLMrI Q S .......
PER OTH
?MNYPR'OPRS T ,RYPA� ee.ITY a,� xi
E I) R
DEC RC
AND ErAPIrDYERS UA,
TrV0,!LAE L r WL av--'Iman0FPI.Ef M In!N"RE'k'aO..,P»rC'E'i�1°M RIaFk' E�L EA.k:hM A T.II ¢UdT .. $....._ ...._ ___.. ......_._..,,
I aMalrr NNiI DATE____!___:" .
UpT PS,daMl`„be�aitdw WAr ✓ti HNe. E..L L"M EASC EA ErMMP4 lY1-E S
r.M S 4'IPTION,OFO'P'ERA70Ni�.beftm EL OSFA0,6-PIDIICYLhMIr S'
DESCRIPTION OF OPERATIONS I LO'CA'nONSr d VEHICLES(ACORe 141,Addhia ma Remarbs'SchedWey.may be attached it mre apace Is megwlred)
Project 24502-Cato Building O,MG Expansion
Monroe County SOCC,Its employees and officials,are fisted as additional Insured in regard to.Auto policy
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
TIME EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
M:onroMa County 8O,CC ACCORDANCE WITH THE POLICY PROVISIONS..
500 Whitehead St
Key West FL 33040 AUTMMioi ZEUREPRF.SENTAMTW'E
United States
0 1 988-201 5 ACORD CORPORATION. All rights reserved.
ACORD 25(2Q16103) The ACORD'name and logo are registered marks of ACORD
BOARD OF C( UN"rY +C`OiV1MISSIt7NERS
County of Monroe Nlat ar tatritca K.Scion, District.l
ii Cr t g Canes Dill act 1
Dwid R6 cc De,trtc[4
I folly Mcroill Rascktcin. District 5
August 19.2025
Willie DeSantis
Director Facilities Maintenance
Dear Purchasing Department,
Our initial RFS was sent out with a due date of 7/28/25.Sea Tech of the Ft Keys, ilnc.was the only bid we
received.
/e sent out a second RFSto Sea Tech„ Pedro Falcon and Barracuda Builders with a due date of 8119/28.
Sea Tech was the only bid we received once main..
Please approve the award of this contract to Sea Tech.We have made two 2 attempts to show due
d'i6gence in trying to.secure multiple bids.
Thank you,
Wittie DeSantis
DIgintAy �r N yMrlll o Ltw"rbr td#
William LIN,ca +MAIM4111 pia m 0 c k MNaurfr*
"mnl By M")(("„Senn b n.iuurgwy niuy�o'rG Kr rvrr,;,Mr,:
Dt1 sLi pan+w�l i+ec nui u-uxQlXu i v rr Prr.cwuanrey-
aXYwA4)1 )+G fi4 ib 2G8.V47.yV'
Coffins-Chrissy 67
From: Co I li ris-Chrissy
Sent Monday, July 21, 2025 7:40 AM
To: Ken B,ygler
Subject RFS - Gato - extend partition wall
Attachments: RFS,- Gato Building Social Services Department Parlwtion Wait Extension Project
q7,18-25) (Attorney Stamped & Signed„ JXDJ pdf
Good Morning Ken,
please see the aittached RFS requesting a qu!ote by Monday july 28',",, Please note th�is work has to be comipleted
before September 15,2025.
One small change to the scope us on the I"item -Extend 1 (one) Existing 4'Walt to Ceiling,30'x 8 . t am not au ire
where the Wfoot well came from, wit is a approximation 30'of an WtMl partition wait,that wraps around in an L
shape that needs to be extended to the ceiling another 6,5or so.Thanks!
Thanks,
Chrissy Collins
Senior Mministrator/Budget
Facilities Maintenance
'N'lonroe County Public Works
123 Overseas Hi;ghwzkv
Rockland KcI',Flionda,13040
Cell: 305-304,19711
gjgrirqeroqrqj 41
Zvi N-0 V-La5p0v -�,
Collins-Chrissi
From: Collins-Chrissy
Sent: Wednesday, August 13, 2025 10:50 AM
'To: Bryan Wofsey
S,uibjec,t: RFS - Partibon Wall Extension Project - Gato
Attachments: RF'S- Gato Building Sociai Services Department Partition Wall Extension Project [Revised]
(8 13-25) [Attorney Stamped & Signed- JXDI.pdf
Good Morning,
We are requesting bids for a small partition wall extension (to ceiiiing)job @ the Gato building. Please see attached
with Scope. Bids are due Tuesday August 1911"at N�or on, Thanks!
