HomeMy WebLinkAboutItem J04 J4
BOARD OF COUNTY COMMISSIONERS
COUNTY of MONROE Mayor James K.Scholl,District 3
The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2
Craig Cates,District 1
David Rice,District 4
Holly Merrill Raschein,District 5
Board of County Commissioners Meeting
September 10, 2025
Agenda Item Number: J4
2023-4478
BULK ITEM: Yes DEPARTMENT: Building and Permitting
TIME APPROXIMATE: STAFF CONTACT: Ed Koconis
N/A
AGENDA ITEM WORDING: Approval of a contract between Monroe County and M.T. Causley,
LLC to provide professional support services for plan review, inspection services, and planning/zoning
development review beginning September 11, 2025.
ITEM BACKGROUND:
Following a March 25, 2025 approval to advertise a Request for Proposals (RFP) for a consultant to
provide professional support for plan review, inspections services and planning/zoning development
review, on August 20, 2025 the BOCC approved to award a bid and negotiate an agreement with M.T.
Causley, LLC as the highest ranked responsible respondent to the RFP; and also approved to award
separate backup contracts to both C.A.P. Government, Inc. as the second highest ranked responsible
respondent and to All Aspects Inspection Service, LLC as the third highest ranked responsible
respondent.
This contract is with M.T. Causley, LLC, as the primary contractor to provide professional support for
plan review, inspection services and planning/zoning development review.
PREVIOUS RELEVANT BOCC ACTION:
March 25, 2025 - Approval to advertise the RFP for consultant to provide professional support for plan
review, Inspections services and planning/zoning development review.
August 20, 2025 - Approval to award a bid and negotiate a contract with M.T. Causley, LLC
INSURANCE REQUIRED:
Yes
CONTRACT/AGREEMENT CHANGES:
New Contract
STAFF RECOMMENDATION: Approval
5984
DOCUMENTATION:
CONTRACT for NIT C exec 9.2.25 atty stamp.pdf
R-FP—FOR—PRIVATE—PROVIDER—FOR—AS—NEEDED—SUPPORT—SERVICES—with
ATT—June-2025.pdf
County Forms MT Ca Proposal MonroeCountyF LPL BIPlanning.pdf
2025 08 COI MT Causley GL AL PL exp 10.3.25 WC 5.12.26 signed.pdf
FINANCIAL IMPACT:
Source of funds 180-52502-530340 and could also include 148-50500-530340, 148-52000-530340 and
148-14000-530310.
5985
PROFESSIONAL SUPPORT SERVICES FOR PLAN REVIEW, INSPECTION SERVICES AND PLANNING/ZONING
DEVELOPMENT REVIEW
THIS CONTRACT (Contract or Agreement) is entered into this day of , 20_,
by and between the Board of County Commissioners of Monroe County, Florida (hereafter"County"or"Board"),
and M.T. Causley, LLC (hereafter "Consultant" or"Contractor").
WHEREAS, the County has certain objectives as directed and established by the Board of County
Commissioners, and which are consistent with, and supportive of the Florida Building Code, the Monroe County
Code of Ordinances, and all other applicable Federal, State and Local Laws governing work performed under
this Contract; and
WHEREAS, it has been determined that it is in the best interest of the residents of and visitors to the
County that a primary contract for PROFESSIONAL SUPPORT SERVICES FOR PLAN REVIEW, INSPECTION SERVICES
AND PLANNING/ZONING DEVELOPMENT REVIEW be entered into with a private provider of such services; and
WHEREAS, it has been determined that it is in the best interest of the residents of and visitors to the
County that backup contracts be entered should the primary contractor be unable to provide services as
requested by the County; and
WHEREAS, Consultant desires to provide such services as the primary contractor.
NOW THEREFORE, in consideration of the mutual promises contained herein, the parties agree as
follows:
I. TERM OF CONTRACT
This Contract shall be effective on the date above, for a period of two (2) years. The term of this
Contract shall be renewable in accordance with Section V herein. Monroe County's performance
and obligation to pay under this contract is contingent upon an annual appropriation by the Board
of County Commissioners.
II. SCOPE OF SERVICES
A detailed Scope of Services is attached as EXHIBIT"A"SCOPE OF SERVICES.
In order to request a service under Exhibit A, Scope of Services, the County will email the
Consultant at jfabian@safebuilt.com (Jeannie Walsh-Fabian), with a description of the service
sought. This is separate from Paragraph XXIII, Notices.
Should the Consultant be unable to provide any service as described in Exhibit A and requested by
the County, the County may obtain coverage for such service from a contracted backup provider.
Upon the County sending an email requesting services, Consultant shall respond within 48 hours
to inform the County whether Consultant is able to provide the service. If Consultant responds
5986
that it is unable to provide the requested service,the County may contact the next backup provider
to seek their performance of the service. If Consultant does not respond within 48 hours,that shall
be considered a denial of the service allowing the County to contact a backup provider. This may
result in individual services being provided by more than one contractor at the same time.
Consultant shall maintain its status as primary contractor unless this Contract is terminated
pursuant to Paragraph XVIII.
III. COMPENSATION
The County, in consideration of the Consultant substantially and satisfactorily performing and
carrying out the objectives of the County in providing professional support services as detailed in
the Scope of Services (attached hereto as EXHIBIT "A" SCOPE OF SERVICES), shall pay the
Consultant based on invoices submitted by Consultant to the County's Building Department on a
monthly basis. Hourly rates will be those on EXHIBIT "B" COST SUMMARY. Invoices must provide
sufficient detail and documentation to support the activities and services for the billing period
covered by the invoice, including but not limited to the exact dates, hours of service, job
classification, and description of work completed for each individual providing service under this
Contract.
Invoices will be paid in accordance with the Florida Local Government Prompt Payment Act, F.S.
218.70 et seq. Contractor shall submit invoices to the County with supporting documentation that
is acceptable to the Clerk. Acceptability to the Clerk is based on generally accepted accounting
principles and such laws, rules, and regulations as may govern the Clerk's disbursal of funds.
IV. PAYMENT
1. Payment will be made after services are rendered in accordance with the Local Government
Prompt Payment Act.
2. Any request for payment must be submitted by the Consultant as an invoice in a form
satisfactory to the County Clerk (Clerk).
3. Invoices must describe in detail the services performed and the payment amount requested.
4. Invoices must be submitted in a timely manner to the office of the Building Official who will
review the request and approve for payment if the invoice is deemed to be accurate and
complete. If the invoice is not approved, the Consultant will be informed in writing including a
detailed explanation of the deficiency that caused the disapproval of the invoice.
5. There are no reimbursable items.
6. After the Clerk of the Board examines and approves the request for payment, the County shall
reimburse the Consultant by check.
5987
7. Consultant shall provide all information necessary for the County to facilitate payment.
V. RENEWAL
The County shall have the option to renew this Contract after the original term, for up to four (4)
additional periods of up to two (2) years each and may be adjusted annually in accordance with
the percentage change in the Consumer Price Index for all urban consumers (CPI-U) for the most
recent twelve (12) months available at the time of renewal, subject to approval by the County.
Renewal is subject to satisfactory performance by Consultant and the availability of County funds.
VI. CONSULTANT'S RESPONSIBILITIES AND LICENSING
The Consultant shall secure, maintain and pay for any licenses necessary to perform duties and
services under this contract. It is the Consultant's responsibility to maintain all professional
licenses that may be required as well as any licenses or other certifications for any staff provided
to the County under this contract by the Consultant. By signature hereon,the Consultant warrants
that it is authorized by law to engage in the performance of the activities herein described, subject
to the terms and conditions set forth in these contract documents. Proof of such licenses and
approvals shall be submitted to the County upon request. The Consultant has, and shall maintain
throughout the term of this contract, appropriate licenses and approvals required to conduct its
business and that it will at all times conduct its business activities in a reputable and professional
manner.
VI I. INDEPENDENT CONTRACTOR
At all times and for all purposes, the Consultant, its agents and employees are strictly considered
to be Independent Contractors in their performance of the work contemplated hereunder. As
such, the Consultant, its agents and employees shall not be entitled to any of the benefits, rights
or privileges of County employees. The provider shall at all times exercise independent,
professional judgment and shall assume professional responsibility for the services to be provided.
The Consultant shall provide worker's compensation insurance, any benefits as desired, and shall
be responsible for all tax withholding.
VIII. STAFFING
Since this Contract is a service agreement, staffing is of paramount importance. Consultant shall
provide services using the following standards, as a minimum requirement:
1. The Consultant shall provide at its own expense all necessary personnel to provide the
services under this Contract. The personnel shall not be employees of or have any
contractual relationship with the County.
2. All personnel engaged in performing services under this contract shall be fully qualified, and,
if required, to be authorized or permitted under State and local law to perform such services,
5988
and Consultant shall provide immediate evidence of such authorization or permission upon
request by the County.
3. The County shall, at its sole discretion, have the option to reject any individual provided to
perform services under this Contract by the Consultant.
4. The Consultant shall require each of its employees to execute an acknowledgement that
he/she is not an employee of County and that he/she is an employee of the Consultant and
recognizes that no County benefits are available, as attached as EXHIBIT "C"
ACKNOWLEDGMENT.
5. The following disciplines shall report to the Department Director or his/her designee for each
discipline as follows:
a. Planning: Senior Director of Planning & Environmental Resources
b. Environmental Resources: Senior Director of Planning & Environmental Resources
c. Building: Building Official
d. Fire: Fire Marshal (AHJ —Authority Having Jurisdiction)
Each of the above-referenced individuals shall have final authority to approve the decisions and
work product of Consultant's employees. In addition, each of the above referenced individuals
may designate additional function(s) to be performed by the Consultant.
IX. INDEMNIFICATION REQUIREMENTS
To the fullest extent permitted by law, the Contractor covenants and agrees to defend, indemnify
and hold harmless Monroe County Board of County Commissioners, and its elected and appointed
officers, officials, agents, servants, employees, etc., from any and all claims, demands, or causes of
action for negligence, bodily injury (including death), personal injury, and property damage
(including property owned by Monroe County) and any other losses, liabilities, damages, costs,
penalties, and/or expenses (including but not limited to, attorney's fees and costs, such legal
expenses to include costs incurred in establishing the indemnification and other rights agreed to
in this Agreement, to persons or property) which arise out of and/or, in connection with, this
Contract agreement. The extent of liability is in no way limited to, reduced, or lessened by the
insurance requirements contained elsewhere within this agreement.
The indemnification obligations under the Contract shall not be restricted in any way by any
limitation on the amount or type of damages, compensation, or benefits payable by or for the
Contractor under workers' compensation acts, disability benefits acts, or other employee benefits
acts, and shall extend to and include any actions brought by or in the name of any employee of the
Contractor or of any third party to whom Contractor may subcontract a part or all of the Work.
5989
This indemnification shall continue beyond the date of completion of the work.
Notwithstanding the provisions of Sec. 768.28, Florida Statutes, nothing herein nor the acquisition
of any commercial liability insurance coverage, self-insurance coverage, or local government
insurance pool coverage shall be deemed a waiver of immunity by the County.
X. NON-DISCRIMINATION
County and Consultant agree that there will be no discrimination against any person, and it is
expressly understood that upon a determination by a Court of competent jurisdiction that
discrimination has occurred, this Contract automatically terminates without any further action on
the part of any party, effective the date of the court order. County or Consultant agree to comply
with all Federal and Florida statutes, and all local ordinances, as applicable, relating to
nondiscrimination. These include but are not limited to: 1) Title VI of the Civil Rights Act of 1964
(PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX
of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which
prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as
amended (20 USC s. 794), which prohibits discrimination on the basis of disability; 4) The Age
Discrimination Act of 1975, as amended (42 USC ss. 6101- 6107) which prohibits discrimination on
the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended,
relating to nondiscrimination on the basis of drug abuse; 6)The Comprehensive Alcohol Abuse and
Alcoholism Prevention,Treatment and Rehabilitation Act of 1970(PL 91-616),as amended, relating
to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act
of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality
of alcohol and drug abuse patent records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC s. et
seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The
Americans with Disabilities Act of 1990 (42 USC s. 1201 Note), as maybe amended from time to
time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Ch. 13,Art.
VI, prohibiting discrimination on the bases of race, color, sex, religion, disability, national origin,
ancestry,sexual orientation,gender identity or expression,familial status or age;and 11)any other
nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or
the subject matter of, this Contract.
During the performance of this Agreement, the CONTRACTOR, in accordance with Equal
Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as
amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal
Employment Opportunity, and implementing regulations at 41C.F.R. Part 60 (Office of Federal
Contract Compliance Programs, Equal Employment Opportunity, Department of Labor), see 2
C.F.R. Part 200, Appendix II, ¶ C, agrees as follows:
1) The contractor will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, sexual orientation, gender
identity, or national origin.The contractor will take affirmative action to ensure
that applicants are employed, and that employees are treated during
employment, without regard to their race, color, religion, sex, sexual
5990
orientation,gender identity, or national origin. Such action shall include, but not
be limited to the following: Employment, upgrading, demotion, or transfer,
recruitment or recruitment advertising; layoff or termination; rates of pay or
other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available
to employees and applicants for employment, notices to be provided setting
forth the provisions of this nondiscrimination clause.
2) The contractor will, in all solicitations or advertisements for employees placed
by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to race,color, religion,sex, sexual
orientation, gender identity, or national origin.
3) The contractor will not discharge or in any other manner discriminate against
any employee or applicant for employment because such employee or applicant
has inquired about, discussed, or disclosed the compensation of the employee
or applicant or another employee or applicant. This provision shall not apply to
instances in which an employee who has access to the compensation
information of other employees or applicants as a part of such employee's
essential job functions discloses the compensation of such other employees or
applicants to individuals who do not otherwise have access to such information,
unless such disclosure is in response to a formal complaint or charge, in
furtherance of an investigation, proceeding, hearing, or action, including an
investigation conducted by the employer, or is consistent with the contractor's
legal duty to furnish information.
4) The contractor will send to each labor union or representative of workers with
which it has a collective bargaining agreement or other contract or
understanding, a notice to be provided,advising the said labor union or workers'
representative of the contractor's commitments under this section and shall
post copies of the notice in conspicuous places available to employees and
applicants for employment.
5) The contractor will comply with all provisions of Executive Order 11246 of
September 24, 1965, and of the rules, regulations, and relevant orders of the
Secretary of Labor.
6) 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 administering agency and the Secretary of
Labor for purposes of investigation to ascertain compliance with such rules,
regulations, and orders.
7) In the event of the contractor's noncompliance with the nondiscrimination
clauses of this contract or with any of the said rules, regulations, or orders, this
contract may be canceled, terminated or suspended in whole or in part and the
contractor may be declared ineligible for further Government contracts or
federally assisted construction contracts in accordance with procedures
authorized in Executive Order 11246 of September 24, 1965, and such other
5991
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.
8) The Contractor will include the portion of the sentence immediately preceding
paragraph (1) and the provisions of paragraphs (1) through (8) in every
subcontract or purchase order unless exempted by rules, regulations, or orders
of the Secretary of Labor issued pursuant to section 204 of Executive Order
11246 of September 24, 1965, so that such provisions will be binding upon each
subcontractor or vendor. The Contractor will take such action with respect to
any subcontract or purchase order as the administering agency may direct as a
means of enforcing such provisions, including sanctions for non-compliance;
provided, however, that in the event a contractor becomes involved in, or is
threatened with, litigation with a subcontractor or vendor as a result of such
direction by the administering agency, the contractor may request the United
States to enter into such litigation to protect the interests of the United States.
XI. RECORDS AND RIGHT TO AUDIT
Consultant shall maintain all books, records, and documents directly pertinent to performance
under this Agreement in accordance with generally accepted accounting principles consistently
applied. Records shall be retained for a period of seven (7) years from the termination of this
agreement or in accordance with the State of Florida retention schedules
(https://dos.fI.gov/library-archives/records-management/general-records-schedules/), whichever
is greater. Each party to this Agreement or its authorized representatives shall have reasonable
and timely access to such records of each other party to this Agreement for public records purposes
during the term of the Agreement and for the applicable retention period following the
termination of this Agreement.
Availability of Records. The records of the parties to this Agreement relating to the Project, which
shall include but not be limited to accounting records (hard copy, as well as computer readable
data if it can be made available; subcontract files (including proposals of successful and
unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc.); original estimates;
estimating work sheets; correspondence; change order files (including documentation covering
negotiated settlements); backcharge logs and supporting documentation; general ledger entries
detailing cash and trade discounts earned, insurance rebates and dividends; any other supporting
evidence deemed necessary by County or the Monroe County Office of the Clerk of Court and
Comptroller (hereinafter referred to as "County Clerk") to substantiate charges related to this
agreement, and all other agreements, sources of information and matters that may in County's or
the County Clerk's reasonable judgment have any bearing on or pertain to any matters, rights,
duties or obligations under or covered by any contract document (all foregoing hereinafter
referred to as "Records") shall be open to inspection and subject to audit and/or reproduction by
County's representative and/or agents or the County Clerk. County or County Clerk may also
conduct verifications such as, but not limited to, counting employees at the job site, witnessing the
distribution of payroll, verifying payroll computations, overhead computations, observing vendor
5992
and supplier payments, miscellaneous allocations, special charges, verifying information and
amounts through interviews and written confirmations with employees, Subcontractors, suppliers,
and contractors' representatives. All records shall be kept for ten (10)years after Final Completion
of the Project. The County Clerk possesses the independent authority to conduct an audit of
Records, assets, and activities relating to this Project. If any auditor employed by the Monroe
County or County Clerk determines that monies paid to Contractor pursuant to this Agreement
were spent for purposes not authorized by this Agreement or were wrongfully retained by the
Contractor, the Contractor shall repay the monies together with interest calculated pursuant to
Section 55.03, F.S., running from the date the monies were paid to Contractor. The right to audit
provisions survives the termination or expiration of this Agreement.
XI I. STATE OF FLORIDA E-VERIFY
Beginning January 1, 2021, in accordance with Section 448.095, Florida Statutes, as may be
amended from time to time, the Contractor and any subcontractor shall register with and shall
utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization
status of all new employees hired by the Contractor during the term of the Contract and shall
expressly require any subcontractors performing work or providing services pursuant to the
Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify
the work authorization status of all new employees hired by the subcontractor during the Contract
term. Any subcontractor shall provide an affidavit stating that the subcontractor does not employ,
contract with, or subcontract with an unauthorized alien. The Contractor shall maintain a copy of
such affidavit for the duration of the contract. The Contractor shall comply with and be subject to
the provisions of Section 448.095, Florida Statutes. Pursuant to Section 448.095:
1. A public agency, Bidder, or subcontractor who has a good faith belief that a person or an entity
with which it is contracting has knowingly violated s. 448.09(1) shall terminate the contract with
the person or entity.
2. A public agency that has a good faith belief that a subcontractor knowingly violated this
subsection, but the Bidder otherwise complied with this subsection, shall promptly notify the
Bidder and order the Bidder to immediately terminate the contract with the subcontractor.
3. A contract terminated under this paragraph is not a breach of contract and may not be
considered as such. If a public agency terminates a contract with a Bidder under this paragraph,
the Bidder may not be awarded a public contract for at least 1 year after the date on which the
contract was terminated. A Bidder is liable for any additional costs incurred by a public agency as
a result of the termination of a contract.
XIII. CLAIMS FOR FEDERAL OR STATE AID
Contractor and County agree that each shall be, and is, empowered to apply for, seek, and obtain
federal and state funds to further the purpose of this Agreement. Any conditions imposed as a
result of funding that affect the Project will be provided to each party.
XIV. PUBLIC RECORDS
5993
Public Records Compliance. Contractor must comply with Florida public records laws, including but
not limited to Chapter 119, Florida Statutes and Section 24, Article I of the Constitution of Florida.
The County and Contractor shall allow and permit reasonable access to, and inspection of, all
documents, records, papers, letters or other "public record" materials in its possession or under
its control subject to the provisions of Chapter 119, Florida Statutes and made or received by the
County and Contractor in conjunction with this contract and related to contract performance. The
County shall have the right to unilaterally cancel this contract upon violation of this provision by
the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a
material breach of this contract and the County may enforce the terms of this provision in the form
of a court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorney's
fees and costs associated with that proceeding. This provision shall survive any termination or
expiration of the contract.
The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order
to comply with this provision.
Pursuant to Florida Statute §119.0701, Consultant and its subcontractors shall comply with all
public records laws of the State of Florida, including but not limited to:
a. Keep and maintain public records that would be required by the County to perform the
service.
b. Upon request from the County's custodian of records, provide the County with a copy of
the requested records or allow the records to be inspected or copied within a reasonable
time at a cost that does not exceed the cost provided in this chapter or as otherwise
provided by law.
c. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the
duration of the contract term and following completion of the contract if the contractor
does not transfer the records to the County.
d. Upon completion of the contract, transfer, at no cost, to the County all public records in
possession of the Contractor or keep and maintain public records that would be required
by the County to perform the service. If the Contractor transfers all public records to the
County upon completion of the contract, the Contractor shall destroy any duplicate public
records that are exempt or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon completion of the
contract,the Contractor shall meet all applicable requirements for retaining public records.
All records stored electronically must be provided to the County, upon request from the
County's custodian of records, in a format that is compatible with the information
technology systems of the County.
5994
e. A request to inspect or copy public records relating to a County contract must be made
directly to the County, but if the County does not possess the requested records,the County
shall immediately notify the Contractor of the request, and the Contractor must provide
the records to the County or allow the records to be inspected or copied within a
reasonable time.
If the Contractor does not comply with the County's request for records, the County shall
enforce the public records contract provisions in accordance with the contract, notwithstanding
the County's option and right to unilaterally cancel this contract upon violation of this provision
by the Contractor. A Contractor who fails to provide the public records to the County or pursuant
to a valid public records request within a reasonable time may be subject to penalties under
Section 119.10, Florida Statutes.
Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public
records unless 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
PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT: MONROE COUNTY ATTORNEYS OFFICE, 1111 12TH STREET,
SUITE 408, KEY WEST, FL 33040; - ; (305) 292-
3470.
XV. UNCONTROLLABLE CIRCUMSTANCE
Any delay or failure of either Party to perform its obligations under this Agreement will be excused
to the extent that the delay or failure was caused directly by an event beyond such Party's control,
without such Party's fault or negligence and that by its nature could not have been foreseen by
such Party or, if it could have been foreseen, was unavoidable: (a) acts of God; (b) flood, fire,
earthquake, explosion, tropical storm, hurricane or other declared emergency in the geographic
area of the Project; (c) war, invasion, hostilities (whether war is declared or not), terrorist threats
or acts, riot, or other civil unrest in the geographic area of the Project; (d)government order or law
in the geographic area of the Project; (e) actions, embargoes, or blockades in effect on or after the
date of this Agreement; (f) action by any governmental authority prohibiting work in the
geographic area of the Project;(each, a "Uncontrollable Circumstance"). CONTRACTOR'S financial
inability to perform, changes in cost or availability of materials, components, or services, market
conditions, or supplier actions or contract disputes will not excuse performance by Contractor
under this Section. Contractor shall give County written notice within seven (7) days of any event
or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, or as soon as
possible after such Uncontrollable Circumstance has occurred if reasonably unanticipated, and the
anticipated duration of such Uncontrollable Circumstance. Contractor shall use all diligent efforts
to end the Uncontrollable Circumstance, ensure that the effects of any Uncontrollable
Circumstance are minimized and resume full performance under this Agreement. The County will
5995
not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only
seek a no cost Change Order for such reasonable time as the Owner's Representative may
determine.
XVI. ADJUDICATION OF DISPUTES OR DISAGREEMENTS
Adjudication of Disputes or Disagreements: COUNTY and CONTRACTOR agree that all disputes and
disagreements shall be attempted to be resolved by meet and confer sessions between
representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction
of the parties,then any party shall have the right to seek such relief or remedy as may be provided
by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision
does not negate or waive the provisions of Paragraph XVIII.
XVII. BREACH OF TERMS BY CONSULTANT
The passing, approval, and/or acceptance by the County of any defect in the services furnished by
the Consultant, shall not operate as a waiver by the County of strict compliance with the terms of
this Contract, and specifications covering the services. Any Consultant breach of this agreement
shall be governed by Paragraph XVIII(B) below on termination for cause.
XVIII. TERMINATION
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 days written notification to
the CONTRACTOR.
A. Either of the parties hereto may cancel this Agreement without cause by giving the
other party thirty (30) days written notice of its intention to do so.
B. Termination for Cause and Remedies: In the event of breach of any contract terms,
the COUNTY retains the right to terminate this Agreement. The COUNTY may also
terminate this agreement for cause with CONTRACTOR should 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 CONTRACTOR with five (5) calendar days' notice and provide the
CONTRACTOR with an opportunity to cure the breach that has occurred. If the breach
is not cured, the Agreement will be terminated for cause. If the COUNTY terminates
this agreement with the CONTRACTOR, COUNTY shall pay CONTRACTOR the sum due
the CONTRACTOR under this agreement prior to termination, unless the cost of
completion to the COUNTY exceeds the funds remaining in the contract; however, the
COUNTY reserves the right to assert and seek an offset for damages caused by the
breach. The maximum amount due to CONTRACTOR shall not in any event exceed the
spending cap in this Agreement. In addition, the COUNTY reserves all rights available
to recoup monies paid under this Agreement, including the right to sue for breach of
contract and including the right to pursue a claim for violation of the COUNTY's False
Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code.
5996
C. Termination for Convenience: The COUNTY may terminate this Agreement for
convenience, at any time, upon 30 days' notice to CONTRACTOR. If the COUNTY
terminates this agreement with the CONTRACTOR, COUNTY shall pay CONTRACTOR
the sum due the CONTRACTOR for services rendered under this agreement prior to
termination. The maximum amount due to CONTRACTOR shall not exceed the
spending cap in this Agreement.
D. For Contracts of any amount, if the County determines that the Contractor/Consultant
has submitted a false certification under Section 287.135(5), Florida Statutes or has
been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a
boycott of Israel, the County shall have the option of(1) terminating the Agreement
after it has given the Contractor/Consultant written notice and an opportunity to
demonstrate the agency's determination of false certification was in error pursuant to
Section 287.135(5)(a), Florida Statutes, or(2) maintaining the Agreement if the
conditions of Section 287.135(4), Florida Statutes, are met.
E. For contracts of$1,000,000 or more:
(1) If the County determines that the Contractor/Consultant submitted a false
certification under Section 287.135(5), Florida Statutes, the County shall have
the option of(1) immediately 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 Section
287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement, at the
County's option, if the conditions of Section 287.135(4), Florida Statutes, are
met. or
(2) If the Contractor/Consultant has been placed on the Scrutinized Companies
with Activities in the Sudan List, the Scrutinized Companies with Activities in
the Iran Petroleum Energy Sector List or if the Contractor/Consultant has been
placed on a list created pursuant to Section 215.473, relating to scrutinized
active business operations in Iran, or been engaged in business operations in
Cuba or Syria, the County shall have the option of(1) terminating the
Agreement after it has given the Contractor/Consultant written notice and an
opportunity to demonstrate the agency's determination of false certification
was in error pursuant to Section 287.135(5)(a), Florida Statutes, or(2)
maintaining the Agreement, at the County's option, if the conditions of Section
287.135(4), Florida Statutes, are met."
XIX. ASSIGNMENT
The Consultant shall not assign or subcontract its obligations under this agreement, except in
writing and with the prior written approval of the Board of County Commissioners of Monroe
County, which approval shall be subject to such conditions and provisions as the Board may deem
necessary. This paragraph shall be incorporated by reference into any assignment or subcontract
and any assignee or subcontractor shall comply with all of the provisions of this agreement. Unless
expressly provided for therein, such approval shall in no manner or event be deemed to impose
any additional obligation upon the board.
5997
XX. COMPLIANCE WITH LAW
In providing all services pursuant to this agreement, the Consultant shall abide by all statutes,
ordinances, rules and regulations pertaining to, or regulating the provisions of, such services,
including those now in effect and hereinafter adopted. Any violation of said statutes, ordinances,
rules and regulations shall constitute a material breach of this agreement and shall entitle the
Board to terminate this contract immediately upon delivery of written notice of termination to the
Consultant. The Consultant shall possess proper licenses to perform work in accordance with these
specifications throughout the term of this contract.
XXI. DISCLOSURE, CONFLICT OF INTEREST,AND CODE OF ETHICS
1. Contractor warrants that he/she/it had not employed, retained, or otherwise had act on
his/her/its behalf any former County officer or employee in violation of Section 2 of
Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of
Ordinance No. 010-1990. For breach or violation of this provision the County may, in its
discretion, terminate this contract without liability and may also, in its discretion, deduct
from the contract or purchase price, or otherwise recover the full amount of any fee,
commission, percentage, gift, or consideration paid to the former County officer or
employee.
2. County and Consultant covenant that neither presently has any interest, and shall not
acquire any interest, either direct or indirect, which would conflict in any manner or
degree with its performance under this contract, as provided in Sec. 112.311, et. seq.,
Florida Statutes, and the only interest of each is to perform and receive benefits as
recited in this Agreement.
3. The County represents that its officers and employees recognize and will be required to
comply with the standards of conduct for public officers and employees as delineated in
Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance
of gifts; doing business with one's agency; unauthorized compensation; misuse of public
position, conflicting employment or contractual relationship; and disclosure or use of
certain information.
4. The Consultant shall not provide services under this contract and shall not accept an
assignment from the County for plans review or inspections on any property for which
Consultant has been retained to perform plans review or inspections as a private
provider.
5. The Consultant shall not perform or market private services to any property owner while
Consultant is conducting plans review or inspections on behalf of the County.
5998
6. The Consultant is required, on the first business day of each month, to inform the County
of all permits in unincorporated Monroe County for which Consultant has been retained
to conduct plans review or inspections as a private provider.
7. Upon execution of this Contract, Consultant shall provide the County with a list of all open
permits in unincorporated Monroe County for which Consultant is or has provided plans
review or inspection services as a private provider.
XXII. FINANCIAL RESPONSIBILITY
The Consultant shall not pledge the County's credit or make it a guarantor of payment or surety
for any contract, debt, obligation, judgment, lien, or any form of indebtedness. The Consultant
further warrants and represents that it has no obligation or indebtedness that would impair its
ability to fulfill the terms of this contract.
XXIII. NOTICES
All written correspondence to the COUNTY shall be dated and signed by an authorized
representative of the CONSULTANT. Any notice required or permitted under this agreement shall
be in writing and hand delivered or mailed, postage pre-paid, to the COUNTY by certified mail,
return receipt requested. Any written notices or correspondence given pursuant to this contract
shall be sent by United States Mail, certified, return receipt requested and postage pre-paid, or by
courier with proof of delivery and delivery pre-paid, to the following:
FOR THE COUNTY:
Monroe County Administrator and Administrative Director and Monroe County Attorney
1100 Simonton Street Monroe County Building Department 1111 121h St.,Suite 408
Key West, FL 33040 2798 Overseas Highway Key West, FL 33041
Marathon, FL 33050
Notice is deemed received by CONSULTANT/CONTRACTOR when hand delivered by national
courier with proof of delivery or by U.S. Mail upon verified receipt or upon the date of refusal or
non-acceptance of delivery.
FOR CONSULTANT:
Matthew K. Causley
M.T. Causley, LLC
10720 Caribbean Blvd. Suite 650
Cutler Bay, FL 33189
XXIV. TAXES
The County is exempt from payment of Florida State Sales and Use taxes. The Consultant shall not
be exempted byvirtue of the County's exemption from paying sales tax to its suppliers for materials
5999
used to fulfill its obligations under this contract, nor is the Consultant authorized to use the
County's Tax Exemption Number in securing such materials.
