Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item C14
COUNTY of MONROE BOARD OF COUNTY COMMISSIONERS Mayor Michelle Lincoln,District 2 The Florida Keys Mayor Pro Tem David Rice,District 4 a e Craig Cates,District 1 e' Tames K. Scholl,District 3 � Holly Merrill Raschein,District 5 Regular Meeting January 28, 2026 Agenda Item Number: C14 26-0229 BULK ITEM: Yes DEPARTMENT: Facilities Maintenance TIME APPROXIMATE: N/A STAFF CONTACT: Willie DeSantis AGENDA ITEM WORDING: Approval of a Proposed Project in the anticipated amount of $209,656.50 with Gary's Plumbing and Fire to perform under its current contract to provide all labor, material, and equipment required to connect the FKAA water main to the new pump booster system at Jackson Square. This is funded by 304. ITEM BACKGROUND: The existing non-operational fire pump is being replaced in a related project for a cost of$89,470.00. This project covers all electrical work for the system, excavation, directional boring from the Courthouse parking lot to the courtyard fire pump enclosure,pipe installation,backflow protection, bollard installation, and final testing and inspection by the Key West Fire Department. PREVIOUS RELEVANT BOCC ACTION: N/A INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: Approval DOCUMENTATION: FINANCIAL IMPACT: Effective Date: January 28, 2026 Expiration Date: N/A Total Dollar Value of Contract: $209,656.50 Total Cost to County: $209,656.50 Current Year Portion: $209,656.50 Budgeted: No Source of Funds:304 CPI: No Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: minimal routine maintenance costs: N/A Revenue Producing: No If yes, amount: N/A Grant: N/A County Match: N/A Insurance Required: Yes C14. Approval of a Proposedj in teanticipated amount of$209,656.50 with 's PlumbingFire to perform under its current contract to provideall labor, material, and equipment ire connect the FKAA water main to the new pumpt system Jackson i is funded by 304. AGREEMENT FOR FULL MAINTENANCE FIRE PROTECTION SYSTEMS MONROE COUNTY, FLORIDA This Agreement is made and entered into this 20th day of October, 2021, between MONROE COUNTY, FLORIDA("COUNTY"), a political subdivision of the State of Florida,whose address is 1100 Simonton Street, Key West, Florida 33040, and GARY'S PLUMBING AND FIRE, W INQ., a Florida Profit Corporation, authorized to do business in the State of Florida, ("CONTRACTOR"), whose address is 6409 2 nd Terrace, Suite 1, Key West, Flon'da 33040. WHEREAS, COUNTY desires to contract for the performance of the work or services descrI bed in Exhibit"A"; and WHEREAS, CONTRACTOR desires to and is able to perform the work or services described in attached Exhibit"X'- and V WHEREAS, it serves a legitimate public purpose for CONTRACTOR to perform the work or services, as described in attached Exhibit'A"for Monroe County, NOW, THEREFORE, IN CONSIDERATION of the mutual promises and covenants contained herein i is agreed as follows, 1. THE AGREEMENT The Agreement consists of this document, the Request for Proposals ("RFP") documents, exhibits, any addenda,the response to the RFP, and all required insurance documentation, only. 2,, SCOPE OF WORK The Scope of Work shall include, but not be limited to, all work and / or services shown and listed in Exhlbit "N", which is attached hereto and made a part hereof. The Contractor is required to provide a complete job as contemplated by this Scope of Work. The Contractor shall fumish all labor, supervision, materials, power, tools, equipment, suppfies, permKs, 'if any are necessary, and any other means of construction or work necessary or proper for performing and completing the Scope of Work, unless otherwise specifically stated,,. 3. PERSONNEL Communication between the County Representative and the Contractor's personnel Is very important. Therefore,the Contractor must assure that at least one(1)of its personnel per building can communicate well in the English language with the County Representative. Any employee hired by the Contractor will be the Contractor's employee I and in no way has any association with the County. The Contractor shall insure that its employees are trained 'in all appropriate safety regulations, including but not limited to, OSHA regulations, and all other applicable local, State and Federal regulations,, Uniforms are preferred for Contractor's personnel, however; photo identification cards are required, which shall clearly identify personnel as employees of the Contractor. This requIrement shall apply upon entering County property and at all times while an duty. 4. BACKGROUND CHECKS/ FINGERPRINTING 499M4 Contractor employees must consent to Level One background checks and the results are to be provided to the County within thirty (30) days of award of the contract. The County reserves the right to refuse personnel based on results of the background check. The County reserves the right to demand of the Contractor replacement of an employee for the Contractor if a conflict or problem with that employee should arise. The County's Facilities Maintenance Director or his designee shall have the right to require any employee(s) of the Contractor to be permanently removed from any County facility serviced by the Contractor whenever it appears to be in the best interest of the County. It is the responsibility of the Contractor to inform the Facilities Maintenance Director or his designee of all new hires and the results of the background check. The Contractor will be responsible for the supervision, hiring and firing of their own employees, and shall be solely responsible for the pay, workers compensation insurance, and benefits,,, Some work will be conducted at secure facilities, including, but not limited to law enforcement and fire rescue. Background checks, including at a minIMUM8. A. Warrants check-, B. Fingerprints-, C. Local Records check-, D. Prior employment check; and E. Criminal History check are required of Contractor's personnel that will enter Monroe County Sheriff's Office V ") facilities. Background checks on such personnel will be conducted by the MCS0. MCSO may prohibit entry to, or remove from, any secure facility any Contractor employee who, in the judgment of MCSO, poses a risk to the security or good order of the facility. Thereafter, MCSO and the Contractor will immediately discuss resolution of the problem. If the problem is not resolved to the satisfaction of the MCSO, the employee shall not be permitted to return to any facility operated by the MCSO. Contractor will promptly replace the. employee at no additional cost to County. Contractor further agrees to notify County immediately upon becoming aware that one of its employees or subcontractor's employees, who previously completed the background check, is subsequently arrested or convicted of any crime. Failure by Contractor to notify County of such arrest or conviction within forty-eight (48) hours of being put on notice by 2 the employeelsubcontractor and/or within five (5) days of its occurrence shall constitute grounds for Immediate termination of this contract by County. The parties further agree that failure by Contractor to perform any of the duties described in this paragraph shall constitute a material breach of the contract entitling County to terminate this contract immediately with no further responsibility to make payment or perform any other duties described herein. 5. CONTRACT SUM AND PAYMENTS TO CONTRACTOR A. Monroe County's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County Commissioners ("BOCC"),, County shall pay in accordance with the Florida Local Government Prompt Payment Act and Monroe County Code; payment will be made after delivery and % 9 inspection by County and upon submission of a proper invoice by Contractor. B. Contractor shall submit to County invoices no later than twenty-five (25) days after inspections/repairs with supporting documentation acceptable to the Clerk. Five Year, Annual, Semi-Annual, and Quarterly inspections shall be submitted in arrears with supporting reports. If any major deficiencies are found, the County must be notified in writing within forty-eight(48) hours, otherwise reports must be submitted within fifteen(15) days of inspection date. Contractor shall submit to the County ire with supporting documentation acceptable to the Clerk, at completion by the Contractor of the repair and said work approved by an appropriate County representative, to be paid at the earliest date possible following completion of the rep-air. 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. Monroe County's Fiscal Year is October 1"through September 301. All outstanding invoices must be submifted for payment within ten (10) days of the end of the Fiscal Year to avoid non-payment for those services. C. The County shall pay the actual cost of parts and materials, excluding freight, equipment rental, tax amounts, and services supplied by others purchased from the manufacturer, plus fifteen percent (15%), to fulfill the obligations of the Contract. Freight, equIpment rental, tax amounts, and services supplied by others shall be reimbursed for amounts charged. A manufacturer's invoice must accompany all requests for payment. Freight invoices must accompany all orders that require shipping or transportation of parts whether the part is under warranty or not. D. The cost of labor used by the Contractor to fulfill the obligation of the Contract will be calculated using the unit prices set forth in the Contractor's bid as follows: Labor—Normal working hours of 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding holidays: $175.00 per hour, mechanic $262.50 per hour, mechanic plus helper $87.50 per hour, mechanic helper working alone or additional helper Overtime rate for hours other than the normal working hours as stated above, a including holidays: $262.50 per hour, mechanic hour,$393-75 per r helper$131.25 per hour, mechanic helper working alone or additional Plus:Parts Cost rental,Fifteen percent (15%) of mark up on manufacturer's invoice cost of parts and materials (excluding freight, equipment tax amounts, and services supplied by others). Such costs must be documented for each repair and/or maintenance job and included with all Applications for Payment., The following buildings will require'. . . .........%�::w-%�:-%:::::..%%::::......................................................................................................................................................................... ..............................................................................................--...,e,.V.,e,.V.....V..............V..... ........................ : sprinklerF. One (1), (5) Five (5) Year Inspection Test (to be completed within three (3) months of contract commencement), One (1) Annual Inspection and flow test of the Fire Pump, One (1) Seml-Annual Inspection, and Two (2) Quarterly fire inspections and testing per the latest edition of NFPA 25. Monroe County Detention Center 5501 College Road 3120G,00 costLyr. Key West, FL 33040 r. insvection Harvey Government r 1200 Trumanr. WhiteheadKey West, FL 33040 1,tQ00.00 5 yr....insoection Lester Building 530 r Key West, FL 33040 Monroe County Courthouse 502 Whitehead Street LUS-00 cost/y.r... Annex/Old Jail (TESTING , FL 33040 AROUND COURT HEARINGS) r. insgection Marathon Government Annex 490 63rd Street.. Ocean 850,D0 cos Marathon, FL 33050 r. PointPlantation Key Jail 53 High r. Tavernier, L000,00 5 yr. inspection Marathon Jail 3981 Ocean Terrace Marathon, FL 33050 $500-00 r. require:The following buildings will " :. ....u..m.,.m.,.m.,...n.,.. W.. ., ..�.�. ...,��. ...............�..e,e,e,e,e,e,..,.,..,..,..,..,..,.,....,,..��...,.,e.,,...,..�M ... ..�... uu. . .,m..................................,.. ......... �.:.,:. .:... One (1), Rve (5) Year Inspection Test (to be completed within three (3) months of contract commencement), One (1) Annual Inspection, One (1) SemImAnnual Inspection, and Two (2) Quarterly fire sprinkler system inspections and testo"'ng per the latest Monroe County Historic t r. Key West,, FL 33040 5_11000.00 5 r. inspection Monroe County Sheriff r, Administrat'lon ffi r. inspection Dept. of Juvenile Justice Building 5503 College Road 1,650-00 cost r. West,Key FL 33040 r. inspection r. West,Key FL 33040 Freeman Just'Ice Center 302 Fleming Street ..........1.9 Key West, FL 33040 Ij 000.00 5 yr. inspection Murray Nelson Government Center 102050 Overseas r. Key Largo, Monroe County Fire Stat'lon No. 17 10 Conch Avenue 525-00 costlyr. Conch Key, FL 33050 500 00 .jyL.i ns�e c�ti o�n Monroe County Fire Station No. 13 390 Key Deer Blvd. 525,00 cost r....Ly Big Pine Key,, FL 33043 500M 5 yr. inspection Monroe County it Station No 8 61802 ndAV. 525.00 cost lyr. Stock Island, FL 33-040 1'-.500.00 .5 yr.in5pection Joe London it Training Academy 56633 Overseas Highway 525-00 cpst&r. Crawl Key, FL S 500.00 5 yr..inspection Bernstein Park 67515 1h St. 5 5.00 cost Stock Island, FL 33040 500-00 5 Mr. inspecUon Monroe County it Station No. 11(new) 22352 Overseas Highway 525,,00 coffi a Cudjae Key, FL 33042 $ 500.00 5 yr.,....i.n.spection Marathon Library (new) 3490 Overseas Highway 525.00 cost yr,, Marathon, FL 33050 500-00 5 yr,, inwection WHEN PERFORMING ANNUAL INSPECTIONS FOR SOME MONROE COUNTY FACILITIES,PRIMARILY THE COURTHOUSES,IT MA Y BE NECESSARY TO SCHEDULE INSPECTIONS BEFORE OF AFTER NORMAL BUSINESS HOURS, The total quarterly service amount of the contract shall be Five Thousand Three Hundred Sixty-eight and 75/100 ($5,368.75) Dollars,for an annual inspections amount of Twenty- one Thousand Four Hundred Seventy-five and 001100 ($21 47500) Dollars. The total for one (1), Five (5) Year inspection for all buildings listed herein shall be in the amount of Seventeen Thousand and 001100 ($17,000.00) Dollars. 