rh an k s,,
Chrissly Collins
Senior Adininistrator/BLIdget
Racilitic-s Maintenance
Monroe County Public Works
12,'3 Overseas Ilighwiq
Rocwkland Key, Florida 33040
CEII: 3054304-9711
.. r.................
zvJJ V'No res�ovt,�e
�k Uhn
Collins-Chrissi
Frocom: Collins-Chhssy
Sent: Wednesday, August 13, 2025 &25 AM
To: Ken IBygler
Subject: Partition Wall Extension Project - Gato
Attachments: RFS- Cato Building Soc4 Services Department Partition Wall Extension Project [Revised]
(8-13-25) [Attorney Stamped & Signed- JXD].pdf
Good Morning,
Due to crack of response, this project is b6ng sent out for re-bid. Bids are due Tuesday August 19"'. Thank you!
Th a n k s,
Chrissy Collins
Senior Admi n istr,a tor),'B u(i get
Facilities Maintenance
Monroe CouritY,Public Works
r2,3 Overseas Ffighwa.v
Rockland Key, Florida 33040
CeIL 305.304,9711
CoHins-chriss
Ron DeSands,Governor Melanie 5,G6ffin,Secretary
d pt, STATE O FLORIDA
DEPARTMENT OF BUSINESS AND (PROFESSIONAL REGULATION
I
i
CONSTRUCT � ,' � �;�l �NSING BOARD
v Ot'lF,)THE BUILD ING� � ED U N D ER TIME
PRt VI I ,TUTS
i�
4c
f
VIX m mmaawmro�i
EXPIRATION DATE: AUGUST 31, 2026
Always verify licenses online at MyRoridaLicense corn
Do not alter this document in,any frnrr"rn.
This is your license, It is unlawful for anyone other than the licensee to use this document.
2024 / 2025
MONROE COUNTY BUSINESS TAX RECEIPT
EXPIRES SEPTEMBER 30, 2025
RECEIPT; 30140.23837
Business Narne: SEA TECH OF: THE FLORIDA KEYS INC
Own�er INaime� ROBIN SZMANSKY 131 PALOMINO HORSE TRL
Mailing Address: Business Location: BIG PINE KEY, FL 33043
PO BOX 420529 Business Phone; 305-872-0888
SUMMERLAND KEY, FIL '33042 Business Type! CON-TRACTOR (CERTIFIED BUTILDING),
Employees 15
STATE LICENSE CBC1259331
Tax Amount Transfer Fee —1 Sub-Total Penalty Prior Years IC oUection Cost �Total Paid
35,00 O00 35.00 0.00 0,00 0.0c1 3 5 010
—
Paid WRB-23-00095220 0 9/13/2 0 2 4 3 5 . 001
THIS BECOMES A TAX RECEIPT Sam C. Steele, CFC, Tax Collector THIS IS ONLY A TAX,
WHEN VALIDATED PO Box 1129, Key West, FL 33041 YOU MUST MEET ALL
COUNTY AND/OR
MUNICIPALITY
PLANNING, ZONING AND
LICENSING
REQUIREMENTS.
MONROE COUNTY BUSINESS TAX RECEIPT
P.0, Box 1129', Key 'West, FL 33041-1129
EXPIRES SEPTEMBER 30, 2025
Business Name: SEA TECH OF THE FLOR,IDA KEYS INC RECEIPT# 30140-23837
131. PALOMINO HORSE TRL
Busoness Locat0n: BIG PINE KEY, FL 33043
Owner Name: ROBIN SZMANSKY
Mailing Address: Business Phone: 3G5-872-0888
PC) BOX 420529 Business Type:, CONTRACTOR (CERTIFIED BUILDING)
SUMMERLAND KEY, Fl.. 33042
Employees 15
STATE LICENSE: CBC1259331
tad Paid
Tax Arnon ut T T ansife, I '
Sub-Tota� Penalty Prior Years Collection Cost TO
35,09'---
35.,00.1 0 00 0 00] 0-00 O 00 35,00
Paid WRB-23-00095220 0 9/13/2 0 2 4 35. 00