The Consultant shall be responsible for any and all taxes and withholding for any required
deductions from compensation paid to its employees related to services rendered under this
agreement. County shall not be responsible for payment for any of Consultant's employees.
XXV. GOVERNING LAW,VENUE, INTERPRETATION
This Agreement shall be governed by and construed in accordance with the laws of the State of
Florida applicable to contracts made and to be performed entirely in the State. In the event that
any cause of action or administrative proceeding is instituted forthe enforcement or interpretation
of this Agreement, the County and Contractor agree that venue will lie exclusively with the
appropriate court, or before the appropriate administrative body, in Monroe County, Florida.
XXVI. 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 response on a contract to provide goods or services to a public
entity; may not submit a bid on a contract with a public entity for construction or repair of a public
building or public work; may not submit bids on leases of real property to public entity; may not
be awarded or perform work as a Consultant, supplier, subcontractor, or consultant under a
contract with any public entity; and may not transact business with any public entity in excess of
the threshold amount provided in Section 287.017, F.S. for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list. (CATEGORY TWO: $35,000.00).
XXVII. MONROE COUNTY CODE OF ORDINANCES SECTION 2-347
The eligibility of persons to bid for the award of county contracts may be suspended pursuant to
Subsection 2-347(I), Monroe County Code of Ordinances. After the contract is awarded, the
employment of a suspended person is a material breach of the contract and entitles the County,
in its sole discretion, to terminate the contract with no further liability to the contractor beyond
payment of the portion of the contract price that may be due for work satisfactorily completed up
to the date of termination.
XXVIII. AUTHORIZED SIGNATURES
The signatory for the Consultant, below, certifies and warrants that:
1. The Consultant's name in this agreement is its full name as designated in its corporate charter.
2. He or she is empowered to act and enter into contracts on behalf of Consultant.
6000
3. This agreement has been approved in accordance with the Consultant's corporate policies and
directives and in accordance with law.
Further, Consultant shall, upon execution of this agreement, provide current proof of active
corporate or other status and a list of its Board of Directors.
XXIX. SEVERABILITY
If any term, covenant, condition or provision of this Contract (or the application thereof to any
circumstance or person) shall be declared invalid or unenforceable to any extent by a court of
competent jurisdiction,the remaining terms,covenants,conditions and provisions of this Contract,
shall not be affected thereby; and each remaining term, covenant, condition and provision of this
Contract shall be valid and shall be enforceable to the fullest extent permitted by law unless the
enforcement of the remaining terms, covenants, conditions and provisions of this Contract would
prevent the accomplishment of the original intent of this Contract. The County and Consultant
agree to reform the Contract to replace any stricken provision with a valid provision that comes as
close as possible to the intent of the stricken provision.
XXX. ATTORNEY'S FEES AND COSTS
The County and Consultant agree that in the event any cause of action or administrative
proceeding is initiated or defended by any party relative to the enforcement or interpretation of
this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and court costs
as an award against the non-prevailing party, and shall include attorney's fees and court costs in
appellate proceedings.
Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance
with the Florida Rules of Civil Procedure and usual and customary procedures required by the
circuit court of Monroe County.
XXXI. BINDING EFFECT
The terms, covenants,conditions, and provisions of this Contract shall bind and inure to the benefit
of the County and Consultant and their respective legal representatives, successors, and assigns.
XXXII. AUTHORITY
Each party represents and warrants to the other that the execution, delivery and performance of
this Contract have been duly authorized by all necessary County action and by action of the
Consultant, as required by law. Each party agrees that it has had ample opportunity to submit this
Contract to legal counsel of its choice and enters into this Contract freely, voluntarily, and with
advice of counsel.
6001
XXXIII. COOPERATION
In the event any administrative or legal proceeding is instituted against either party relating to the
formation, execution, performance, or breach of this Contract, County and Consultant agree to
participate, to the extent required by the other party, in all proceedings, hearings, processes,
meetings, and other activities related to the substance of this Contract or provision of the services
under this Contract. County and Consultant specifically agree that no party to this Contract shall
be required to enter into any arbitration proceedings related to this Contract.
XXXIV. NO SOLICITATION/PAYMENT
The County and Consultant warrant that, in respect to itself, it has neither employed nor retained
any company or person, other than a bona fide employee working solely for it, to solicit or secure
this Contract and that it has not paid or agreed to pay any person, company, corporation,
individual, or firm, other than a bona fide employee working solely for it, any fee, commission,
percentage, gift, or other consideration contingent upon or resulting from the award or making of
this Contract. For the breach or violation of the provision, the Consultant agrees that the County
shall have the right to terminate this Contract without liability and, at its discretion, to offset from
monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or
consideration.
XXXV. NON-WAIVER OF IMMUNITY
Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the County
and the Consultant in this Contract and the acquisition of any commercial liability insurance
coverage, self-insurance coverage, or local government liability insurance pool coverage shall not
be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered
into by the County be required to contain any provision for waiver.
XXXVI. NON-RELIANCE BY NON-PARTIES
No person or entity shall be entitled to rely upon the terms, or any of them, of this Contract to
enforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or
program contemplated hereunder, and the County and the Consultant agree that neither the
County nor the Consultant or any agent, officer, or employee of either shall have the authority to
inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity
or entities, have entitlements or benefits under this Contract separate and apart, inferior to, or
superior to the community in general or for the purposes contemplated in this Agreement.
XXXVII. ATTESTATIONS
Consultant agrees to execute such documents as the County may reasonably require, including but
not limited to a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace
6002
Statement which are attached hereto in original form with original signatures from Consultant's
response to RFP, or as provided thereafter.
XXXVIII. NO PERSONAL LIABILITY
No covenant or agreement contained herein shall be deemed to be a covenant or agreement of
any member, officer, agent or employee of County in his or her individual capacity, and no
member, officer, agent or employee of County shall be liable personally on this agreement or be
subject to any personal liability or accountability by reason of the execution of this agreement.
XXXIX. EXECUTION OF CONTRACT
Upon Notice of Intent to Award by the County, the contract shall be put in final form by the
Administrative Director and, upon consent and approval of the County Attorney, given to the
Contractor for signature. Within ten (10) days after receipt of the contract from Administrative
Director, the Contractor shall fully execute, scan and return via email one (1) original electronic
copy of the Contract Agreement to the Administrative Director or designee, along with all other
Contract Documents attached, including original Insurance Certificate(s) and proof of any required
licenses not previously provided. If applicable, a certified copy of the recorded Public Construction
Bond must be provided prior to the issuance of the Notice to Proceed as soon as possible. After
approval by the BOCC and upon full execution by the County Clerk,the Administrative Director will
return one fully executed copy of the Contract Agreement to the Contractor with all other Contract
Documents attached as soon as practicable. In no event shall the Bidder's failure to provide
satisfactory insurance certificates extend the contract time.
XL. EXECUTION IN COUNTERPARTS
This Agreement may be executed in any number of counterparts, each of which will be deemed to
be an original, but all of which when taken together will constitute the Agreement. If any signature
is delivered by email delivery of a ".pdf" format data file, such signature will create a valid and
binding obligation of the party executing (or on whose behalf such signature is executed) with the
same force and effect as if the ".pdf" signature was an original signature. The Contractor's
transmitting an electronic signature will provide the inked original to the County, at the County's
req uest.
XLI. SECTION HEADINGS
Section headings have been inserted in this agreement as a matter of convenience of reference
only, and it is agreed that such section headings are not a part of this agreement and will not be
used in the interpretation of any provision of this agreement.
XLII. INSURANCE POLICIES
6003
Upon execution of this Contract, Consultant shall provide to County evidence of insurance
coverage as follows:
A. INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN COUNTY AND CONSULTANT
Prior to the commencement of work governed by this contract, the Consultant shall obtain the
following insurance. Coverage shall be maintained throughout the life of the contract and include,
as a minimum:
Insurance
Coverage Type Required Limits Manual
Form
Workers' Compensation Statutory
Employers' Liability $500,000 Bodily Injury by Accident
$500,000 Bodily Injury by Disease, policy limits WC2
$500,000 Bodily Injury by Disease, each
employee
Commercial General Liability $500,000 GL2
Vehicle Liability ($200,000 Claim; $300,000 Occurrence)
-or- VL2
$300,000 Combined Single Limit
Professional Liability $500,000 Per Occurrence PR02
$1,000,000 Annual Aggregate
All insurance should be provided by insurance companies that are licensed to do business in the
State of Florida with a minimum A. M. Best Rating of A+. The Monroe County Board of County
Commissioners shall be named as an Additional Insured.
B. GENERAL INSURANCE REQUIREMENTS FOR CONTRACTORS AND SUBCONTRACTORS:
As a pre-requisite of the work governed, the CONTRACTOR shall obtain, at his/her own expense,
insurance as specified herein, which is made part of this contract. The CONTRACTOR shall require
all subcontractors to obtain insurance consistent with the requirements specified in this Contract.
The CONTRACTOR will not be permitted to commence work governed by this contract (including
pre-staging of personnel and material) until satisfactory evidence of the required insurance has
been furnished to the COUNTY as specified below, and where applicable CONTRACTOR shall
provide proof of insurance for all approved subcontractors. Delays in the commencement of work,
resulting from the failure of the CONTRACTOR to provide satisfactory evidence of the required
6004
insurance, shall not extend deadlines specified in this contract and any penalties and failure to
perform assessments shall be imposed as if the work commenced on the specified date and time,
except for the CONTRACTOR'S failure to provide satisfactory evidence.
The CONTRACTOR shall maintain the required insurance throughout the entire term of this
contract and any extensions. Failure to comply with this provision may result in the immediate
suspension of all work until the required insurance has been reinstated or replaced. Delays in the
completion of work resulting from the failure of the CONTRACTOR to maintain the required
insurance shall not extend deadlines specified in this contract and any penalties and failure to
perform assessments shall be imposed as if the work had not been suspended, except for the
CONTRACTOR'S failure to maintain the required insurance.
The CONTRACTOR shall provide to the COUNTY as satisfactory evidence of the required insurance,
either:
• Certificate of Insurance
or
• Certified copy of the actual insurance policy
The County, at its sole option, has the right to request a certified copy of any or all insurance
policies required by this contract.
All insurance policies must specify that they are not subject to cancellation, non-renewal, material
change, or reduction in coverage unless a minimum of thirty (30) days prior notification is given to
the County by the insurer.
The acceptance and/or approval of the CONTRACTOR'S insurance shall not be construed as
relieving the CONTRACTOR from any liability or obligation assumed under this contract or imposed
by law.
The Monroe County Board of County Commissioners, its employees and officials will be included
as "Additional Insured" on all policies, except for Workers' Compensation.
XLIII. ENTIRE AGREEMENT
This agreement constitutes the entire agreement between the County and the Consultant for the
services contemplated herein. Any amendments or revisions to this agreement must be in writing
and be executed in the same manner as this agreement.
XLIV. BREACH PENALTY AND DAMAGES DURING EMERGENCY RECOVERY PERIOD
6005
Effective January 1, 2026 and in accordance with F.S. 252.505, the Parties agree that if the
Contractor/Consultant breaches this Contract for goods or services related to emergency response
fora natural emergency during an emergency recovery period,the Contractor/Consultant shall pay
Monroe County a penalty of Five Thousand Dollars ($5,000) and damages. In addition to the
penalty, the Contractor/Consultant shall be liable for damages, which may be assessed, at the
County's sole discretion, as either:
1. Actual and consequential damages suffered as a result of the breach; OR
2. Liquidated damages in the amount specified in this Contract.
The remedies provided in this section are cumulative and are in addition to any other rights or
remedies available at law or in equity. For purposes of this provision, "emergency recovery period"
shall have the meaning assigned under F.S. 252.505.
BALANCE OF PAGE INTENTIONALLY LEFT BLANK
SIGNATURE PAGE TO FOLLOW
MONROE COUNTY ATTORNEY
APPROVED AS TO FORM
Kelly Digitally signed by
Kelly Dugan
Dugan Date:2025.08.29
16:24:24-04'00'
KELLY DUGAN
ASST. COUNTY ATTORNEY
6006
IN WITNESS WHEREOF, each party has caused this Contract to be executed by a duly authorized
representative.
(SEAL)
Attest: KEVIN MADOK, CLERK OF COURT BOARD OF COUNTY COMMISSIONERS
OF MONROE COUNTY, FLOIDA
By: By:
Deputy Clerk Mayor
(SEAL) M.T. CA SLEY LL w K. Digitally signed by
Matf Matthew K.Causley
Causley Date:2025.09.02 13:43:04
nn 1nn,
Signature of person authorized to legally bind (entity)
Attest:
By: By: Matthew K. Causley
WITNESS
Title: Sr. Account Manager Title: President
By:
WITNESS
Title: Contract Manager
STATE OF Florida
COUNTY OF Miami-Dade
Sworn to (or affirmed) and subscribed before me by means of N physical presence or ❑ online
notarization, this 2nd day of August, (2025) , by Matthew K. Causley (name of person
making statement).
X Personally Known OR Produced Identification
Type of„ldentific io P oduced:
Nota'rfy Pubfit .
'J
Gladys G. Zubiri
Print Name Notery Pub state of Florida
s tadys G ZuWri
076
killf,
lacy CommisOonb HS`377698My commission expires: 07/28/2026 allr aa�z �2
6007
EXHIBIT "A"
SCOPE OF SERVICES
A. BUILDING DEPARTMENT PLAN REVIEW AND INSPECTIONS (BUILDING/ELECTRIC/PLUMBING/
MECHANICAL/FLOOD):
The Building Department is seeking a Consultant to conduct building, plumbing, mechanical, electrical,
flood, and related Code compliance inspections, and plan review. Permit intake and issuance services
may also be needed. Work will include inspections and plan review for single family and multi-family
residential, commercial, office and/or industrial projects for compliance with the latest Florida Building
Code in effect. Plan review must be conducted pursuant to protocols established by the Building
Official at locations within the jurisdiction of the County that provide access to the relevant permit files
and plans, i.e. Upper Keys (Key Largo area); Middle Keys (Marathon area) and Lower Keys (Stock Island
area), when needed for paper-based applications/permits. Consultant must be available to provide
services to the County by employees available during County's business hours. Consultant should
provide employees who are available to work up to 40 hours per work week. Some evening or
weekend hours may be necessary, depending on workload. Geographic and environmental factors
involving severe weather, potential flooding, storm damage, etc. can affect the workload and may
necessitate related inspections and plan review services. Consultant's employees should be very detail
oriented, have good reasoning skills, work with checklists to complete reviews and be able to work
independently with minimum supervision. Minimum licensure as exhibited in the attached EXHIBIT
"D" —Section 1 (Building)" is required.
B. PLANNING & ENVIRONMENTAL RESOURCES PLAN REVIEW
The Planning & Environmental Resources Department is seeking a Consultant to conduct zoning plan
review. Work will include review of site plans for residential, commercial, office, or industrial
development, sign and fence permits for compliance with the County's land use standards contained
in the Land Development Code, as well as application and site plan review for compliance and review
of development applications (i.e. conditional uses, variances, land use, etc.) Plan review must be
conducted at the relevant County office to ensure access to permit files, plans, maps and human
resources when needed for paper-based applications/permits. Consultant must be available to provide
services to the County by employees available during County's business hours. Consultant should
provide employees who are available to work up to 40 hours per work week. Some evening or
weekend hours may be necessary, depending on workload. Consultant's employees should be very
detail oriented, have good reasoning skills, work with checklists to complete reviews and be able to
work independently with minimum supervision. Minimum licensure as exhibited in the attached
EXHIBIT "D"—Section 2 (Planning) and Section 3 (Environmental Resources)" is required.
C. FIRE PREVENTION PLAN REVIEW AND INSPECTIONS
6008
Consultant's employees must be qualified with the following:
1. Florida State Certified Fire Protection Engineer specializing in sprinkler systems and fire alarm
systems, but qualified to review all aspects of structure and architectural design.
2. Florida State Certified Fire Safety Inspector I or 11.
Minimum licensure/certification as exhibited in the attached EXHIBIT"D"—Section 4(Fire)" is required.
D. GENERAL PROVISIONS
1. The Consultant's services will be performed on behalf of and solely for the benefit and exclusive
use of County for the limited purposes set forth in this Agreement. County acknowledges that the
Consultant's services require decisions, which are based upon laws and jurisdiction, as well as best
professional standards and judgment.
2. In the performance or furnishing of professional services hereunder, the Consultant, and those it is
responsible for, shall exercise the degree of skill and care customarily accepted as prudent
professional practices and procedures by members of the same profession currently practicing
under similar conditions in the same locality ("Standard of Care"). Consistent with this Standard of
Care, the services shall conform to applicable laws; codes, ordinances and regulations of any
governmental agency having jurisdiction over the project, at the time services are rendered. The
Consultant shall perform its services within the response times provided herein and as
expeditiously as is consistent with the Standard of Care and with the orderly progress of the Work.
3. The Consultant shall not be required to sign any documents, no matter by who requested, that
would result in the Consultant having to certify, guaranty or warrant the existence of conditions
whose existence the Consultant cannot ascertain. Any certification provided by the Consultant
shall be so provided based on the Consultant's knowledge, information and belief subject to the
preceding sentence, and shall be given in the Consultant's professional opinion consistent with the
Standard of Care.
4. Nothing contained in this Agreement is intended to create a contractual relationship with, or a
cause of action in favor of, a third party against either the County or the Consultant. The
Consultant's services under this Agreement are being performed solely for the benefit of the
County and it is the intent of the parties that no person or other entity shall have any claim against
the County or the Consultant because of this Agreement. In addition, nothing herein shall be
construed as creating a contractual relationship between the County and any employee or
representative of the Consultant.
5. The Consultant will be responsible for coordination of its work with County officials.
6. The Consultant at the conclusion of its review of each building permit, shall state in writing on forms
provided bythe County whether the plans reviewed orthe construction inspection passed orfailed.
6009
The Consultant will specify the legal reasons for a failed review or inspection, and the necessary
remedial actions.
7. The Consultant shall provide to the County clear, specific, and definite written final
recommendations and observations that support the Consultant's recommendations and
conclusions regarding each building inspection and plan review.
8. Field inspections must be completed within response time of twenty-four hours of request, the
same or next business day, depending on when the call for inspection is received by the County
excluding weekends and County Holidays.
9. The Consultant guarantees that no work shall be performed on private sites within the County other
than assigned by the County, whether or not there is any remuneration to Consultant or
Consultant's employees,whether employed by Consultant or acting as individuals,during the entire
term of this agreement. In addition, the Consultant shall not have any direct or indirect
relationships, business or otherwise, with any entity having an interest in any project(s) being
reviewed or inspected on behalf of the County. It shall be the responsibility of the Consultant to
inform the County and refrain from performing services on such jobs.
10. The Consultant shall not perform work of any kind or description within Monroe County for any
party other than the County during the term of this Agreement whether related or unrelated to the
types of services covered by or contemplated under this agreement or in any other location which
could create a conflict of interest.
11. All services shall be compensated at the hourly rates established in accordance with the attached
schedule, EXHIBIT "B" COST SUMMARY. However, the total compensation to the Consultant for
services of the Consultant shall not, correspondingly, increase above those stated in the attached
schedule.
12. Tasks will be assigned by task number and given to the Consultant and to Consultant's employee
on site. If Consultant directs its staff member to proceed with the task, Consultant shall
communicate that decision to the relevant County staff.
E. DESCRIPTION OF SERVICES
1. Building Department Services (under supervision of the Building Official)
a) The Consultant is to perform building, plumbing, mechanical, electrical,flood, and related Code
compliance inspections,and plan review. Work to include inspections and plan review for single
and multi-family residential, commercial, office or industrial projects for compliance with the
technical codes applicable to the project.
6010
b) Plan review must be conducted at there I evant County offices in Key Largo (2), Marathon and/or
Stock Island to ensure access to permit files and plans, when needed for paper-based
applications/permits.
c) The County Building Official will oversee the duties performed by the consultant's staff as
required by F.S. 468. The Consultant's staff must be available to work up to 40 hours per week
as well as some evening and weekend hours depending on the workload.
2. Planning & Environmental Resources Department (under supervision of the Senior Director,
Planning and Environmental Resources)
a) The Consultant is to review site plans for residential, commercial, office, or industrial
development, sign and fence permits for compliance with County land use standards contained
in the Land Development Code, as well as application and site plan review for compliance with
the Land Development Code.
b) Plan review must be conducted at the relevant County offices in Key Largo(2), Marathon and/or
Stock Island to ensure access to permit files, plans, maps and human resources when needed
for paper-based applications/permits.
c) County staff will advise and direct Consultant's staff concerning work approved under the task
order. The Consultant's staff must be available to work up to 40 hours per week as well as some
evening and weekend hours depending on the workload.
3. Fire Prevention Services (under supervision of the Fire Marshal)
a) The Consultant is to perform fire prevention inspections and plan review. Work to include
inspections and plan review for single and multi-family residential, commercial, office or
industrial projects for compliance with the Florida Fire Prevention Code, sixth Edition (and
related successors) and other codes as adopted by the State of Florida (by F.S. 633 and F.A.C.
69-A).
b) Plan review must be conducted at the relevant County offices to ensure access to permit files
and plans when needed for paper-based applications/permits.
c) Consultant's staff must be available to work up to 40 hours per week as well as some evening
and weekend hours depending on the workload.
d) Inspectors and plan reviewers must be Florida State Certified Fire Protection Engineers
specializing in sprinkler systems and fire alarm systems, and qualified to review all aspects of
structure and architectural design. In addition, Consultant's employees are required to be
Florida State Certified Fire Safety Inspector I or II.
F. SPECIAL CONDITIONS
6011
1. The County reserves the right to ensure that all persons supplied under this Contract meet the
requirements listed below. If at any time they do not meet these requirements the successful firm
shall immediately pull the assigned person and/or persons off the job at no cost to the County.
2. Temporary support personnel must be neat and clean experienced workers and drug free.
Temporary support personnel shall be mentally, emotionally, and physically competent to perform
the services required.
3. Temporary support personnel must provide their own transportation to and from the job site and
they are responsible for their own parking.
4. The Consultant must assume the employer/employee relationship. The County shall not be liable
for any workers' compensation or Title VII of the Civil Rights Act claim that may arise from the
temporary assignment.
5. National Crime Information Center backgrounds and police checks may be done on temporary
support personnel by the County at any time during the Contract period.
6. Persons employed by the Consultant in the performance of services pursuant to this Contract shall
not be considered employees of the County, shall be independent thereof and shall have no claim
against the County as to pension, worker's compensation, unemployment compensation,
insurance, salary, wages or other employee rights or privileges granted by operation of law or by
the County to its officers and employees.
7. The Consultant agrees to reimburse the County for any improper charges, which can be
documented as a result of the Consultant's employee(s) making unauthorized long distance
telephone calls or other inappropriate use of County property while working at or on behalf of the
County.
8. Professional behavior and conduct will be demonstrated by Consultant's employees at all times
while performing work assignments under this contract. All employees provided by Consultant
shall be required to dress in professional, conservative business-like attire, suitable for public
exposure. No jeans, T-shirts, or athletic shoes will be allowed, unless approved by the County
Department to which the temporary personnel are assigned. Consultant must provide its
employees with suitable safety attire including puncture proof footwear for work assignments
conducted in the field. In addition, Consultant must provide its employees with all necessary
equipment and tools to perform tasks assigned under this agreement. Failure to be adequately
prepared for work assignments may result in rejection of the Consultant's employees at no cost to
County. Identification cards provided by the County and the Consultant must be carried by
Consultant's employees at all times during the performance of any duties under this Agreement.
6012
LO 0
m 0
N
AA VI)
0
T,
0
Tj
VA tn
v LO m 15 0 0
-W a
cv, 4,s
0
LLJ 0
C14
(A (A
u ZIP ul
m 0
ern
1.0.
Lr) 0
m 0 tx
cz
AA_ 0
ti
Qd
0
0
0
(Y)
0
E 114 0
'Ell 04
co
fA 0
X F— fJ1 4. w
L
LJ CA
CL
U*) C)
0 CL
M 0
Lr) 0
0
N r
to m 'l
(A 4A
0
5
.5 4�
0
19 co V I
LLJ LU c
MW .0
0 (a
0 >
V) uj AA :3 CL
4�
0
CL 0
vs
au
E
w o 4.
Q
w uj Z o
w
>
6013
E
0
Li v
WJ
0 43
XZ
'To
ui �2 Z U) 0
e5 t t W gyp.
UL CL
Ul)
E 111)
z
E
E
cr
CU chi LJ rcl 0
C14 42 6 C
q 0
To
qs
uu
0 E E�, Q
z
E 6-0 V c, 6
, w 0
aU 0 'n
>2 F.
E t 15 , 2b . , 4A
E, �E,
Is Ln
E
UO
Lr) 10
IV
cc
E V,
IV ,a
w
3: 02 1 a "60, 5 , 10 V z
a - (Y) CL
Q so _n
do c ff C'ui j fu r4
Id
Lv I, " _ g E p �v
do PO '-2 t
-F ' E
I E
2
m 0 2 `
0 " P,
rp
Iu
z z
u 0 La D M -1 Z
X 0
m
z < .
0
In u Z
z CIO L2
wi CL
j
Ld 6m cz
IL �4 LA.
0 WJ
uj
LO > x Z zz-- r.
0 Low
z
cr
6014
EXHIBIT "C"
ACKNOWLEDGMENT
I am an employee with M.T. Causley, LLC. When assigned to work in Monroe County at the
Monroe County Building Department, Planning Department, and/or Fire Department, according
to a Contract between M.T. Causley, LLC and Monroe County BOCC, I acknowledge that I am not
an employee of Monroe County BOCC and am not entitled to any benefits from Monroe County
BOCC.
Compensation will be provided by M.T. Causley, LLC and Monroe County BOCC is not responsible
for paying me for my work.
I will comply with the personnel policies of M.T. Causley, LLC and will not engage in conduct that
is prohibited according to Attachment 1, Prohibited Conduct, which has been provided to me.
Signature
Print Name
Date
6015
Attachment 1, Prohibited Conduct
A. Willful or repeated violations of County, State or Federal law or of these policies and procedures.
B. Insubordination - Refusal to respond to authority's reasonable request(s) or instruction.
C. Misconduct - Behavior not conforming to prevailing standards - Misconduct may include, but is
not limited to the following: Fighting or inflicting bodily harm on another person, gambling, dangerous
horseplay, being under the influence or possession of illegal drugs or alcoholic beverages, immoral
behavior, smoking in restricted areas, any violent act or language which adversely affects morale,
production, or maintenance of discipline. Rudeness or acts of disrespect to members of the public,
supervisors, or other employees on duty or off duty. Employees shall not consume or be under the
influence of alcoholic beverages while on duty, nor slhalI they use or be under the influence of,
consume or possess illegal substances while on duty, or on County property at anytime.
D. Criminal,dishonest, infamous or notoriously disgraceful conduct adversely affecting the County
and Consultant (on duty or off duty).
E. Conflict of Interest— Performing or marketing private services to any property owner while
conducting plans review of inspections on behalf of the County.
F. Conviction of(or a plea of nolo contendere in connection with) a felony or gross misdemeanor, or
conviction of a misdemeanor or ordinance violation involving moral turpitude.
.Theft or pilfering - Possessing, unauthorized use of, taking, removing, destroying or tampering with
County property without proper authorization.
H. Fraud or Dishonesty- Falsification of County documents or records, or computer-generated
records. Intentionally making false statement either oral or written about the County, its employees,
other employees of Consultant.
1. Tardiness - Failure to report to assigned workstation on or before the scheduled starting time.
J. Misuse of Time -Sleeping or other acts of inattention or neglect of duty. Unauthorized sale of
articles or services, distribution or posting of literature, canvassing, polling or petitioning.
K.Safety Violations - Unauthorized possession and/or use of weapons, ammunition or explosives.
Failure to observe general safety practices and regulations. Neglect in the safety of others or the
committing of unsafe acts in the use and care of County property or equipment.
L. Illegal driving - Driving for Consultant while performing tasks under the Agreement when not
possessing a valid Florida driver's permit or liability insurance, in accordance with the provisions of the
Agreement.
M. Malicious or Negligent Destruction of Property- Willful or malicious destruction of County
property. Damage of property by failing to use proper equipment, care and good judgment.
N. Incompetence or Inefficiency- Inability or failure to perform work of an acceptable standard
0. Discrimination in Employment - Discriminating against an employee of Monroe County or
Consultant's employees because of race, color, national origin, sex, religion, creed, sexual
preference, handicap or age as defined in state orfederal laws
P.. Acceptance of unauthorized compensation.
Q. Misfeasance -The doing of a lawful act in an unlawful or improper manner so that there is an
infringement on the rights of another.
R. Smoking-Smoking of tobacco products is prohibited in all Monroe County owned or
occupied public facilities (buildings), vehicles, elevators, meeting rooms, hallways, corridors,
lobbies, water fountain areas, stairwells and entryways.,
6016
CA d'4 0',
41 �Cld
01 ff"
z z
r.L
ui 0
zo cc
rvo
%A
z s-
o, 0
z 0
0, 4g
m
E cL
;cr
m
AM
T
�E
-r3
z
'12
u u u u u u
ul um, �u2
6017
B$A
p
15
LAJ s as
' ..
z w
b6
Nam-
21
e
Nd v �
6018
uj
iar la
LJ
q4
41 W
10 C4
cld
J. '10
uu
wi
ui 0
I E
Z
uj
2 In
zo
qo
LAJ
z
Z C 0
0
m
r=
I-
z
uj
r
-4m 9 9 OR, m 9 M '12
6019
uj
CL
uj 0
;D
0, gyp.. LL.
0
0
E C6
Ln
C
co 12
x
v v
m E
22 A
Ks -2 UV �PJ 021 �l 2
6020
IX) go 9p7 q?
Ci
yMy
So,
uj . . . . . . .
em
2
oz
ui
z
0,
c L6
o 0
m
EL-
V
A
E
79
0 u u 0
6021
z
lid
0,
Z 46 q 0
0, J�a
UJ 0
ca
4A
x E
LLJ
27
5
6022
AP
LLJ
0
Ln r_
LU LLJ
z
WJ
0
oz
z
ui 0
0 z
4A *9 L�Ijl is
UJ �z 2
Z
I I I W. fa 0 E
0
E c
LLJ
Z r=
0 E
v
r
-a 41
a _j I
I iz ir
9
uj w
t7 t2 t A
6023
MONROE COUNTY, FLORIDA
REQUEST FOR PROPOSALS
PROFESSIONAL SUPPORT SERVICES FOR PLAN REVIEW, INSPECTION
SERVICES AND PLANNING/ZONING DEVELOPMENT REVIEW
ir
t"t W`iw� xFr '
BOARD OF COUNTY COMMISSIONERS
Mayor lames K.Scholl,District 3
Mayor Pro Tem Michelle Lincoln,District 2
Craig Cates,District 1
David Rice,District 4
Holly Merrill Raschein,District 5
COUNTY ADMINISTRATOR
CHRISTINE HURLEY
SR. DIRECTOR FIRE CHIEF R.L. COLINA SR. DIRECTOR, PLANNING&
BUILDING OFFICIAL ENVIRONMENTAL RESOURCES
RICK GRIFFIN FIRE MARSHAL CRAIG MARSTON DEVIN TOLPIN
6024
SUMMARY OF REQUEST FOR PROPOSALS
Monroe County, Florida is requesting proposals from qualified firms to provide licensed, professional services
in support of the Monroe County Building and Planning & Environmental Resources Departments to perform
plan review, inspection services, and development review on site to expedite the County's building permit
process. The level of provider service will be determined as needed by the Monroe County Building Official in
consultation with the Senior Director of Planning & Environmental Resources and the Fire Marshal.