6 Contractor shaH submit aU invoices with the , i ation for PayMent form attached hereto as Exhibft "B"'and made a part hereof. There shag be no additional charges to the Owner for travel,, mileage, meals, or lodging. Contractor shafl submit itemized m0voices in writing. E. Total Annual Compensation to CONTRACTOR under this Agreement shall not exceed Seventy Thousand and 00/100 ($70,000-00) Dollars, unless pre-approved work requiring addI tional funds is implemented. F. Major Component FailUre or System Breakdown In the event of a major component failure or system breakdown, the County, shall have the option to request from the Contractor only, a proposallquote for replacement equipment in an amount that could exceed Five Thousand and 00/100 ($5,000.00) Dollars.Any proposal over Five Thousand and 00/100($5,000.00)Dollars, up to and including Ten Thousand and 00/100 ($10,000.00) Dollars, must be approved and signed by the Division Director and/or the County Administrator, Any proposal over Ten Thousand and 00/100 ($10,000.00) Dollars, up to and including Forty-nine Thousand Nine Hundred Ninety-nine and 99/100 ($49,999,,99) Dollars, must be approved and signed by the Division Director and the County Administrator. 6, TERM OF AGREEMENT This one (1)year r 31, 2022, unless terminated earlier under paragraph 21 of this Agreement. The County shall have the option to renew this Agreement for up to an additional four(4)one- year periods on terms and conditions mutually agreeable to the parties, exercisable upon written notice given at least thirty (30) days prior to the end of the initial term. Unless the context clearly indicates otherwise, references to the "term"of this Agreement shall mean the initial term of one (1)year.The County is not required to state a reason if it elects not to renew. The Contract amount may be adjusted annually in accordance with the percentage change in the U.S. Department of Commerce ConSUmer Price Index (CPI-U) for all Urban Consurners as reported by the U.S. Bureau of Labor Statistics and shall be based upon the CPW computation at December 31 of the previous year. 7. LICENSES Contractor has, and shall maintain throughout the term of this Agreement, appropriate licenses. Proof of such licenses shall be submitted to the County upon execution of this Agreement and annually thereafter or upon any renewal. 8. MAINTENANCE OF RECORDS Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance With generally accepted accounting principles consistently applied. Records shall be retained for a period of seven (7) years from the termination of this Agreement or five (5) years from the submission of the final expenditure report as per 2 CFR§200.33, 'if applicable,whichever is greater. Each party to this Agreement or their 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 seven (7) years following the termination of this Agreement. 91 RIGHT TO AUDIT Availability of Records. The records of the parties to this Agreement relating to the Project, which shall include but not be firnited 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 entd'es detaHing cash and trade discounts earned I 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 mafters that may in County's or the County Clerk's reasonable judgment have any bearing on or perta'I'n to any rnafters, rights, duties or obligations under or covered by any contract document(all foregoing hereinafter referred to as URecords") 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 wriften 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 Clark possesses the independent authority to conduct an audit of Records, assets, and activities relating to this Project. If any auditor employed by Monroe County or County Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, 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 of expiration of this Agreement. 10, PUBLIC RECORDS COMPLIANCE Contractor must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of Article I of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other 69 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 s C-Pounty shall have the right to unilaterally cancel this contract upon violation of this provision El El by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contracl 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 Fla. Stat., Sec. 119-0701 and the terms and conditions of this contract, the 0 Contractor is reqwred to: (1) Keep and maintain public records that would be required by the County to perform the service,, (2) Upon receipt from the COUnty's custodian of records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (3) 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. (4) 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 I S custodian of records, in a format that is compatible with the information technology systems of the County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, butif 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 provis'lon by the Contractor. A Contractor who falls 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. 9 The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QU STIONS REGARDING THE APPLICATION OF CHAPTER 11 9. FLORIDA STA TO THE CONTRACTOR'S DU TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT CONTACT THE CUSTODIAN OF PUBLIC RECORD'Sa...BRIAN BRADLEY AT PHONE# 305 BRADLEYON _ V. MONROE COUNTY ATTORNEY'S OFFICE I 1 12TH STREET SUITE 408 KEY WE90M ST, FL 33040. 41. HOLD HARMLESS, 1FICATION, DE,FENSE, AND INSURANCE Notwithstanding n minimum insurance requirements r rielsewhere in this agreement, Contractor shall defend, indemnify, and hold the County and the County's elected and appointed officers and employees harmless from and against (1) any claims, actions or causes of action, (11) any litigation, administrative proceedings, appellate proceedings, or rather proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (111) any cosh or expenses that may be asserted against, initiated with respect to, or sUstained by, .any indemnified party by reason of, or in connection with, (A) any activity of Contractor or any of its employees, agents, contractors, or other invitees during the term of this Agreement, (B) the negligence, recklessness, intentional wrongful misconduct, errors or other wrongful apt or omission of Contractor or any of its employees, agents, sub-contractors, or other invitees, or(C) Contractoes default in aspect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, pauses of action, litigation, proceedings, costs or expenses arise from the intentional or sole Ct@gIEg@ftf ilGtS or omissions f the County or any of its employees, agents, contractors, or invitees (other than Contractor). The monetary limitation of liability under this Agreement shall be equal to the dollar value of the contract and not less than 1 million per occurrence pursuant to Section 7 4 Florida Statutes. The limits of liability it be as set firth in the insurance requirements included in this paragraph. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to eventsor circumstances that occur during the term of this Agreement,tI'tES S@GtIoft WIII survive the li" tE fl (3f t1@ t@t't'Tt of tF11S Agreement or any eadler termination inatian of this Agreement. In the event that the completion of the project (to include the work of others) is delayed or suspended as a result the contractor s failure to purchaser maintain the required insurance, the Contractor shall indemnify the County from n III increased expenses resulting from uch delay,, Should any claims be asserted ire the County by virtue of any deficiency r ambiguity in the plans and specifications r c the Contractor,the Contractor agrees andwarrants that the Contractor shall held the County harmless and shall indemnify it from Il losses occurring thereby and shall further defend any claim or action are thebehalf. 10 The extent of liabil'Ity is 'in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement,, Failure of Contractor to comply with the requirements of this section shall be cause for immediate termination of this Agreement. Prior to execution of this agreement, CONTRACTOR shall fUrnish the COUNTY Certificates of Insurance indicating the minimum coverage limitations in the following amounts: WORKERS COMPENSATION AND EMPLOYER'S LIABILTIY INSURANCE. Where applicable, coverage to apply for all employees at a minimum statutory limits as required by Florida Law, and Employee's Liability coverage in the arn,ount of $100,000-00 bodily Injury by accident, $500,000.00 bodily injury by disease, policy limits, and $100,000-00 bodily injury by disease, each employee. COMPREHENSIVE AUTOMOBILE VEHICLE LIABILITY INSURANCE. Motor vehicle liability insurance, including applicable no-fault coverage, with limits of liability of not less than $300,000.00 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage shall 'Include all owned vehicles, all non-owned vehicles, and all hired vehicles,,, If single limits are provided,the minimum acceptable limits are $2.00.,.000.,00 per person, $3.00..0.00.00 per occurrence, and $200,,000.00 property damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles. COMMERCIAL GENERAL LIABILITY. Commercial general liability coverage with 11mits of liability of not less than,,$§00 I I I I I,,000.00 per occurrence combined s'ngle limit for Bodily Injury Liability and Property Damage Liability. CERTIFICATES OF INSURANCE. Original Certificates of Insurance shall be provided to the County at the time of execution of this Agreement and certified copies provided if requested. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days' written notice shall be provided to the County before any policy or coverage is canceled or restricted.The underwriter of such insurance shall be qualified to do business in the State of Florida. If requested by the County Administrator, the insurance coverage shall be primary i E nsurance with respect to the County, its officials, employees, agents, and volunteers. MONROE COUNTY BOARD OF COUNTY COMMISSIONERS MUST BE NAMED AS CERTIFICATE HOLDER AND ADDiTIONAL INSURED ON ALL POLICIES EXCEPT WORKER"S COMPENSATION., 12. NON-WAIVER OF IMMUNITY Notwithstanding the provisions of Sec. 768-28, Florida Statutes, the participation of the County and Contractor in this Agreement 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 Agreement entered into by the County be required to contain any provision for waiver. 111 INDEPENDENT CONTRACTOR At all times and for all purposes under this Agreement, Contractor 'is an independent contractor and not an employee of the Board of County Commissioners of Monroe County. No statement contained in this Agreement shall be construed so as to find Contractor or any of its employees, subcontractors, servants, or agents to be employees of the Board of County Commissioners of Monroe County. 14, NONDISCRIMINATION I CONTRACTOR and COUNTY agree that there will be no discrimination against any person, and it is expressly understood that upon a determinat'l'on by a court of competent jurisdiction that discrimination has OCCUrred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. CONTRACTOR and COUNTY agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VII of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, 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 discrimi nation. on the basis of handicaps- 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age- 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse- 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism-, 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records- 8)Title Vill of the Civil Rights Act of 1968 (42 USC s. 3601 et seq-,), as amended, relating to nondiscrimination in the sale, rental or financing of hOLIsing; 9)The Americans with Disabilities Act of 1990 (42 USC s. 12101 Note), as may be amended from time to time, relating to nondiscrimination on the basis of disability-, 10) Monroe County Code Chapter 14, Article 11, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. During the performance of this Agreement, the CONTRACTOR in accordance with Equal Employment Opportunity(30 Fed. Reg. 12319, 129356 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 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix 11,T 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 12 orientation,gender identity, or national ongin. 