Monroe County will use an external provider of temporary staff to augment and support the County's Building,
Planning & Environmental Resources, and Fire Department staff to provide timely, effective and responsive
inspections and reviews to meet the needs of our citizens, our unique community and our environment, while
maintaining strict adherence to all federal, state, local laws and specific rules and ordinances of Monroe County
governance. Services to be provided are more completely described in EXHIBIT"A"—SCOPE OF SERVICES.
Examples of the work performed, while not all inclusive, may include physical on-site:
1. Structural/building, mechanical, plumbing, electrical, and flood plan/permitting reviews and inspections,
and other functions relating to issuance of building and construction permits, certificates of occupancy
and other duties as determined by the Monroe County Building Official in accordance with the Florida
Building Code; Chapter 6 of the Monroe County Code of Ordinances; the Monroe County Land
Development Code, including Chapter 122, Federal Flood Plain Regulations and other applicable
documents.
2. Planning, zoning, development review, permit plan review, environmental review and inspections in
accordance with the Monroe County Comprehensive Plan, Land Development Code and other applicable
documents.
3. Fire plan permitting reviews and inspections in accordance with the Florida Fire Prevention Code and
other applicable documents.
All staff provided by the selected firm will be properly licensed and have the qualifications and experience
necessary to perform the duties required by the County. The County reserves the right to select more than one
provider in order to fully meet the needs and requirements of the County in meeting business demands based
on workload,volume, internal staffing levels and other factors to be determined by the Building Official.
Submission of any documents relating to this RFP does not guarantee the providing company will receive a
contract from Monroe County, nor does it imply that the company has any type of procurement and/or
contractual relationship with the County now or in the future. Information provided by any entity in response
to this RFP will be subject to public disclosure pursuant to the laws of the State of Florida. Concurrent with this
policy, the County conducts its procurement activities and formal bid processes in a competitive environment
that fosters equal opportunity for qualified companies to provide services that meet our requirements.
2 e
6025
NOTICE OF REQUEST FOR COMPETITIVE SOLICITATIONS
NOTICE IS HEREBY GIVEN that on Thursday, June 26, 2025, at 3:00 P.M., the Monroe County Purchasing Office
will receive and open sealed responses for the following:
PROFESSIONAL SUPPORT SERVICES FOR PLAN REVIEW, INSPECTION SERVICES AND PLANNING/ZONING
DEVELOPMENT REVIEW
Pursuant to F.S. § 50.0211(3)(a), all published competitive solicitation notices can be viewed at:
www.flloiriidalpuIblliicrnodces.coinn, a searchable Statewide repository for all published legal notices. Requirements for
submission and the selection criteria may be requested from the County's electronic bidding platform at
Inttlps://irnnoirniroecouinty--fll.lbornfiiirelhulb.coinn OR www.irnnoirniroecouinty--fll.gov/[3ornfiiirelBiids.The Public Record is available upon
request.
Monroe County Purchasing Department receives bids via the Bonfire electronic bidding platform. Please do not email,
mail or attempt to deliver in person any sealed bids. Emailed/mailed/physically delivered bids/proposals/responses WILL
NOT be accepted.
The Monroe County Purchasing Department hereby directs that bids be submitted via the Bonfire electronic bidding
platform at Ihnttlps://irnnoirniroecouinty.-fll.lbornfiiirelhulb.coirnn, no later than 3:OOP.M. on Thursday, June 26, 2025 There is no
cost to the bidder to use the Bonfire platform.
Please do not submit your confidential financial information as part of your proposal. There are separate uploads for each
set of documents, including confidential financial information. All proposals, including financial information unless
exempt, will be made public on the platform after an intended decision or 30 days, whichever is earlier, unless the
bids/proposals are rejected in accordance with F.S. 119.071. If your proposal document includes financial information,
that information will not be considered confidential and will be available and viewable to the public in accordance with
public records law. In the event of a discrepancy between the bid amount on the Proposal Form and the bid amount
entered in Bonfire, the bid amount listed in the proposal documents 'Proposal Form' provided by Monroe County in the
competitive solicitation is the amount that will be utilized by the County when considering the bid proposal. The County
reserves the right to waive any proposal/bid irregularity.
The bid opening for this solicitation will be held virtually, via the internet, at 3:00 P.M., on Thursday,June 26, 2025.You
may call in by phone or internet using the following:
Join Zoom Meeting
lhttlps://innclbocc.zooinn.us/i/45093261.56
Meeting ID: 450 932 6156
One tap mobile
+16465189805„4509326156# US(New York)
+16699006833„4509326156# US(San Jose)
Dial by your location
+1 646 518 9805 US(New York)
Publication Dates +1 669 900 6833 US (San Jose)
Keys Citizen: Sat., 05-10-2025
Keys Weekly:Thur., 05-15-2025
Barometer: 05-16-2025
3 I1) ag e
6026
TABLE OF CONTENTS
SECTION ONE: INSTRUCTIONS TO RESPONDENTS ................................................................ 7
A. Overview and General Description of Services ................................................................................................7
B. Purpose and Objectives of the Request for Proposals.....................................................................................7
C. Proposal Submission Requirements .................................................................................................................8
D. Required County Forms....................................................................................................................................9
E. Examination of RFP Documents......................................................................................................................11
F. Interpretation, Clarification and Addenda......................................................................................................11
G. Governing Laws and Regulations ...................................................................................................................12
H. Preparation of Proposals................................................................................................................................12
I. Responsibility for Response.............................................................................................................................12
J. Copies of Proposal Documents........................................................................................................................12
K. Content of Proposal ........................................................................................................................................13
L. Receipt and Opening of Proposals ..................................................................................................................17
M. Determination of Successful Respondent......................................................................................................17
N. Award of Contract ..........................................................................................................................................18
O. Execution of Contract.....................................................................................................................................20
P. Certificate of Insurance...................................................................................................................................20
Q. Indemnification Requirements.......................................................................................................................21
SECTION TWO: DRAFT CONTRACT...................................................................................... 22
I. Term of Contract...................................................................................................................................22
II. Scope of Services ..................................................................................................................................22
III. Compensation.......................................................................................................................................22
IV. Payment................................................................................................................................................23
V. Renewal.................................................................................................................................................23
VI. Contractor's Responsibilities and Licensing..........................................................................................23
VII. Independent Contractor.......................................................................................................................24
Vil l. Staffing..................................................................................................................................................24
IX. Indemnification Requirements.............................................................................................................25
X. Non-Discrimination...............................................................................................................................25
XI. Records and Right to Audit...................................................................................................................28
XII. State of Florida E-Verify........................................................................................................................28
XIII. Claims for Federal or State Aid .............................................................................................................29
XIV. Public Records.......................................................................................................................................29
XV. Uncontrollable Circumstances..............................................................................................................31
XVI. Adjudication of Disputes or Disagreements.........................................................................................31
XVII. Breach of Terms by Consultant.............................................................................................................32
XVIII. Termination...........................................................................................................................................32
XIX. Assignment............................................................................................................................................33
XX. Compliance with Law............................................................................................................................33
4 e
6027
XXI. Disclosure, Conflict of Interest and Code of Ethics...............................................................................34
XXII. Financial Responsibility.........................................................................................................................35
XXIII. Notices ..................................................................................................................................................35
XXIV. Taxes .....................................................................................................................................................35
XXV. Governing Law, Venue, Interpretation.................................................................................................35
XXVI. Public Entity Crime Statement..............................................................................................................36
XXVII. Monroe County Code of Ordinances Section 2-347.............................................................................36
XXVIII. Authorized Signatures...........................................................................................................................36
XXIX. Severability............................................................................................................................................36
XXX. Attorney's Fees and Costs.....................................................................................................................37
XXXI. Binding Effect........................................................................................................................................37
XXXII. Authority...............................................................................................................................................37
XXXIII. Cooperation ..........................................................................................................................................37
XXXIV. No Solicitation/Payment.......................................................................................................................38
XXXV. Non-Waiver of Immunity......................................................................................................................38
XXXVI. Non-Reliance by Non-Parties................................................................................................................38
XXXVII. Attestations...........................................................................................................................................38
XXXIII. No Personal Liability .............................................................................................................................38
XXXIX. Execution of Contract ...........................................................................................................................39
XL. Execution in Counterparts ....................................................................................................................39
XLI. Section Headings...................................................................................................................................39
XLII. Insurance Policies..................................................................................................................................39
XLIII. Entire Agreement..................................................................................................................................41
SECTION THREE: COUNTY FORMS...................................................................................... 43
1. Response Form ..............................................................................................................................................44
2. Lobbying and Conflict of Interest Clause.......................................................................................................45
3. Non-Collusion Affidavit..................................................................................................................................46
4. Drug-Free Workplace.....................................................................................................................................47
5. Public Entity Crime Statement.......................................................................................................................48
6. Insurance and Indemnification Statement....................................................................................................49
7. Local Preference Form...................................................................................................................................50
8. Vendor Certification Regarding Scrutinized Companies List.........................................................................51
9. Affidavit Attesting to Noncoercive Conduct for Labor or Services................................................................52
10. Foreign Entities Affidavit F.S. 287.138...........................................................................................................53
11. Common Carrier Responsibilities Affidavit F.S. 908.111...............................................................................54
SECTION FOUR: INSURANCE REQUIREMENTS .................................................................... 55
51I) age
6028
EXHIBITS:
EXHIBIT "A" SCOPE OF SERVICES
EXHIBIT "B" MONROE COUNTY PERMITTING OVERVIEW
EXHIBIT "C" COST SUMMARY
EXHIBIT "D" LICENSE INFORMATION FOR STAFF ASSIGNED TO CONTRACT
6 1 ii:)
6029
SECTION ONE: INSTRUCTIONS TO RESPONDENTS
A. OVERVIEW AND GENERAL DESCRIPTION OF SERVICES
The Board of County Commissioners of Monroe County, Florida, (hereinafter "County") is seeking
proposals from respondents (hereinafter "Consultant" or "Organization" or "Respondent" or
"Provider") to provide PROFESSIONAL SUPPORT SERVICES FOR PLAN REVIEW, INSPECTION SERVICES
AND PLANNING/ZONING DEVELOPMENT REVIEW throughout the unincorporated areas of the Florida
Keys within Monroe County for the Building Official, the Senior Director of Planning & Environmental
Resources and the Monroe County Fire Marshal, who are primarily responsible for floodplain
management, permitting, plan review, development approvals, and inspections. The disciplines that
review permits and/or construction plans for compliance with federal, state, and Monroe County
regulations include:
• Building/Structural Review
• Mechanical
• Plumbing
• Electric
• Floodplain (Monroe County Code Chapter 122)
• Planning & Environmental Resources (Monroe County Code; Comprehensive Plan and Land
Development Code plus other state &federal laws)
• Fire (under direction of Fire Marshal)
The Planning Director, Fire Marshal, and ultimately, the Building Official authorize permit issuance for
applicable discipline review. Each of these disciplines participates in the review of permit applications
as found in EXHIBIT"B"MONROECOUNTY PERMITTING OVERVIEW. This document is referred to as a
matrix that indicates for each permit type issued by Monroe County, which disciplines have to review it
for compliance with applicable regulations. After permits are issued, inspections are made to ensure
the construction is consistent with the approved permit/plans/regulations. Typically, Monroe
County has a 24-hour turnaround time to complete inspections, although if a certain discipline has
licensed reviewers or inspectors out of the office (vacation/sick) then it may be necessary to augment
staff.
B. PURPOSE AND OBJECTIVES OF THE REQUEST FOR PROPOSALS
County staff has worked to document standard operating procedures and processes required for
adequate review and consistency of each permit type under the law. Permit applications have been
revised to better assure compliance and consistent application for all permit applicants to promote
fairness in the process, especially between the current offices - Key Largo (2) (Upper Keys), Marathon
(Middle Keys), Big Pine Key and Stock Island (Lower Keys). While the County has worked hard to improve
and streamline these processes, including implementation of an electronic permitting application,
staffing and adequate human resources still remain a challenge. Recruiting multi-discipline licensed
individuals is difficult and creates a substantial challenge within the geographic expanse of Monroe
7 e
6030
County for inspecting - sending an individual for each discipline for inspections when required. The
Building Department is required to have every discipline available to review plans and permits. There
are alternative methods for delivering these required services which include retaining a private firm to
perform permitting, plan review and inspections.
The County is seeking to utilize the services of an external provider(s) to augment and supplement
County staff at different times on a temporary basis and to provide timely, effective and responsive
inspections and reviews. The level and type of service needed will differ based on circumstances at any
given time. The workload can be affected by various factors such as internal staff illness or vacation,
staff training, resignations, staff shortage,volume of construction work ongoing within the County, new
regulations, laws or requirements implemented from time to time, as well as geographic and
environmental factors involving severe weather, potential flooding, storm damage, etc. The County
may have a need for one or several external professionals to meet the technicalities of single or multiple
disciplines at any given time.
Staffing will be the responsibility of the Consultant/Provider and all of Provider's staff will be employees
of Provider. Contractor may change personnel at will with reasonable notice to the County. Please see
special conditions in EXHIBIT "A" SCOPE OF SERVICES.
More specific details of the requirements to be performed by the Contractor if awarded a Contract
resulting from this Request for Proposals are provided in EXHIBIT "A" SCOPE OF SERVICES.
C. PROPOSAL SUBMISSION REQUIREMENTS
1. Interested firms or individuals shall submit one (1) electronic copy of the Proposal(s), tabbed,
and indexed in Adobe Acrobat file (.PDF) format.
2. Proposals shall be submitted to Monroe County not later than the time and date for receipt of
Proposals indicated in the Notice of Request for Competitive Solicitations, or any extension
thereof made by Addendum. Bonfire will not allow any Proposals to be uploaded after the time
and date for receipt of Proposals. Proposals received after the time and date for receipt of
Proposals will not be considered. Bonfire will not allow any Proposals to be uploaded after the
time and date for receipt of Proposals.
3. Monroe County Purchasing Department receives bids via the Bonfire electronic bidding
platform. Please do not email, mail, or attempt to deliver in person any sealed bids.
Emailed/mailed/physically delivered bids/proposals/responses WILL NOT be accepted.
4. The Monroe County Purchasing Department hereby directs bids be submitted via the Bonfire
electronic bidding platform at https://monroecounty-f1.bonfire hub.com, no later than 3:00
P.M. on Thursday,June 26, 2025. There is no cost to the bidder to use the Bonfire platform.
8 e
6031
5. Please do not submit your confidential financial information as part of your proposal upload.
There are separate uploads for each set of documents, including confidential financial
information. All proposals will be made public on the platform after an intended decision or
thirty (30) days, whichever is earlier, unless the bids/proposals are rejected in accordance with
F.S. Sec. 119.071. If your proposal document includes financial information,that information will
not be considered confidential and will be available and viewable to the public in accordance
with public records law. In the event of a discrepancy between the bid amount on the Proposal
Form and the bid amount entered into Bonfire,the bid amount listed in the proposal documents
is the amount that will be utilized by staff when considering the bid proposal. The County
reserves the right to waive any proposal/bid irregularity.
The bid opening for this solicitation will be held virtually, via the internet, at 3:00 P.M., on
Thursday,June 26, 2025. You may call in by phone or internet using the following:
Join Zoom Meeting
lhttp,s://irncbocc.zooirn.u,s/i/45093261.56
Meeting ID: 450 932 6156
One tap mobile
+16465189805„4509326156# US (New York)
+16699006833„4509326156# US (San Jose)
Dial by your location
+1 646 518 9805 US (New York)
+1 669 900 6833 US (San Jose)
6. The Proposer shall assume full responsibility for timely delivery via upload to Bonfire as the
location designated for receipt of Proposals.
7. Oral, telephonic, telegraphic, emailed, and faxed Proposals are invalid and will not receive
consideration.
8. All submissions must remain valid for a period of ninety (90) days from the date of the deadline
for submission stated above. The Board will automatically reject the response of any person or
affiliate who appears on the convicted vendor list prepared by the Department of General
Services, State of Florida, under Sec. 287.133(3)(d), Florida Statutes (1997). Monroe County
declares that all or portions of the documents and work papers and other forms of deliverables
pursuant to this request shall be subject to reuse by the County.
D. REQUIRED COUNTY FORMS
Failure to complete all required County Forms (SECTION THREE) in every detail and submit them with
your Response may result in immediate disqualification of your Response.
1. RESPONSE FORM: Please fill out as indicated.
9 e
6032
2. LOBBYING AND CONFLICT OF INTEREST CLAUSE: Any person submitting a bid or proposal in
response to this invitation must execute the enclosed LOBBYING AND CONFLICT OF INTEREST
CLAUSE and submit it with his/her/its bid or proposal. Failure to complete this form in every
detail and submit it with the bid or proposal may result in immediate disqualification of the bid
or proposal.
3. NON-COLLUSION AFFIDAVIT: Any person submitting a bid or proposal in response to this
invitation must execute the attached COUNTY FORMS AFFIDAVIT and submit with his/her/its bid
or proposal. If it is discovered that collusion exists among the respondents, the bid or proposals
of all participants in such collusion shall be rejected, and no participants in such collusion will be
considered in future bids for the same work.
4. DRUG-FREE WORKPLACE FORM: Any person submitting a bid or proposal in response to this
invitation must execute the enclosed DRUG-FREE WORKPLACE FORM and submit it with
his/her/its bid or proposal. Failure to complete this form in every detail and submit it with your
bid or proposal may result in immediate disqualification of your bid or proposal.
5. PUBLIC ENTITY CRIME: All requests for competitive solicitation and any contract document shall
contain a statement which reads as follows (Section 287.133 F.S.): "A person or affiliate who
has been placed on the convicted vendor list following a conviction for a public entity crime may
not submit a bid, proposal, or reply on a contract to provide any goods or services to a public
entity; may not submit a bid, proposal, or reply on a contract with a public entity for the
construction or repair of a public building or public work; may not submit bids, proposals, or
replies on leases of real property to a public entity; may not be awarded or perform work as a
contractor, supplier, subcontractor, or consultant under a contract with any public entity; and
may not transact business with any public entity in excess of the threshold amount provided in
Florida Statutes, Section 287.017, for CATEGORY TWO for a period of thirty-six (36) months
following the date of being placed on the convicted vendor list. Category Two: $35,000.00
6. INDEMNIFICATION AND HOLD HARMLESS FORM
7. LOCAL PREFERENCE FORM
8. ETHICS CLAUSE: Each contract/agreement entered into by the County shall contain in
accordance with Section 5 (b) Monroe County Ordinance No. 010-1990 the following ethics
clause: "(Person or business entity) warrants that he/she/it had not been employed, retained
or otherwise had act on his/her/its behalf any former County officer or employee subject to the
prohibition 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
10 e
6033
any fee, commission, percentage, gift, or consideration paid to the former County officer or
employee."
E. EXAMINATION OF RFP DOCUMENTS
1. Each Respondent shall carefully examine the RFP (Request for Proposals) and other contract
documents, and inform himself thoroughly regarding any and all conditions and requirements that
may in any manner affect cost, progress, or performance of the work to be performed under the
contract. Ignorance on the part of the Contractor will in no way relieve him of the obligations and
responsibilities assumed under the contract.
2. Should a Respondent find discrepancies or ambiguities in, or omissions from, the proposal
documents, or should the organization be in doubt as to their meaning, the organization shall at
once notify the County in writing by email to Ed Koconis at IKoconii,s is:d 1MoniroeCounty If::1...Gov .
3. The submission of a Proposal will constitute a representation by the Proposer that he/she/it has
complied with every requirement of Section E and that the Proposal Documents are sufficient in
scope and detail to indicate and convey an understanding of all terms and conditions for
performance of the work. Submission of a Proposal will be considered evidence that the Proposer
has familiarized themselves with the nature and extent of the work, and any equipment, materials,
and labor required.
F. INTERPRETATION, CLARIFICATION AND ADDENDA
No oral interpretations will be made to any Respondent as to the meaning of the contract documents.
Any inquiry or request for information/interpretation received in writing ten (10) or more days prior to
the date fixed for opening of responses will be given consideration. Written inquiries should be sent by
email to Ed Koconis at IKoconii,s is:d 1MoniroeCounty If::1...Gov. All such changes or interpretation will be
made in writing in the form of an Addendum and, if issued, will be furnished by posting on the website
at IhttiPso//irnoniroecountyf1.bonfi ire Inub.coirn OR www.irnoniroecounty iLgov/lBonfiirelBId,s prior to the
established response opening date. Interpretations, corrections, or changes of the Proposal Documents
made in any other manner will not be binding, and Proposers shall not rely upon such interpretations,
corrections, and changes. Oral and other interpretations or clarifications will be without legal effect.
Each Respondent shall acknowledge receipt of such Addenda in their Response. In case any Respondent
fails to acknowledge receipt of such Addenda or Addendum, his/her/its response will nevertheless be
construed as though it had been received and acknowledged and the submission of his response will
constitute acknowledgment of the receipt of same. All Addenda are a part of the contract documents,
and each Respondent will be bound by such Addenda, whether or not received by him/her/it. It is the
responsibility of each Respondent to verify that he has received all Addenda issued before responses
are opened.
a g e
6034
No Addenda will be issued later than five (5) business days prior to the date for receipt of Proposals
except for an Addendum withdrawing the Request for Proposals or one which includes postponement
of the date for receipt of Proposals.
G. GOVERNING LAWS AND REGULATIONS
1. The Respondent is required to be familiar with and shall be responsible for complying with all
federal, state, and local laws, ordinances, rules, and regulations that in any manner affect the
work. Knowledge of occupational license requirements and obtaining such licenses for Monroe
County, State of Florida, and/or municipalities within Monroe County are the responsibility of
the Bidder/Respondent.
2. Respondent shall be required to obtain a Monroe County Business Tax Receipt before
beginning operations. Respondent shall also be responsible for obtaining any additional
licenses which may be required to conduct the work under the Contract prior to performance.
The Bidder/Respondent shall include in his/her/its bid prices for all sales,consumer, use,and other taxes
required to be paid in accordance with the law of the State of Florida, County of Monroe.
H. PREPARATION OF PROPOSALS
Signature of the Respondent: The Respondent must sign the Proposal forms in the space provided for
the signature. If the Respondent is an individual,the words "doing business as ", or"Sole
Owner" must appear beneath such signature. In the case of a partnership, the signature of at least one
(1) of the partners must follow the partnership's name and the words "Member of the Firm" should be
written beneath such signature. If the Respondent is a corporation, the title of the officer signing the
Proposal on behalf of the corporation must be stated along with the Corporation Seal Stamp and
evidence of his authority to sign the Proposal must be submitted. The Respondent shall state in the
response the name and address of each person interested therein.
I. RESPONSIBILITY FOR RESPONSE
The Respondent is solely responsible for all costs and/or expenses associated or incurred in attending
any Pre-bid Conferences, preparation of bid documents and/or submitting a bid, regardless of whether
a contract award is made by the County. This competitive solicitation does not constitute an offer for
employment or contract for services.
J. COPIES OF PROPOSAL DOCUMENTS
1. Only complete sets of Proposal Documents will be issued and shall be used in preparing proposals.
The County does not assume any responsibility for errors or misinterpretations resulting from the
use of incomplete sets. Neither the County nor its agents assume any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Proposal Documents.
12 e
6035
2. Complete sets of Proposal Documents may be obtained in the manner and at the location stated in
the Notice of Request for Competitive Solicitations.
3. Submitted Proposals MUST include an Insurance Agent's Statement and a completed Insurance
Checklist, and all forms and requirements as called for in the Request for Proposals. Failure to
include all necessary forms and licenses will result in a non-responsive proposal.
K. CONTENT OF PROPOSAL
1. The Proposal submitted in response to this RFP shall be submitted on Bonfire in 8-1/2" x 11" letter
size form; shall be clear and concise, and provide the information requested herein. The Proposal
shall be organized and tabbed. Statements submitted without the required information will not be
considered. Proposals shall be organized as indicated below. The Respondent should not withhold
any information from the written response in anticipation of presenting the information orally or in
a demonstration. Each Respondent must submit adequate documentation to certify the
Respondent's compliance with the County's requirements. Respondent should focus specifically on
the information requested.
2. The response, at a minimum, shall include the following:
a) COVER PAGE that reads "PROFESSIONAL SUPPORT SERVICES FOR PLAN REVIEW, INSPECTION
SERVICES AND PLANNING/ZONING DEVELOPMENT REVIEW". The cover page should contain
Respondent's name, address, telephone number, and the name of the Respondent's contact
person.
b) TABBED SECTIONS consisting of the following:
TAB ONE: Respondent's approach to this project (Maximum of 15 points)
a. Provide a description of the project approach, including: a statement that reflects a clear
understanding of project needs based on the objectives stated in Section One, Part B above, and
a business plan that details the approach.
TAB TWO: Cost Matrix(Maximum of 30 points)
a. Describe the anticipated charges for each service to be provided to the County using the
attached cost matrix contained in EXHIBIT"C"COSTSUMMARY
TAB THREE: Past Performance, Qualifications, and Service Description (Maximum of 15 points)
a. Provide details of past performance and professional accomplishments including a description
of similar work completed by the Respondent, any current contracts for similar work, any
13 e
6036
outstanding accomplishments of the Respondent, and any outstanding accomplishments of the
Respondent that relate directly to this type of work.
b. Provide details of technical, educational, and training experience of the Respondent and/or
assigned staff; if the Respondent and/or any of the assigned staff are located in Monroe County;
if they have familiarity with the geography and environment of the Florida Keys; and/or if they
have any related experience.
c. Completion of the attached spreadsheet EXHIBIT "D" LICENSE INFORMATION FOR STAFF
ASSIGNED TO CONTRACT to include copies of all licenses, certifications and other
documentation verifying the current qualifications and experience of staff assigned to the
County under the terms of the proposed contract.
d. Service area. Describe any cost variances associated with performance of duties within the three
areas overseen by the County, i.e. Upper Keys; Middle Keys; and Lower Keys.
e. Service availability. Describe the availability of proposed staff(i.e. hours/days per week) and/or
any limitations of availability that could arise under performance of this contract.
TAB FOUR: References (Maximum of 10 points)
a. Each Respondent shall provide at least three (3) references for which the Respondent has
provided the same or similar services during the past three (3) years. It is preferred that the
references are from state or local governments, but private industry clients may also be used as
references. Each reference shall include, at a minimum:
• Name and full address of reference organization
• Name of Contact person for contract
• Telephone number(s)
• Date of initiation of contract with reference
• Brief summary comparing the referenced services to these proposed services
b. Credit references (minimum of three), including name, current address and current telephone
number.
TAB FIVE: Staffing (Maximum of 20 points)
a. Respondent shall include a list of the proposed staff positions that will provide the work required
if awarded this contract.
b. If particular staff with certifications and qualifications directly related to this proposal are to be
used for the performance of services under the contract, if awarded, specify the names,
14 e
6037
proposed job titles, and qualifications of said personnel, including relevant licensure or
certification.
c. Describe your turn-over rate or list the length of time each current employee has been with the
organization.
TAB SIX: Respondent's Background Information (Maximum of 10 points)
a. Respondent shall provide a list of shareholders with 5% or more of the stock, or, if a general
partnership, a list of the general partners; or, if a limited partnership, a list of the members; or,
if a solely owned proprietorship, name(s) or owner(s).
b. Respondent shall provide a list of the officers and directors of the Respondent's organization.
c. Respondent shall provide details about the number of years the Respondent has been operating,
and, if different, the number of years the Respondent has provided the type of services
requested.
d. Respondent shall provide details about the number of years the Respondent has operated under
its present name and the number of years the business has operated under any other name, and
such names under which it has operated.
e. Respondent shall provide information regarding any professional or operational permits and
licenses held by its organization and/or key staff. Also, provide here information about the
Respondent's membership, or individual memberships, in any state or national organization that
may be relevant.
TAB SEVEN: Litigation, Claims and Suits
All responses must contain answers to the following questions:
a. Has the person, principals, entity, or any entity previously owned, operated or directed by any
of its officers, major shareholders or directors,ever failed to complete work or provide the goods
for which it has contracted? If yes, provide details;
b. Are there any judgments, claims, arbitration proceeding or suits pending or outstanding against
the person, principal of the entity,or entity,or any entity previously owned,operated or directed
by any of its officers, directors, or general partners? If yes, provide details;
c. Has the person, principal of the entity, or entity, or any entity previously owned, operated or
directed by any of its officers, major shareholders or directors, within the last five years, been a
party to any lawsuit, arbitration, or mediation with regard to a contract for services, goods or
15 e
6038
construction services similar to those requested in the specifications with private or public
entities? If yes, provide details;
d. Has the person, principal of the entity, or any entity previously owned, operated or directed by
any of its officers, owners, partners, major shareholders or directors ever initiated litigation
against the County or been sued by the County in connection with a contract to provide services,
goods or construction services? If yes, provide details; and
e. Whether, within the last five years, the owner, an officer, general partner, principal, controlling
shareholder or major creditor of the person or entity was an officer, director, general partner,
principal, controlling shareholder or major creditor of any other entity that failed to perform
services or furnish goods similar to those sought in the request for competitive solicitation;
TAB EIGHT: County Forms and Licenses
Respondent shall complete and execute the forms specified below and found in Section Three of
this RFP, as well as copies of all professional and occupational licenses:
1. Response Form
2. Lobbying and Conflict of Interest Clause
3. Non-Collusion Affidavit
4. Drug Free Workplace Form
5. Public Entity Crime Statement
6. Insurance and Indemnification Statement
7. Local Preference Form (if applicable) (3 points)
8. Vendor Certification Regarding Scrutinized Companies List
9. Affidavit Attesting to Noncoercive Conduct for Labor Services
10. Foreign entities Affidavit F.S. 287.138
11. Common Carrier Responsibilities Affidavit F.S. 908.111
Respondent shall produce evidence of proper licensing to perform the services described herein.
Copies of all professional and occupational licenses shall be included in this section. Proof of payment
of any required business tax receipts (previously occupational license), including Monroe County, is
required to be provided to the County within fifteen (15) days of award of the contract if not already
provided with the proposal response.
Respondent shall, by separate upload from all other documents including the proposal, upload the
following:
(1) Financial statements for the prior three (3) years for the responding entity or for
any entity that is a subsidiary to the responding entity.
16 e
6039
("Any financial statement that an agency requires a prospective bidder to submit
in order to prequalify for bidding or for responding to a bid for a road or any other
public works project is exempt from F.S. 119.07(1) and s.24(a), Art. 1 of the State
Constitution.") Please do not submit your confidential financial information as
part of your proposal. Please mark as "Confidential"to exercise exemption under
F.S. 119.071(1)(c) and upload by separate upload to Bonfire to maintain
confidentiality. There are separate uploads for each set of documents, including
confidential financial information. However, any financial information the
Contractor includes in the proposal packet,which is not marked as"Confidential',
and is uploaded incorrectly, may be disclosed in any public records request and
will not be treated as "Confidential." The County shall incur no liability for
inadvertent disclosure of financial records that are not properly marked or
submitted.
(2) Any financial information requested by the County department involved in the
competitive solicitation, related to the financial qualifications, technical
competence, the ability to satisfactorily perform within the contract time
constraints, or other information the department deems necessary to enable the
department and Board of County Commissioners to determine if the Respondent
is responsible.
L. RECEIPT AND OPENING OF PROPOSALS
Proposals shall be received in the manner provided in Section K. No responsibility will be attached to
anyone for the premature opening of a proposal not properly addressed and identified. The bid
opening for this solicitation will be held virtually, via the internet, at 3:00 P.M., on Thursday,
June 26, 2025. The public may attend either by phone or internet as specified in the Notice
of Request for Competitive Solicitations.
Any Proposal not received on Bonfire on or before the deadline for receipt of proposals designated in
the Notice of Request for Competitive Solicitations will not be considered.
Responses are confidential pursuant to F.S. 119.071(1)(b)2 and (b)3, until such time as the agency
provides notice of an intended decision or until 30 days after opening the bids, proposals,or final replies,
whichever is earlier.