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 Contractoes legal duty to fumish 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 Contractors 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 0 rd er 11246 of Se ptem be r 24, 1965, a n d by the ru les, reg u lations, and ord ers 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 13 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. 15. ASSIGNMENT/SUBCONTRACT Contractor shall not assign or subcontract its obligations under this Agreement to others, 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. 16. COMPLIANCE WITH LAW AND LICENSE RgQUIREMENTS In providing all services/goods pursuant to this Agreement, Contractor shall abide by all laws of the Federal and State government, ordinances, rules, and regulations pertaining to, or regulating the provisions of, such services, including those now in effect and hereinafter adopted. Compliance with all laws 'Includes, but 'is not firnited to, the immigration laws of the Federal and State government. 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 Agreement. Contractor shall possess proper licenses to perform work in accordance with these speciifications throughout the term of this Agreement. IT., DISCLOSURE AND CONFLICT OF INTEREST 14 f, Contractor represents that it, its directors, pri A ncipals and employees, presently have no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required by this contract, as provided in Sec. 112.311, et. seq., Florida Statutes. County agrees that officers and employees of the County recognize and will be required to comply wil'th 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 certall'n 'I'nformation. 9 No Sol 1citation/Payment. County and Contractor warrant that P 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 Agreement 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 consideratI on contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the Contractor agrees that the County shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full arnount of such fee, commission, percentage, gift, or consideration. 18, NO PLEDGE OF CREDIT Contractor 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. Contractor further warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this contract. 19, NOTICE REQUIREMENT All written correspondence to the COUNTY shall be dated and signed by an authorized representative of the CONTRACTOR. Any written notices or correspondence required or permitted under this Agreement shall be sent by United States Mail, certified, return receipt requested, postage pre-paid, or by courier with proof of delivery,, The place of giving Notice shall remain the same as set forth herein until changed in writing in the manner provided in this paragraph. Notice is deemed received by 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. Notice shall be sent to the following persons: FOR COUNTY: FOR CONTRACTOR Monroe County Gary's Plumbing and Fire, Inc. Facilities Maintenance Department Aft. Gary Centonze, President 3583 S. Roosevelt Blvd 6409 2nd Terrace, Suite I Key West, FL 33040 Key West, FL 33040 and IS County Attorney 1111 12 th Street, Suite 408 Key West, FL 33040 20. TAXES County is exempt from payment of Florida State Sales and Use taxes. Contractor shall not be exempted by virtue of the County's exemption from paying sales tax to its suppliers for materials used to fulfill its obligations under this contract, nor is Contractor authorized to use the County's Tax Exemption Number in securing such materials. Contractor shall be responsible for any and all taxes, or payments of withholding, related to services rendered under this Agreement. 21, TERMINATION X In the event that the CONTRACTOR shall be found to be negligent in any aspect of service, the COUNTY shall have the right to terminate this Agreement after five (5) days' written notification to the CONTRACTOR. B. Either of the parties hereto may cancel this Agreement without cause by giving the other party sixty (60) days' written notice of its intention to do so. C. 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 termI nate this Agreement for cause with CONTRACTOR should CONTRACTOR fall 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 temunation, 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. D, Termination for Convenience: The COUNTY may terminate this Agreement for convenience, at any time, upon sixty (60) 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. 16 E. For Contracts of any amount, if the County determines that the Contractor/Consultant has submi'tted 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 M a boycott of Israel, the County shall have the option of (1) terminating the Agreement after R has given the Contractor/Consultant wrMen notice and an opporturilty 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. F. For Contracts of $1,000,000 or more, if the County determines that the Contractor/Consultant submitted a false certiffication under Section 287.,,135(5), Florida Statutes, or 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 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 determ'I'nation 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. 22. GOVERNING LAW, VENUE, AND INTERPRETATION This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to Agreements made.and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the County and Contractor agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. The Parties waive their rights to trial by jury. The County and Contractor agree that, in the event of conflicting interpretations of the terms or a term of this Agreement by or between any of them the issue shall be submitted to mediation prior to the institution of any other administrative or legal proceedMg. 23. MEDIATION The County and Contractor agree that, in the event of conflicting interpretations of the terms or a term of this Agreement by or between any of them the issue shall be submitted to mediation prior to the institution of any other administrative or legal proceeding. 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. 2.4, SEVERABILITY If any term, covenant, condition or provision of this Agreement (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 4 4 provisions of this Agreement, shall not be affected thereby- and each remaining term, 17 covenant, condition and provI sion of this Agreement 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 Agreement would prevent the accomplishment of the original intent of this Agreement. The County and Contractor agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 25. ATTORNEY'S FEES AND COSTS County and Contractor agree that in the event any cause of action or admin'I'strafive 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, court costs, investigative, and out-of-pocket expenses, as an award against the non-prevailing party, at all levels of the court system, including in appellate proceedings. 26. ADJUDICATION OF DISPUTES OR DISAGREEMENTS COUNTY and CONTRACTOR agree that all diSPLItes and disagreements shall be aftempted to be resolved by meet and confer sessions between representatives of each of the parties. The CONTRACTOR and COUNTY Representative shall try to resolve the claim or dispute with meet and confer sessions. 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 Flodda law. This Agreement is not subject to arbitration. This provision does not negate or wa*lve the provisions of Paragraph 14 or Paragraph 21 concerning terrnination or cancellation. 27, COOPERATION In the event any administrative or legal proceeding is inStitUted against either party relating to the formation, execution, performance, or breach of this Agreement, County and Contractor agree to participate,to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activifies related to the substance of this Agreement or provision of the services under this Agreement. County and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement,, 28. BINDING EFFECT The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and Contractor and their respective legal representatives, successors, and assigns. 29, AUTHORITY Each party represents and warrants to the other that the execution, delivery, and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. Each party agrees that it has had ample opportunity 18 to submit this Contract to legal counsel of its choice and enters into this agreement freely, voluntarily, and with advice of counsel. 30, CLAIINIS FOR FEDERAL OR STATE AID Contractor and County agree that each shall be, and is, empowered to apply for, seek, a nd obta 1 n federal a n d state fu nds to fu rthe r th e p u rpose of th is Ag ree ment.Any cond itio n s imposed as a result of funding that affect the Project will be provided to each party. 31. PRIVILEGES AND IMMUNITIES All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the County, when performing their respective functions under this Agreement within the territorial limits of the County shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the County. 32.. LEGAL OBLIGATIONS AND RESPONSIBILITIES This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be construed as, authorizing the delegation of the constitutional or statutory duties of the County, except to the extent permitted by the Ronda constitution, state statute, and case law. 33. NON-RELIANCE BY NON-PARTIES Non-Delegation of Constitutional or Statutory Duties. No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement 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 Contractor agree that neither the County nor the Contractor 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 Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated 'in this Agreement. 34, ATTESTATIONS Contractor agrees to execute such documents as the County may reasonably require to A include, but not limited to, a Public Entity Crime Statement, an Ethics Statement, Non- Collusion Statement, and a Drug-Free Workplace Statement. 19 35. 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 Monroe County in his or her I ndividual capacity, and no member, officer, agent, or employee of Monroe 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. 36. EXECUTION IN COUNTERPARTS This Agreement may be. executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same a instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. 37, 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. 38. PUBLIC ENTITY CRIME STATEMENT "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 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 wI th 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 thirty-six(36) months from the date of being placed on the convicted vendor 11SLIO 39. MUTUAL REVIEW This Agreement has been carefully reviewed by Contractor and the County. Therefore, this Agreement is not to be construed against either party on the basis of authorship. 40. INCORPORATION OFRFP DOCUMENTS The terms and conditions of the RFP documents are incorporated by reference in this contract agreement. 41. ANNUAL APPROPRIATION The County's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County Commissioners. In the event that the 20 0%. uounty funds on which this Agreement is dependent are withdrawn, this Agreement is terminated and the County has no further obligation under the terms of this Agreement to the Contractor beyond that already incurred by the termination date. 41 COVENANT OF NO INTEREST County and Contractor covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 43-- AGREEMENTS WITH SUBCONTRACTORS In the event that the Contractor subcontracts any or all of the work in this project to any third party, the Contractor specifically agrees to identify the County as an additional insured on all insurance policies required by the County. In addition, the Contractor specifically agrees that all agreements or contracts of any nature with his/her subcontractors shall include the County as an addlUlonal insured. FEDERAL CONTRACT RE EMENTS The CONTRACTOR and 'Its subcontractors must follow the provisions, as 4 4 applicable, as set forth i rovisions and Appendix 11 to 2 C.F.R. Part 200, as amended, including but not limited to: 44.1 Davis-Bacon Act, as amended (40 U.S.C. §§3141-3148). When required by Federal program leg*islation, which includes Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program and Transit Security Grant Program, all prime construction contracts in excess of $2,000 awarded by non- Federal entities must comply with the Davis-Bacon Act (40 U.S.0 §§3141-3144, and §§3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. If applicable, the COUNTY MUSt place a current prevailing wage determination issued by the Department of Labor in each solicitation, a copy of which i's attached hereto as Exhibit "C" and made a part hereof. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The COUNTY must report all suspected or reported violations to the Federal awarding agency. When requi-red by Federal program legislation, which includes Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program and Transit Security Grant Program (it does not apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program), the contractors V in contracts for construction or repair work above $2,000 in situations where the Davis-Bacon also applies, must also comply with the Copeland "Anti-Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 CFR Part 21 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). As required by the Act, each contractor or subreciplent is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The COUNTY must report all suspected or reported violations to the Federal awarding agency., (1) Contractor. The contractor shall comply with U.,S,,C,, § 3145, and the 4 requIrements of 29 C.RR. Part 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to InClUde these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all Of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § &12. Additionally, in accordance with the regulation, each contractor and SUbcontractor must furnish each week a statement with respect to the wages paid each of its employees engaged in work covered by the Copeland Anti-Kickback Act and the Davis-Bacon Act during the preceding weekly payroll period.The report shall be delivered by the contractor or subcontractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency in charge at the site of the building or work. 44.2 Contract Work Hours and Sa ely Standards Act (40 U.S.C. §§3701-3708), Where applicable, which includes all FEMA grant and cooperative agreement programs, all contracts awarded by the COUNTY in excess of$1 OOrOOO that involve the employment of mechanics or laborers must comply with 40 U.S.C.§§ 3702 and 3704, as Supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. §3702 of the Act, each contractor must compute the wages of every mechanic and laborer on the basis of QE a standard workweek of 40 hours.Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than one and a half fimes the basic rate of pay for all hours worked in excess of 40 hours in the workweek. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions, which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requiremerits. No contractor or subcontractor contracting for any part of the contract work, which may require or involve the employment of 22 laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation;flabilit for unpaid wages;liquidated damages. In the event of any Y violation of the clause set forth 'in paragraph (b)(1) of 29 C.F.R. §5.5, the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated Damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of 29 C.F.R. §5.5. (3) Withholding for unpaid wages and liquidated damages. The Federal agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federal ly-ass isted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided 'M the clause set forth in paragraph (b)(2) of 29 C4F.R4 §5.5. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth 'in 29 C.F.R. §5.5, paragraphs (b)(1) through (4), and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in 29 C.F.R. §5.5, paragraphs (1)through (4). 44.3 R1 hts to InventI"ons Made Under a Contract orAartegement, If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subreciplent wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subreciplent must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 44.4 Clean AIr Act 142 Uasac@ §§7401-7671g,) and the Federal Water Poll.m.Von 23 Control Act (33 U-S,,,gA. G- 1251-IjgL,,asamended - Contractor agrees to comply wIth all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended (42 U.S.C. §§7401-7671q)and the Federal Water Pollution Control Act, as amended (33 U.S.C. §§1251-1387) and will report violations to FEMAIFederal Agency and the appropriate Regional Office of the Environmental Protection Agency (EPA). The Clean Air Act (42 U.S.C. §§7401-7671q.) and the Federal Water Pollution Control Act(33 U.S.C. §§1261-1387), as amended, applies to Contracts and subgrants of amounts in excess of $150,000. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMAtFederal agency. The Contractor agrees to report each violation to the COUNTY, understands, and agrees that the COUNTY will, in turn, report each violation as required to assure notification to FEMA/Federal Agency and the appropriate EPA Regional Office. 44.5 Debarment and Suspension (Executive Orders 12549 and 12 A contract award under a 0covered transaction" (see 2 C.F,R. §180,220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F,,R., Part 180 that 'implement Executive Orders 12549 (3 GF-R- part 1986 Comp., p. 189) and 12689 (3 C.F.R. part 1989 Comp., p. 235), "Debarment and Suspension" and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Nonprocurement Debarment and suspension). SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at www.sam.gov. Contractor is required to verify that none of the contractors principals (defined at 2 C.F.R,, §180,.935) or its affiliates (defined at 2 C.F.R. §180.905) are excluded (defined at 2 C.F.R. §180.940) or disqualified (defined at 2 GF.R. §180.935). The Contractor must comply with 2 C.F.R� pL 180, subpart C and 2 C.F.R. pt. 30001 subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. This certification is a material representation of fact relied upon by the COUNTY. If It is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F,R-,, pL 3000, subpart C, in addition to remedies available to the COUNTY, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. Bidders or Proposers agree to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 CF,,R pt. 3000, subpart C while this offer 'is valid and throughout the period of any contract that may arise from this offer. The Bidder or Proposer further agrees to include a provision requin ng such compliance in its lower tier covered transactions. A 44.6 Byrd Anti-Lobbying Amendment (31 U.S.C. § 13521, Contractors that apply or bI d for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above.thatit will not and has not used Federal appropriated funds to pay any person or organ�zat I ion for Influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352. Each tier Must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from 24 tier to tier up to the recipient who in turn will forward the cerfification(s) to the awarding agency. If award exceeds $100,000, the certificat'l'on, attached hereto as Exhlbit "D" and made a part hereof, must be signed and submifted by the CONTRACTOR to the COUNTY.) 44.7 Comollance w1th Procurement of Recovered Materl"als as set forth 'in 2 QF.R. ............. 200.322. CONTRACTOR must comply with Section 6002 of the Solid Waste Disposal Act, as amended, by the Resource Conservation and Recovery Act. The requirements of Section 6002 'Include procuring only items des'l'gnated in guidelines of the Environmental Protection Agency (EPA) at 40 C.FR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of compeflb'on, where the purchase price of the 'Item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procun'ng solid waste management services in a manner that maAmizes energy and resource recovery-, and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. In the performance of this contract, the Contractor shall make maximum use of products conta'l'ning recovered materials that are EPA-des'lgnated items unless the product cannot be acquired 1. Competitively within a tirneframe providing for compliance wifth the contract performance schedule-, 2. Meeting contract performance requirements; or 1 At a reasonable price. 0 & q Information about this requirement, along with the list of EPA-designated items, Is available at EPA's Comprehensive Procurement Guidelines website, https-://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program.The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act,, 44.8 Prohlblt'eon on Certain Telecom m un Icatlons and Video Surve'l I lance Ser,v'ices or Quipment as set forth 'in 2 C*F.m.Ra § 200,216. Reclp'l'ents and subreciplents and their contractors and subcontractors may not obligate or expend any federal funds to (1) Procure or obtain-, (2) Extend or renew a contract to procure or obtain" or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawel Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (1) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video Surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvislon Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (11)Telecommunications or video surveillance services provided by such entities or using such equipment. 25 (I"I'l)Telecom mu nications or video surveillance equipment or services produced or provided by an k entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. 44,9 Domestic Preference for Procurements as set forth 'in 2 C.F.R. A?00,322, The COUNTY and CONTRACTOR should, to the great extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (Including but not limited to it aluminum, steel, cement, and other manufactured products)., These requirements of this section must be included in all subawards including contracts and purchase orders for work or products under federal award., For purposes of this section: "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. "Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum, plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber-, and lumber. 44,10 Amer'llcans with D.I.s.a.b.1.1.1times Act of 1990. as amendled he CONTRACTOR will a..... ........ .....(ADA), T comply with all the requirements asimposed by the ADA, the regulations of the Federal government issued thereunder, and the assurance by the CONTRACTOR pursuant thereto,, 44,11 Disadvantaged Business Entergrise (DBE) Poligy and Obljgatlon, It is the policy of the COUNTY that DBE's, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in wh ole or'I n part with COU NTY fu nds u n d er th 1 s Ag reement. Th e 1313 E req u i rem ents of applicable federal and state laws and regulations apply to this Agreement. The COUNTY and its CONTRACTOR agree to ensure that DBE's have the opportunity to participate in the performance of this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with 2 C&F.R. § 200.321(as set forth in detail below), applicable federal and state laws and regulations to ensure that the DBE's have the opportunity to compete for and perform contracts,,The COUNTY and the CONTRACTOR and subcontractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant to this Agreement,, 2 C.F.R. § 200.321 CONTRACTING WITH SMALL AND MINORITY BUSINESSES., WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS A. If the CONTRACTOR, with the funds authorized by this Agreement, seeks to subcontract goods or services,then I i n accord ance with 2 C-F.R- §200.321,the CONTRACTOR sh al I take the following affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when2MLpossible. B. Affirmative steps must include: (i) Placing qualified small and minority businesses and women's business enterprises on solicitation fists; (2) Assuring that small and minority businesses, and women's business enterprises 26 are solicited whenever they are potential sources', (3) Dividing total requirements, when economically feasible I into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises, (4) Establishing delivery schedules, where the regjjit ffmits, which encourage participation by small and minority businesses, and women's business enterprises, (5) Using the services and assistance, as arwropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. (6) Requiring the Prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. OTHER FEDERAL ANWOR FEMA REQUIREMENTS (as applicable) 44.12 Access to Records.. Contractor/Consultant and their successors, transferees, assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing the Department of Homeland Security (DHS) and the Federal Emergency Management Agency's (FEMA) access to records, accounts, documents, information, facilities, and staff. Contractors/Consultants must-. (1) Cooperate with any compliance review or complaint investigation conducted by DHS- (2) Give DHS access to and the dght to examine and copy records, accounts, and other documents and sources of information related to the grant and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicable laws or program guidance; (3)Submit timely, complete,and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports. 