M. DETERMINATION OF SUCCESSFUL RESPONDENT
Following the receipt of the proposals, the Selection Committee will meet in a publicly noticed meeting
and evaluate the responses based on the criteria and point total below. The County reserves the right
to reject any and all Proposals, or any part of a Proposal. The County reserves the right to waive
informalities,technical errors,variations, and irregularities in any or all Proposals that do not render the
17 e
6040
Proposal non-conforming, to re-advertise for Proposals,to separately accept or reject any item or items
and/or to award and/or negotiate a contract as may be deemed best for the interests of the County.
Proposals which contain modifications, are incomplete, conditional,obscure, or which contain additions
not requested or irregularities of any kind, or which do not comply in every respect with the Instruction
to Respondents, and the proposal documents, may be rejected at the option of the County. The County
may contact a Respondent to request clarification of an ambiguity in the Respondent's proposal.
Each TAB section will be given points used to score and evaluate firms and individuals. The point
structure is as follows:
CRITERIA MAXIMUM POINTS
Proposed project approach and business plan 15
Cost Matrix 30
Past Performance, Qualifications and Service Description 15
References 10
Staffing 20
Respondent's Background Information 10
Local business preference- see Local Preference Form 3
TOTAL
N. AWARD OF CONTRACT
1. The County reserves the right to reject any or all proposals, or any part of any proposal, to waive
any informality in any proposal, or to re-advertise for all or part of the services contemplated.
2. If proposals are found to be acceptable by the County and the Contract is to be awarded,the County
will issue the Notice of Award to the successful Proposer within ninety (90) days after the date of
receipt of proposals. The written notice will be given to the selected Respondent of the acceptance
of their proposal and of the award of the Contract to them, subject to the approval of the Monroe
County Board of County Commissioners.
3. Due to the nature of the project, the County reserves the right to refine/complete the Contract
based on proposed responses and the direction of the Board of County Commissioners. The County,
upon selection of Respondent(s) and approval of the Board of County Commissioners, will negotiate
with the Respondent to further develop the Contract.
4. The County reserves the right to award separate Contracts for various areas of the Keys.
5. The County may conduct such investigations, as deemed necessary to assist in the evaluation of any
Proposal and to establish the responsibility, qualifications, and financial ability of the Proposers,
18 e
6041
proposed subcontractors, and other persons or organizations to do the work in accordance with the
Contract Documents to the Owner's satisfaction within the prescribed time.
6. The County reserves the right to request any additional information related to the financial
qualifications, technical competence, the ability to satisfactorily perform within the contract time
constraints, or other information the Department deems necessary to enable the Department and
Board of County Commissioners to determine if the person responding is responsible. The County
reserves the right to reject the Proposal of any Proposer who does not pass any such evaluation to
its satisfaction.
7. If the award of a contract is annulled, the County may award the Contract to another Respondent,
or the work may be re-advertised or may be awarded to other qualified personnel as the County
decides.
8. The Contract will be awarded to the highest ranked responsible, responsive conforming Respondent
complying with the applicable conditions of the proposal documents, based on the ranking criteria
provided herein, and deemed to provide the services which are in the best interests of the County.
9. The County also reserves the right to reject the response of a Respondent who has previously failed
to perform properly or to complete contracts of a similar nature on time.
10. The recommendations of the County Administrator or his designee will be presented to the Board
of County Commissioners of Monroe County, Florida, for final awarding or otherwise.
11. The County shall consider preference to local businesses in making a purchase or awarding a
contract who meet the criteria for a local business as defined by Section 2-349 of the Monroe County
Code. Individuals or firms which meet all the criteria in Section 2-349 of the Monroe County Code
and are a responsive and responsible respondent shall receive local preference and shall be given
three (3) points in the scoring criteria.
12. The application of local preference may be waived upon written recommendation by the County
and approval by the Monroe County Board of County Commissioners at the time of Award of
Contract. Waiver of the application of the local preference is based upon analysis of the marketplace
and in consideration of the special or unique quality of goods, services, or professional services
sought to be purchased by the County.
13. Tie Responses: In the event the same competitive solicitation amounts are received from two (2) or
more responders who are considered by the BOCC to be equally qualified and responsive or when
two or more responders are equal in rank and score, and only one (1) of the responders has a
principal place of business in Monroe County, Florida, the award shall be to the responder who has
a principal place of business located in Monroe County, Florida,except where prohibited byfederally
funded contracts. Otherwise, the tie will be resolved by draw from an opaque container.
19 e
6042
14. Protest Procedure: Any Bidder/Respondent/Proposer who claims to be adversely affected by the
decision or intended decision to award a contract shall submit in writing a notice of protest which
must be received bythe CountyAttorney's Office within seventy-two(72) hours orthree (3) business
days, whichever is greater, after the posting of the Notice of Decision or Intended Decision on the
electronic bidding platform or posting of the Notice of Decision or Intended Decision on the Monroe
County Board of County Commissioners' (BOCC) agenda, whichever occurs first. Additionally, a
formal written protest must be submitted in writing and must be received by the County Attorney's
Office seventy-two (7) hours or three (3) business days prior to the Board of County Commissioner's
meeting date in which the agenda item for award of contract by the Board of County Commissioners
will be heard. The only opportunity to address protest claims is before the BOCC at the designated
public meeting in which the agenda item awarding the contract is heard. In accordance with the
Rules of Debate as set forth in the Monroe County Board of County Commissioners Administrative
Procedures, the Bidder/Respondent/Proposer that filed the protest is responsible for providing the
Clerk with his/her name and residence prior to the agenda item to award the contract being called
in order to preserve their opportunity to be heard on this matter. An individual has three(3) minutes
to address the Commission and a person representing an organization has five (5) minutes to
address the Commission. The BOCC decision to award the contract is final and at their sole
discretion. Failure to timely protest within the times and in the manner prescribed herein shall
constitute a waiver of the ability to protest the award of the contract, unless the BOCC determines
that it is in the best interest of the County to do so. The filing of a protest shall not stop the
solicitation, negotiations, or contract award process, unless it is determined it is in the best interest
of the County to do so. The filing of a protest shall not stop the solicitation, negotiations, or contract
award process, unless it is determined that it is in the best interest of the County to do so. Each Bidder,
by submission of a bid, acknowledges that in the event of any legal action challenging the award of
a contract; damages, if any, shall be limited to the actual cost of the preparation of the bid.
O. EXECUTION OF CONTRACT
Upon Notice of Intent to Award by the County, the contract shall be put in final form by the
Administrative Director and, upon consent and approval of the County Attorney,given to the Contractor
for signature. Within ten (10) days after receipt of the contract from Administrative Director, the
Contractor shall fully execute, scan and return via email one (1) original electronic copy of the Contract
Agreement to the Administrative Director or designee, along with all other Contract Documents
attached, including original Insurance Certificate(s) and proof of any required licenses not previously
provided. If applicable, a certified copy of the recorded Public Construction Bond must be provided prior
to the issuance of the Notice to Proceed as soon as possible. After approval by the BOCC and upon full
execution by the County Clerk, the Administrative Director will return one fully executed copy of the
Contract Agreement to the Contractor with all other Contract Documents attached as soon as
practicable. In no event shall the Contractor's failure to provide satisfactory insurance certificates
extend the contract time.
P. CERTIFICATE OF INSURANCE
20 e
6043
1. The Respondent will be responsible for obtaining and maintaining all necessary insurance coverage
for the PROFESSIONAL SUPPORT SERVICES FOR PLAN REVIEW, INSPECTION SERVICES AND
PLANNING/ZONING DEVELOPMENT REVIEW as detailed in Section Four: Insurance Requirements.
Certificates of Insurance must be provided to Monroe County within fifteen (15) days after award
of Contract, with Monroe County BOCC listed as additionally insured on all except Workers
Compensation. If the proper insurance forms are not received within the fifteen (15) days, the
Contract may be awarded to the next selected Respondent.
2. All forms of insurance required above shall be from insurers acceptable to the County. Policies shall
be written by companies licensed to do business in the State of Florida and having an agent for
service of process in the State of Florida. Companies shall have an A.M. Best rating of VI or better.
The required insurance shall be maintained at all times while Respondent/Contractor is providing
service to the County. Contractor shall provide County with updated Certificates of Insurance
annually on the renewal date of each policy.
All insurance policies must specify that they are not subject to cancellation, non-renewal, material
change, or reduction in coverage unless a minimum of thirty (30) days' prior notification is given to
the County by the insurer.
Q. INDEMNIFICATION REQUIREMENTS
To the fullest extent permitted by law, the Contractor covenants and agrees to defend, indemnify and
hold harmless Monroe County Board of County Commissioners, and its elected and appointed officers,
officials, agents, servants, employees, etc., from any and all claims, demands, or causes of action for
negligence, bodily injury (including death), personal injury, and property damage (including property
owned by Monroe County) and any other losses, liabilities, damages, costs, penalties, and/or expenses
(including but not limited to, attorney's fees and costs, such legal expenses to include costs incurred in
establishing the indemnification and other rights agreed to in this Agreement, to persons or property)
which arise out of and/or, in connection with, this Contract agreement. The extent of liability is in no
way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this
agreement.
The indemnification obligations under the Contract shall not be restricted in any way by any limitation
on the amount or type of damages, compensation, or benefits payable by or for the Contractor under
workers' compensation acts, disability benefits acts, or other employee benefits acts, and shall extend
to and include any actions brought by or in the name of any employee of the Contractor or of any third
party to whom Contractor may subcontract a part or all of the Work.
This indemnification shall continue beyond the date of completion of the work.
Notwithstanding the provisions of Sec. 768.28, Florida Statutes, nothing herein nor the acquisition of
any commercial liability insurance coverage, self-insurance coverage, or local government insurance
pool coverage shall be deemed a waiver of immunity by the County.
21 e
6044
SECTION TWO: DRAFT CONTRACT
PROFESSIONAL SUPPORT SERVICES FOR PLAN REVIEW, INSPECTION SERVICES AND PLANNING/ZONING
DEVELOPMENT REVIEW
THIS CONTRACT (Contract or Agreement) is entered into this day of_ , 20_,
by and between the Board of County Commissioners of Monroe County, Florida (hereafter"County"or"Board"),
and (hereafter "Consultant").
WHEREAS, the County has certain objectives as directed and established by the Board of County
Commissioners, and which are consistent with, and supportive of the Florida Building Code,the Monroe County
Code of Ordinances, and all other applicable Federal, State and Local Laws governing work performed under
this Contract; and
WHEREAS, it has been determined that it is in the best interest of the residents of and visitors to the
County that a contract for PROFESSIONAL SUPPORT SERVICES FOR PLAN REVIEW, INSPECTION SERVICES AND
PLANNING/ZONING DEVELOPMENT REVIEW be entered into with a private provider of such services; and
WHEREAS, Consultant desires to provide such services.
NOW THEREFORE, in consideration of the mutual promises contained herein, the parties agree as
follows:
I. TERM OF CONTRACT
This Contract shall be effective on the date above, for a period of two (2) years. The term of this
Contract shall be renewable in accordance with Section V herein. Monroe County's performance
and obligation to pay under this contract is contingent upon an annual appropriation by the Board
of County Commissioners.
II. SCOPE OF SERVICES
A detailed Scope of Services is attached as EXHIBIT"A"SCOPEOFSERVICES.
III. COMPENSATION
The County, in consideration of the Consultant substantially and satisfactorily performing and
carrying out the objectives of the County in providing professional support services as detailed in
the Scope of Services (attached hereto as EXHIBIT "A" SCOPE OF SERVICES), shall pay the
Consultant based on invoices submitted by Consultant to the County's Building Department on a
monthly basis. Invoices must provide sufficient detail and documentation to support the activities
and services for the billing period covered by the invoice, including but not limited to the exact
22 e
6045
dates, hours of service, job classification, and description of work completed for each individual
providing service under this Contract.
Invoices will be paid in accordance with the Florida Local Government Prompt Payment Act, F.S.
218.70 et seq. Contractor shall submit invoices to the County with supporting documentation that
is acceptable to the Clerk. Acceptability to the Clerk is based on generally accepted accounting
principles and such laws, rules, and regulations as may govern the Clerk's disbursal of funds.
IV. PAYMENT
1. Payment will be made after services are rendered in accordance with the Local Government
Prompt Payment Act.
2. Any request for payment must be submitted by the Consultant as an invoice in a form
satisfactory to the County Clerk (Clerk).
3. Invoices must describe in detail the services performed and the payment amount requested.
4. Invoices must be submitted in a timely manner to the office of the Building Official who will
review the request and approve for payment if the invoice is deemed to be accurate and
complete. If the invoice is not approved, the Consultant will be informed in writing including a
detailed explanation of the deficiency that caused the disapproval of the invoice.
5. There are no reimbursable items.
6. After the Clerk of the Board examines and approves the request for payment, the County shall
reimburse the Consultant by check.
7. Consultant shall provide all information necessary for the County to facilitate payment.
V. RENEWAL
The County shall have the option to renew this Contract after the original term, for up to four (4)
additional periods of up to two (2)years each at the same terms. Renewal is subject to satisfactory
performance by Consultant and the availability of County funds.
VI. CONSULTANT'S RESPONSIBILITIES AND LICENSING
The Consultant shall secure, maintain and pay for any licenses necessary to perform duties and
services under this contract. It is the Consultant's responsibility to maintain all professional
licenses that may be required as well as any licenses or other certifications for any staff provided
to the County under this contract by the Consultant. By signature hereon,the Consultant warrants
that it is authorized by law to engage in the performance of the activities herein described, subject
23 e
6046
to the terms and conditions set forth in these contract documents. Proof of such licenses and
approvals shall be submitted to the County upon request. The Consultant has, and shall maintain
throughout the term of this contract, appropriate licenses and approvals required to conduct its
business and that it will at all times conduct its business activities in a reputable and professional
manner.
VI I. INDEPENDENT CONTRACTOR
At all times and for all purposes, the Consultant, its agents and employees are strictly considered
to be Independent Contractors in their performance of the work contemplated hereunder. As
such, the Consultant, its agents and employees shall not be entitled to any of the benefits, rights
or privileges of County employees. The provider shall at all times exercise independent,
professional judgment and shall assume professional responsibility for the services to be provided.
The Consultant shall provide worker's compensation insurance, any benefits as desired, and shall
be responsible for all tax withholding.
VIII. STAFFING
Since this Contract is a service agreement, staffing is of paramount importance. Consultant shall
provide services using the following standards, as a minimum requirement:
1. The Consultant shall provide at its own expense all necessary personnel to provide the services
under this Contract. The personnel shall not be employees of or have any contractual
relationship with the County.
2. All personnel engaged in performing services under this contract shall be fully qualified, and, if
required, to be authorized or permitted under State and local law to perform such services,
and Consultant shall provide immediate evidence of such authorization or permission upon
request by the County.
3. The County shall, at its sole discretion, have the option to reject any individual provided to
perform services under this Contract by the Consultant.
4. The Consultant shall require each of its employees to execute an acknowledgement that he/she
is not an employee of County and that he/she is an employee of the Consultant and recognizes
that no County benefits are available.
5. The following disciplines shall report to the Department Director or his/her designee for each
discipline as follows:
a. Planning: Senior Director of Planning & Environmental Resources
b. Environmental Resources: Senior Director of Planning & Environmental Resources
c. Building: Building Official
24 e
6047
d. Fire: Fire Marshal (AHJ —Authority Having Jurisdiction)
Each of the above-referenced individuals shall have final authority to approve the decisions and
work product of Consultant's employees. In addition, each of the above referenced individuals
may designate additional function(s) to be performed by the Consultant.
IX. INDEMNIFICATION REQUIREMENTS
To the fullest extent permitted by law, the Contractor covenants and agrees to defend, indemnify
and hold harmless Monroe County Board of County Commissioners, and its elected and appointed
officers, officials, agents, servants, employees, etc., from any and all claims, demands, or causes of
action for negligence, bodily injury (including death), personal injury, and property damage
(including property owned by Monroe County) and any other losses, liabilities, damages, costs,
penalties, and/or expenses (including but not limited to, attorney's fees and costs, such legal
expenses to include costs incurred in establishing the indemnification and other rights agreed to
in this Agreement, to persons or property) which arise out of and/or, in connection with, this
Contract agreement. The extent of liability is in no way limited to, reduced, or lessened by the
insurance requirements contained elsewhere within this agreement.
The indemnification obligations under the Contract shall not be restricted in any way by any
limitation on the amount or type of damages, compensation, or benefits payable by or for the
Contractor under workers' compensation acts, disability benefits acts, or other employee benefits
acts, and shall extend to and include any actions brought by or in the name of any employee of the
Contractor or of any third party to whom Contractor may subcontract a part or all of the Work.
This indemnification shall continue beyond the date of completion of the work.
Notwithstanding the provisions of Sec. 768.28, Florida Statutes, nothing herein nor the acquisition
of any commercial liability insurance coverage, self-insurance coverage, or local government
insurance pool coverage shall be deemed a waiver of immunity by the County.
X. NON-DISCRIMINATION
County and Consultant agree that there will be no discrimination against any person, and it is
expressly understood that upon a determination by a Court of competent jurisdiction that
discrimination has occurred, this Contract automatically terminates without any further action on
the part of any party, effective the date of the court order. County or Consultant agree to comply
with all Federal and Florida statutes, and all local ordinances, as applicable, relating to
nondiscrimination. These include but are not limited to: 1) Title VI of the Civil Rights Act of 1964
(PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX
of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which
prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as
amended (20 USC s. 794), which prohibits discrimination on the basis of disability; 4) The Age
25 II'' a g e
6048
Discrimination Act of 1975, as amended (42 USC ss. 6101- 6107) which prohibits discrimination on
the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended,
relating to nondiscrimination on the basis of drug abuse; 6)The Comprehensive Alcohol Abuse and
Alcoholism Prevention,Treatment and Rehabilitation Act of 1970(PL 91-616), as amended, relating
to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act
of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality
of alcohol and drug abuse patent records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC s. et
seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The
Americans with Disabilities Act of 1990 (42 USC s. 1201 Note), as maybe amended from time to
time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Ch. 13,Art.
VI, prohibiting discrimination on the bases of race, color, sex, religion, disability, national origin,
ancestry,sexual orientation,gender identity or expression,familial status or age;and 11)any other
nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or
the subject matter of, this Contract.
During the performance of this Agreement, the CONTRACTOR, in accordance with Equal
Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as
amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal
Employment Opportunity, and implementing regulations at 41C.F.R. Part 60 (Office of Federal
Contract Compliance Programs, Equal Employment Opportunity, Department of Labor), see 2
C.F.R. Part 200, Appendix II, ¶ C, agrees as follows:
1) The contractor will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, sexual orientation, gender
identity, or national origin. The contractor will take affirmative action to ensure
that applicants are employed, and that employees are treated during
employment, without regard to their race, color, religion, sex, sexual
orientation,gender identity, or national origin. Such action shall include, but not
be limited to the following: Employment, upgrading, demotion, or transfer,
recruitment or recruitment advertising; layoff or termination; rates of pay or
other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available
to employees and applicants for employment, notices to be provided setting
forth the provisions of this nondiscrimination clause.
2) The contractor will, in all solicitations or advertisements for employees placed
by or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to race, color, religion,sex,sexual
orientation, gender identity, or national origin.
3) The contractor will not discharge or in any other manner discriminate against
any employee or applicant for employment because such employee or applicant
has inquired about, discussed, or disclosed the compensation of the employee
or applicant or another employee or applicant. This provision shall not apply to
instances in which an employee who has access to the compensation
information of other employees or applicants as a part of such employee's
26 e
6049
essential job functions discloses the compensation of such other employees or
applicants to individuals who do not otherwise have access to such information,
unless such disclosure is in response to a formal complaint or charge, in
furtherance of an investigation, proceeding, hearing, or action, including an
investigation conducted by the employer, or is consistent with the contractor's
legal duty to furnish information.
4) The contractor will send to each labor union or representative of workers with
which it has a collective bargaining agreement or other contract or
understanding,a notice to be provided,advising the said labor union or workers'
representative of the contractor's commitments under this section and shall
post copies of the notice in conspicuous places available to employees and
applicants for employment.
5) The contractor will comply with all provisions of Executive Order 11246 of
September 24, 1965, and of the rules, regulations, and relevant orders of the
Secretary of Labor.
6) 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 administering agency and the Secretary of
Labor for purposes of investigation to ascertain compliance with such rules,
regulations, and orders.
7) In the event of the contractor's noncompliance with the nondiscrimination
clauses of this contract or with any of the said rules, regulations, or orders, this
contract may be canceled, terminated or suspended in whole or in part and the
contractor may be declared ineligible for further Government contracts or
federally assisted construction 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.
8) The Contractor will include the portion of the sentence immediately preceding
paragraph (1) and the provisions of paragraphs (1) through (8) in every
subcontract or purchase order unless exempted by rules, regulations, or orders
of the Secretary of Labor issued pursuant to section 204 of Executive Order
11246 of September 24, 1965, so that such provisions will be binding upon each
subcontractor or vendor. The Contractor will take such action with respect to
any subcontract or purchase order as the administering agency may direct as a
means of enforcing such provisions, including sanctions for non-compliance;
provided, however, that in the event a contractor becomes involved in, or is
threatened with, litigation with a subcontractor or vendor as a result of such
direction by the administering agency, the contractor may request the United
States to enter into such litigation to protect the interests of the United States.
27 e
6050
XI. RECORDS AND RIGHT TO AUDIT
Consultant shall maintain all books, records, and documents directly pertinent to performance
under this Agreement in accordance with generally accepted accounting principles consistently
applied. Records shall be retained for a period of seven (7) years from the termination of this
agreement or in accordance with the State of Florida retention schedules
(https:Hdos.fl.gov/library-archives/records-management/general-records-schedules/), whichever
is greater. Each party to this Agreement or its authorized representatives shall have reasonable
and timely access to such records of each other party to this Agreement for public records purposes
during the term of the Agreement and for the applicable retention period following the
termination of this Agreement.
Availability of Records. The records of the parties to this Agreement relating to the Project, which
shall include but not be limited to accounting records (hard copy, as well as computer readable
data if it can be made available; subcontract files (including proposals of successful and
unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc.); original estimates;
estimating work sheets; correspondence; change order files (including documentation covering
negotiated settlements); backcharge logs and supporting documentation; general ledger entries
detailing cash and trade discounts earned, insurance rebates and dividends; any other supporting
evidence deemed necessary by County or the Monroe County Office of the Clerk of Court and
Comptroller (hereinafter referred to as "County Clerk") to substantiate charges related to this
agreement, and all other agreements, sources of information and matters that may in County's or
the County Clerk's reasonable judgment have any bearing on or pertain to any matters, rights,
duties or obligations under or covered by any contract document (all foregoing hereinafter
referred to as "Records") shall be open to inspection and subject to audit and/or reproduction by
County's representative and/or agents or the County Clerk. County or County Clerk may also
conduct verifications such as, but not limited to, counting employees at the job site, witnessing the
distribution of payroll, verifying payroll computations, overhead computations, observing vendor
and supplier payments, miscellaneous allocations, special charges, verifying information and
amounts through interviews and written confirmations with employees, Subcontractors, suppliers,
and contractors' representatives. All records shall be kept for ten (10)years after Final Completion
of the Project. The County Clerk possesses the independent authority to conduct an audit of
Records, assets, and activities relating to this Project. If any auditor employed by the Monroe
County or County Clerk determines that monies paid to Contractor pursuant to this Agreement
were spent for purposes not authorized by this Agreement or were wrongfully retained by the
Contractor, the Contractor shall repay the monies together with interest calculated pursuant to
Section 55.03, F.S., running from the date the monies were paid to Contractor. The right to audit
provisions survives the termination or expiration of this Agreement.
XI I. STATE OF FLORIDA E-VERIFY
Beginning January 1, 2021, in accordance with Section 448.095, Florida Statutes, as may be
amended from time to time, the Contractor and any subcontractor shall register with and shall
utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization
28 e
6051
status of all new employees hired by the Contractor during the term of the Contract and shall
expressly require any subcontractors performing work or providing services pursuant to the
Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify
the work authorization status of all new employees hired by the subcontractor during the Contract
term. Any subcontractor shall provide an affidavit stating that the subcontractor does not employ,
contract with, or subcontract with an unauthorized alien. The Contractor shall maintain a copy of
such affidavit for the duration of the contract. The Contractor shall comply with and be subject to
the provisions of Section 448.095, Florida Statutes. Pursuant to Section 448.095:
1. A public agency, Bidder, or subcontractor who has a good faith belief that a person or an entity
with which it is contracting has knowingly violated s. 448.09(1) shall terminate the contract with
the person or entity.
2. A public agency that has a good faith belief that a subcontractor knowingly violated this
subsection, but the Bidder otherwise complied with this subsection, shall promptly notify the
Bidder and order the Bidder to immediately terminate the contract with the subcontractor.
3. A contract terminated under this paragraph is not a breach of contract and may not be
considered as such. If a public agency terminates a contract with a Bidder under this paragraph,
the Bidder may not be awarded a public contract for at least 1 year after the date on which the
contract was terminated. A Bidder is liable for any additional costs incurred by a public agency as
a result of the termination of a contract.
XIII. CLAIMS FOR FEDERAL OR STATE AID
Contractor and County agree that each shall be, and is, empowered to apply for, seek, and obtain
federal and state funds to further the purpose of this Agreement. Any conditions imposed as a
result of funding that effect affect the Project will be provided to each party.
XIV. PUBLIC RECORDS
Public Records Compliance. Contractor must comply with Florida public records laws, including but
not limited to Chapter 119, Florida Statutes and Section 24, Article I of the Constitution of Florida.
The County and Contractor shall allow and permit reasonable access to, and inspection of, all
documents, records, papers, letters or other "public record" materials in its possession or under
its control subject to the provisions of Chapter 119, Florida Statutes and made or received by the
County and Contractor in conjunction with this contract and related to contract performance. The
County shall have the right to unilaterally cancel this contract upon violation of this provision by
the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a
material breach of this contract and the County may enforce the terms of this provision in the form
of a court proceeding and shall,as a prevailing party, be entitled to reimbursement of all attorney's
fees and costs associated with that proceeding. This provision shall survive any termination or
expiration of the contract.
The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order
to comply with this provision.
29 II'' a g e
6052
Pursuant to Florida Statute §119.0701, Consultant and its subcontractors shall comply with all
public records laws of the State of Florida, including but not limited to:
a. Keep and maintain public records that would be required by the County to perform the
service.
b. Upon request from the County's custodian of records, provide the County with a copy of
the requested records or allow the records to be inspected or copied within a reasonable
time at a cost that does not exceed the cost provided in this chapter or as otherwise
provided by law.
c. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the
duration of the contract term and following completion of the contract if the contractor
does not transfer the records to the County.
d. Upon completion of the contract, transfer, at no cost, to the County all public records in
possession of the Contractor or keep and maintain public records that would be required
by the County to perform the service. If the Contractor transfers all public records to the
County upon completion of the contract, the Contractor shall destroy any duplicate public
records that are exempt or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon completion of the
contract,the Contractor shall meet all applicable requirements for retaining public records.
All records stored electronically must be provided to the County, upon request from the
County's custodian of records, in a format that is compatible with the information
technology systems of the County.
e. A request to inspect or copy public records relating to a County contract must be made
directlyto the County, but if the County does not possess the requested records,the County
shall immediately notify the Contractor of the request, and the Contractor must provide
the records to the County or allow the records to be inspected or copied within a
reasonable time.
If the Contractor does not comply with the County's request for records, the County shall
enforce the public records contract provisions in accordance with the contract, notwithstanding
the County's option and right to unilaterally cancel this contract upon violation of this provision
by the Contractor. A Contractor who fails to provide the public records to the County or pursuant
to a valid public records request within a reasonable time may be subject to penalties under
Section 119.10, Florida Statutes.
Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public
records unless otherwise provided in this provision or as otherwise provided by law.
30 e
6053
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 ATTORNEYS OFFICE, 1111 12TH STREET,
SUITE 408, KEY WEST, FL 33040; Ipul lli it oir imoi irO cOui ,tY,,,;fl. Ov; (305) 292-
3470.
XV. UNCONTROLLABLE CIRCUMSTANCE
Any delay or failure of either Party to perform its obligations under this Agreement will be excused
to the extent that the delay or failure was caused directly by an event beyond such Party's control,
without such Party's fault or negligence and that by its nature could not have been foreseen by
such Party or, if it could have been foreseen, was unavoidable: (a) acts of God; (b) flood, fire,
earthquake, explosion, tropical storm, hurricane or other declared emergency in the geographic
area of the Project; (c) war, invasion, hostilities (whether war is declared or not), terrorist threats
or acts, riot, or other civil unrest in the geographic area of the Project; (d)government order or law
in the geographic area of the Project; (e) actions, embargoes, or blockades in effect on or after the
date of this Agreement; (f) action by any governmental authority prohibiting work in the
geographic area of the Project;(each, a "Uncontrollable Circumstance"). CONTRACTOR'S financial
inability to perform, changes in cost or availability of materials, components, or services, market
conditions, or supplier actions or contract disputes will not excuse performance by Contractor
under this Section. Contractor shall give County written notice within seven (7) days of any event
or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, or as soon as
possible after such Uncontrollable Circumstance has occurred if reasonably unanticipated, and the
anticipated duration of such Uncontrollable Circumstance. Contractor shall use all diligent efforts
to end the Uncontrollable Circumstance, ensure that the effects of any Uncontrollable
Circumstance are minimized and resume full performance under this Agreement. The County will
not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only
seek a no cost Change Order for such reasonable time as the Owner's Representative may
determine.
XVI. ADJUDICATION OF DISPUTES OR DISAGREEMENTS
Adjudication of Disputes or Disagreements: COUNTY and CONTRACTOR agree that all disputes and
disagreements shall be attempted to be resolved by meet and confer sessions between
representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction
of the parties,then any party shall have the right to seek such relief or remedy as may be provided
by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision
does not negate or waive the provisions of Paragraph XVIII.
31 e
6054
XVII. BREACH OF TERMS BY CONSULTANT
The passing, approval, and/or acceptance by the County of any defect in the services furnished by
the Consultant, shall not operate as a waiver by the County of strict compliance with the terms of
this Contract, and specifications covering the services. Any Consultant breach of this agreement
shall be governed by Paragraph XVIII(B) below on termination for cause.
XVIII. TERMINATION
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 days written notification to
the CONTRACTOR.
A. Either of the parties hereto may cancel this Agreement without cause by giving the
other party thirty (30) days written notice of its intention to do so.
B. Termination for Cause and Remedies: In the event of breach of any contract terms,
the COUNTY retains the right to terminate this Agreement. The COUNTY may also
terminate this agreement for cause with CONTRACTOR should 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 CONTRACTOR with five (5) calendar days' notice and provide the
CONTRACTOR with an opportunity to cure the breach that has occurred. If the breach
is not cured, the Agreement will be terminated for cause. If the COUNTY terminates
this agreement with the CONTRACTOR, COUNTY shall pay CONTRACTOR the sum due
the CONTRACTOR under this agreement prior to termination, unless the cost of
completion to the COUNTY exceeds the funds remaining in the contract; however, the
COUNTY reserves the right to assert and seek an offset for damages caused by the
breach. The maximum amount due to CONTRACTOR shall not in any event exceed the
spending cap in this Agreement. In addition, the COUNTY reserves all rights available
to recoup monies paid under this Agreement, including the right to sue for breach of
contract and including the right to pursue a claim for violation of the COUNTY's False
Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code.
C. Termination for Convenience: The COUNTY may terminate this Agreement for
convenience, at any time, upon 30 days' notice to CONTRACTOR. If the COUNTY
terminates this agreement with the CONTRACTOR, COUNTY shall pay CONTRACTOR
the sum due the CONTRACTOR under this agreement prior to termination, unless the
cost of completion to the COUNTY exceeds the funds remaining in the contract. The
maximum amount due to CONTRACTOR shall not exceed the spending cap in this
Agreement.
D. For Contracts of any amount, if the County determines that the Contractor/Consultant
has submitted a false certification under Section 287.135(5), Florida Statutes or has
been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a
boycott of Israel, the County shall have the option of(1) terminating the Agreement
after it has given the Contractor/Consultant written notice and an opportunity to
32 e
6055
demonstrate the agency's determination of false certification was in error pursuant to
Section 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement if the
conditions of Section 287.135(4), Florida Statutes, are met.
E. For contracts of$1,000,000 or more:
(1) If the County determines that the Contractor/Consultant submitted a false
certification under Section 287.135(5), Florida Statutes, the County shall have
the option of(1) immediately 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 Section
287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement, at the
County's option, if the conditions of Section 287.135(4), Florida Statutes, are
met. or
(2) If the Contractor/Consultant has been placed on the Scrutinized Companies
with Activities in the Sudan List, the Scrutinized Companies with Activities in
the Iran Petroleum Energy Sector List or if the Contractor/Consultant has been
placed on a list created pursuant to Section 215.473, relating to scrutinized
active business operations in Iran, or been engaged in business operations in
Cuba or Syria, the County shall have the option of(1) terminating the
Agreement after it has given the Contractor/Consultant written notice and an
opportunity to demonstrate the agency's determination of false certification
was in error pursuant to Section 287.135(5)(a), Florida Statutes, or(2)
maintaining the Agreement, at the County's option, if the conditions of Section
287.135(4), Florida Statutes, are met."
XIX. ASSIGNMENT
The Consultant shall not assign or subcontract its obligations under this agreement, except in
writing and with the prior written approval of the Board of County Commissioners of Monroe
County, which approval shall be subject to such conditions and provisions as the Board may deem
necessary. This paragraph shall be incorporated by reference into any assignment or subcontract
and any assignee or subcontractor shall comply with all of the provisions of this agreement. Unless
expressly provided for therein, such approval shall in no manner or event be deemed to impose
any additional obligation upon the board.
XX. COMPLIANCE WITH LAW
In providing all services pursuant to this agreement, the Consultant shall abide by all statutes,
ordinances, rules and regulations pertaining to, or regulating the provisions of, such services,
including those now in effect and hereinafter adopted. Any violation of said statutes, ordinances,
rules and regulations shall constitute a material breach of this agreement and shall entitle the
Board to terminate this contract immediately upon delivery of written notice of termination to the
33 e
6056
Consultant. The Consultant shall possess proper licenses to perform work in accordance with these
specifications throughout the term of this contract.
XXI. DISCLOSURE, CONFLICT OF INTEREST,AND CODE OF ETHICS
1. Contractor warrants that he/she/it had not employed, retained, or otherwise had act on
his/her/its behalf any former County officer or employee in violation of Section 2 of
Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of
Ordinance No. 010-1990. For breach or violation of this provision the County may, in its
discretion, terminate this contract without liability and may also, in its discretion, deduct
from the contract or purchase price, or otherwise recover the full amount of any fee,
commission, percentage, gift, or consideration paid to the former County officer or
employee.
2. County and Consultant covenant that neither presently has any interest, and shall not
acquire any interest, either direct or indirect,which would conflict in any manner or degree
with its performance under this contract, as provided in Sec. 112.311, et. seq., Florida
Statutes, and the only interest of each is to perform and receive benefits as recited in this
Agreement.
3. The County represents that its officers and employees recognize and will be required to
comply with the standards of conduct for public officers and employees as delineated in
Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance
of gifts; doing business with one's agency; unauthorized compensation; misuse of public
position, conflicting employment or contractual relationship; and disclosure or use of
certain information.
4. The Consultant shall not provide services under this contract and shall not accept an
assignment from the County for plans review or inspections on any property for which
Consultant has been retained to perform plans review or inspections as a private provider.
5. The Consultant shall not perform or market private services to any property owner while
Consultant is conducting plans review or inspections on behalf of the County.
6. The Consultant is required, on the first business day of each month, to inform the County
of all permits in unincorporated Monroe County for which Consultant has been retained to
conduct plans review or inspections as a private provider.
7. Upon execution of this Contract, Consultant shall provide the County with a list of all open
permits in unincorporated Monroe County for which Consultant is or has provided plans
review or inspection services as a private provider.
34 e
6057
XXII. FINANCIAL RESPONSIBILITY
The Consultant shall not pledge the County's credit or make it a guarantor of payment or surety
for any contract, debt, obligation, judgment, lien, or any form of indebtedness. The Consultant
further warrants and represents that it has no obligation or indebtedness that would impair its
ability to fulfill the terms of this contract.
XXIII. NOTICES
All written correspondence to the COUNTY shall be dated and signed by an authorized
representative of the CONSULTANT. Any notice required or permitted under this agreement shall
be in writing and hand delivered or mailed, postage pre-paid, to the COUNTY by certified mail,
return receipt requested, Any written notices or correspondence given pursuant to this contract
shall be sent by United States Mail, certified, return receipt requested and postage pre-paid, or by
courier with proof of delivery and delivery pre-paid, to the following:
FOR THE COUNTY:
Monroe County Administrator and Administrative Director and Monroe County Attorney
1100 Simonton Street Monroe County Building Department 1111 121h St.,Suite 408
Key West, FL 33040 2798 Overseas Highway Key West, FL 33041
Marathon, FL 33050
Notice is deemed received by CONSULTANT/CONTRACTOR when hand delivered by national
courier with proof of delivery or by U.S. Mail upon verified receipt or upon the date of refusal or
non-acceptance of delivery.
FOR CONSULTANT:
XXIV. TAXES
The County is exempt from payment of Florida State Sales and Use taxes. The Consultant shall not
be exempted byvirtue of the County's exemption from paying sales tax to its suppliers for materials
used to fulfill its obligations under this contract, nor is the Consultant authorized to use the
County's Tax Exemption Number in securing such materials.
The Consultant shall be responsible for any and all taxes and withholding for any required
deductions from compensation paid to its employees related to services rendered under this
agreement. County shall not be responsible for payment for any of Consultant's employees.
XXV. GOVERNING LAW,VENUE, INTERPRETATION
This Agreement shall be governed by and construed in accordance with the laws of the State of
Florida applicable to contracts made and to be performed entirely in the State. In the event that
35 II'' a 5 e
6058
any cause of action or ad min istrative proceeding is instituted for the enforcement or interpretation
of this Agreement, the County and Contractor agree that venue will lie exclusively with the
appropriate court, or before the appropriate administrative body, in Monroe County, Florida.
XXVI. 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 response on a contract to provide goods or services to a public
entity; may not submit a bid on a contract with a public entity for construction or repair of a public
building or public work; may not submit bids on leases of real property to public entity; may not
be awarded or perform work as a Consultant, supplier, subcontractor, or consultant under a
contract with any public entity; and may not transact business with any public entity in excess of
the threshold amount provided in Section 287.017, F.S. for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list. (CATEGORY TWO: $35,000.00).
XXVII. MONROE COUNTY CODE OF ORDINANCES SECTION 2-347
The eligibility of persons to bid for the award of county contracts may be suspended pursuant to
Subsection 2-347(I), Monroe County Code of Ordinances. After the contract is awarded, the
employment of a suspended person is a material breach of the contract and entitles the County,
in its sole discretion, to terminate the contract with no further liability to the contractor beyond
payment of the portion of the contract price that may be due for work satisfactorily completed up
to the date of termination.
XXVIII. AUTHORIZED SIGNATURES
The signatory for the Consultant, below, certifies and warrants that:
1. The Consultant's name in this agreement is its full name as designated in its corporate charter.
2. He or she is empowered to act and enter into contracts on behalf of Consultant.
3. This agreement has been approved in accordance with the Consultant's corporate policies and
directives and in accordance with law.
Further, Consultant shall, upon execution of this agreement, provide current proof of active
corporate or other status and a list of its Board of Directors.
XXIX. SEVERABILITY
If any term, covenant, condition or provision of this Contract (or the application thereof to any
circumstance or person) shall be declared invalid or unenforceable to any extent by a court of
competent jurisdiction,the remaining terms,covenants, conditions and provisions of this Contract,
36 e
6059
shall not be affected thereby; and each remaining term, covenant, condition and provision of this
Contract shall be valid and shall be enforceable to the fullest extent permitted by law unless the
enforcement of the remaining terms, covenants, conditions and provisions of this Contract would
prevent the accomplishment of the original intent of this Contract. The County and Consultant
agree to reform the Contract to replace any stricken provision with a valid provision that comes as
close as possible to the intent of the stricken provision.
XXX. ATTORNEY'S FEES AND COSTS
The County and Consultant agree that in the event any cause of action or administrative
proceeding is initiated or defended by any party relative to the enforcement or interpretation of
this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and court costs
as an award against the non-prevailing party, and shall include attorney's fees and court costs in
appellate proceedings.
Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance
with the Florida Rules of Civil Procedure and usual and customary procedures required by the
circuit court of Monroe County.
XXXI. BINDING EFFECT
The terms, covenants, conditions,and provisions of this Contract shall bind and inure to the benefit
of the County and Consultant and their respective legal representatives, successors, and assigns.
XXXII. AUTHORITY
Each party represents and warrants to the other that the execution, delivery and performance of
this Contract have been duly authorized by all necessary County action and by action of the
Consultant, as required by law. Each party agrees that it has had ample opportunity to submit this
Contract to legal counsel of its choice and enters into this Contract freely, voluntarily, and with
advice of counsel.
XXXIII. COOPERATION
In the event any administrative or legal proceeding is instituted against either party relating to the
formation, execution, performance, or breach of this Contract, County and Consultant agree to
participate, to the extent required by the other party, in all proceedings, hearings, processes,
meetings, and other activities related to the substance of this Contract or provision of the services
under this Contract. County and Consultant specifically agree that no party to this Contract shall
be required to enter into any arbitration proceedings related to this Contract.
37 e
6060
XXXIV. NO SOLICITATION/PAYMENT
The County and Consultant warrant that, in respect to itself, it has neither employed nor retained
any company or person, other than a bona fide employee working solely for it, to solicit or secure
this Contract and that it has not paid or agreed to pay any person, company, corporation,
individual, or firm, other than a bona fide employee working solely for it, any fee, commission,
percentage, gift, or other consideration contingent upon or resulting from the award or making of
this Contract. For the breach or violation of the provision, the Consultant agrees that the County
shall have the right to terminate this Contract without liability and, at its discretion, to offset from
monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or
consideration.
XXXV. NON-WAIVER OF IMMUNITY
Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the County
and the Consultant in this Contract and the acquisition of any commercial liability insurance
coverage, self-insurance coverage, or local government liability insurance pool coverage shall not
be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered
into by the County be required to contain any provision for waiver.
XXXVI. NON-RELIANCE BY NON-PARTIES
No person or entity shall be entitled to rely upon the terms, or any of them, of this Contract to
enforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or
program contemplated hereunder, and the County and the Consultant agree that neither the
County nor the Consultant or any agent, officer, or employee of either shall have the authority to
inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity
or entities, have entitlements or benefits under this Contract separate and apart, inferior to, or
superior to the community in general or for the purposes contemplated in this Agreement.
XXXVII. ATTESTATIONS
Consultant agrees to execute such documents as the County may reasonably require, including but
not limited to a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace
Statement which are attached hereto in original form with original signatures from Consultant's
response to RFP, or as provided thereafter.
XXXVIII. NO PERSONAL LIABILITY
No covenant or agreement contained herein shall be deemed to be a covenant or agreement of
any member, officer, agent or employee of County in his or her individual capacity, and no
member, officer, agent or employee of County shall be liable personally on this agreement or be
subject to any personal liability or accountability by reason of the execution of this agreement.
38 e
6061
XXXIX. EXECUTION OF CONTRACT
Upon Notice of Intent to Award by the County, the contract shall be put in final form by the
Administrative Director and, upon consent and approval of the County Attorney, given to the
Contractor for signature. Within ten (10) days after receipt of the contract from Administrative
Director, the Contractor shall fully execute, scan and return via email one (1) original electronic
copy of the Contract Agreement to the Administrative Director or designee, along with all other
Contract Documents attached, including original Insurance Certificate(s) and proof of any required
licenses not previously provided. If applicable, a certified copy of the recorded Public Construction
Bond must be provided prior to the issuance of the Notice to Proceed as soon as possible. After
approval by the BOCC and upon full execution by the County Clerk, the Administrative Director will
return one fully executed copy of the Contract Agreement to the Contractor with all other Contract
Documents attached as soon as practicable. In no event shall the Bidder's failure to provide
satisfactory insurance certificates extend the contract time.
XL. EXECUTION IN COUNTERPARTS
This Agreement may be executed in any number of counterparts, each of which will be deemed to
be an original, but all of which when taken together will constitute the Agreement. If any signature
is delivered by email delivery of a ".pdf" format data file, such signature will create a valid and
binding obligation of the party executing (or on whose behalf such signature is executed) with the
same force and effect as if the ".pdf" signature was an original signature. The Contractor's
transmitting an electronic signature will provide the inked original to the County, at the County's
req uest.
XLI. SECTION HEADINGS
Section headings have been inserted in this agreement as a matter of convenience of reference
only, and it is agreed that such section headings are not a part of this agreement and will not be
used in the interpretation of any provision of this agreement.
XLII. INSURANCE POLICIES
Upon execution of this Contract, Consultant shall provide to County evidence of insurance
coverage as follows:
A. INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN COUNTY AND CONSULTANT
39 II'' a g e
6062
Prior to the commencement of work governed by this contract, the Consultant shall obtain the
following insurance. Coverage shall be maintained throughout the life of the contract and include,
as a minimum:
Insurance
Coverage Type Required Limits Manual Form
Form
Workers' Compensation Statutory
Employers' Liability $500,000 Bodily Injury by Accident
$500,000 Bodily Injury by Disease,policy limits WC2
$500,000 Bodily Injury by Disease, each employee
Commercial General Liability $500,000 GL2
Vehicle Liability ($200,000 Claim; $300,000 Occurrence) -or-
$300,000 Combined Single Limit VL2
Professional Liability $500,000 Per Occurrence $1,000,000 Annual Aggregate PR02
All insurance should be provided by insurance companies that are licensed to do business in the
State of Florida with a minimum A. M. Best Rating of A+. The Monroe County Board of County
Commissioners shall be named as an Additional Insured.
B. GENERAL INSURANCE REQUIREMENTS FOR CONTRACTORS AND SUBCONTRACTORS:
As a pre-requisite of the work governed, the CONTRACTOR shall obtain, at his/her own expense,
insurance as specified herein, which is made part of this contract. The CONTRACTOR shall require
all subcontractors to obtain insurance consistent with the requirements specified in this Contract.
The CONTRACTOR will not be permitted to commence work governed by this contract (including
pre-staging of personnel and material) until satisfactory evidence of the required insurance has
been furnished to the COUNTY as specified below, and where applicable CONTRACTOR shall
provide proof of insurance for all approved subcontractors. Delays in the commencement of work,
resulting from the failure of the CONTRACTOR to provide satisfactory evidence of the required
insurance, shall not extend deadlines specified in this contract and any penalties and failure to
perform assessments shall be imposed as if the work commenced on the specified date and time,
except for the CONTRACTOR'S failure to provide satisfactory evidence.
The CONTRACTOR shall maintain the required insurance throughout the entire term of this
contract and any extensions. Failure to comply with this provision may result in the immediate
suspension of all work until the required insurance has been reinstated or replaced. Delays in the
completion of work resulting from the failure of the CONTRACTOR to maintain the required
insurance shall not extend deadlines specified in this contract and any penalties and failure to
perform assessments shall be imposed as if the work had not been suspended, except for the
CONTRACTOR'S failure to maintain the required insurance.
40 II'' a 5 e
6063
The CONTRACTOR shall provide to the COUNTY as satisfactory evidence of the required insurance,
either:
• Certificate of Insurance
or
• Certified copy of the actual insurance policy
The County, at its sole option, has the right to request a certified copy of any or all insurance
policies required by this contract.
All insurance policies must specify that they are not subject to cancellation, non-renewal, material
change, or reduction in coverage unless a minimum of thirty(30) days prior notification is given to
the County by the insurer.
The acceptance and/or approval of the CONTRACTOR'S insurance shall not be construed as
relieving the CONTRACTOR from any liability or obligation assumed underthis contract or imposed
by law.
The Monroe County Board of County Commissioners, its employees and officials will be included
as "Additional Insured" on all policies, except for Workers' Compensation.
XLIII. ENTIRE AGREEMENT
This agreement constitutes the entire agreement between the County and the Consultant for the
services contemplated herein. Any amendments or revisions to this agreement must be in writing
and be executed in the same manner as this agreement.
41 e
6064
IN WITNESS WHEREOF, each party has caused this Contract to be executed by a duly authorized
representative.
(SEAL)
Attest: KEVIN MADOK, CLERK OF COURT BOARD OF COUNTY COMMISSIONERS
OF MONROE COUNTY, FLOIDA
By: By:
Deputy Clerk Mayor
(SEAL) (INSERT CONSULTANT'S NAME HERE)
Signature of person authorized to legally bind (entity)
Attest:
By: By:
WITNESS
Title: Title:
By:
WITNESS
Title:
STATE OF
COUNTY OF
On this day of 2025, before me the person whose name is subscribed above, and who produced
as identification, acknowledged that he/she is the person who executed the above
Contract for the purposes therein contained.
Notary Public
Print Name
My commission expires: Seal
42 e
6065
SECTION THREE: COUNTY FORMS
FORMS TO BE SUBMITTED WITH TABBED INFORMATION
(SEE SECTION ONE: K)
43 e
6066
RESPONSE FORM
RESPOND TO: MONROE COUNTY PURCHASING OFFICE
HISTORIC GATO CIGAR FACTORY
ROOM 1-213
1100 SIMONTON STREET
KEY WEST, FLORIDA 33040
Name of Proposer:
I acknowledge receipt of Addenda Number(s):
I have included:
• Lobbying and Conflict of Interest Clause
• Non-Collusion Affidavit
• Drug Free Workplace Form
• Public Entity Crime Statement
• Insurance and Indemnification Statement
• Local Preference Form (if applicable)
(Check mark items above,as reminder that they are included)
In addition, I have included a current copy of the following professional and occupational licenses:
Mailing Address: Telephone:
Fax:
Date:
Signed: Witness:
Witness:
(Name)
(Title)
44 Sim
6067
LOBBYING AND CONFLICT OF INTEREST CLAUSE
SWORN STATEMENT UNDER ORDINANCE NO. 010-1990
MONROE COUNTY, FLORIDA
ETHICS CLAUSE:
(Company)
"...warrants that he/it has not employed, retained or otherwise had act on his/her behalf any former County
officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in
violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in
its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the
Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift,
or consideration paid to the former County officer or employee."
(Signature)
Date:
STATE OF:
COUNTY OF:
Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or ❑ online notarization,
on (date) by (name of affiant).
He/she is personally known to me or has produced
(type of identification) as identification.
NOTARY PUBLIC
My Commission Expires:
45 II'' a g e
6068
NON-COLLUSION AFFIDAVIT
I, of the city of according to law on my oath, and under
penalty of perjury, depose and say that
a. lam of the firm of
the bidder making the Proposal for the
project described in the Request for Proposals for
and that I executed the said proposal with full
authority to do so;
b. the prices in this bid have been arrived at independently without collusion, consultation,
communication or agreement for the purpose of restricting competition, as to any matter
relating to such prices with any other bidder or with any competitor;
C. unless otherwise required by law, the prices which have been quoted in this bid have not been
knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid
opening, directly or indirectly, to any other bidder or to any competitor; and
d. no attempt has been made or will be made by the bidder to induce any other person,
partnership or corporation to submit, or not to submit, a bid for the purpose of restricting
competition;
e. the statements contained in this affidavit are true and correct, and made with full knowledge
that Monroe County relies upon the truth of the statements contained in this affidavit in
awarding contracts for said project.
(Signature)
Date:
STATE OF:
COUNTY OF:
Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or ❑ online notarization, on
(date) by (name of affiant). He/She is personally known to me
or has produced (type of identification)as identification.
NOTARY PUBLIC
My Commission Expires:
46 Sim
6069
DRUG-FREE WORKPLACE FORM
In accordance with the Florida Statutes,Section 287.087, preference shall be given to businesses with drug-free workplace programs.
Whenever two or more bids or replies that are equal with respect to price, quality and service are received by the State or by any
political subdivision for the procurement of commodities or contractual services,a bid,or reply received from a business that certifies
that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for
processing the bids will be followed if none of the tied vendors have a drug-free workplace program.
The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that:
(Name of Business)
1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a
controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for
violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business' 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. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement
specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or
contractual services that are under bid,the employee will abide by the 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. Impose a sanction on,or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is
available in the employee's community,or any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.
(Signature)
Date:
STATE OF:
COUNTY OF:
Subscribed and sworn to(or affirmed) before me, by means of❑ physical presence or o online notarization,on
(date) by (name of affiant). He/she is personally known to me or has produced
(type of identification)as identification.
NOTARY PUBLIC
My Commission Expires:
47 ge
6070
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 on a contract with a public entity for the construction or repair of a public building or
public work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be
awarded or perform work as a CONTRACTOR, supplier, subcontractor, or consultant under a contract with any
public entity, and may not transact business with any public entity in excess of the threshold amount provided
in Section 287.017, Florida Statutes,for CATEGORY TWO for a period of 36 months from the date of being placed
on the convicted vendor list."
I have read the above and state that neither (Respondent's name) nor any Affiliate
has been placed on the convicted vendor list within the last 36 months.
(Signature)
Date:
STATE OF:
COUNTY OF:
Subscribed and sworn to (or affirmed) before me by means of ❑ physical presence or ❑ online notarization,
on (date) by (name of affiant).
He/She is personally known to me or has produced
(type of identification) as identification.
NOTARY PUBLIC
My Commission Expires:
48 e
6071
INSURANCE AND INDEMNIFICATION STATEMENT
Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, the Respondent
covenants and agrees that he shall defend, indemnify and hold the COUNTY and the COUNTY's elected and appointed
officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation,
administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death),
loss, damage,fine, penalty or business interruption, and (iii) any costs or expenses that may be asserted against, initiated
with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of Respondent
or any of its employees, agents, contractors in any tier or other invitees during the term of this Agreement, (B) the
negligence or willful misconduct of Respondent or any of its employees, agents, respondents in any tier or other invitees,
or (C) Respondent's default in respect of any of the obligations that it undertakes under the terms of this Agreement,
except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the
intentional or sole negligent acts or negligent acts in part or omissions of the COUNTY or any of its employees, agents,
contractors or invitees (other than RESPONDENT). Insofar as the claims, actions, causes of action, litigation, proceedings,
costs or expenses relate to events or circumstances that occur during the term of this Agreement,this section will survive
the expiration of the term of this Agreement or any earlier termination of this Agreement.
In the event the completion of the project(including the work of others) is delayed or suspended as a result of the
Respondent's failure to purchase or maintain the required insurance,the Respondent shall indemnify the County from
any and all increased expenses resulting from such delay.
In the event the work under this Agreement is delayed or suspended as a result of the Contractor's failure to purchase or
maintain the required insurance,the Contractor shall indemnify the County from any and all increased expenses resulting
from such delay.
The first ten dollars ($10.00) of remuneration paid to the Respondent is for the indemnification provided for above.
The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere
within this agreement.
RESPONDENT'S STATEMENT
I understand the insurance that will be mandatory if awarded the contract and will comply in full with all the
requirements.
Respondent Signature Date
49 II'' a S e
6072
LOCAL PREFERENCE FORM
A. Vendors claiming a local preference according to Ordinance 023-2009 must complete this form. Failure to complete
this form will result in disqualification from receiving local vendor preference.
Name of Bidder/Responder Date:
1. Does the vendor have a valid receipt for the business tax paid to the Monroe County Tax Collector dated at least
one year prior to the notice or request for bid or proposal? (Please furnish copy).
2. Does the vendor have a physical business address located within Monroe County from which the vendor
operates or performs business on a day to day basis that is a substantial component of the goods or services being
offered to Monroe County?
Address: Tel. Number:
B. Does the vendor/prime contractor intend to subcontract 50%or more of the goods, services or construction to local
businesses meeting the criteria above as to licensing and location? If yes, please provide:
1. Copy of Receipt of the business tax paid to the Monroe County Tax Collector by the subcontractor dated at
least one year prior to the notice or request for bid or proposal.
2. Subcontractor Address within Monroe County from which the subcontractor operates:
Address: Tel. Number:
Signature and Title of Authorized Signatory for Print Name
Responder
STATE OF
COUNTY OF
On this day of , 20 , before me, the undersigned notary public, personally appeared
, known to me to be the person whose name is subscribed above or who produced
as identification, and acknowledged that he/she is the person who executed the above Local
Preference Form for the purposes therein contained.
Notary Public
Print Name
My commission expires: Seal
50 Sim
6073
VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS
Project Description(s):
Respondent Vendor Name:
Vendor FEIN:
Vendor's Authorized Representative Name and Title:
Address:
City: State: Zip:
Phone Number:
Email Address:
Vendor has reviewed Section 287.135, Florida Statutes, and in accordance with such provision of Florida law, is eligible to
bid on, submit a proposal for, or enter into or renew a contract with Monroe County for goods or services.
Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or
renewing a contract for goods or services of any amount if, at the time of contracting or renewal,the company is on the
Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a
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 goods or services of $1,000,000 or more, that are on either the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List which
were created pursuant to s. 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria.
As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the Section
entitled "Respondent Vendor Name" is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a
boycott of Israel and for Projects of$1,000,000 or more is not listed on either the Scrutinized Companies with Activities in
Sudan List,the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, or engaged in business operations
in Cuba or Syria.
I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject
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 placed on the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List or
been engaged in business operations in Cuba or Syria.
Certified By: , who is authorized to sign on behalf
of the above referenced company.
Authorized Signature:
Print Name:
Title:
Note:The List are available at the following Department of Management Services Site:
riteIra://www.darns.irnyfllou-lida.coirn/Irausliiriess operations/state 1p uurchasliir"ng/veir"ndoir liarif ou�irnat:ioiri/coir"nvlicted suspended disc
hiirmiliir"natory...coirmplaliir"nts veindou........llists
51 aSnm
6074
AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT
FOR LABOR OR SERVICES
Entity/Vendor Name:
Vendor FEIN:
Vendor's Authorized Representative:
(Name and Title)
Address:
City: State: Zip:
Phone Number:
Email Address:
As a nongovernmental entity executing, renewing, or extending a contract with a government entity, Vendor is required
to provide an affidavit under penalty of perjury attesting that Vendor does not use coercion for labor or services in
accordance with Section 787.06, Florida Statutes.
As defined in Section 787.06(2)(a), coercion means:
1. Using or threating to use physical force against any person;
2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person without lawful
authority and against her or his will;
3. Using lending or other credit methods to establish a debt by any person when labor or services are pledged
as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the
liquidation of the debt,the length and nature of the labor or service are not respectively limited and defined;
4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport,
visa, or other immigration document, or any other actual or purported government identification document,
of any person;
5. Causing or threating to cause financial harm to any person;
6. Enticing or luring any person by fraud or deceit; or
7. Providing a controlled substance as outlined in Schedule I or Schedule II of Section 893.03 to any person for
the purpose of exploitation of that person.
As a person authorized to sign on behalf of Vendor, I certify under penalties of perjury that Vendor does not use coercion
for labor or services in accordance with Section 787.06.Additionally,Vendor has reviewed Section 787.06, Florida Statutes,
and agrees to abide by same.
Certified By: , who is authorized to sign on behalf
of the above referenced company.
Authorized Signature:
Print Name:
Title:
52 Sim
6075
FOREIGN ENTITIES AFFIDAVIT F.S. 287.138
I, of the city of according to law on my oath, and under penalty
of perjury, depose and say that:
a. I am of the firm of
("Entity"), the bidder making the Proposal for
the project described in the Request for Proposals for
and that I executed the said proposal with full authority to do so;
b. The Entity is not owned by the government of a foreign country of concern as defined in Section 287.138,
Florida Statutes. (Source: §287.138(2)(a), Florida Statutes);
C. The government of a foreign country of concern does not have a controlling interest in Entity. (Source: §
287.138(2)(b), Florida Statutes);
d. Entity is not owned or controlled by the government of a foreign country of concern, as defined in Section
692.201, Florida Statutes. (Source: § 288.007(2), Florida Statutes);
e. Entity is not a partnership, association, corporation, organization, or other combination of persons
organized under the laws of or having its principal place of business in a foreign country of concern, as
defined in Section 692.201, Florida Statutes, or a subsidiary of such entity. (Source: § 288.007(2), Florida
Statutes);
f. Entity is not a foreign principal,as defined in Section 692.201, Florida Statutes.(Source: §692.202(5)(a)(1),
Florida Statutes);
g. Entity is in compliance with all applicable requirements of Sections 692.202,692.203,and 692.204, Florida
Statutes.
h. (Only applicable if purchasing real property) Entity is not a foreign principal prohibited from purchasing
the subject real property. Entity is either (a) not a person or entity described in Section 692.204(1)(a),
Florida Statutes, or (b) authorized under Section 692.204(2), Florida Statutes, to purchase the subject
property. Entity is in compliance with the requirements of Section 692.204, Florida Statutes. (Source: §§
692.203(6)(a), 692.204(6)(a), Florida Statutes)
i. The statements contained in this affidavit are true and correct,and made with full knowledge that Monroe
County relies upon the truth of the statements contained in this affidavit in awarding contracts for said
project.
(Signature)
Date:
STATE OF:
COUNTY OF:
Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or ❑ online notarization, on
(date) by (name of affiant). He/She is personally known to me or
has produced (type of identification)as identification.
NOTARY PUBLIC
My Commission Expires:
53 Sim
6076
COMMON CARRIER RESPONSIBILITIES AFFIDAVIT F.S. 908.111
I, , of the City of , according to law on my oath,
and under penalty of perjury, depose and say that:
If Contractor is a common carrier, as defined by Section 908.111, Florida Statutes,then Contractor hereby certifies that it
is not willfully providing and will not willfully provide any service during the Contract term in furtherance of transporting
a person into this state knowing that the person is an Unauthorized Alien, except to facilitate the detention, removal, or
departure of the person from this state or the United States.
(Signature)
Printed Name
Date:
STATE OF:
COUNTY OF:
Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or ❑ online notarization, on
(date) by
(name of affiant). He/She is personally known to me or has produced
(type of identification) as identification.
NOTARY PUBLIC
My Commission Expires:
54 Sim
6077
SECTION FOUR: INSURANCE REQUIREMENTS
A. INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN COUNTY AND CONSULTANT
Prior to the commencement of work governed by this contract, the Consultant shall obtain the following
insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum:
Coverage Type Required Limits Insurance
Manual Form
Workers' Compensation Statutory
$500,000 Bodily Injury by Accident
Employers' Liability $500,000 Bodily Injury by Disease, policy limits
WC2
$500,000 Bodily Injury by Disease, each employee
Commercial General Liability $500,000 GL2
Vehicle Liability ($200,000 Claim; $300,000 Occurrence) -or- VL2
$300,000 Combined Single Limit
Professional Liability $500,000 Per Occurrence PR02
51,000,000 Annual Aggregate
All insurance should be provided by insurance companies that are licensed to do business in the State of Florida
with a minimum A. M. Best Rating of A+. The Monroe County Board of County Commissioners shall be named
as an Additional Insured.