44-13 DHS Seal o Contractor shall not use the Department of Homeland Security seal(s), logos, crests, or reproduction of flags or likenesses of DHS agency officials without specific FEMA pre-approval. The Contractor shall include this provision 4 in any subcontracts. 44,14 Changes to Contract, The Contractor understands and agrees that any cost resulting from a change or modification, change order, or constructive change of the agreement must be within the scope of any Federal grant or cooperative agreement that may fund this Project and be reasonable for the completion of the Project. Any contract change or modification, change order or constructive change must be approved in writing by both the County and Contractor. 44.15 Compliance wIth Federal Law, R align nd Executive Orders. This is an acknowledgement that FEMA financial assistance may be used to fund all or a portion of the contract. The Contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and di rectives. 44-16 No Obligation by ederal Government. The Federal Government is not a party to this ............................... contract and is not subject to any obligations or liabilities to the COUNTY/non-Federal entity, contractor, or any other party pertaining to any mafter resulting from the contract., 44.117 Program Fraud and False or Fraudulent Statements or Related Acts-. The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False 27 Uaims and Statements) appWs to the contractoft actions pertaining to this contract,,, Beginning c nth 19 5 ,the Contractor and any sub-contractor shaH register withI1 utHize the U.S. Department HoaWand Security's EaVerIfy system to verify authodszafison status of a H new employeesr ringContract shallite any sul b contractors perfo�rm ing workor providing servscespursuant to the Contract o fikewlse ubfize the U.S,,- Department of HomMand Security'sr s, rify the work authorizabon of all new emp oyees Hred by the subcontractor dur[ng the ContractAny subcontractor shall provide ft stating that the subcontractor does not employ,, contract with, or subcontractwfthunauthorized fis The Contractor shall comply with and be subject to the prWW$onsc. 448.0195. 44.19 ff this AgreementFloridar (FDEM), the Contractorill be bound by the terms and conidKionsfig Fed eraHy-Funded Sub-Award and Grant Agreement between the County and the Honda Div-11sionn (Mvislon). 44,20 ff appHeab14e,the Contractor shall Wd the DiAssion and County harHess against aH claims of whatever nature ansingContractor 0's performance of work under ' Agreement, � allowedus e y 45, UNCONTROLLABLE CIRCUMSTANCE Any delay r fwlure of either Partyr fi r this AgreementwlH excused o the extentr failure was caused d'ffectlyn event such Party's control, -without such ', fault r negfigence and that by its inature could not have n foreseen by such Party or.,ifft could have been foreseen, was u l (a) acts of Giod; (bi) flood, fire, it , tiropi,cM storm, hurricane or other declared emergency 'in the geographic area of 'the Project, (c) war 7 invasloin, hostlHtles (whether war is declared or not), terronst threats or acts, riot, or other civil unrest in the geograph[c area of the Project, (d)government order or law lin the geographic area of the Project, (e) actions,, embargoes, or Noickades in effect on or after -the date of th'$S, Agreement, (01actioin by any governmental author'Ity pirohffift'ing work in the geograpNe area f the Project, " trollaWe Circumstance"),, T ' financlal inabifity to perform, in cost �or avaRa $ W , components, or iinarket conOfisons, or suppfier actions or contract disputes w0l not excuse performance by Contractor n. Contractor shaHr ticwithiNri 7 days of any event r circumstance that is reasonaNy fiWy to result in ainrr l UncontrollableCircumstance, and the anticipated duration of such UncontroHable Circumstance. Contractor shaH use all dffigent efforts to end the UncointrollabIe Circumstance, ensure that the effects of any r roc i,nimized and resume U performancer this Agreement. The Countyit [ cost as a result an Uncontro4able Circumstance,, The Contractor '6 no r such reasonable time as the Owners Representativedetermine. This writing embodies the entire agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or wriften, with reference to the subject matter hereof that are not merged herein and superseded hereby. Any amendment to this Agreement shall be in writing, approved by the Board of County Commissioners, and signed by both parties before it becomes effective. 47,, FINAL UNDERSTANDING This Agreement is the parties' final mutual understanding. It replaces any earlier agreements or understandings, whether written or oral. This Agreement cannot be modified or replaced except by another written and signed agreement. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] [SIGNATURE PAGE TO FOLLOW] 2.9 IN WITNESS WHEREOF, COUNTY and CONTRACTOR hereto have executed this Agreement o day and year first written above in one (1)counterpart, each of which shall, without proof g for other counterparts, be deemed an original contract. 18 33 BOARD.OF COUNTY COMMISSIONERS 0 MADOK, CLERK OF MONROE COIF r By. By. As Deputy Clerk Mayor Date: 7.0 2,0-7,4 r-' Witnesses for CONTRACTOR: W. CONTRACTOR. GARY'S PL INO AND Flag; C. I- :2 ^ BY: F .- r Sig natu of person y horized to . r Sign legally. ind CONTRACTOR , r. - 4 Da#s r Print NamePrintTar' a and Title -9�A �14 nat 1 Address:- 33090 305-tit, Date -Print Name Telephone Number, _ x Date MONR gCkUNTY ATTOFNEY+S OFFICE PAMM 16ABLB t!=TNf&?fffffl11RNE1 [AT : EXHIBIT "A" SCOPE OF WORK 37 EXH I BIT "A" SCOPE OF WORK Sp.eciffications and ents to Contractor. The Contractor shall hold a current Florida License, in compliance with Fla. Stat. Secs. 633-318, 633.521, and FAC 69A-46.- Fire Protection Systems Contractor and Water Based Inspector. The Contractor shall be available twenty-four(24) hours per day, flute hundred sixty-five (365) days per year. The Contractor shall be at the site of the Fire Protection System malfunction within five (5)hours of verbal,emai I,or text notification by the County. The Contractor shall provide an after- hours contact person and phone number. The County,upon award of the contract, shall provide a contact person and phone number for building and equipment access, Bid pn'ces shall include a complete program including inspection, testing, maintenance, and repairs in accordance with all guidelines issued per the adopted FPC - Flon'da Fire Prevention Code, 7th Ed. 20201 by reference NFPA 25, 2020 Ed, (FFPC adopted F.S. Sec. 633.202 and FAC 69A-3.012 for the fire suppression spfinkler systems 'Including associated piping and equipment at the facilities listed in the Scope of Work below. Total Service Coverage,, Contractor is to provide all parts, tools, labor, accommodations'. and transportation required to provide for the inspection, testing,,maintenance, and repairs per NFPA 25,, and schedules as well as keeping the equipment in proper operating condition to protect against unpredictable repair expenditures as wen as ensure reliability and efficiency.Note.- No oral interpretations will be made by the Contractor as to the meaning of referenced NFPA 25 documents. Contractor shall request interpretations through the Monroe County Contract Monitor. Monroe County Fire Marshal or his / her designee shall provide in writing formal code interpretations. 1. The Contractor shall provi'de Faefliffies Maintenance and the Monroe County Fire Marshal with the annual I'nspection schedule. 2. The Contractor shall coordinate allm' spections with Facilities Maintenance,Monroe County Fire Marshal, and the CountyN current Contractor for 'Its Fire and Panic Alarm Annual Certification,Maintenance,and Moni'toring of the County's systems. The Contractor and the County's Fire and Panic Alarm Contractor shall coordinate placing the systems 'in a "Test" mode during any inspections. 3. The Contractor shall document each on-site service call or inspection and furnish the Contract Moniftor with a copy showl'ng time in and out, date, and a brief desen'ption of activity. Work orde-rs for on-site system preventative maintenance will list the inspection date, individual to report to, equipment identification, equipment location, work to be performed, and any special 1"'nstructions, Additionally,an electronic copy of all annual inspections shall be sent to the Monroe County Fire Marshal. 4. The Contractor shall 'Include written findings, corrective actions, and recommendations w-ithin the Quarterly Inspection Reports. Whenever 32 V @ 4 @ W permitting and/or engineering services are required for rep airs/replacements, the Contractor shall submit to the County the Contractor's actual certified documented costs for such services and shall invoice the County for reimbursementof onlysucheost. 5. All documentation shall be submitted by the Contractor to the Monroe County Contract Moni"tor with the Contractor's invoice for payment. The County shall pay the actual cost of parts and matehals, excluding freight, equipment rental, tax amounts,and services supplied by others purchased from the manufacturer,plus fifteen percent (15%),, to fulfill the obligations of the Contract. Freight, equipment rental, tax amounts, and services supplied by others shall be reimbursed for amounts charged. A manufacturer's invoice must accompany all requests for payment. Frelgjit invoices must accompany all orders that require shipping or transportation of parts,,whether the part is under warranty or not. Contractor shall submit to County invoices no later than twenty-five (25) days after inspections/repairs with supporting documentation acc,eptable to the Clerk. Five Year, Armual, Semi-Annual, and Quarterly inspections shall be submitted in arrears with supporting reports. If any major deficiencies are found,, the County must be notified in wn'ting within forty-eight (48) hours, otherwise reports must be submitted within fifteen (15) days of inspection date., Contractor shall submit to the County repair invoices with supporting documentation acceptable to the Clerk, at completion by the Contractor of the repair and said work approved by an approphate County representative,, to be paid at the earliest date possible following completion of the repair. Acceptability to the Clerk is based on generally accepted accounting pnnciples and such laws, rates, and regulations as may govem the Clerk's disbursal of funds. Monroe County's Fiscal Year is October I" through September 30'. All outstanding invoices must be submitted for payment within ten (10) days of the end of the Fiscal Year to avoid non-payment for those services. Major Component Failure or System Breakdown In the event of a major component failure or system breakdown, the County shall have the option to request from the Contractor only,a proposal/quote for replacement equipment in an amount that could exceed Five Thousand and 00/100 Dollars ® Any proposal over Five Thousand and, 00/100 ($5,000.00) Dollars, up to and including Ten. Thousand and 00/100 ($10,000.00) Dollars, must be approved and signed by the Division Director and/or the County Administrator. Any proposal over Ten Thousand and 00/100($10,000-00)Dollars,up to and including Forty-nine Thousand Nine Hundred Ninety-nine and 00/100 ($49,999.99) Dollars, must be approved and signed by the Division Director and the County Administrator. Sc2ng.2f Worke. The Contractor will provide all labor,supervisloll,equipment,parts,tools, transportation,services,, and incidentals and supplies for Fire Protection Systems, Preventive Maintenance, Repair, and Emergency Service Calls for van'ous buildings located 1n.the Upper, Middle, and Lower Keys. 33 1. Re " ments of Contractor a) Perform one, five (5) year 1 9 nspection test, one (1) annual inspection and flow test of the Fire Pump,one(1)semi-annual and two(2)quarterly fire sprinkler system inspections and testing per the latest edition of NFPA 25 at the following locatlons. a. Monroe County Detention Center 5501 College Rd., Key West, FL 33040 b. Harvey Government Center 1200 Truman Ave., Key West, FL 33040 c. Lester BuflWng 530 Whitehead St., Key West, FL 33040 d. Monroe County Courthouse Annex/Old it S02 Whitehead St., Key West, FL 33040 e. Marathon Government Annex 490 63rdSt. Ocean, Marathon, FL 33050 f. Plantabon Key Jail 53 Highpoint Rd.,Tavernier, FL 33070 g. Marathon it 981 Ocean Terrace, Marathon, FL 33050 b) Perform one, five (5) year inspection test, one (1) annual inspection, one (1) semi-annuat and two (2) quarterly fire spn'nkler system inspections and testing per the latest edition of NFPA 25 at the following locahons. a. Monroe County Histor4ic Courthouse 500 Whitehead St., Key West, FL 33040 b. Monroe County Sheriff Administration Building 5525 College Rd., Key West, FL 33040 c. Dept. of Juvenile Justice Building 5503 College Rd.,, Key West, FL 33040 d. Bayshore Manor 5200 College Rd., Key West, FL 33040 e. Freeman JustIce Center 302 Fleming St., Key West, FL 33040 f, Murray Nelson Government Center 102050 Overseas Highway, Key Largo,, FL 33037 g. Monroe County Fire Rescue Station No. 17 10 Conch Ave., Conch Key, FL 33050 h Monroe County Fire Rescue Station No. 13 390 Key Deer Blvd., Big P'Ine Key, FL 33043 34 R i Monroe County Fire Rescue Stafi'on No. 8 6180 2nl AVE!., Stock Island, FL 33040 Joe London Fire Training Academy 56633 Overseas Highway, Crawl Key, FL k. Bernstein Park 67515 1h St., Stock Island, FL 33040 1. Monroe County Fire Rescue Stat'lon No. 11 (new) 22352 Overseas Highway, Cudioe Key, FL 33042 rn. Marathon Library (new) 3490 Overseas Highway, Marathon, FL 33050 c) Dun'ng all inspections: clean sprinkler heads as needed, conduct maintenance of FDC/Siamese, PIV/OS&Y, and, extemal above ground piping as needed, and submit proposals to replace sprinkler heads, piping, and main supply when needed. 