B. GENERAL INSURANCE REQUIREMENTS FOR CONTRACTORS AND SUBCONTRACTORS:
As a pre-requisite of the work governed, the CONTRACTOR shall obtain, at his/her own expense, insurance as
specified herein,which is made part of this contract. The CONTRACTOR shall require all subcontractors to obtain
insurance consistent with the requirements specified in this Contract.
The CONTRACTOR will not be permitted to commence work governed by this contract (including pre-staging of
personnel and material) until satisfactory evidence of the required insurance has been furnished to the COUNTY
as specified below, and where applicable CONTRACTOR shall provide proof of insurance for all approved
subcontractors. Delays in the commencement of work, resulting from the failure of the CONTRACTOR to provide
satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any
penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date
and time, except for the CONTRACTOR'S failure to provide satisfactory evidence.
The CONTRACTOR shall maintain the required insurance throughout the entire term of this contract and any
extensions. Failure to comply with this provision may result in the immediate suspension of all work until the
required insurance has been reinstated or replaced. Delays in the completion of work resulting from the failure
of the CONTRACTOR to maintain the required insurance shall not extend deadlines specified in this contract and
55 e
6078
any penalties and failure to perform assessments shall be imposed as if the work had not been suspended,
except for the CONTRACTOR'S failure to maintain the required insurance.
The CONTRACTOR shall provide to the COUNTY as satisfactory evidence of the required insurance, either:
• Certificate of Insurance
or
• Certified copy of the actual insurance policy
The County, at its sole option, has the right to request a certified copy of any or all insurance policies required
by this contract.
All insurance policies must specify that they are not subject to cancellation, non-renewal, material change, or
reduction in coverage unless a minimum of thirty (30) days prior notification is given to the County by the
insurer.
The acceptance and/or approval of the CONTRACTOR'S insurance shall not be construed as relieving the
CONTRACTOR from any liability or obligation assumed under this contract or imposed by law.
The Monroe County Board of County Commissioners, its employees and officials will be included as "Additional
Insured" on all policies, except for Workers' Compensation.
56 e
6079
EXHIBIT "A"
SCOPE OF SERVICES
In order to provide the level of service desired by the Building Industry and the local citizens, the County is
accepting proposals for PROFESSIONAL SUPPORT SERVICES FOR PERMITTING PLAN REVIEW, INSPECTION
SERVICES AND PLANNING/ZONING DEVELOPMENT REVIEW. Responding firm(s) and/or individual(s) shall
provide and perform one, some or all of the following professional services, which shall constitute the General
Scope of Services under the covenants, terms and provisions of this Agreement.
A. BUILDING DEPARTMENT PLAN REVIEW AND INSPECTIONS (BUILDING/ELECTRIC/PLUMBING/
MECHANICAL/FLOOD/CODE COMPLIANCE):
The Building Department is seeking a Consultant to conduct building, plumbing, mechanical, electrical,
flood, and related Code compliance inspections, and plan review. Permit intake and issuance services
may also be needed. Work will include inspections and plan review for single family and multi-family
residential, commercial, office and/or industrial projects for compliance with the latest Florida Building
Code in effect. Plan review must be conducted pursuant to protocols established by the Building
Official at locations within the jurisdiction of the County that provide access to the relevant permit files
and plans, i.e. Upper Keys (Key Largo area); Middle Keys (Marathon area) and Lower Keys (Stock Island
area.) Consultant must be available to provide services to the County by employees available during
County's business hours. Consultant should provide employees who are available to work up to 40
hours per work week. Some evening or weekend hours may be necessary, depending on workload.
Consultant's employees should be very detail oriented, have good reasoning skills,work with checklists
to complete reviews and be able to work independently with minimum supervision. Minimum
licensure as exhibited in the attached "EXHIBIT D—Section 1 (Building)" is required.
B. PLANNING & ENVIRONMENTAL RESOURCES PLAN REVIEW
The Planning & Environmental Resources Department is seeking a Consultant to conduct zoning plan
review. Work will include review of site plans for residential, commercial, office, or industrial
development, sign and fence permits for compliance with the County's land use standards contained
in the Land Development Code, as well as application and site plan review for compliance and review
of development applications (i.e. conditional uses, variances, land use, etc.) Plan review must be
conducted at the relevant County office to ensure access to permit files, plans, maps and human
resources when needed. Consultant must be available to provide services to the County by employees
available during County's business hours. Consultant should provide employees who are available to
work up to 40 hours per work week. Some evening or weekend hours may be necessary, depending
on workload. Consultant's employees should be very detail oriented, have good reasoning skills, work
with checklists to complete reviews and be able to work independently with minimum supervision.
Page 1 of 6
6080
Minimum licensure as exhibited in the attached "EXHIBIT D — Section 2 (Planning) and Section 3
(Environmental Resources)" is required.
C. FIRE PREVENTION PLAN REVIEW AND INSPECTIONS
Consultant's employees must be qualified with the following:
1. Florida State Certified Fire Protection Engineer specializing in sprinkler systems and fire alarm
systems, but qualified to review all aspects of structure and architectural design.
2. Florida State Certified Fire Safety Inspector I or II.
Minimum licensure/certification as exhibited in the attached "EXHIBIT D—Section 4 (Fire)" is required.
D. GENERAL PROVISIONS
1. The Consultant's services will be performed on behalf of and solely for the benefit and exclusive
use of County for the limited purposes set forth in this Agreement. County acknowledges that the
Consultant's services require decisions, which are based upon laws and jurisdiction, as well as best
professional standards and judgment.
2. In the performance or furnishing of professional services hereunder, the Consultant, and those it is
responsible for, shall exercise the degree of skill and care customarily accepted as prudent
professional practices and procedures by members of the same profession currently practicing
under similar conditions in the same locality ("Standard of Care"). Consistent with this Standard of
Care, the services shall conform to applicable laws; codes, ordinances and regulations of any
governmental agency having jurisdiction over the project, at the time services are rendered. The
Consultant shall perform its services within the response times provided herein and as
expeditiously as is consistent with the Standard of Care and with the orderly progress of the Work.
3. The Consultant shall not be required to sign any documents, no matter by who requested, that
would result in the Consultant having to certify, guaranty or warrant the existence of conditions
whose existence the Consultant cannot ascertain. Any certification provided by the Consultant
shall be so provided based on the Consultant's knowledge, information and belief subject to the
preceding sentence, and shall be given in the Consultant's professional opinion consistent with the
Standard of Care.
4. Nothing contained in this Agreement is intended to create a contractual relationship with, or a
cause of action in favor of, a third party against either the County or the Consultant. The
Consultant's services under this Agreement are being performed solely for the benefit of the
County and it is the intent of the parties that no person or other entity shall have any claim against
the County or the Consultant because of this Agreement. In addition, nothing herein shall be
Page 2 of 6
6081
construed as creating a contractual relationship between the County and any employee or
representative of the Consultant.
5. The Consultant will be responsible for coordination of its work with County officials.
6. The Consultant at the conclusion of its review of each building permit,shall state in writing on forms
provided by the County whether the plans reviewed or the construction inspection passed or failed.
The Consultant will specify the legal reasons for a failed review or inspection, and the necessary
remedial actions.
7. The Consultant shall provide to the County clear, specific, and definite written final
recommendations and observations that support the Consultant's recommendations and
conclusions regarding each building inspection and plan review.
8. Field inspections must be completed within response time of twenty-four hours of request, the
same or next business day, depending on when the call for inspection is received by the County.
9. The Consultant shall not provide services under this contract and shall not accept an assignment
from the County for plans review or inspections on any property for which Consultant has been
retained to perform plans review or inspections as a private provider. The Consultant shall not
perform or market private services to any property owner while Consultant is conducting plans
review or inspections on behalf of the County.
10. The Consultant is required, on the first business day of each month, to inform the County of all
permits in unincorporated Monroe County for which Consultant has been retained to conduct plans
review or inspections as a private provider. Upon execution of this Contract, Consultant shall
provide the County with a list of all open permits in unincorporated Monroe County for which
Consultant is or has provided plans review or inspection services as a private provider.
11. All services shall be compensated at the hourly rates established in accordance with the attached
schedule, EXHIBIT "C: However, the total compensation to the Consultant for services of the
Consultant shall not, correspondingly, increase above those stated in the attached schedule.
12. Task order for assignment of employee(s) shall be provided to the Consultant via email with clear
direction as to the tasks and dates being requested.
13. Tasks will be assigned by task number and given to the Consultant and to Consultant's employee
on site. If Consultant directs its staff member to proceed with the task, Consultant shall
communicate that decision to the relevant County staff.
E. DESCRIPTION OF SERVICES
Page 3 of 6
6082
1. Building Department Services (under supervision of the Building Official)
a) The Consultant is to perform building, plumbing, mechanical, electrical,flood, and related Code
compliance inspections,and plan review. Work to include inspections and plan review for single
and multi-family residential, commercial, office or industrial projects for compliance with the
technical codes applicable to the project.
b) Plan review must be conducted at the relevant County offices in Key Largo(2), Marathon and/or
Stock Island to ensure access to permit files and plans.
c) The County Building Official will oversee the duties performed by the consultant's staff as
required by F.S. 468. The Consultant's staff must be available to work up to 40 hours per week
as well as some evening and weekend hours depending on the workload.
2. Planning & Environmental Resources Department (under supervision of the Senior Director,
Planning and Environmental Resources)
a) The Consultant is to review site plans for residential, commercial, office, or industrial
development, sign and fence permits for compliance with County land use standards contained
in the Land Development Code, as well as application and site plan review for compliance with
the Land Development Code.
b) Plan review must be conducted at the relevant County offices in Key Largo(2), Marathon and/or
Stock Island to ensure access to permit files, plans, maps and human resources when needed.
c) County staff will advise and direct Consultant's staff concerning work approved under the task
order. The Consultant's staff must be available to work between up to 40 hours per week as
well as some evening and weekend hours depending on the workload.
3. Fire Prevention Services (under supervision of the Fire Marshal)
a) The Consultant is to perform fire prevention inspections and plan review. Work to include
inspections and plan review for single and multi-family residential, commercial, office or
industrial projects for compliance with the 2010 Florida Fire Prevention Code (and related
successors) and other codes as adopted by the State of Florida (by F.S. 633 and F.A.C. 69-A).
b) Plan review must be conducted at the relevant County offices to ensure access to permit files
and plans.
c) Consultant's staff must be available to work between up to 40 hours per week as well as some
evening and weekend hours depending on the workload.
Page 4 of 6
6083
d) Inspectors and plan reviewers must be Florida State Certified Fire Protection Engineers
specializing in sprinkler systems and fire alarm systems, and qualified to review all aspects of
structure and architectural design. In addition, Consultant's employees are required to be
Florida State Certified Fire Safety Inspector I or II.
F. SPECIAL CONDITIONS
1. The County reserves the right to ensure that all persons supplied under this contract meet the
requirements listed below. If at any time they do not meet these requirements the successful firm
shall immediately pull the assigned person and/or persons off the job at no cost to the County.
2. Temporary support personnel must be neat and clean experienced workers and drug free.
Temporary support personnel shall be mentally, emotionally, and physically competent to perform
the services required.
3. Temporary support personnel must provide their own transportation to and from the job site and
they are responsible for their own parking.
4. The Consultant must assume the employer/employee relationship. The County shall not be liable
for any workers' compensation or Title VII of the Civil Rights Act claim that may arise from the
temporary assignment.
5. National Crime Information Center backgrounds and police checks may be done on temporary
support personnel by the County at any time during the contract period.
6. Persons employed by the Consultant in the performance of services pursuant to this contract shall
not be considered employees of the County, shall be independent thereof and shall have no claim
against the County as to pension, worker's compensation, unemployment compensation,
insurance, salary, wages or other employee rights or privileges granted by operation of law or by
the County to its officers and employees.
7. The Consultant agrees to reimburse the County for any improper charges, which can be
documented as a result of the Consultant's employee(s) making unauthorized long distance
telephone calls or other inappropriate use of County property while working at or on behalf of the
County.
8. Professional behavior and conduct will be demonstrated by Consultant's employees at all times
while performing work assignments under this contract. All employees provided by Consultant
shall be required to dress in professional, conservative business-like attire, suitable for public
exposure. No jeans, T-shirts, or athletic shoes will be allowed, unless approved by the County
Department to which the temporary personnel are assigned. Consultant must provide its
employees with suitable safety attire including puncture proof footwear for work assignments
Page 5 of 6
6084
conducted in the field. In addition, Consultant must provide its employees with all necessary
equipment and tools to perform tasks assigned under this agreement. Failure to be adequately
prepared for work assignments may result in rejection of the Consultant's employees at no cost to
County. Identification cards provided by the County and the Consultant must be carried by
Consultant's employees at all times during the performance of any duties under this agreement.
Page 6 of 6
6085
co
� o
W o co
H
-m - -- - cc
Z N a Es � a
m '�❑m a a j U❑ m U. Y .
�/ W ❑ v❑Ti Ti u
LL Foo t o c a c- _ O-•01-• O-•°1-•o n
W O W U w y a m�
a
w E
z m� _
M _� -
z N awg�S
O u 2 m m
O _ -m m m m
O 2
W W t o au c o o c o
m2Q`p E. c Ti �Ti �Ti
c - _ _2 _2 _ m
Im _
W o
U>a Z N N U coU coO co
U
Z U O OU U U U U U U
w
n
W
� - a
W =a
E w w w w w w
a�
c
Z
M ca "� "� "� "� >w
V c
Q .) E O T m D a 1.2
�' T d` T T T
w E_ A AA A A A
a' �U wN� Woo
Q av m
f o f
O
am 2m_ m_ v y - -
W Q - O O w O O O a O a y
a a w
dim w w w w 'a w
c Q z Z F❑ z 2❑ z 2❑ 0 3❑f m
p a a 00
a a 2 U 0 a a V O a a- > " z
O A O a s a a u~i Oa O J O O a y Oa O a Oa O a w z a O
O U U U
- a O U v
W w
oN.n
LL >w -
- 0 0 �w
E >}>}
N n c� m u
a EE 8 00 ww
W c n ww as
K K J J
E ¢ N ti
E
o O
W U Z
z L°
-- E
U a u = ~ ~
- O p v G a w v
O Ey F o 3 s
c _v _ -o g
N E T rn 60
0 -❑ m v _ N 2 = _ p 2.:L� -m .�C D y
} v m 2- cos w��a FLU
��c�ac� a
a w
Z - - - m3 - - Cw9
E E - A n
Q o . o E Ev Ev Ev _ Ev- - wo
V - ,�co `oE o E`o o E`o of `o �_' o Eo_='
W ' 0c a aU aUa aUa aU ` N- a0a `
O._ w
_ _ _ °' s_ _ 2
- _= �' -_-- v - - _= F
a
O m y m a 3 w m v 3 rn m a 3 r w a m v 3 0
0 uZ � m �� e ��� v ���3 �� �E t,K0 Z
W T �jJ
W
LL ❑
W } F
W N U (!
m ~ Z f Q K C c+ C c m
X " U = W a `NO
tl K O w N W 6 c �n 0
W e a 0
O K a O
00
< 2
ig
00 �\/\ �; !] .0
}\\� \�}\} }/r\\}}\\
) \j \0 \j
o
)0 § § §
\ (ƒ Oo_ , , ,
■ --
uj uIm
-
m -
- - -
m : : : 1.
o « - : :
z 0
_ _
5 / - ~
a ; _ : _ : : _ : :
_ _
I ) o
� ƒ ,
\ - ~ - -
o ® , °, ,
■ [
§ui
)� ® a� {{ {{
(
z % rr
u ! && ,
■ E _
a E0 -
w °\
> § ~ 10
-
§
o
\ _ o2 - -({§ - §-
% a ~ -n2 :_ !)/] { r o - -
■ f ( &<\\k\ y ){/((!E«rya - !{ :
f l�!
§ {k , )�\)�)j�\)))})\} �!()\ ;£,� .
u !a{ ° ° - ° _ _ _
} r)) { f0! {_ -
)&\ - \}\�/ ol
10
Q a)f : ~ \) --
■ _;® ƒ\! - /
■ | E\ - 1_ - �I([
_ � ! i _ _ - - _ «4$«
m a! � � ., :! §1., e ,�=X. 76
� �0 -
_
(L ) / j}\\ j/ / \
� Z, u m 8 of V)
2
< 2
. t/ . - z)! ]{
{ /\ \)\ { /\{\ \\�{
;_{#f]/ !
%}]# / !{$!±]f
) \j \j \0 \\
o
)0 § § § §
12
\ (ƒI_ _ , , ,
■ --
uj uIm
-
m -
- - - -
m : : : :
o « - : : :
z 0
-- _ _ -
5 0- ° ~ - ~ -
a ; _ _ : : ° : _ _
I ) o u = . _
z k `
z -
o
■ [
� ) 7 kk $$ kk 22
� ® a� \\ (( \\ \\
z rr
u %` ®&
■ E
a E 0 -
w °\
> § -
§ T
\ - -
k a - )\/} \
■ f0 - .
■ r: _ - -
o &! , :::�,:e
u !I{ _
§) ( /); \
!«: -
Q a)f : E E E
E E E
o - -0.- \/
� )
■ `{! - - - \\{-!« §
■ | i* ; :l =!�
_ E ! E _ - -_
m a! � � .,� �. ,: �._ �. ,; 76
,: :
I
-
E -
uj | U§� -§ /� ) \ R 2w 9
0)
00
� o
o co
a r s2
O O
U : o�E
0 U
0 Rii pyb a�W _Q uU OMwE T�U�j E$
2 _ o m W.
83
2 a w
a`-w`Y�ci w`r'n a` wo a`
NOOrcSwrc _vw�❑��` _w w r„nn�O`ro�o� o -0 cc rr'nDa
oo
o
o 0 _
z m> m>U O oo a o1no ona
<T < o
Uv oU oU<��
U0 U
v�U ` o5w vw�
❑�`
o oo oox x a� ta0 a 0
= v w� vaow� v uu ` a m
Uo0 O O O O O
a a
c H_ w
a}
- a
.a
E w w w w w
` > > > > >
a
c
o a o rn
>w >w >w >w
" c
� J T
O N
ry E
.� E_ Oo o 0 0 0
rcH� c c� R R
c d
W a UIm
m
d
0. A 2 m
a w 0 in in in w
0 Q - O O O y
z w
Q�a-0F 0
0LL 0w aU .a-K 0F o0LL 0w aU ¢�K>w 0�F 0
0LL 0w aiU J Q�a-K»0F o0LL 0w aU aK> ~00 0 a�� O
U a Kz N O T c wy za O w N za my za w N z a w y y za �_
W _ a Oc U
a w
w - .
ui
10
z
QU c
� N
z a EE `O oo ? a o
W E 'a¢ U Q Q 0 0
E O
a E `
O U O o
Z c'+
ui
ui
U c E
_
Z ao E a
H c� m O
o m-> i nFv
O
o.C, ax��rn i � w
U T _v` u _ `er Eo
0E v o -WO O a oo 2 a Ern> _
c=9
c� O m 'i -- _ a r in q n _ -n -M w� a
J
(/� E � a -n v a OE
` - EEE a _E ° a E v a r o Ov oE
o � Z
U oW Ocwn w w w w F z J Q c >
~ } ,w2 rcNmwX
zN Q �(! `o �00 a� zw
H O z} z}a c m Oz�._
� N �OZ Qy� UDUaa
W & w oUM 3ME oE�= 3'0 3-rc� 3
a e a Qw z 2LL z2 LL V U a z 8 zm U)C C O
O
O
O
o O
_ E _ a
-- Eb Eb
N ui n -
U Q m Q n U U ` `
w E w E
y, y,o m o o a
�'q U 'q
f -v 2 o-0 E n o-o E n o-o
O W f U W f f N d Q Q O d Q Q O d
U
O 3 3 3 3
O
W
c c 2 c c
K N U w U N N U N N U Z
U 80 U O O U U U OZ
a a
c H
K Z J m _ rnr rn rn o rnrn NM Nv O
- a
.a
E w w w w w w O
` > > > > > > z
a
o o m
rah Q. w W �� >w >W >w z
E E
lu ¢ 031 o E o
a
" c
� J T G1
ry E
d � E_ T o 0 0 o z 3
K f c c� ry `o ry ry ry N
c d Z
C N J Q
G a T m F
o `o a a
`o m 2 A 2 A 2 A 2 - - ¢
¢ - O O O O O w O w N
Z rc w
3 0 H x
~ 'd c ¢ zw~w z w
c
~w z ww zLL Fm g zg c
O K L K'.w- a J K a Z 0 J K ¢> K ¢ W > ¢> ? w o p
c�a a�w w�LL az�LL J��w w aw z LL u
O >. c y y w y a O0 a (! a
W - a c -
O U ~ c w
a
OM
J E _ LLS >675 a z
O N w ¢> a
p
T
W N yy� Yy
O Yk ik 0 O
N ¢U w } d w d
O F A a
Z .. E E `o z in > " E ° c
W E o u 0 w w >W E m
J .�- x a d c
E = w - > cc
W r/Ti
a o o c A ,J� lo
Q Uz 'o 00'0
J d _ aw
uj a 9 a a A A
W
a E - - ° °. F
U .06V - Ev �_ _ Em
o ax
Za - NE - _ CAE n 2Em °ct
p U w -`o E >�N - �r �a E .a c
H E =�NF? m � a- O o - ° oo A.O n I w� O a o ' w
o T >m a z
L a�i E - - - wm Na N
lo
4- E--o� E - - - -- - - a a o w
�• > U c E m - U o n - E E 0
I o - c - "ate' - aE o_ o a °'E � O z�
J �-- T vE go
o - ? wE E� �Eo c�a oc O
o ¢ = w E E w E w N o - a- 'v a vim, o A F
z
(/+ U z m z o F u o F a v, _w v, u w a K w K m u m p'a ww
N Z dd wW y
a z E w
E w F Z z o ao H a ¢ } } WZ WO Wz 0 ZO 10cc aO
} U Q z �O m F a ¢ F o o a s z
N H W w w z rc w Z Z U O ¢ a d d uJi
L1. ry a KV5 o f w OF K O UN a �.... �y
W N w p W O 1 N 1 Z ,W x d Q W W II II OU
w O w O w z w z J ¢> W O n n n
a e a u w x w a w w w a z x Z A A A -- 0
0
0
(44 in
C00
a) ° o
° U1 O c y C: c
v O .a
z cu c E a :�„ Q w
to in in a S ° s a
a m C au
c _ �
G on
Dv C -
J C � N y a v
aLL ."
d. c E
L m E
d p�j cOv 2 m . a
in a a w o o v Q o c °
ai-
m
_T
bA
EA E c
J O -6 V aJ l0 aJ -6
Q c
♦'' cv c u O co
V a c s a v 5 y a N
a ai
EA in ° s c
Q U O =
O
� U
ai ai
V ai E E
vy
W C p� cv 'c '^ c o a LL o
oo >
a a�i vE ai
X - 'Our °n
in w O Q Q .O+ v
m ai
O
m a, o °
u y 0 O_i�i y-oc
-° aiu .N c m
EA c E u a v > s � o ai
C 2E a ^ O U 4o u an
O in O w O o ai
Q
U
cu
u0 O
a
_6 <0 p Y
L (0 C U V °
(' C ai aj'° u O_ N > s � ° T
LJJ n
W
y 0 a; u ai
C cu iv c o a w m >
oo
.cu ccv ai a X p v °
L C in w w O p_ c
c:r G O
cocOp
= ai N ai
rw Z_ 3 o N a O
T v i
i ` Q v N cy v tw
> C
�u a 3 vavX a
O o Fa a)
O goo a
LL o o
v v
u �
c �
�n v v v
a, (11 o aiO w ai w
O
J a c o fl o
Q u c'O u m 'o u ° �° v c:a v o. c cL v '^ v Q Y oa
5 c ° o ° m c ° EL o a 3
i u cL s V u
U u
V
6 O
D v E
p
-° oa y c > ai
C �j � c � v c o a LL cv -°
oo
N f4 o c 'E v :^ s
d cu v a c
m a a aj
3
in U _
O c,o °
w a
v �
m °-
W LJJ 72
_V
v v c
O >
F— OC - w
N W E
N v °
w
H Ln w � H p �- Z Z >'
O U O 0 Z a w m w � a Y w w
Z Lu
Z
Z LL w Q S u _j u (� —j u
C�6 Q CL X u LL O u. G. H = m Zcl: N
w w_ � u O O w Z
d O Q ULu wQ wS
u u. � � w
N
0)
O
N
O
N
N
110
ra
a
v C c w -6 Z
w O
� ° v~
•0 'n a, v m w
d m o '� a o Ln U
cu c a 'u E
iA a, a N �; m m iZ p
J v "- L - aE, 3 -moo v z
-0 a v v c w
.v m e : aa,, u c v o
u C 0 i U a,
p w O m N v a
H - c
3 a, c
'O iz _ m a, N U O — 'O O C —
v m v O s 4O O 3 " � mo vi : vi
E " a, o w > E '^ m v m c
O N C v yp O -0 u v O O " m C Y O
W +, 'on v u on V ai '� v v y v
c v v w tL
CL cu m w fl fl oa iz fl v -o v c
LL Q m a 'o c E v m c o w T
in 72 w T - = 3 i .N a _
.O N Q N o N o � N N biA v`�i
LL O N iv 'C N '6 — w O � Q
d O OT ry y U
in c ^ m
-O iz T C '6 O C C a,
v c o s aj 2 3 v w O m w
'zv °' 3 v ,� .0 .v E aa,, a m, N
v
ate, C O C Y a, E Y Q'v6 O
•cu ai
cu 't .mo U U i.i a, C C Li
m U m
U -O fl-
U O J
O O T v O a, -a � a, s bA a,
d a, v E a, a, w v ri m c
y0 O O_ O_ a, a' z E m
a u v c a, m v w m a, _
bA 40 p
C m U T C C T
U C 0 � C bA a, 'O O -O 'C i a,
C C -O a, — C C
N a, O a, E m — O C O C E m ON d
O v c E :9 E O u m �° v °- a,
fl_ i O O- E p E 0 a a, c" ILx W- u - ,� ai N C v y
cu a, O C c N C '6 bA N a, a., +m+ UQ
ate, {Ey'�n O O N41
c $ a ap a °- aE, c > v ° t m O E
v a u F v ai c o a ' 3 v > m
u cCL
Z p m Q O O O O w v
v u a M
z
O �a
oa
E m E C y oa '^ v
>40
c .y 'E ._ c a)N c v v p O
3
. O �nm Q av E m aa ooum v 'v
> ac a, E a, =
x w a, v tZ a, a, c: a, yFa
CL v
N bA N N >
OT '6IONa, 6cO E S puQC
r _ C O a, a,
6 C + u — a, aCv
O E o a, s = c
a c u c E c C > a, O E
a, m u m a E c c -0 Q = 3 ai >
o m o $ m c E _ o w a°
a a, u a o
w H
H w � H O > Z Z r V w
C ZO w x O Q w m w : C'L Y w w ui H
G V O >- Z a U. N Z u� H Z Z =
U_ w m U S� O Cc ui Y a Ncl: 3 � a Q u a
Z LL w Q = ` 06
u 0 H q L7 J N G N w
V w Q x U 3 LL 0 " a = m Z = p ww
Q Z = u+ u+ of v 0 E Q ? O LL p Q
u; Z 0 d u p Q ax w z Q ) S O z
o Q O a w Q
cv Z co
E N w
f6 0 Q
p Z
—�i Q
M
� T
O
O 10
M
U/
hq
f0
d
U/
C
u
N y
O E
y
N
Z
a
u
L
u
R
Q
3
0
c
0
a w
IV E
`O z
u
L
r
Z
W
3
C
Q >r w
m
W 0a z
a
O
Z -a '
� � a
C W �
N
H z
M� Q a —E
W W u
1 oc O
a W
Z N + m
>r + z
O0 LL
Li-
0
E
Z
OO IW
M Q o
V L Z CL
E
W �O
N C =
CL
H
� E
U °
`w
a,
_ v
o ,
w u
W ° o
`c +'
� m
49 W
.O u
W �
> w u W
L CL 3 u ao u a 6 a
.. m
+° tw
5 E c + w m L m c
W i+ W E a0 's c ?r. U i c c y y W
a•° W u ° tlq u u N u _> •C '� OZ{ C u y K O W '++ O
E v z + m E ao c E m m " a u ° x c� x s x
++ N m w a u m '++ u otj
W W u tp N C •O 3 W a tl.0
L U C O LL •6 i+ L Q Y J O m W M. U u C C C t u
O U C C C C C N — u E W ao - c m L y C
R �. J W U '6 •.2 a a a a � m W a O � tlq '6 E L C C
y •6 W jp •O •O ++ ++ f6
O L u C a 's
O c m m a a m m U W W C a a
O O O O O O O O t
o CoW a o E u u u u u u u u
;
W U/
•6 x x x x � � � �
U N U U/
y t 2 N 2 2 2 2 2 2 2 2 2 N '6 m U W W C C C C C C C C G
a a a a a a a a a N o
° iy y y y O m m m m m m m m m O U U U U U U U U U U U U
+ c� 0) 0) a s
ti
v
E
v
a
v
v
d o�
o
to
V �
a
m y
o E
o m
w z
.a
O
V
L
V
f6
a
3
O
c
v
0
O
0 y
w E
`O z
V
v
t
v
�C
C
3
w v
V 4-o v
Z w
m E
Z V m
Z V Q z
J +-+ s
~ M
W
O ap G m
N
E o
Q
W u
Z cC oc 0
+,
N o
O E
z
V '0 £
W a p c
N W v
a T
O
E
E z W
0 N
r — a
m N E
H � �
s m
Z
x U `w O
W J 3 a
E
c f6
0 W
O 0
u o
O V
O
O T
O
2 N
O
a) W (>
a
O z
a) w O c
w s F c
0 a m
o m 2 a
+�
w O
w N w
- w
o =0 0 +�
a v w y
E m cn v
W 0W 0
s D u y
V J +
m m
LL N C O
N
O i f6
O cL
uN
w y
i L E E
o r4 N m a °1
v)
d o�
o
"
to
V �
a
m w
o E
" m
w z
.a
O
V
L
V
f6
a
3
O
c
v
c
O
a w
" E
(n `o z
W w
V s
CC
� v
O E
cn
W w
Uw
J � v
`Q w
r O V m
Z V a z
a
NJ O w
Z ~
O dA "'
.N z
> Q Oa 0
N O
Z w w
W M °C o w
+' o E
LLN m
i m z
W LL E
c
= O 0 "
H +' >
O
Z E z E
Qw
W w
N H "
s w m
> z
V O
a
0 J 3 w
c f6
0 `w
_ O 0
u o
M O V
1�1 O
2 oL
X w
g
" s
NJ ° w F c'
w w V J
w O W a
6 = F N
0 d O z
N
� w o 0
Lu
Lu
-a " ~ W N LL
y o u u W a
N N V J
O "O 0 Z N
a
g Er
z W
W o g N
s 7 u W z
m J OJ �_ m
w w `� J O > r
LL " W z W W ON
O Q 0 W LL LL
V " O a: a: -a
:E a u u w
cL
r4 c i of v °1
v)
Co
am
0
in c CD
r a
Y0 b.
(gyp
d
V_
m Z
O
Vf
v
Q
O
V
L
YV
Y
Q
3
O
W)
c
m £
c @
a z
v
`O
V
v
L
Y
Z
W =
C � �
G U vOi
� c
v v
d 0 ° Z
UJ o Q
+r
W Y
r Z 3
_ w O
Nf Z
LA OC Q a
E
Lu
0 a o m
N a z
i 5Y
ZLL
�F
O c O E
HZj
W z T
LE V O
CL
0 v
Q _ v
E
N a m
Vf z
W () aL+
c v
� v
x Z'' O
W ; a
v
0 9 z z
Lu
`c v 0_ w
2 o z
V 1`0 C7
Y Y V LU
m a Z
H O
Z
o O
LU
v LU
a a w
v = W O
0 v v h a
y N w w
Cl y � C C
O kn
. m Z O O
w y y
Cl Y C C
L w w
V u u
a0i v w w m
Q Q o
D �— �— N
H H
N � 0 0 �
C
O
Y n C C N
i O O -0
Y v LL LL E
V
vOi'
OJ
N
RESPONSE FORM
RESPOND TC MO N ROECOLINTY P'U RCHA.51 N(i 0 FFKE
HISTORIC GATO CIGAR FACTORY
ROOM 1,213
1100 Silt'ONTON STREET
KEYWEST,FLORIDA 33040
Name of Proposer: M!.T. CaUsley, LLC
lacktiow ledge receipt ofAddpndaNumbFr(s);
f have included:
• Lobbying andl Conflict of Interest Clause
• Non-Colluision Affidavit Vr_
Drug Free Workplace Form
PUbfic Entity Crime Statement
Insurance and Indemnification Statement
• Local Preference Form;(,If appkablic)
(Check mark,iterns above,as reminder that they are Included!)
In addition, I have Included a current colpy of the following professional and OCCUpational licenses:
AH requirod licenses for staff.
Miaitlling,Address: 10720 Caribbean Boulevard, SUite 650 Telephone: 305,246,0696
CuLler_Ba_yFL,33'1 89 Fax:
ate: JUne ' 0, 2025
7z 7
Signed, x= Witness
causley Witness:
(Name) &
Prosident
(Title)
44 1 g, ic
6097
LICIENSEE DETAILS
JCENSEE DIETPA.S iCY27 34AM61
Narne (;ANraA,Ml0HAH RICHARnwanninryN—) Laewrsee rlurrmaeDiu,,
Muln,"Wdres5- 'IPHYate Address,"`Flflvat�Addresn' IN d,,,, GAINDIIA,MiCHAEL RICHARD lP,i-wy Pj...
'PrWate Addies&I, Ma41,kkh—, Pd—W Add--'Td—q.Add--'
'Privotp.Aflaxom%, pd—ibe Adh—,
pd—W Addm—,
'Private Address' pd—ibe Addm.—,
I Ilrllrsllrmation I I Worrnmion
Llicana,Type_....
ype Standard I Examiner Liuen,,c VyqT, Stauidaid Inipector
Rank Rank, Irmpectol
Llloan,,r Luimber Jrim.e Numbu HN 1424
S111 us CurremActive
Ulconcura Dalo O312Of2O2,5 Lbnsurf,Dalic, UU1312018
E
Explre5 IV'302025 xpres 11U.V1�025
Special Chralfficai6O1115 0 un I fical i an Effecfiv e
QUdIHiLdfiUH I Buildiny 01311112.018
BluNdling 039'21J12025
LICENSEE DIRTAUS b
Lil infarination
am% Who We Art ?Aerplberahp- FrWea3iopaiDevelurrieni Produciz&Gerv*es Reg
Name GAINHIA,WUHAF-11 Wi(:1HAHHfPnxn.,,yN.,,—� BOOM
Main Addrps 'Pri vat@,Ad dwss''Private Address'
Irlp flvaieAdd!Eess'
*Pdvate Add esq'
PLEA9E IN OTE-Searc I i vo Ill I ieturrr d HIAXIJULff I R Uf 5100 H'CO I LIS,Md IS hir I I ted 10 1 irdt II I for I I I a
License Igifunirwilluu
11 wen,.,o ypp I Buillifflng Code Adininis,trator Search Result:
Rank. Proyisional BIld
License Nurnbei I Corilifig4l orill PWsoni city
,5lakflb CuuentAcilve
Licansuire Date 0 111091K IlAchidel Gandia 001al Spflng',y
Eypllres 03409)2027
Gerlificatee
Sjje6A[QUIdlifiUddU115 Quu1IMua6ujR Effeuilivu Conni-nerogal Buil&nq nopecItor(exprrep OU27/202b)
BwUng I llon3 LKanikner 0cvll U/1812U28)
IL rENSFE DE'WL 9 10 r V AV e11 fMY)P:, UCENSU DEWLS flU 30?Y4,1k G'I'MIJVr
l.a. ur rr,ennwwdlr,rn Lkenseo hifoirmation
N N MAI"1TIINF7,MW ji--y--p
M.n Ann,— 10 W I UUN 9AINULUL 11HI-VU UNIT 205
911,0[OUNNAINIMA11.LILVE)
UNH 205
MIAMI o-kmura 13111 MIAN 5 JJ1 Id
Ca,,nr, ]JAM. C-wy UAI.A.
rrri TH—.Addn ea'"'", iiu Aatlelwr.r.n 14mo rfxabvra 'wiwam Add ir-O WirivMe Xddio—'
'PrWau,Adnr—'
P H—Zd' —, P'P,i Addn'
Addr i_',Add
Lk--
qr—dufl r1m.,F—nfl—, I....... Iry p"O.,
;,Uuk Funfln,,, WaM,
rlu,"b. PIX442 L—r,,,.rS.irub HH1011,
5faw,
0.6,, C.........Ool- 1.rUl Ok.19r3AbCnm
OVAIWOU Lk.,*,,re Em. UCAA994
F.rkr- 11BUQU5 J.",rfjr., I1F W2025
eI'aw U"mr'I"raI.ticu,. U—Rilkaw",t1ho.W. qr 1i.11 r,Nr rupfl-dk,,— Q-Offik.6,-FIf fi-
01,61drag Oudd uq
�,�o,On,.Wij Fffi-aflcn QW�W024, ('!,wwRn,A,,q N fl.-W,n
uuq,fivm L-1pGoin
I lCDMEE DETAIL S r 29 S5 11V 611I.?"GIV, LJCENGIEL.I
I hiturinaflon
MAR rwvz,,woi[
9M 11 OUNTAMBILUIL BI,VD Name MAC E DO,EIL I A 5 G jPrna, N-,O
UNIT 205 M6n Ad,.Irp.5a 'PriwMe Addre4s*'111flynbe AdIdre%3'
MAN rlwkh JIM 'Pdynte Addie5s'
DAME "Inflwato Addieg&"
'Pdvato Addj,G%&'
11 Tfl,m.Mdi— "hNale Add,.,W
ift:ed Ad. License hifonnatlion
Tfl,,n'!Addn,�.`
Piovislonall BuDdIng fimll
Mov.Blid llnsla..
q'. 11wifid 4,1p Unk AdinOW Mmu. fl lrpnqp Nunfl-Pr PBII2881
Cry uNdin 9 Cxl�A
I JUM10 Status
M-i- L U1 reint,Acrive
C gni,A,W e Llearksurp D,N,& 02M 7120215
Ucenw',Dow, EqArec 9P21%i2027
0-Iffiemmr,1-411-fi- Spocial Quallificalfions Qualdiumion Effectiva
Swnd.,d Builldhig O?j 17002 5
6098
UCA-faSEE DIFWUIL� LICENSEE DETAILS
1, 61 H—,
N PAI H NM)%,MM M N M ry
wny tldmrmrva L i,wi,,M-1,du—fl ih
M—P"Od,4gym: P,4-k,,A,wuaramreq1.i M.Add,n, Name, EARL,GEORGE jm—y N.—�
'M-WAM
A W M I�Add—, T,i.,L�Add—,''P,W.W Add--'
Add—W 'P,iw,Le Add—,,
I VlAr"111 1',h Add,—,�`P,�-ffi,6 dd Pp�ii WW"LL e,'A,:I ss
Licun&@ Inforpmalion
"INN—Aflb—""M,—.
Add—W Lic�,me,7ype Standard PlIlms Examiner
Ald—W Rink, I'llum Exurmiter
Licmme,Numbef 1WH2
........ sIalm, Umient,Adive
r"'. V—,., Licansure Dale G4UY2UU4
ExIorm 112IN2025
specIal Llualillicabons umiffic a tio 11 L Ifecii Vp
B"ildliny 0616W14
Sp"IM U-MM"'.U Q-1dii..k-I plfiu,,,Wnq 0702WU
1WHOung Onfinuing Inhicalmin
4—fi f&-.'6 O(V2 7QO2 4
f-11116 Emilpfion
LIGIFINSEE F.H: 'All.S [ACENSEIE DF r41 S 40
Licengee Licensue YW!irrvmfiou,
NI ... EARL,GEORGE p)rmmurp NaMej N.rr,. 1AIRA1,A,HLIRL 1,L AVIU
M h Add,,,,, 8940 sw 51SI,ST
MIAMI Fk6da 33165
T�ivaleAdZW courm�, DAPF
T I ivaw Add ess'
L—fi-
T�Wm,.,Add,-x'
Llconso Worma6oin
bicefls,e Iype �'f.nd.m lMara Add
R,"'A I—p—lul,
U-n—CAcmnXsml. IBN1529
Lk."W",'jp, SLairmlaId Plans,Fmoulner
slamE CurronLAcliva N:� kllanx W1111111-
Lii censure D an, 04WUOU3 U, nne
lo.
SpOdW Quallf1cadon's Qtmlfflicadon Eflocavo ftplm',
B.Ili GV1SV2813J
PlullibliNg 0002112003 srmW Q'.Hfi-fio- LII-6-
Cuntlln q Eduumflum NVhdR Ilding
Emulpflon C.nmn,ung Lducalm, MORAVA
R.—ni,01—
LICENSEE DE rAILS vGdi 1?111LVWr1DM011G IACENSIFE nETAIIIIA, TO 2Bali A94&120K?%2'J
I ioL,anx iadlrurr
Itconsee I nfolma Lion
M,dh Add,,,,z, 8946 qWA%T ST N."'., RUM,RICHARD A lP—mry im—q
MIAMI Hand.JJIIF5 Mah AH—, 'N—.Add r-x'Td..Ir Add—.*
r.m.1y DAM. T i wale Adldr e 5 s'
Tj Wale AddreB,'
L Twiroalm Addr Iiliriwah.,Add-W "PlOvam Addrosa,
"Y4eivm7m.Add—',
Tfl,&,,Add,.W V ac--p
I i"I"Type Raiwlniid Plapm Exauih-
I--n,.,Fp. 'Sto'd—j nqx,,Aw, Nanil, plans[xauydme4
Ra"k Li,-ama Numbu PIX13901
tA—,m9 N,,rnb,r. UN3201 S1.1", culmni'AcLING
Cu—"Vi,ti— bummme DAD.'. INH12417
fi Wm,". MV, OUNT1991k, Exprc-, 19dXY06
TIAOO.'025
fffl.aw. Special Qualifficadorls QuafflIcaflum EffecrIve
fiNdfifi"g BmIdinq 10l3W2017
Nlvdk fd2M24.
LICEIMSEE DETAILS 10 fll)21 5 4 M'1,'21 M X LICENSEE!DE"T'AlLS o26 r4,AV 6A20,2�'I
1-mmea tinlimabon Licensee linfomation
Name RUB11,RICHARDA pmvmffymmp Namie RURIl,Rl('.IHIARrl A pi—y li.—p
i Akld es,,, Ti!!wake Addii TihoiluAddjess' Main Addr�,5 "Pirlwaie Address""PrIvate Addfess"'
I PfivatoAdlsg'
TIlwmeAdt ess' T rnw:Adfmdress'
Tdw.k.Addi,-,' * vaP Addrpgq'Aro�s,
License I nfumo6orl
Llcense Tpe ql—d—�hrsl—ffil, Licamse Information
R-,I Inspeclar Lika n ee Type: Building Code AdminN5traIoj
Llmns4a 1,1,hi imber BN16741 RAnk BuIlkling Cod@ A
SUMS Current,AcIm Lkum-%Number IBIU2267
Lmn5ua Uifi,, 09311)Q015 stjtus Curreint,Acllye
E xpkea HW21025 Litenaure Dale O1fflIN2024
bjpke, HW2025
SliclaiQualffludIom Quallflemilm Ef1pulve
Builkling OOW2015 spaciM OualificAms OualifIcafloini Effective
6099
Cert1fled Pturl CFC 143242 f Current,Active IN',° 101.11,w I min
uonl[Tactu PHIM ldf'HM)lhR Pdrl Uerfl Flumbog UtirdIF21992Vi
Wil,lh.
Lamre lLric M-Add,1 144 NN IS7 STREET Ul ANN FL 331215 svw fmtt k."0116I m,0 por lo,lIM A wo r,lW
M.m Add-' Pk� ploo,"'wRy 0.if N.,ns mmgr ,Irx
Cutified G,eneiral CGC1632714 Current.Adke II"I m"g,ple"Il"V Pd,VLC mmmh ""Roo".
ConlradoT RU El.Rj f ldl0 Prlmary Cel Gemecall 1MV2026
lkIfi—Ad&.. ';444 NIX 17 PTPFFT MAU,FI 1;119 T.fU- AU TOM"A"I'',lyp",
M.I.Add,-' 7,.— ,f
Prxifrmolmllil.VI,111 I-N.III YOU,w,,oor,N,nhq mm",
Certd r9umbing CFC1430526 Current,Adive
CUIVt1d0UI RUN (IM"'HW" Plimaly celtRUIRILMIg 06,1112026
Mail Add1 Plrll.,,M�E eml.rahw nami w dm"l I I Ipmmlrt ulp,or lhni 21"m 0
ll RV rl��,"d,'W"INII,a I vI I,f n,v,( xt ri,L J,,alllk If,,ow I J by
Search Result:
cwd,.d coftd P.._ Ofly Saw C.'Iftm
n,fNcv i9 P,,h, M nrf y 'I'M Af,fid, I�^WSI
LICENSEE DETAR-S
I Inf-nmT.-m LACENSIEE DIETMILS
N."", I(HIRSUKRIAIRL R00PLrpm.i,wN..w Licensee linfounalion
rA Md 4195MMI.NCIRCUL W Kelm- SUTHERLAND,WAYNE ANTHONY 1pirmury mame)
JACKIANVII 1 1: f1l.Il 67294
Main,Address 17088 SW 90 WAY
MIAMI Honda 3319,6
CJURIIY DADS
Fwir* Pralf F4Gin-1, License Informaillon
0j.4 2.
IL tense Ty pe Horessiorhal Engineer
L u rrvwoC,AAc'diwav
I Iw', 1ww'01989 Rank: Pimp Enylinevii
Mdll IL.icense`Iumb r 44353
ft1hys, Cu iri,e n IlAcN live
Litensuri Date 05MIN19911
Spa-W Ig An" PIUM1990 Exjp)ir@L,, 01128,0027
f,.kh FdIflon,Hadda Buillding IWM2021
Caw I,
rjcd kbacoqr,I-d Stnml
qill OlImlifirahrinq Q1 Ila liffir aflnn Fffarfivp
1-110ENSEE Dirl
L ICENSEE DETPAS 0 21 JQ,
Name, MI-RCHT,i AL Namp MIL Rc 1-1),E R IL-ip'lial 4.j
["A"inu"w td, P,iv.A.AddI l in Addrew Tiivate Addi,egs"THIvole Address:'
"I Ml �Pj,,ivatc Addrop
,PZ-4.Add P ivaw,Add oss
Trlva,= 111tvato Address"
tiul flo" License finfonnaflon
J I,I M.—Y nnrar I Irensp Pypp. Standard Inspector
R a n w, I u v F..mi
L I'. "'.l bw pX2648 Park InsIl
Sialug. C I,lA'LA,qi, I Inpnsp Numbni bN149 16
U,In".".ro-l 02Q1d'2006 91111Lz C u III e In 1,Acfl ve
i qk"', I 11300.07.5 Licensurp Dare 0412200M
Expli,l,G 1113002,025
1:loco im 1 02214006 Special Qualliffica6mis Qualification Effectwe
I vol 4-d,owu� OURWO24
bm...pU Elceldcal finspocroj, 04QW2005
Cuoillil Educafluini 0&27l`2024
Examil
UCENSLE DEIArLS
FXM I DUA Na.Q
M.in kldr, "Pdvale Addss"PwiIt@ AddresO
'PlImm,A,IdIq`
T,w Adch,..'
"Fril AeldV
400 NOR T P I S 14 1,p Y ORM.'M)g T E 900
IAMPA Pl. a ffilt)
cokwll�yC M t VMPOM;11
il...j,Typ,, Coulfflod PluinMalj Co,nlraclor
Ro"k cm PtuilVINIng,
Ui,nv N-4- CrT14282H
%Mw, Currcmikcrl Ivo
UM.
L,pwel,
,wPoddp QuallIfimidom QualffDradon Efillact4w,,
6100
C,ElINSEEw 1 1124.''r4 LCEINSf E,IDEETRILS N'I 21 Ct RJ^
LVI Hrnfurrrnallio r Li:cen sGa Irnfnirrnawaarn
Name tafNTW,IIMk JARlU C;:I Prnensry7 IN., ) IIJarnme: C;ARCIIA Haan f`lwrtirmuarvy nsrim,r@
Main Avddivs�s:'. "'P'ri'w'at'e14s1T11asrTirivnteAddress' 14MasPirvaAddrp:.,: "Fuifa+'ante Address"Tflvatp Addires,'g"
"I"w-ivarite Address," Tiillvate Addreaw*'
"Pri'vrte AddreW' Puldv'em'e A dduess°
°f'ni'wame Addness" "P'uiirraa'e Address*
L I,cnnae Imlun rnafuan Liaeurae IlndurmrnwKcwn
Lrcenv-.@ lype___.. S9anr,da,ead Plains Exaninunar........ �e. T"
Llen,e >rPe.;...... Stanew'd llnspleetlen
E d[#,. Plans ExadnIneu. RaO,: fnspwectaar
L.ra:cursc fdnrrualfu^n- r"X3317'S
Llcpnse kkl mber: BINS182
tiba't!us: e uwrarud,AcfEae
S Cap tes 0 71t-u 1 112 0 1h.r:tiivcr Lit>cn;err•DMc: 00123008
O.rt.wuur�"rtw�EHmle �atdt321�9R
Ex,Piuc:s: 11L301202'5 E::c Arr s. T1d:360025
SpPri;xd Qn,alffio•.a'tiri nc. Qwl ffiratlanr FEtanrflw, SIpe'r:ial Quallldffic:,mkrenrs C uafifkation C:ftl'ec;ivsre
E&aa-'tndrM f17PIIV2011 Lllccdrwual Inspector OW13,12,ug
Cuwrlint�si�ra Es4dwcatl'flru ar"791712+4.
C:.ratnklinuiVur R..Esdnocca di¢.nrn OG127d2,a2�4 E.xernptlron
Exer�nrakuawr:
iICEINSEFEDETAlILS 1115eZOA1 I1(.,"fflSE.F 1111F."TAIL, 0 25;2
Licenaee Infnrruaatf+arn LIIc'enseee Ilnifarnnatprsin
N.i,ie WATIK.INS IKIMtlq R.gwrn err unxnrzp I'I WWATIKIIN S KIM HZ p,, 1 Nr,m,e',V
Man A,ddross^: 63.1 NW1ST.H'ST Nllalin Addrees. 611 N"WN16rH ST
HOMESTEAD IFlaaunVa 33030 HOMESTEAD Pdelarlln 310139,
fknurrrw;I DARE C;cunly: f.DAiC1C.
K II d rrua,iulr'°r Lice nr;.r.1111101111aflon
bcr,.arns,c, Vpc:__.. StunRlwdPinnsExaummneu Vit:viii~e Type
........ 5randardIneppmcnr
Raank. PLnnr,w IF .wane, Bank dtmpoctol
f Icnr-IWurror1'N.a PX323�2 L.iceanso NdtwrnoHzo:,r: 13Nd 4981
'vtlalAdL'. CaI"r'ent,A dwe %tidiLid:wa Cun°re'Ind,Actlrve
L kcernwe.Dole: 0412tV2559 L.icen3taire Date: J,VO212.0 d5
Fx:I.air Ns 1 SW2a:2:5 E,xpi e,,, 1 d V.'Stf:d2L4.P5
Sps,cianl C3tuall'pfic,06 pns V,4uali'Ncatilon Effecfiae S'peciall qualfdc'a'tiurn'a QualWc'u fion Effective
IE.Ir.•ertrncal 04.dP"dV ON Edecudcal Inspector d1Sd'tb212005
{:tJWnuiinq Educaflorw atap77V2024
Fan,rndxl i.n E xemnutluru.J
lEleduca'a1c xn UW21Y2W 4
E.xermr l,ntuun..
t d4.t..I`I LL DE fAll..'mi H..HW f:'.4NH S F..IF"iI.91f_fdARL...S, It 0 e2.e AA
II ir,aarr xn:ra I.1 e,,".1iaxru I I I'nforrnna'tlicm
114rr+rie.' LLAMA,Jw.RGII Vra"A Ma.—.!. Nramp 8LAANC0 Liu d S A CPU k-q H....d.
M.i,,.A9 d.,.^m. 7E3"505WW11"711EPRACr, Main Atiddruae,,p: %05 SW 1(Ak H AVENUE
d LUT R I R FIAY If k,d da 1.11811
kiMHAS411 PHrasirda 33.493
r; nt,A. DAlCafi; (',mudy DADE
I-,,x NI ulino;,f. 185e SW 197 11 F rd.R.IA CF
r:NTLER.IBAY f N. 33189 U ,'INSP.Y Ir mriiearw
t,,m.r„tF. I9AIDE br anse lyprd Standard Plans Exarniuer
xar« I,r wxrlrra
TBanE'. Plans IEx,aaninner
rd,n,d,�, PnC21e54
Oti,nk h ouI L.upurov�eu
'SI'ar:ln: C urm'nlnN,Active
V..i¢:er,ae Nn bom 60156 L'Hex:�nctuc LAat,c 3113r2002
;¢a,tu,,. C OW— E".xplire.a: 1113GI2025
O..iaan'Tr,s7,eio er d');wwnn. 06;2'.S02003
d p�r,:�;a nyrrsrNeai SPedaR QuAllficat,ions Qua lIffcatien Effective
IN7ech ain lcxl 03M 3,d'2trr12
Q f t x CN Ir.acricnr kdlwatixe,
e Ancrrin. 1 x m a,nr runr,r l.nlnk Exemption
F.r9twd:�azt[�rn OV2'7f2'g24
E x i Laun
111CF.IN FIF DETAIL.S 17 xi IR 1-I111CIEpNpV IE.1M." AU.S
E'fcen�ee Ilnfernnafion
Name Ru ANCfd,l dIdSA4nim-ya maq Liicensee limfodnlaturnn
Marn AU,dr,ess. SCT05 SW''f34TI I AVER.d3L' ranee': f"IaEDAu,lE lLllZABETH13.(lPntnnary lvaixwe'd
WAlx4d Hod dan:s319.3 E4'ain Add res'a: 66111 NW 102 PATH
C':uurnftr DADF INO&ZAIL IFfuriafa 33170
County O,ADE.
IL won se Il rndn rm a44rnnr.
L.Vicenrsa Typo Standwit4Inspector
L iie'el t s e i nfcarwlya kfrnn
Rank Ilnspectcrr LIinS�EPSETtrlpe:. Prr3Fesslnnall Engdlneer
Licorn,nc Nu mRrtar BN14"2B2
:Status: IEurrrelnt,Act'.pve Rank Prof II ngiI nirxer
L.Iavcrn..ur o Date ;731OV2002 Lis irense ftulrn HaeT: 59464
E rx pirc;:: 1116E2025 Status- E cn a er n L,A:u£.Vive
Llicenstrte Date: 01111412003
Sped'al QuadlifHcdation,5 42uafifwcantwvan Effedive Expiresr.: 02128,2027
Cuudlwuuianryp.....EduunII fIS'J'27:9024
Ex:eirrnpanln,,r Spne'.ciiall Qualifications Qruallwfllsauti....an Effective:
6101
Cerfifiedxk Plumbing PRIDA ULIZARUHIANIA Pflm' GFU14�101U Current,Adwe
(,o Pli-hihq W310D21", I. DID TAH.S 2 511111 4M
R'1,,, Liceinste Inknininficin
—V No ni a MIFAnS,I 00111EY tPinwnavm l4ww,c�
Corfified Pliumbing CFC1432187 Currom Aclive 1026 SE 23RID TERIRACIE
Contractor Pii,inA ,,,H�eNIA PdMaN Cen I lklmloing U8113V11102b HOMESTEAD Floikla
i,..-I-dh-A.1.1,... %ir�, -F-1- JF7—R-A F1 R474n DADE
CoWfled PlumbIng PIR110 F111ARFFHT�,N11A Nil d'w CFC 143 3326 Curreni Adve
'Ont"actor Derr Plumbing 08312026 Licnm rype Standaid Plains Examliner
Li.,,-L-hj-Add,- 7215A)'5TR EE7KIS,9,)'Mb�EE.Fl-l4714 Rank Plant Exanurwr
mxm A-1 R-M I Number PX4224
Stalus Cunent,Adive
I i,'- DO,, 02M 512 019
Exjprrc,G 11W2Uz5
Sp-linll 011.111ifi n1111iui- C',L'.'.Itlilfin:�ml If ff.I vi.
Ptan,hinU 02/Ifi82flI9
N--
LACEINSEE DETMLS 'f 28'4MWT,T Coriffied Plumbing MFAR�C hl,N(l GORFY P1611HIly CFC01571H Cuirfent,Acfivc
Contraclor C erl P1 umblnq GV3 lQ026
MEARS,LAW-[ L,-..L---.... 1-1
S�'dkr I j F 1-Al F Hf. I F WId, I �A'-
1021 SE KRE)TERRACE
1110m]111kAij Hn'jd. Mffl.) cel Olud P61 I ibill 19 JHAHU, -,'N�A �,�(JHEY 1,6111fliry CFC14 11 429 C L,A�fi'�
DADF C -h" r,-�Plu Wnu P 1008
L,--L.-ffi-Add. 9,20 I 89711 PIENUE=FE R Q7Y FL 333zz
M.i.AW-.- I KYJ 3E 22 RID 7ERF1,A-E l*,N'=EAD.�IL 33055
E.k T Standard hmp@c1w M.flAddr.. K131 DR71 AW CQUIER V71,`FL 23,220
Ra"I
Lkw1w Numbeq BN732I
11.cunure Cad e
Y Eqhml
Sj- N Qu.flh-ho- U-Iffi-fill-I.Alec t1we
plu"blnq
--1lC'FN19FF OFTAtLS N 4 46 A M 612,Y202-
Iriluiinukliuin
tidninlaflon
Nainne GONIZALEZ,JUI-110 IF,(Pimmaq N-vv) Name WALSH,DAINIEL P JR tminary Nami
I Addres& 3630 COCO LAKIES DRIVE MaIn MdiGzs 1760O SW 89 TH COURT
3630 COCO LAKES IDRIPVIE PALMETTO BAY PWilrla J315-1
WCUNUI CHLILK 1-11onicla JJUIJ cuunry DADE
cuu"Y. BIROWAIRID
LUcervse hiniannation
License,IInfoIrmakllaun License Typ@, standald iimp@dor
I Type PirofcssionM Englinceir Rank 111'sijeclulf
I P'Irrnf IF n gi inp.P.ir Licanse Numbei BN6898
I Number 37275 ABM fwrwlr'AcrBvp
status Cwiient,Ackive Licrcnaure Data: 01 V'010
I Date M0111 986 Exicrog 112W2025
ExII M28120127 Sjwcial Qualificd6ons Qualificatilloin Eftecfive
mechankal OWW2018
Special Quialificabions Qualificabion Effective PILupbuT 0TQ112016
LKENSEE DIE 1AM-5 ,0 21'r All,rnr210,202
Certified YVALS I I DP,,N I:L P JIk: Pnmwy CFC1433749 Curfent,Active
Lllciensf'p Inforniallon Contractor Cert Plumbing DU31)2026
Name WAI M,I P JR gP -v N-ily
NNYn Address 116010 SW 8911H COURT Li—L..fi..Ad&re - 4302 EAS79TH OJURT HIALEAH FL 33013
PAILMIENOB"Provide 33157 Win Add..- fWD SVI NTH r,U7 PALME70 DXY FL 22157
CounN rIADF Certified I EV III:1-11,11H Primary CFC1429101 Currerl,Active
Contractor Cent Plumbing 08+31026
Lkense hTfoirmatiDin J.-L..fl..Add.W 12119S4'114TH FLACEMIAVI,FL32175
%ndard Plans Fxamhp.r Mh Addr.0 [7WO SN NTH CIYJRT RALME70 SkY,FL aZ157
Harm Exan'lill'of
1iJcpdise Nurnbei PX4130
slaW5 cummit'Auflve
t k-n3iare Dak NOW01111
I 11W21325
SpecW Ouallifications Qwllficallon Fffllcdvo
CW300018
6102
LICENSEE DETAULS 2 5e 22 F IV 1,120,`,M_ i-Ic'ENMEE ITETAHL 1"41 N",6, Wl
---hi,ff -,--
hIll-
Nam P OOT IDANkA4CHAMN fP--vNw,i lh.h,Adfi 'P,nwxxrwa Add,urm, PO—li,Add--'
A,50-
M an Addrozz 'PrivateAddum' PirrvatioAdi Add-W
'Priva Adtm' Ad,b—V
'Pnya�le'Addi 5s'
IN"Nw±egw Add,—W
p z::,R. Ajdt Uconsc Information
I k,.in,,Typ M.".E—i
R,,ANk Mans Exavilner
LlcMma Kuntmr PX31IT4 IiAm,I
Curpri v,. G—o"I'A.Ch.
Dile 11 MUM 0,m—,w D"I" 11 RKWAPUZ
E xpires 11 M01)25 Ii�,i I I MdQd 5
q ji",I id 0—Al k 011.I Idle.:.11."A Mdrn,:.vauca
Specilial QuaMIC100ing QUMINCai EfIgz1five HuRd"'p llykv WWV6
Muaiilwlimrg M417rion oirrW.m,:A 111i Jimuffaulu
44 . MI UlHeN?ij I q
OWD2024 c""16il hm,i obty Wo?a
C E N SE E DE EAVL W'M V5 ld,612Ua202,' L I C r114 f E E Dr.'rAk �l M�l 14 PY
lirnnmr.,W mul— i
Yerannoev. R CP0 T,0 MNA CR IA P IN p-,—y No"'. ROOT,DA NA M 1A NN I—ii i.j.—I
Wit,,Addi,,n,i 'P.Mn.Ad,W,,-''llffme Add—%' 'li Mfii llfi-h,Add---
'Pr--wAddr-W
'Ni�—,Ad4i
l> Add—V 'Pdrw.Adi
Ur—g.L-ml!", 'Vfl—wAd,.h.-'lliftaw Add-W 'P,W.w A,fih—,''Ili,i-W Add,,m,.'
"Pirmik,A",-"
wMn Mi
p Add� 6 Add—V
wareI1, 1.1-io-cy
k.er,-Fypo C,Wlii
B'dildhi(.o&A
Bull'.91 Lbrere PI 'II'mu, TUIX23t
KA-
OP1 WIM 3 1 t Mao 11
I I rMirAV.P.5 lV301ii
U-MIN.IJ 111". U"WiliN.'aik",hilli
C petilAq ryf.du—tkm,,
F.—IT'don AlrT""du'-fl"n UWd OUM
Y-n.,.m,
foir nlillilYlfillNa Myolfwr
op,k4 pi,4hititvi,Ir i peiwd vo INP r jEnt iro rimp We
,itmo fiolm,wmw,,�io dew,,,i IIYhpr c)per,44v 0 Nis
AA W.M,,Im-1,'04"', .d lXj,,,,,i q Yl ril"'y.......... ,,I
Search Resuh-.