33-5: EXHIBIT "B" APPLICATION FOR PAYMENT DETAILS ab APPLICATION FOR PAYMENT DETAILS DATE: INVOICE NUMBER: ARRIVAL TIME: DEPARTURE TIME: ROUTINEffi PARTS AND MATERIALS COSTS ITEM DESCRIPTION UNIT PRICE QUANTITYSUB-TOTAL 3 ............................................................................. SUB-TOTALPARTS &MATERIALS 15% INCREASE ON ABOVE PARTS &MATERIALS $ SUPPLIEDSERVICES reimbursed) «. ..................................................................... FREIGHT CHARGE(amount charged to be reins �. TAX CHARGES (amount charged to be reinibursed) $ PARTS& MATERIALS TOTAL $ LABOR AND EQUIPMENT COSTS Regular HOURS $ SUB-TOTAL S ............................................ Mechanic @ U cSUB-TOTAL ..,. ��.�..��� Helper @ S SUB-TOTAL ..m, .�����.,e,.w,e,.w,e,.w,e,.w,e,.w,e,.w,e,.w,e,. Regular HOURS Helper alone or additional Helper HOURS Mcchanle @ SUB-TOTAL HOURS Mechanic -Overtime HOURS Helper alone or additional HelperSUB-TOTAL *ContractorLABOR AND EQUIPMENT TOTAL $ TOTAL DESCRIPTION OF Date Authorized Signature/Title st provide a copy of Invoice/Receipts for manufacturer's cost of parts& maten'als, freight for transportation/shippingcosts, equipment rental arnounts, taxes,and services lip s. EXHIBIT "G" DAVIS-BACON WAGES STATEMENT 38 EXHIBIT �Acgl DAVISmBACON WAGES STATEMENT "GE.-.�nera.l Decis"I'Lon Number : FL202-10,022 09/10/2021 1 S 10Tj Superseded (13enerC2.1 Dec ' 1, lquii,iber - FL20200022 Cons tru,ct-ion Tly-oea - Building C�o u n t,y: moriroE_,,� Countv 'in Flor..Ida.. BUILDING (..''ONSTRUCTION PR0JE(_"1'TS (does not a'_nr,.,v1ude single fzlmily homes or apartC-men',,_,s up to and ilricludl.....i-ig- 4 storiil:las) 1 1 Note f: Unde r Exe(,�gut ive Order (EO,) 13' E358, an hourly min-1-mum a,e of' $10 . 95.. for calendar year 202-11- applies to cllon'Clracts sublect ',-,--,o the Davis-Bacon Act for w1tich the rded 'and. any sollcitation was is;sued) on or contrac',�_" is awa. a'ter January 1, 2015 , If this conn-c", t is covered by the E 0 'El h c o nt t r a r,,-T'.-,or must. y:)c-ty all workers -in any (-.,.1a,ss1f1cat '._on _1.__'._s1_-..ed on this wa-ge cietnermin,atioli at e a s t $10 . 9.5 r hour (or the caapp.11.-IL(Cable wage lz_,ate 11'_s ted. o n t h...i_S wE-11ge aetermination, ]il-f it is higher) for al].. hol.Irs spent i-P this perf ory'ning on the c.-Iontrar"t in calendar yeat- 2o, J. 4 (,-,.ontract is coverecJ by the EO &nd a. classifill,,ation consI ' dered necessary for performance or' work. on the contract does nlot. C-1ppe,,-.,.C1r on I,---nis wage dete]kfmination, t.1ne con-"Clractor must pcal y workers in that class ir:1-cat,ion a+-, least the wZ--ige rate deter�mi_ned through 'the c-.,onformr-lince Process 5 19 A 11 1 (or the EO ininimum wage set, f orth in 29 CF"R ,D ,. 5 (a) (1) I It 4- I t -1 a 1 -tier f--han the conformed wzige rate") The EO minirrium wage rate will be ad-ju.sted calnnually ,, P_].e-'3 a s e r ED -pes of --- &_ -o the above-mentioned ty not-e cha"1Z.. t1ids EO a plxes tl- I sub3ect to the Davls-Bacon Act it_:self, but it does not, apply to sub lect ("-Jnly to the Davls-Bacon Relall-_-ed Acts, _,,1.,.ri%c_1LudLng those set f o rth at 2 9 (".'TR. 154 . 1 'a) (2) - (6 00 Additional Infori-tia.—t..i..on or"i con't-,-ractor requirement.s. and. worker Prof.-.-ecs%:j..ons, undezr the EO is avai.-lable 39 -racts . at www.(,A,,,ol . g-ov./whd/gov-con4t- Modification Niimber Publication Date r, 0 01/01/2021 1 01/22/2021 2 06 /18/2021 3 07/09/2021 lv"*� 4 09/.10120z.1 ELEC0349-003 091/01/2021 R a, e s Fringes '371 , 61 ------axe--- ............... ENGIT0487-004 07/012 /2013 Rates Frii-iges OPERATOR: C]c a n e All Cranes Over 15 Ton Yard Cral-ie, Hydraull,c Crzine U n d e r 2 I"e2" sk 0 0 8 , 80 ----------- AMC�tM. M �tjsv�auxin�11 WIM-------------- ---------- IRON0272-004. 10/01,12020 Rates Fr ' a.nges IRON'WORKERF STRUI(.11'N..TU'P,,,AL AND REINFORCING. . . 25 , `79 13 . 34 ---------------------------mac----- PAIN0365-004 06/01/2021 Rates E'ringes Brush 20 , 21 1.2 , 38 �*m----------- ------------ -------- SFFL0821-001 07/01/2021 Rates Fr..'-nges 40 ,.,"- "'''N K R ""R�.'ems T'E e ` -- ,+...�... d, 4 t CS a 41 4 •1% 0 Al 0 ? +x , 4 g aPCSs+ 0 2 2 $ a SHEET"METAL. WORKED HVMC� D c'.1 nstalla kJ RT E '1.AY E 4 R% * m '@ Q ue a Q zo u w fk e• m m ue W I $ 15 *• 0 8 $ CEMENT 3 ....3 ....Is O ite * d? d? Hr LABORER: C o mm o.R.n or ,I e r e,..a . . . . �� � ",fir 8 , 62 0100 0 P UP,A T 0 R ov Backhoe/Excavator, $ 16 . 98 0100 U R.P.TO�LABORER., layer . . . . . . . . . . $ 10 a 4 15�,� Paver (Asphalt Aggregate,, and 9 . 58 0 . 00 PA IN TER @, Rolle-.- an ��pr x ROOFER: Built Upf C." -le Illy .0 - . o * * + . * $ 142 # 3�`3 0100 SHEET METAL WORKER, Excludes HVAC Duict Inztzillation ; . . . .. . $ 14 6 .4 TRUCK DRIVER, Includes D-uunp and. 10 Yard Haul Away,. ,, 8100 41 WELDERS Recei ;'� ra e resc be no r cr aft perfo ��i.ryIg No+ ._--e ,: Execu-1k:i-ve Order (EO) 13706'. r,i',s'IC_Iab1 ',_sIAn g ub t p�•o p'%-.•h e D a _'L s zezxu BMc o �$. Act- ,.� t �� the contract 1 KI 1 t�• e '41,4 % IN^_.o t.._a(.,,,�h�.0 o r m n i ��,.�i p r ,. �� I"A��e e°��p_,I_ ��y e eI,_. w--l p��5- � hour of. T,.)a.,„i a sick leave fo every 2.0 hours -111--hev cDeA jp o 56 h ',r o.L emplovee) who J_s a vI-I1,_c-,r,_im o,-,-, dC.)rr,,,es,t1CI! Violence, sexua.-I... after award only as provided JKLn '._-,Jie _]_abor st-andr-llrds C Or.1 t r IF.1 C t C a u s e s 2 9 r,'.','F R, 5 n k a) J_ The body of each wage determ]-nation lists the cicassi 1 ion and wage rates that have been found to be � � �� �� citedconstruction 'in the area covered by the wage determination . TIie classifications are listed in alpl-iabetical order of ""Identiflers"" that indicate whether y,rn h�5 particular rate i s a union rate (weLgII-IC,i,2d average ra..-,e" o-,- a 1,in..',Lo,.ri avera,�je rat-e. %,weighted e)lon ave]tcage ra, Union Rat-E.,,! bbl lat ' on dent- " f A 'I'LeiCter %-,-,,,-'Lass ' f-*,-ca i,-.-l ox,i a .- I ier 11 r 4 �th ericlosgl.:,-d _Ln do'k-AC'ea" li-nes beginnit"la WI. -1 cha_-!_-ac'C..ers o-LAne]C S-1-T�V TO TW T than or NWG d.E,--.-,notes thLat-.-- the -Union 4_ .c a s cs 1--LF-1' c,a, 1' o n and Jtcate -were prevaliling for thau ..A A—1 c a-r 1 o n in tncl survey , Iq-,xample PLUM0198-00.5 3., C1011 1' dent_L,'ji,e,:r, o,,. 07/0-1/2014 , PLI(IJM --',, s an abblr-eva '[.-he un, L hJ'A-4h P-re�7a ' ied ' rj the survey tor th:LS which in s example WOU.Ld be P.-Luirnbers . Umbe 0198 indi%cat-es t.--,he '11ocal un-Lon n., 1- or counc ' nuiil,.ber whe3ce applicab-1e,, i' . e ,,, , P-11,1mbers 019831 . Vne S r1 nurnb(--,�.J[_-, 005 in the, exai-ziple, J., CX L J_n..-ernai numbelc used lie .-Al processing ,.ne wage de-telcm.1-n a 4C o n 0 7 0 1_ 2 0"L 4 ,1,,s 4-1,la ef S rr�O -t Cj-t-rrent riego"I- ated rat-e, w h i c,-h-IC'ectiLve date o-fC' AJ- 1 7 1 1 n 'IC.In i s e x a Pap I e s u J_y e UnLon pre'vailinq waae ratCes al-e upaat.--,e. d to reflect all raL, changes 'in th(--:� barga-1,M]IMg ag-rrI--I%.ement ovi an r a e goverrilrig JCJI-iis I 7 Survey Rat_',e Identifiers a s s 1 _'L C, 1 ' sted undel- '"he '"'SU'"' ' dent rid cate 99 +Chat no olne rat,,.--e p.-r-evc-a',i led f cAr "C-.his rC,..1as s i f icat-ion -in I V, survev C-Ind IC_he_. -n_ubI ished rate ','.s by corRpiI1.-,I'ki,,n,ka a w _L JI_ 1_1 A- 'es "Ce-oorted i.n e nz,(--,�d ave-eaara rat en, based on al 1 1-he rat r- 9 y average ra'.,-,e ineC',i'ludes a,31-1 raA.-es rae,porI.-.ae,-%d ' n '-,he su_j1_vr---,-,1 nta n c I.,u de b o -, on a un-.1 on rates Examp],_e y J .-,h 1.11ni- nd non-- i S'UT Ij " /901-4 . c" ` nd " ca+es "c"'he ar IJA2012-01r1`7 5/13, J_ e su -i r e s u r v EE_%- y rates ]Dased on a weeighiced avelrage ca_',_cu.1__at2.oT.,i of ra-L-es and alr-e nol-C., malori-Illy rate,s . LA 3'_ndJ'_(,-.Natesa'k-.e o f -hich. th,,.ese Lot,l.i-slana , 2011,29. 1 s 'C,he YrI---_%_a-r 1 o n s anci rat-.es a--,eI-e based. The nexl- number, 007 assi.k__6 -I Al rie r-%xample is an i .:" a b 3-n p1r ociu c-IMg- +,.,he 1 n t n I e r rt 1 nume-,.Y.., used d 114 ' nd, cates the sL4"1,vey w e 5 3/20 I VT 4 unde r COIR J etion tate for the classifle,a 1 al 1 L_:ions and rates I -F that identi-Lic-Nr . 43 I`-'-L',1rvey wa-ae, rales are. not upda' ed and rem" n ' n ef f ect L C;L 'Is 0 until a new survey JI. nducted. Un-Lon Average RE,--ite Identigrie],C-s 1, :e Classification (s) lis-fl--ed under the UAVG i...dent._-,ifier 1' ndIII...caJL. that no single Yciajority rate vk:,)re�rai led for those I-owever, 1,00% of I-he data reported for -Fhe. ass ' f ' cat -1 loris class if i(,,,ations wa-'s unLon data ,, EXAMPLE :,. UAVG-OH-00-10 08/29/22",O]"L4 . UAVG 3.,ndI' (,,--,Ites thr-111-t fl,--..he rat-e is a wei..ghted, union Ia_,.verage rate.. . 01i lndi..C,,,ates the str-.:II-.:-e ;. The next �number, 0010 Ln the example, is an internal nurrtber used in proau,,,-q,1n(i.- the wage determ.l.nati.on . 0kc,.e.;/29/20.14 Indicat-es -'L--.he survey c omplet ion CiLma..te f or the I_L 1 -:Lons and rates under that identifier ,, A UAV(".' ral.-e will be updat ed on-ce a year, usua,.LI..y ' n January of each year, to reflect a weighted averag- e of the current negot"I.ated/CMA rafl.-e of.- "Che union lo.c::a1s from. which the rate is based. ------------ ----------- WAGE DETE3.RMINATION A'L'J_IPEA-I_JS PROCESS s fhere been an 11ri"Lti.al. dec ' s ' on ' n the matte.gym�` This can ..oe an, existJ_ng published wage deteryrtination a survey underlying a wage determina,',:,ion a Wage and Hour DI' vJ.'-siLon lef,_-.ter sett-Ing forth C-1 position on a waglIB. deterr.riination matter a con]IL'ormc-ince (add-LiClional classi-fication and, rate) ruling 11 On survey rela-t,ed mat"_-_-ers, initia-11- contact, .'...ncluding reque,sts for suirmiar,,,iLes oj_ sz,,urveys, should be wi-I%-,-h t-tie Wage, and. Hour Regioncall Office for the. alrec-EA in wt-iich the survey was conducted becai.ize those Offices have- " responsi K)1' 1 "-,y for the Dav ' s-Bacon survey proci rairt. I " ti-e response from th 'Il-s in"'IlLtial contact 3ILs not satisf-c-Ectory, the-n the process des(-I:rIIbc..IAd 'in 2 ,,, ) C-End 3 . ) s'I-iould be followed. 44 With regard. to O-,,%,ny other matter riot yet riprl.- f or the JfoT:.ma 1. pro'e.--4.ess described here, InIti.a.1- con4C.-act should be witC.1-1 the Bra.-i.,)Ach of Cons tru ct-,-on Wage Determlnati(,,,ns , Write to .. 11 Branc"-h of Cons t rucil-:,lon Wage De+,---,erm,-1nat1' 01'1S Wage and Hour Divis"'i'lon Department of Lc-.11bor 200 Constitution Avenue, N .W. Washingtosi_,i, DC 20210 2 , ) If the, answer to the question Ln 1 . ) is ye,s, then an 5 4 ,-an request, interes-11-led PC-krtlly (thew-,,se af-1L,,e,.cterJ1. by t'n,.e action) review and. r-econsIderati-on from tIie Wage and Hour Adni.11"1 is 1"'r at or (See 29 CFR Part 1 ;. 8 ari?.-J.- .2-9 Cl-!"R Part *-7) Write Wage aand, Hour Adminilsl,,trcaltor U, S , Departmen"C' of Labor nt 200 Constitution Avenue, N ,,W. Washington, DC 20210 The requestZ. s'f`iould be accompanic.,,.,ld by a full. stc-ltemei-it of Y the interested. paT.-tyls position and ariv riforyna 10111 (wage paymen`%-.-- data, pro-ject descriptiori, area practice i material, etc ;. ) that the requestor considers -1-enlevax gyp( t to 3 . If tl[Nie- dec 'is 'ion of the Admin i' stC.-".P--ator is no,t:, f.'avorable, ty may appeal d ' recf ly to I he an in'tEerested, 'roal- I Adrr1,,1' n1sr'.rat-J-ve Review Board (formerly the Wage lippea-Is Board) . write to Administrative Review Board 'U . S . Depart":ment of Labo-,i-- 200 Constitution Avenue, N.W. Wcalshi.ngton, DC 2021-0 All decision 1,i. 1 L I s by the Adirr, ' 'nist-rat ve, R.e-vie..w Board are final ., I S T ON END OF GENERAL DEk, 45 EXHIBIT "D" CERTIFICATION REGARDING LOBBYING 46 APPENDIX:A-. 44 CF,R,, PART 18- CERTIFICATION REGARDING LOBBYING (To be submitted with each bid or offer exceeding $100,000) Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress, an officer or employee of Congress, or an employee of a Member, of Congress in connection with the awarding of any Fede4 contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension., continuation, renewal, amendment, or modification of any Fe&4 contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or-will be paid to any person for influencing or attempting to influence an officer or employee of a ny a gen cy,a M ember of Co n gres s,a n off i cer o r e rn p loyee ofto ng ress,or a n e m p loyee of a Member of Congress in connection with this Federal -contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form -to Report Lobbying," in accordance with its instructiolls. 3. The undersigned shall require that the language of this certification be 4 included in the award documents for all subawards at all tiers (including subcontracts,, sup bgrants, and contractS Linder, grants, loans, and cooperative agreements) and that all subreciplents shaH certify and disclose accordingly,, This certification is a material representation of fact upon which reliance was pVaced when this transaction was made or entered into. Submission of this certification is a prep equilsite for making or entering into this transaction imposed by section 1 352, Tiltle 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $1,00,000 for each such -failure. AA i ws or affirms the truthfulness and The ContractorG�10 _J. ,.xert'fi I ,Ah ------------ accuracy of each statement of i . iert'ffication and d'isclosure, if any. In addition, J#%L the Con-tractor underst.-I and agrees that the provisions of 31, U.S.C. Chap. 38, Administrative Rernedie.A. fol-. Falsom certificat' i ion and disclosure, if any. ......................... ---------------------- ....................... V SH-1 tractor's I I nature of C uthor'zed Offic'al ---------------- 311 Name ad-d Title of Contractoes Authorized OfficW Date 4.7 DISM"LOSI=OF LOBBYE N7'G:A.CM, -=, I E,S To 5 c 3. 2 I S M 2 7 1:7 IS-Fes,:M"T 0;D M M,0 9 E.L 0 B B:Y M i�G.,k r,7r.V�',=7 E��p LMM L7,:LN7 3-1 U 1, 5 -of Fede'ral Act 39. --o i,t Ty L: T-ypue of Fede,rral-Ai ctiou-.; 'I W Stratus o-ia,,,,, Rep I pe: 'b. 9ml- 'b. M- -tial awmd b.. matenall cha,mge 1i" I-CIM, For,M-la ten al%Change Only. : a. Loan gumawt-e-el ems_ :-CMZTP-1 f. to i==:l.:e date af.Ltst:rep orr 4C Namtamd Addoressvf ReWrfiag Entim F—I Ptime FIS:ubawwdae Em-t-ur Name,stud.Addr ess of PAmt Trier if ka owr- nss s lflmawm coag A hMADI to-c if imemm gea =ip 6. Federal-Deps 'Imwab-4 lry, :� CTDA,Niumbiex,,�if p, - le -A-ward Amount,ff knowm: andiAmd-drys of Lobbvv Enti r-I f b,a IzLjdh-.-t,-d- (TY indlviid al,I'ast ma me.,&st na—me..'Y addless ifm ff from 1:On) Vas!MM., fnt naMA-,N7. (an-a-ch Cbm' ation er(s).:if'ne-.c-es II.- AlmoaDTPmr ;en t(chi t- ffi 'xppl�r) 13. T Df:P& m (�wmk-AIhppI ❑actual Flp-,L=ed n a, a F-1 b. ll F orp.of P avme mt(�heckr all th-at ajW- C, a, c-a 32,t d. Imlingmt fn, n F-1 nanue e= ef�Trsjr. value f c(thu"specift, I At B ri-ef,D es c riptioun-of Se.ndc es P eff alr,med",aTto be perfenned",audIvat-e(i)aff Sernice.,-in clud-11-Jag cifficiT(s). mplqr (atla-ch C catmuatou S eet(i':ifteces--slan-.7, 1-5.z coutnuafim:Sh-set'(s)atttiachedd. Yes El Nca F-1 L6-, 2-M.SX-Manah,an,VPT-7-A-iswid tlzvng��mhxs&-=Ls 3=`manA,by- DD C�M 3 . S v rgL-=&um r.I-Lac,G i d b:v&a;-dA r ab.wp%,---h--A-0 lu's tramIsar-Ca PrnntNamc Mar-MM:7A-MIAL,-s CMA to Qmaia�Rf-q amd w-,M bs a%-mLabla,60T ELI h,to Mai I TO I CYL bs i . f-nut Liv�i.M"ZIM Hall m Dcl: UP P=7113zy,a sl 0-40)Md,not"'Mic,M-- I=&1:DD-,000 En MC]h mrh,ELL-I—Q. T4LcbaTA.N,:o.": Dam: Authourizedfw Local Repw-&.Y-tim Fed,Eral T'"'se, Skan.L-T r.Fb-cm-LLL 2-6c PART-2-fC 0 U N TY 48 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient,at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C.section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published bythe Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name,address,city,state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks"subawardee"then enter the full name,address,city,state and zip code of the prime Federal recipient. Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name,if known. For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements,loans and loan commitments. S. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1(e.g., Request for Proposal(RFP)number,Invitation for Bid(IFB)number,grant announcement number,the contract grant.or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes,e.g., "RFP-DE-94-441." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a)Enter the full name,address,city,state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b)Enter the full names of the individual(s)performing services and include full address if different from 14(a). Enter Last Name,First Name and Middle Initial(MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4)to the lobbying entity (item 14). Indicate whether the payment has been made(actual)or will be made(planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box. Check all boxes that apply. If payment is made through an in-kind contribution,specify the nature and value of the in-kind payment. 13. Check the appropriate box. Check all boxes that apply. If other,specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s)of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s)or employee(s)contacted or the officer(s)employee(s)or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s)is attached. 16. The certifying official shall sign and date the form,print his/her name,title,and telephone number. Public reporting burden for this collection of information is estimated to average 34 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project (4348-4446),Washington,D.C.24543. SF-LLL-Instructions Rev.46-44- 94{{ENDIF}} 2-6d PART 2/COUNTY 49 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statutes, Sec. 287-087, hereby certifies that: ............. (Name of Business) 1s t9ying 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. 1 Give each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in subsection (14 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 proposal,the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or 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. 64 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.,rm mplies fully with the above requirements. A............ ..................... -------------------------- ............... ----—-------------------------------------- (Proposer'...,Signature) Date: STATE OF COUNTY OF: C)11 Sub-scribed and sworn to(or affirmed)before me,by means o. ical presence or 0 online notarization, onILI (date) by 4.401A.. (name of.................. ...........---- ---------------------------------------------------------------- affiant). He/She is personally known to me or has produced 0 [A- (type of identification)as identification, A ------- - ---® mQ ----------------------------------------------------------------------------- S Commialon#HH 011177 PUBLIC sC s * Expires June 23,2024 somw TM Tfoy Fshi INAara SOMM&M 9 My Commission Expires: .............. ................................ ............ PROPOSALFORM 00120-Page 35 of 95 LOCAL PREFERENCE FORM A. Vendors claiming a local preferenceaccording Ordinance 3- n inane and this form, Name of gyp@ --r 7 .............. -------------- 1, Does the vendor have a valid receipt for the business tax paid to theMonroe n y Tax Collector .ted leastat prior to the notice of request for bids orproposals? a Does the vendor have a physicaln hin Monroe County from he h the vendor operates r performs business on a day to day basis that is a substantialn d r services being offered to Monroe County? (The physicalbusiness d r its principal place of businessh the Florida Department to for at leastone r prior notice quest for d r proposal,) '�F (mp I I ' �' "1..List Address: at L 336Y6 0 fj ........... f ; -- ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ Number: ol 310.1'--, A-9� B. s the vendor/prime contractor n n subcontract r more of the goods, servic or construction to local businesses meetingcriteria licensing n If s, please provide', . Copy of Receiptthe business tax paid to the Monroe County Tax Collector -c n r r dated at ash r prior to the noticer request for bid or proposal. 2.Subcontractor 5 s physical business address within Monroe Countyfrom hip the subcontractor operates a (The physicalbusiness addressmust be registered its principal placebusiness with the Florida Department r at leastyear prior to the noticerequest for bids or proposals) oo VL . r ' .. .Add .......................... r ss 3NNo fin "6 Name. aa Signatu and Title of Authorizedtort'for Bidderl....-"fesponder STATE OF: o k, F Subscrib ed and swo rn t ( raffirmed) r _ ` physical presencer 11 onlinenri unz n . (name of affiant). e rn fly known to me or has produced ........................................................... .':.....:.....................:...............-.-....... (typeit n iC c U n)as idenfificabon. R g FF TIFFANY FOLK n Crni lion x -Y PUBLIC R ° wREx. ' Jung 23,1024 U'• Y.R.0',�9, My Commission Expires: 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 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 on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold arnount 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." 0 I have read the above and state that neither (Proposer's name) nor --- ------- ------- ... any Affiliate has been placed on the convicted ve I ist with I t .6 last thirty-six (36) months. --------------------------------------------------------------- ................................................................................................................................................. (Sig n ata fe) Datw 14 A a. STATE OF: ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- COUNTY ., ---------------------------------- Subscribed and sworn to (or affirmed) before me, by means of Yphysical presence or El onfime nodarizati-on, on ............................... .... ..........�V a-.............. ..........------------------------------------------------ (date) by ------------------------------------------- ------------------------------------------------------------------------------------------------- .............�- mia,___q---.CeA �o_n ........ (name of aff iant), He/She is personally known to me or has produced (type of' identification) as ................ ............................. .................I "I'll'-., ------------------------------------------- -------- ------------------------------------------------- -----------------------------n i TIFFANY FOLKS ------------- - ---------------------------- -------------------------------- ----------------------------------------------------------------- ion COMMW X 14H 011177 Ex kes June 23, IT 2024 PUBLIC BMW%v Troy Fain Mum=W&UPOi9 (SEAL) My Commission Expires: PROPOSAL FORM 00 12 0.- Page 37 of 95 SCRUTINIZEDVENDOR CERTIFICATION REGARDING LISTS r� ec scr t � p -...I_--- :.--f.1:0-.i)---C---.sc.�...k-.- �K_ -1 :' i'41ai — - ...-- .. . ..�...... 6 rj@'$P TA C Respondent Vendor Name: ,, lu nn 8 4 AA _J or Fri Vendor's Authorized Repre t t e Name and Title: ::::::::::::::::::::::::::::::::::::............................ 7.................................................... �.......�,,..,.,, .�.,,�.M..,n......m..�m.�,,.,.. ...............��.,...,.,.,...,�.,.... CRY: State: zlp .........n Phone e r: 305";L _4D Email Address Arotn 1 i .................................................... ................ ................. Section 7.135, �,�Cori da Statutes prop b's is a company from i n, submitting a proposalor, or entering into or renewing a nt-a t for goods or services of any amount if, at the time of contracting r renewal,the company is on the Scrutinized Cm r es-that Boycott sraeList,created pursuant to Section 2 15 tt ° 2 , Florida Statutes'. r s engaged in a Boycott of Israel. 