COSIA'd oimIrwd pm" Cily
Colircm*
OnO?W,11*7�
M'm Wf)"QU 1J
p,K"',N llxp'l UP?5/11
G,m);1,10 1 W 11'W"alpl-, 11 T)�iwo)I AW N,)
rl 41r, i`�,lvl,M JIM P7
Hu 1 1 A)
U -0,AVI
1017
6103
AmvNOn0istitute"
a E "A e e ag a q halareah tt,2020
v,R:�a.���.I9'I_�".� J 1,AN [.,� a„"f, 61ffi1)SWbrndPI ICP
" rl PI
South f0laemii,FL 33143
JAMS P HICKEY' Dear Silvia E.Vargas,AIICP:
Din behalf of the American Ilns ilufle,of Certified Planners, the proifemional institute of then
l,i, I-„IInP,,:I II, American Planning Association,we are honored to announce.,your election to the College of
Follows of AlCP.Plleasc.,accept our conpratullat,ions an this wre l der erved recopnit,ion of your
accomplishmc,cts and contributions to the planning profession, You willll become a Fullurw
upon your induction during the 2020 Induction Ceremony iin I"Ncncuwton on April 26, 2020
After your induction on April 26,,you are encouraged to use IFAIICP after your name.As you
s,itt1 if1 fa r�� m p
I the C
ihi,"i I h ri:it"•P IIII,r m t I,,I>ou��I,hly rri Rix, standing of APAtA EP P designation is e�rmlitte��art as, emzt as you .arl:r eamembern ffocael
AR AI r., ,.l i' f'til-ti md I
As YOU might imagine, the FAICP Se.Irsr,Ilicein Commuttc,ea was charged with a challenging
rvi �wiiG;t,W:"�+.aui ,L"•:lwlnnvl 0151)84, assignm eict, as resvic wliinp the nominations of so many acc mnphshed planning professionals
is a humhliinq 'task.. In completing our sellleec.tion„ we Ixlieve° that your planning carter
reilamsents the qualities that define Fellowship vNiithllin AICP.We hope that,!in accephng this
juIw t,:^00fl, honor as a mcs fiber of that College of Fedllowrs,your will continue to be actively engaged in
advancing thee,future of the planning profession by sewing as a rolee,model and mentor to
other planners.
4r _ A Induction Cerroif the
ey20 kf FAICP
2L class,
you are,invited to tee:;our guest at the IFollowws of AVCP
w, F
fr
u
Naationall Planning Confaerc rice.Sue attachments for
more details.
Attain,congratulations are your selection as :a Fellow of AICP.We Ilauk,forward to seeing you
in Idouston this April.
War reegards,
Rcrli Clshaimiky,FAICR
AdCP Chair,"2020 FAICP Selection Commitlre:.
„u
MIiAl,QM1AL III U",N,/I
MEMBER,
AN 0 A l CAVII-,MU R OfIX'.li WOP Pi),N,P l`
LICENSEE DETAilli
Heenseelnforimatl is Tlrr. Joilt rn atraanaal Society of Artioti-icultomr-io tLJNNdER,Mt11CHAlEL 0 IIPalimmy Name) amirr,a reu,r .,,rar.a
MARAdduesb 16A't i 18TNV STREET
FT I AlrI@FIr4W IF IFinmim9,ru "C"30i5142S WIr"vrr,a°i`a. ("fld P",
County IiFS.UWA fdD I m,rmarnuM ffiG(nM+g I
imense llntcarmatdon I.. w I'.SiA IC,"Artie[Arboris:l i,W
f epaseT'ype: Re,gmteredll Laindtscallae Am h%teo:f � now ru,m+,Pmlti rumui wrv-t., ewe o,d,rrl ra r na nYlw rr"xaralar0rmaumuur®
r/1 101 F"p C"-ixu I tl 1 IIa. rvf,f va1¢.A- I vµ°q-^'' WlMptl'+e Ctle^n1m
IFdalmk Landscalfae Arc ,Nw a„e d wvd«,a alar,r.r'aanr"n
iNlumlbei LAOOO1181
Cum eiaLf4aaruve �i --
ILicrarheeatxLVat,: 1t#O W"'83'
IEaw:Ialrear 1113012025
..„
Si Qualiticafions Qualuffwcation Effective Ati
6104
II rrriii +r r mr y
laJ m u INIn % / ala /
Hog Au rnrulbr VJn4ra �r�
/1 tiASd2 //i i/ i i
0rN A-�'�NAdFAd dAN ��j
i
a iii atl
�l///i AAAfiti AlMaa Y tAAx ator>�d � //�/
WOi,1 �jj A A SaA Aq A PSU AAAAkAA /// J
0,10
�%� uvroalsvr „rariW;wmnn,"areov7u/, ���� �,////i ^" rrf; r ar
rca r ; wn,«enA
N
/ i�
fW t /
Of InbNCI ;klrt.Aw r r ut�
1tl!ma4 aww bra
���rii � /// fmv dmldtaavnwautire� ",;;;,�
/ / rmliacatacaf .raumaamAau % /
is
P NLA 4d"CNN t"N1A:M/AP
w ~7 a��r i s Cuuas d dI
mv,r,ry prow,,
JYVN r d I a Q P c `a G ttW ufllkw tl 41 rlf pa � ���i//i, ra tb w 1'�rvtmn;� r du¢am argW p r a°�s#6Muk ",,
/�� �/��/ ' Nra nYuw Am rrr roae,�wk W � n arOirv,MdurealaaY ,i
�r r lea ta7 M1m;Pr rdun,wm 7 W1i SYa�tlW ury+Y mMe"/ /' / v,,,
; r
^!n N a rvaw rc+w o u r r r nr evxe a Producl &�I— w rrY x
/
4r..'.Dlt `ANW,I PLEASE NOTE:Sc amh vM rc:u m a marwkrm ium of 500 ra,cltrrda,and I„,Uni%,d tea flxma Irntndrrrerfta oft r
01TICe of
c hes ( ,r Bearer Result;
1 floras sure cssfujly E.ltrrtllffutned ra Courve'arlrlAructle",Irw
�v" to r•rrarJnr�atc n+t CeftfeldCe tifiedRalson Clap
"'MIAle 9A— fat r�i_rDms nauruMt
w
�� �.°t", rr,rr,lu; [rau atrcracw'*arc"mr7+ttp�e 'ROX A1,ata<un.rm rv.N. CtyrtNfmcamaa
DWI f :L� e r�u r z B ;, r .r.,rcr.mdiar�tirwl
5, Property1Valnirr amceandgk in5onsjp�e far',expires 0 t [2.0281,
ar m �� �arrcrc arvv �n;� Wrrom ��«
" r d'uaaudu[viiJNbtd6arllaf'Abir mrcrsukr;urbrainlrrsPurGurclu^aUvl¢na"rle 11f2028,4
+"mew �WVY 1WnweaaF�.�IxneWwla.x" r atdltnd ni
C'erudrra4u using) ode,Officmil(e wp irem,pC nr I F AfiA.'}
Zoning im t . iK'kl.Nta 02f17Y2028)
rl Buffulung WainEaarmne (expiaf.0 02/1l,fS1418)
�:fn4�J I
U 1110EHISEb IJEFU;,AIUL.S 2.47 UCEI''da4.l'"DIETAIIl—',a 2._
I uceansee i nfuir inmli ain
U_nceuasea gnnfercrcneutnraaa.
Nome'. OMS,CI1E S NER JFk taw,tvra,v rvstnvnxt PNarrme 9:pM"v 0.,IIL Si EIR Jliq(P.,l-�isp lhk�rcum
Main Addrea s "Priva!ae Addii'FrO se Jid&ess" Mahn Addros n 'PrOvaam Addiiuss'`PdvaNm AdalrcmEW
'Pubra&Add—is'
'Private Aaddii "PrivataA ddiiess""
"PnUvaiue Akdd ra e.a°, `P1'VnA89 P A'4ddl e 5 s
'Pi Wale Addimss'
L.BI€infoinia.a,iom
LNceanse I y;,Pe:..... Saandarrl linspector License Inforutaaa'ria'in
Rank Nnspactor L.rcersae uaalpe s'tandaaal Mans Exanm IIinae'
Uceme,Nlnurnbu Nq:N I11567 Rank P aims Cxanillnterc
5tratane'. C;u l mrnt Alive: License Nu.rcrmbeii IW'X47.1"1
11 or:r;^ 'w-I"lM Dail W2014. S8alus 4,;.aalrncnit,AC'Ove
Emrairca; 11N1012025 Licensuire,Dille 02012022
1lI t',peu.aq T—ti.— Q,a.Adi—r n e Eilf—if iv.
B'dIduurd 09MHS2014 51:rac6a1 Quaplaflisrcallirarms ffuali7lurna[icr,.ra rlfert.i.ve
aw.mrntlnnvang Education OW1W2024 Bu Rdlunc 0202022_._._.
Exrc n I,ttuuut _p
6105
State of Florida
Department of State
I certify from the records of this office that M. T. CAUSLEY, LLC is a limited
liability company organized under the laws of the State of Florida, filed on May
5, 2016, effective August 29, 1997.
The document number of this limited liability company is L 16000085702.
I further certify that said limited liability company has paid all fees due this
office through December 31, 2024, that its most recent annual report was filed
on January 31, 2024, and that its status is active.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee, the Capital, this
the Thirty-first day of January,
2024
Tracking Number: 2809418886CU
To authenticate this certificate,visit the following site,enter this number, and then
follow the instructions displayed.
http s://services.sun biz.o rg/Filings/Certific ateOfStatu s/Certific ateAuthentic ati on
6106
2024 / 2025
MONROE COUNTY BUSINESS TAX RECEIPT
EXPIRES SEPTEMBER 30, 2025
RECEIPT# 29240-99593
Business Name: MT CAUSLEY LLC
MICHAEL T CAUSLEY MO CTY
Owner Name: Business Location: KEY WEST, FL 33040
Mailing Address:
C/O CALVIN GIORDANO Business Phone: 305-246-0696
1800 ELLER DR 600 Business Type: MOBILE (CONSTRUCTION CONSULTANT)
FT LAUDERDALE, FL 33316
1
Tax Amount Transfer Fee Sub-Total Penalty Prior Years Collection Cost Total Paid
25.00 0.00 25.00 0.00 0.00 0.00 25.00
Paid WRB-23-00087858 08/15/2024 25 . 00
THIS BECOMES A TAX RECEIPT Sam C. Steele, CFC, Tax Collector THIS IS ONLY A TAX.
WHEN VALIDATED PO Box 1129, Key West, FL 33041 YOU MUST MEET ALL
COUNTY AND/OR
MUNICIPALITY
PLANNING, ZONING AND
LICENSING
REQUIREMENTS.
MONROE COUNTY BUSINESS TAX RECEIPT
P.O. Box 1129, Key West, FL 33041-1129
EXPIRES SEPTEMBER 30, 2025
Business Name: MT CAUSLEY LLC RECEIPT# 29240-99593
MO CTY
Business Location: KEY WEST, FL 33040
Owner Name: MICHAEL T CAUSLEY
Mailing Address: Business Phone: 305-246-0696
C/O CALVIN GIORDANO Business Type: MOBILE (CONSTRUCTION CONSULTANT)
1800 ELLER DR 600
FT LAUDERDALE, FL 33316
1
Tax Amount Transfer Fee Sub-Total Penalty Prior Years Collection Cost Total Paid
25.00 0.00 25.00 0.00 1 0.00 1 0.00 1 25.00
Paid WRB-23-00087858 08/15/2024 25 . 00
6107
LOBBYING AND CONFLICT OF INTEREST CLAUSE
SWORN STATEMENT UNDER ORDINANCE NO. 010-1990
MONROE COUNTY, FLORIDA
ETHICS CLAUSE:
M.T. Causley, LLC 01
(Company)
that he/it has nott employed, retained or otherwise had act on his/her behalf any former County
officer or employee in violation of Section 2 of'Ordinance No. 0,10-1990 or any County officer or employee in
violation of Section 3 of Ordinance No. 010,-1990. For breach or violation of this provision the County may, in
its discretion, terminate this Agreement wi,thout liability and may also, in its discretion, deduct from the
Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift,
or consideration paid to the former County officer or employ
Matthew Causley, President
(signature)
Date: June 20, 2025
STATE OF: -r-1 cri di a,
COUNTY OF,:
Subscribed and sworn to (or affirmed) before me, by means of physical presence or FJ online notarization,
oil (date) by (name of affiant).
He/she is personally known to me or has produced
(type of identificRi6rif-as d-i"e Winti-i'If-c a t i o n.
RY PUBLIC
My Cornmis5ion( Expires: -)c
jEssICAN,KOEHLER
#14H 442188
Exp4es SePtGfftbe
r 11,2027
45 IP a g e
6108
NON-COLLUSION AFFIDAVIT
Matthew C,aUSley of the city of CULIer Bay accordingto law on my oath,and under
penalty of perjury, depose,and say that
a. tam M' ainager of the firm of
M.T. Causley, LLC the bidder making the Proposal for the
project described in the Request Proposals rProfessionpponServiforPkin Revie �nspcctjon SeMccs IndP11aaaipq1q Qe�4elopmeoj Bey�ajus and that I executed the said proposal with full
a uthority to do so;
b. the prices in this bid have been arrived at independently without collusion, consultation,
communication or agreement for the purpose of restricting competition, as to any matter
relating to such prices with any other bidder or with any competitor;
c. unless otherwise required by law,the prices which have been quoted in this bid have not been
knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid
opening, directly or indirectly, to any other bidder or to any competitor; and
& no attempt has been made or will be made by the bidder to induce any other person,
partnership or corporation to submit,,or not to submit, a bid for the purpose of restricting
competition;
e. the staternenLs contained in this affidavit are true and correct, and made with full knowledge
that Monroe County relies upon the truth of the statements contained in,this affidavit in
awarding contracts for said project.
A/
Matthew Causley, President
(Signature) 17
Date. June' O, 2025
STATE OF:
COUNTY OF: ?
Subscribed and sworn to (or affirnned) before by means of physical presence or U I online notar�zaUon, on
22'13�atc) by (name of afflant), He/She is pgKmnAqy,.,known to Me
or has produced (-type of identification)as identification.
HLER R LIC
JES81CAV.KOE
comn'lission#HH 442188
Expires September 11,20127
My Commission
7
Expires:
416 1 P i e
6109
DRUG-FREE WORKPLACE FORM
In accordance with thie IFloridai Statutes,Section 287-C787, preference shall be given to bUSinesses with drug-free workplace programs.
Whenever two or more bids or replies that are equal with respect to price, quality and, service are received by the State or by any
political subdivision for the procurement of commodities or contractual services, a bid,or reply received from a business that certifies
that it has implemented a drug, ree workplace program shall Ibe given preference in the award process, Established procedures for
processing the bids wRl be followed if none of the tied venclors have drug-free workplace prograrn.
The, undersigned vendor in accordance with,Florida Statute 287.087 hereby certifies that:
MT Causley, LLC
(Name of Business)
L Pubhsh a statement notifying employees that the unlawful manufacture, distribution, dispensing, possessions, or use of a
conlrOled substance is prohibited in the workplace and specifying the actions that will be taken against employees for
violations of such prohibition,
1 Inform employees about, the dangers of drug abuse in the workpilace, the, business' pollicy of maintaining a dirug,free
workplace,any available drug counseling, rehabilitation,and employee assistance programs, and the penalties that may be
irnposedi upon employees for drug abuse violations.
1 Give each employee engaged In providing the commodities or contractual services that are undor blid a copy of the statement
specified in subsection(1),
4. In the statement specified in subsection (1), notify the erniployees that, as a condition of working on the commodities or
contractual services that are under bid,the employee willl abide by the terms of the statement and will notify the employer
of any conviction of,or plea of guilty or nolo cointendere toanyvioilation of Chapteir893(Florida Statutes orof any controlled
substance,law of the Uln,ited States or any state, for a violation occurring in the workplace no later than five(5l) dlays after
such conviction;.
5, Impose a sanction on,or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is
avai'llable in;the employee's community,or any employee who is so convicted.
6. M!ake a:good faith effort to continue to maintain a drug-free workplace through irriplernlentaflon of this section.
As the person authorized to sign the statement, I cerl that this
�Yrrn compel f,le with the above requirements,
Ma tth ew Ca u sley, President
(Signature)
Date: June 20, 20,25
.....................
STATE OF'i k
COUNTY OF:
Subscribed and sworn to(or affirmedI before me, by means of 'physiical presence or u online notarization,onlP, 2
(date)by au (a t, �a f(name o afflant). He/she is to,me air has produced
(type of Identifi:catiort),-as,.id_cntifica,tioni.
.............
N LIC
JESSICAV KOEHLER
Commiis:1,on#HH 442186 (7)
-
11,2027 My Commission Expires:
Yp
ExPiTes,90telnber
47 P a g P,
6110
PUBLIC ENTITY CRIME STATEI4IE1 NT
"A per-son 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 on a contract with a public entity for the construction or repair of a public building or
public work, may not submit bids, proposals,or replies on leases of 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 busuness with any public entity in excess of the threshold amount provided
in Section 287.017,Florida Statutes,for CAT,EGO TWO for a period of 36 months from the date of being placed
on the convicted vendor list."
I have read the,above and state that neither M,T, Causley, LLC (Respondent's name) nor any Affiliate
has been placed on the convicted vendor list within the last mon't
Matthew CaiudeL, Pr sudent
(S,ignature)
Dater June 20, 2025
STATE OF:
COUNTYCF:
Subscribed and sworn to (or affirmed) before me by imeans of physical presence or EJ online notarization,
on 1U_n,.( 2,,C , 212'1`T (date) by l,ttM- (name of affiant).
He/She isef.rsona,l known to me or has produced
(type of identification)as identification.
QPARY PUBLIC
'9ESSJCA V.KOEHLER
L C 0Mm[s8Jon#HH442188
Ex0res September 11,2027 My Commission Expires:
48 P o
6111
INSURANCE AND INDEMNIFICATION STATEMENT
Notwithstanding any rninimurn insurance requirements prescribed elsewhere in this agreement, the Respondent
covenants and agrees that he shall defend, indemnify and hold the COUN[Y and the COUNTY's elected and appointed
officers and employees harmless from and against (i) any claims, actions or causes of action, ('lily
' ) 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 (ifi) 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 Respondent
or ainiy of its employees, agents, contractors in, any tier or other invitees during the term of this Agreement, (B) the
negligence or willful misconduct of Respondent or any of its employees, agents,respondents in any tier or other invitees,
or (C) Respondent's default in respect of any of the obligations that it undertakes under the terms of this Agreement,
except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the
intentional or sole negligent acts or negligent acts in part or omissions of the COUNTY or any of its employees, agents,
contractors or invitees (other than RESPONDENT). insofar as the claims, actions, causes,of action, litigation, proceedings,
costs or expenses relate to events or circumstances that occur during the term of this Agreement,this section will survive
the expiration of the term of this Agreement or any earlier termination of this Agreement.
In the event the,completion of the project(including the work of others) is delayed or suspended as a result of the
Respondent's failure to purchase or maintain the required insurance,the Respondent shall indemnify the County from
any and all increased expenses resulting from such delay.
In the event the work under this Agreement is delayed or suspended as a result of the Cointractor's,failure to purchase or
maintain, the required insurance,,the Contractor shall indemnify the Countyfrom any and all increased expenses resulting
from, such delay.
The first ten dollars ($1.0.00) of remuneration paid to the Respondent is for the indemnification provided for above,
The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere
within this agreement.
RESPONDENT'S STATEMENT
I understand the insurance that will be mandatory if awarded Clue contract and will comply in full with all the
requirements,
M.T Causley, LLB
�6tt[TeVV CdLISley, ( rosin Brut June 201, 2'025
Respondent Signature Date.
49 P V
6112
VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS
Project Description�s):ProfessjonaV Support Semces Nor Han Review,inslpecbon Services and Planning/Zoning Development Rewews
Respondent Vendor Narne: M.....I Causley, LLC
Vendor l"Eft 65-0782808
Vendor's Authorized Representative Narne and Title: Matthew Causley, President
Address: 10720,Caribbean BOUlevard, Suite 650,
City: Cutler Bay State: FL zip: 33189
Phone Number: 305.246.0696
Ernail Address: mtc@mltcinspectors.com
Vendor has reviewed Section 287.135, Florida Statutes, and in accordance with such provision of Florida law, is eligibie to
bid on, submit a proposal for, or enter into or renew a contract with Monroe County for goods or services.
Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering, into or
renewing a contract for goods or services Of any amount if, at the time of contracting or renewal, the company is on the
Scrutinized Companies that Boycott Israel List, created pursuant to Section 215,4725, Florida Statutes, or is engaged in a
Boycott of Israel. Section 287.135, Florida Statutes, a[so prohibits a company from bidding on, submitting a,proposal for,
or entering into or renewing a contract for goods or services of $1,000,000 or more, that are on either thin Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List which
were created puirsuaint to s. 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria.
As the person authorized to sign on behalf of Respondent,I hereby certify that the company identified above in the Section
entitled "Respondent Vendor Name" is not listed orn the Scrutinized Companies that Boycott israel List or engaged in, a
boycott of Israel and for Projects of$1,000,000 or more is not listed on either the Scrutinized Companies with Activities in
Sudan List,the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, or engaged in business operations
in Cuba or Syria,
I understand that pursuant to Section 287,135, Florida Statutes, the submission of a false certification may subject
company to civil penalties, attoriney's fees, and/or costs. I further understand that any contract with the County may be
terminated,at the option of the County, if the company is found to have submitted a false certification or has been placed
on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism,Sectors List or
been engaged in business operations in Cuba or Syria.
Certified By: Matthew CaUSley who is authorized to sign on behalf
of the above referenced compal X,
Authorized Signature:,,,-,-,'f-,/�_
Print Name: M atthiew,Causlev
'Title. President
Note:The I ist are available at the following Department of Management Services Site:
5 11 P
6113
AFFIDAVIT ATTE$TING TO NONCOERCIVE CONDUCT
FOR LABOR OR SERVICES
EnfitV/Vendor Narne: M.T. Causley, LLB ......
Vendor IFEIN. 65-0782808
Vendor's Authorized Representative: Matthew Causley, President
(Name and Title)
Address: 10720 Caribbean Boulevard, Suite 650
City: Cutler Bay —State: FL —Zip,
Phone Number: 305.246,069'6
Eniall Address:—rntc9Lntcin5[2ectors.comi
As a nongovernmental entity executing, renewing, or extending a contract with a government entity, Vendor is required
to, provide an affidavit Linder penalty of perjury attesting that Vendor does not use coercion for labor or services in
accordance with Section 787,06, Florida Statutes,
As defined in Section 787,06(2)(,a),coercion means:
1. Using,or threating to use physical force against any person;
Z. Restraining, isofating, or confining or threating to restrain, isolate, or confine any person without lawful
authority and against her or his,willl;
I Using lending or other credit methods to establish a debt by any person when labor or services afire pledged
as a security for the debt,if the value of the labor or services as reasonably assessed is not applied toward the,
liquidation of the debt,the length and nature of the labor or service are not respectively limited and defined;
4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport,
visa, or other immigration document,or any other actual or purported government identification document,
of any person,
5� Causing or threating to cause financial harm to any person;
6. Enticing or luring any person by fraud or deceit;or
7', Providing a controlled substance as outlined in ScheclLd'e I or Schedule 11 of Section 893.03 to any person for
the purpose of exploitation of that person.
As a person authorized to sign on behalf of Vendor, I certify under penalties of perjury that Vendor does not use coercion
for labor or services in accordance with Section 787.06.Additionally,Vendor has reviewed Section,797.06, Florida Statutes,
and agrees to abide by same.
Certified By: Matthe-w Causley who is authorized to sign on behalf
of the above referenced compalW,
Authorized Signature: '
Print Name: Matthpw Causley
Title- President
52 P ff
6114
FOREIGN ENTITIES AFFIDAVIT F.S. 287.138
i, Matthew Causley of the city of Cutler Bay according to law on my oath, and under penalty
of perjury,depose and say that:
a. I am President of the f I n1l of
M.T. Ca,uslley, LLC 'Entit
the )Wder 113 inp the Pro oral for
;3�10FW UPPOrt CINICUS 'Or arl C"Acm, Insp-ction
the, project described in the Request for Proposals for scrvicQs and Pllonnjnq/Zoniing Dover omeet Reviow� —
and that I executed the said proposal with full authority to do so;
b. The Entity is not owned Iby the government of a foreign country of concern as defined in Section 287,138,
Florida S,tatutes. (Source: § 287.138(2 (a), Florida Statutes);
C. The government of a foreign country,of concern does not have a controlling interest In Entity. (Source:,§
287.138(2)(b), Florida Statutes);
d. Entity is not owned or controlled by the government of a,foreign country of concern,as defined in Section
692.201, Florida Statutes, (Source: § 288.007(2), Florida Statutes);
e, Entity is not a partnership, association, corporation, organization, or other combination of peirsoins
organized under the laws of or having its principal place of business in a foreign Country of concern, as
defined in Section 692.201, Florida Statutes, or a subsidiary of such entity. (Source: § 288.007(2), Florida
Statutes);
f, Entity is not a foreign principal,as defined in Section 692.201, Florida Statutes. (Source:§692,202(5)(a)(1),
Florida Statutes);
91 Entity is in compliance with all aipplicable requirements of Sections 692.202,692,203, and 692.204, Florida
Statutes.
11, (Only applicable if purchasing,real property) Entity is not a foreign principal prohibited from purchasing
the subject real property. Entity is either (a) not a person or entity described in Section 692.204(1)(a),
Florida Statutes, or (b) authorized under Section 692.204(2), Florida Statutes,, to purchase the subject
property. Entity is in compliance with the requirements of Section 69,2.204, Florida Statutes, (Source: §§
692.203(6)(a), 692-204(6)(a), Florida Statutes)
i, The statements contaiined in this affidavit are[male and correct,and made with full knowledge that Monroe
County relies upon the truth of the statements contained in this,affidavit in awarding contracts for said
project,
Matthew Causicy, President
.................. ........... .........
(Signature)
Date: June 20, 2025
STATE OF: E"( o(I.?A(i
2
COUNTY OF: a CA-
Subscribed and sworn to (or affirmed) before me, by means of � physical presence or El online notarization, on
21) 2,1)2"S (date)by vu, L a " All
tia Lc-'5�Lf (narne.of affiant), He/Shp. isrrs mall ,.!Town to rne or
has,produced
.. ........._)(type of identification)as identifi cation.
............-
NOTARY PUBLIC
J ILA K=EHLER J 0'�
V� 0 v
ESSICAV.KOHLER
C i i # My Commission Expires:
ommission#HH 4421 H
$eptcmbe 11
Exp0es$eptember 11,2'027 53 P a g it
6115
COMMiON CARRIER RESPONSIBILITIES AFFIDAVIT F.S.908.111
1, Mattew Causley of the City of Q.,jtler Bay according to law on my oath,
and under penalty of perjury, depose and say that:
If Contractor is a common carrier, as defined by Section 908.111, Florida Statutes, then Contractor hereby certifies that it
is not willfufly providing and will not wiffutly provide any service during the Contract terim in fuirtherance of transporting
a person into this state knowing that the person is an Unauthorized Aliep, except to facilitate the detention, removal,or
departure of the person from this state or the United State
Matthew Causley, President
(signature)
M.T. Causley LLC
Printed Name
Date: JUne 20, 2025
STATE OF:
COUNTYCF:
Subscribed and sworn to (or affirimed) before me, by means of physical presence or 11 online notarization, on
-k -- ��kf� , X
J- (date),by
.-"�. 'Q 2[')
..... .........
(name of a ff iant). He/She is personally own to or has produced
------ (type of identification) as identification.
KOEHLER
f4i 0 11 C
,�p........6'. JIESSICAV,KOEHLER
Commission#HH 442188
.-.5 E j s September 11�2027 My Commission Expires:xp're
54, F a e
6116
A 0 CERTIFICATE OF LIABILITY INSURANCE 76/18/2025
(MMIDDIYWY)
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 endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
NAME: Lauren Mayer
McGriff Insurance Services LLC PHONE FAx
2200 N. Commerce Parkway A/C No EXt: 954-385-6022 A/C,No):866-802-8684
Suite 200 ADDREss: lauren.mayer@mcgriff.com
Weston FL 33326 INSURER(S)AFFORDING COVERAGE NAIC#
INSURER A: Berkshire Hathaway Homestate Ins Co 20044
INSURED 132SAFEBLLC INSURER B: Great American E&S Insurance Company 37532
M.T. Causley, LLC
10720 Caribbean Blvd. INSURERC: Everest Indemnity Insurance Company 10851
Miami FL 33189-1218 INSURERD: Bridgeway Insurance Company 12489
INSURERE: Lexington Insurance Company 19437
INSURER F: Everest Premier Insurance Company 16045
COVERAGES CERTIFICATE NUMBER:1665431537 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING 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 DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS
LTR INSD WVD POLICY NUMBER MM/DDIYYYY MM/DDIYYYY
C X COMMERCIAL GENERAL LIABILITY Y Y CF3GL00415241 10/3/2024 10/3/2025 EACH OCCURRENCE $1,000,000
CLAIMS-MADE OCCUR DAMAGE TO RENTED
PREMISES Ea occurrence $300,000
X 10,000 MED EXP(Any one person) $10,000
PERSONAL&ADV INJURY $1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000
X POLICY J E� LOC PRODUCTS-COMP/OP AGG $2,000,000
OTHER: $
F AUTOMOBILE LIABILITY Y Y CF3CA00337241 10/3/2024 10/3/2025 COMBINED SINGLE LIMIT $1,000,000
Ea accident
X ANY AUTO BODILY INJURY(Per person) $
OWNED SCHEDULED BODILY INJURY(Per accident) $
AUTOS ONLY AUTOS
X HIRED X NON-OWNED PROPERTY DAMAGE $
AUTOS ONLY AUTOS ONLY Per accident
D UMBRELLA LIAB X OCCUR 8EA7XL000207903 10/3/2024 10/3/2025 EACH OCCURRENCE $10,000,000
E 011170903 10/3/2024 10/3/2025
X EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000
DED X RETENTION$n $
A WORKERS COMPENSATION Y SAWC666825 5/12/2025 5/12/2026 X PER OTH-
AND EMPLOYERS'LIABILITY YIN STATUTE ER
ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000
OFFICER/MEMBER EXCLUDED? N NIA
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000
B Professional Liability TER5325879 10/3/2024 10/3/2025 Each Claim/Aggregate $10,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
Excess policy#140002058 effective 10/03/2024-10/03/2025-QBE Ins Corp NAIC#39217 Limits-$5,000,000 part of$10,000,000 Excess of$5,000,000.
Management Liability/EPL policy#J06767825 effective 10/3/24-10/3/25 Federal Insurance Company; Limit$1,000,000 DED$100,000.
RE: Professional Support Services for Plan Review, Inspection Services and Planning/Zoning Development Review.
The Monroe County Board of County Commissioners,its employees and officials are additional insureds with respects to general and automobile liability,w
written contract.Waiver of Subrogation applies for general and automobile liability and workers compensation in favor of the additional insured,with a written
contract.Coverage is primary and non-contributory in favor of the additional insured.Notice of Cancellation is 30 days,except 10 days for non-payment.
CERTIFICATE HOLDER CANCELLATION
APPROVED BY RISK MANAGEMENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
BY ACCORDANCE WITH THE POLICY PROVISIONS.
Monroe County Board DATE 0 2625
1100 Simonton Street X AUTHORIZED REPRESENTATIVE
Key West FL 33040 WAIVER N/A YES 4J�k
Fa'P1�tReyiaysa�iolscnt>tiat
@ 1988-2015 ACORD CORPORATION. All rights reserved.
(2016/03) The ACORD name and logo are registered marks of ACORD 6117