287.135,action Florida Statutes, also prohlbits a Company from biddingon,,sUbinitting a proposal for,or entering into or renewing con-tract for goods or services of$1,000,000 or i-nore, that t are on elther the Scrutinized Companies th Activities in IN SUdan List or the Scrutinized Companies wid"i Activities n the Iraq Petroleum Energy Sector Lists which were.created pursuant to ss 215.473, Florida tat tee,or is engagedin businessoperations In Cliba or Syria.. As the person authorized to. sign on behalf of Respondent, I hereby cenify that the companyidentif'sed above in -the Section tle "Respondent Vendor " is not listed on the Scrutinized Companies t Boycott. Israel List or engaged in s boycott of Israel and for Projects of$1,000,000 or mom -is not listed on either the crL t ni e Companies withActivities List,t Scrutinized Companies with Activities in the r 'erg . � ter �t r � � �� ��r�t � or Syria. understand that pr ant to Section 287.135, bride Statutes,the submission r a falseo f ati ul e t company to civil penalties,at me y' es, r costs. I further undeNstand that any contract with the County may be terminated, at the opt ion of the County, if the company s found to have submitted a false certification orhas been placed on the ScrutinizedCompanies that.Boycott Israel List or engaged in a boycott of Israel or placed, the rL t r e . Companies with Activities ill SUdant or the Scrutinized Comparkies withActivities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria. Certified By: CeA ............................................................................................................... who is authorized _. T_.�.u.�.. to sign on behalf ofthe above -.renced company. Authorized S i natLre&. .... ........................................................................................... � Print Nam A-6A � S Title: Pkesl Note: The List are,available t the following Department of Management Services Site: , �g��/wwwm ` <.r �` orb m i tisin S� r fions' t LI �l�l�l'�� r r Information,`� � � 1 PROPOSER'S INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIREMENTS Worker's Compensation Statutory Limits Employers Liability $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease Policy Limits $100,000 Bodily Injury by Disease, each employee General Liability, including $500,000 Combined Single Limit Premises Operations Products and Completed Operations Blanket Contractual Liability Personal Injury Liability Vehicle Liability (Owned, non-owned, and hired vehicles) $300,000 Combined Single Limit If split limits are preferred: $200,000 per Person $300,000 per Occurrence $200,000 Property Damage Builder's Risk Not Required Performance Bond Not Required Hold Harmless, Indemn'Ification, and Defense., Notwithstanding any minimum insurance requI rements prescribed elsewhere in this agreement, Contractor shall defend, indemnify, and hold the COUNTY and the COUNTY's elected and appointed officers and employees harmless from and against (i) any claims, actions, or causes of action, (fib any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penafty or business interruption, and (Iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any-activity of Contractor or any of its employees, agents, contractors, or other invitees during the term of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of Contractor or any of its employees, agents, sub-contractors, or other invitees, or (C) Contractor's defauIt in respect of any of the obligations that it undertakes under the terms of this Agreement,, except to the extent the claims, actions, causes of action, litigation, proceedings, costs, or expenses arise from the intentional or sole negligent acts or omissions of the COUNTY or any of its employees, agents, contractors, or invitees (other than Contractor). The monetary limitation of liability under this contract shall be equal to the dollar value of the contract and not less than $1 million per occurrence pursuant to Fla. Stat., Sec, 725.06. The limits of liability shall be as set INSURANCE REQUIREMENTS AND FORMS 00130- Page 43 of 95 fo rth i n the i nsura nce req ui rements i n cl uded i n th i s S ect'i o n 00 130. 1 nsofa r as the cla i ms, actio ns, 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 thI s Agreement or any earlier termination of this Agreement. In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor s failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses result1bg from such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the Contractor, the Contractor agrees and warrants that the Contractor shall hold the County harmless and shall indernnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this AGREEMENT, PROPOSER'S STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all of the requirements herein, I fully accept the indemnification and hold harmless and duty to defend as set out in this proposal. OAC( 14 ------------------------------------ ------------------------------------------------------------------------ PROPOJER Signature INSURANCE REQU11REMENTS AND FORMS 00130- Page.44 of 95 3 DATE:(MK00PfYM CERTIFICATE OF LIABILITY INSURANCE 09/1412021 THIS CERTIFICATE 15 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 INSURERS),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. .............. .. ...... t certificate holds s arl cy ss must a an cree A eelrct.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 and rsemant(s),- - ...........- PRODUCER COMACT NAME: Amanda Harvin PGi of West Central Florida,LLC 941-242-9619 (AI .N!-)' 941-242-9621 3809 E SR 64 ADDRESS; aural da pgloh stc rltratl`lor d&com INSUR9R(S(AFFORDING COVERAGE NAIL# Bradenton FL 34208 INSURER A: Brldgefield Employers Insurance Company 10701 INSURED INSURER B: Gary's Plumbing and Fire,Inc INSURER C 6409 2nd Terrace INSURER D: Ste 1 INSURER E: K2 1Iest FL 33040 INSURER F COVERAGE$ O-ER. "IFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE:POLIO I S OF INSU(CE LISTED�ELO HAVE.BE I ISSUEC�TO THE IRS URED I:QED AQOVE FOIE 7I�E POI�.ICY B�ERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OFF CONDITION OF ANY CONTRACT OIL OTHER DOCUMENT NT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR:MAY PERTAIN,THE INSURANCE AFFORDED BY TH E POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL.THE TERMS, EXCLUSIONS A:ND CONDITIONS OF UCH POLICIES,LIMITS SHOWN MAY HAVE BEEN R EDU OEO BY PAID CLAIMS, TYPE OF INSURANCE umn'S Pouf C�' LTR Ii$D YYkrO POLICY NIiNl9l=fl tl►i1MlQ E COI MERCiAL GENERAL UABILIYY EACH OCCURRENCE F c.w.anr CLAIMS4WADE OCCUR PRErs+II ES(Ea err MED EXP(Any one person) PERSONAL b ADV INJURY LJ ---------- ------ GEN'L AGGREGATE LIMIT APPLIES PER: _ GENERAL AGGREGATE S - POLICY J L =. - PRODUCTS-COMP/OP AGG S OTHER- € - a=r .. BY .... ". ' _ . AUTOMOBILE UMSUTY 3" 10 . 5 . 2 0. .1 ANY AUTO '` BODILY INJURY(Per person) S ALL OWNED SCHEDULED ' BODILY INJURY(Par acddent) S AUTOS AUTOS WAPM NON-OWNED _MPS RTTYY. HIRED AUTOS AUTOS (Par t) . ...... I UMBRELLA L1AB OCCUR I EACH OCCURRENCE S EliGE$S LIAR AGGREGATE .... �� - CLAIMS-MADE S DED RETENTION j S .......".".. WORKERS COMPENSAMON I STATUTE I IER AND EMPLOYERS'LIABIL{TV YIN ANY PROPRIETORIPARTNERlEXECUTIVE i F_1.EACH ACCIDENT S 1,000,D00 A OFFICEFUMEMBER EXCLUDED? N NIA 830-52315 02106/2021 02/06/2022 .................._7 (Mandatory In Nei) E,L.DISEASE-EA EMPLOYE0 S 1,000,000 yyeeaa,dew under DESCRIPTION OF OPERATIONS I*ow E.L.DISEASE-POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(ACORO 101,Addlanal Remarks Schwule,may b+sttachad if more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE 1NILL BE DELIVERED IN Monroe County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. c/o Purchasing Department AUTHORIZED REPRESENTATIVE 1100 Simonton St.,Room 2-213 Key West FL 33040 z - — 1988.20 4 A.0 RD C RPOR Ti NT All rights reserved.. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD Client#:66814 GARPL DATE(mW01)YYYYj ACORD.. CERTIFICATE OF LIABILITY INSURANCE 1 91141zoz1 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 pollcytiesy 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 n*t confer any rights to the certificate holder In lieu of such endorsement(s). PRODUCER Amanda Lisenbey Acrisure dba Gulfshore Ins-SF PH NE 239 659-8867 c,ft 239 2 -2803 IAI Ex Na _ At 4100 Gooalette Rd N ESS. Ali-senboy@gulfs,horeinsurance.com. Naples,FL 34103 239 261-3846 INSURER(S)AFFORDING COVERAGE NAIC� _ INSURER A.Obsidian Specialty Insurance Company 16871 i INSURED E+ISURER 8 Commerce&Industry 19410 Gary's Plumbing and Fire,Inc. K The Travelers Insurance Company p"ISURER C: R Y 36137 6409 2nd Terrace,Suite 1 INSURER D Key Vilest,FL 33440 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR 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. II�S R ADo UaR POLICY EFL POLICY IaXP LTR TYPE OF INSURANCE IN R +` a POLICY NUMBER (IId'id' IY LIMITS AX COMMERCIAL GENERAL LIABILITY X x PTC G La00Q40D7800 8/13/2021 08/1312022 EACH OCCURRENCE $1 doo 0od ._ ............... NTED CLAIMS-MADE =OCCUREuE �� s1o0,040 BI1RD Nd:2,500 MED EXP(Any one perw) $10 000 . PERSONAL&ADV INJURY E 1,000,o00 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE us2,000,000 PRO. POLICY LX JECT ILOC PRODUCTS-COMPIOP AGG s 2,000,000 OTHER: S AUTOMOBILE LUB�.ITY O BIN O I GLE LIMIT G X X BA4S581T752142G 811312021 08113/202 ,� 1,0001000 ANY AUTO BODILY INJURY{Per psrsan) I S iWNE0 SCHEDULED BODILY INJURY(Par accident) S AUTOS ONLY AUTos HIRED NON-OWNED � I OpERTY��f4�AGI` AUTOS ONLY AUTOS ONLY aft $ $ UMBRELLA L1A9 X OCCUR K K BE049327143 8113/2021 08/131202 EACH OCCURRENCE $5 000.000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED RETENTIONS .__..__.., &� _ �{ r ,:._� n �, - WORKERS COMPENSATION � `�:: PER OTH- AND EI LOYEiRS"LIA8ILI YIN Ate'PR IE TOI PARTNEl�l;1�,ECUT IVE — - - CI-lACCIDENT $ ic OEF III Im It�l Ei�I l��P.EXCLUDE :' � H 1 A .-- z: ay" (Mandatory.in I4I — E.L.DISEASE-EA EMPLOYEE'$ it es, a1w 10 . 5 . 2021 — iDSCR[P" underfiC+i OF OPERATIONS belowDA : ,--- E.L.❑1SFASE-POLICY LIMIT S K WA-W11- DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached B more space Is required) Monroe County Board Of County Commissioners is included as Additional Insured in regards to General Liability,including ongoing operations,per form CG2010 0413 and completed operations per form CG2037 0413 on a Primary non-contributory basis per form CG2001 0413 and Waiver of Subrogation per form CG2404 0509. Additional Insured in regards to Auto Liability only as required by written Contract perform CA.F079 0817 Including Waiver of Subrogation.Umbrella follows forms. CERTIFICATE HOLDER CANCELLATION - Monroe County Board Of County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. c/o purchasing Department 1100 Simonton St.Rm.2-213 AUTHORIZED REPRESENTATIVE Ivey West,FL 33040 O 1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) 1 of 1 The ACORD name and logo are registered marks of ACORD #S17241781M1718211 AHLI8 d cneiRr/ ¢:°il, Kevin Madok, cm , �'- ���• Clark of the Circuit court&Comptroller--Monroe County, Florida' RQ�co DATE: October 28, 2021 TO: Alice Steryou Contract Monitor FROM: Pamela G. Hanco . . SUBJECT: October 20'BOCC Meeting Attached is an electronic copy of the following item for your handling: D9 Agreement wide Gary's Plumbing and Fire, Inc, for Full Maintenance Fire Protection Services at County facilities widi an annual amount not to exceed $70,000.00. Funding is ad valorem. Should you have any questions please feel free to contact me at(305) 292-35500 cc: Facilities Supervisor County Attorney Finance File KEY WEST MARATHON PLANTATION KEY PKIROTH BUILDING 500 Whitehead Street 3117 overseas Highway 88820 overseas Highway 50 High Point Road Key West,Florida 33040 Marathon,Florida 33050 Plantation Key,Florida 33070 Plantation Key,Florida 33070 305-294--4541 305-289-6027 305-852-7145 305-852-7145 �G��z COUR7.4�,o �..J���uf Kevin Madok, CPA 0. �... 8 LIJ �o ......... f� Clerk of the Circuit Court& Comptroller Monroe County, Florida DATE: May 3, 2022 TO: William DeSantis, Director Facilities Maintenance Chrissy Collins Executive Administrator FROM: Liz Yongue, Deputy,Clerk SUBJECT: April 20th BOCC Meeting Attached is all electronic copy of the folloN.N7ing item for your handling: C 19 1 st Amendment to AgTeement LIN'ith Gary's Phimbing and Fire, Inc., for Full Maintenance Fire Protection ei-Lrices at County facilities to increase the annual not to exceed contract amount from $70,000.00 to $135,000.00 due to unanticipated repairs and to correct the Notice proNl ision. Funding is Ad Valorem. Should you have any questions please feel free to contact me at(305) 292-3550. cc: Cotinty Attorney Finance File KEY TEST MARATHON PLANTATION KEY PKIROTH BUILDING 500 Whitehead Street 3117 overseas Highway 88820 overseas Highway 50 High Point Road Key West,Florida 33040 Marathon,Florida 33050 Plantation Key,Florida 33070 Plantation Key,Florida 33070 305-204-4641 305-280-6027 305-852-7145 305-852-7145 FIRST AMENDMENT TO AGREEMENT FOR FULL MAINTENANCE FIRE PROTECTION SYSTEMS MONROE COUNTY, FLORIDA This First Amendment to Agreement is made and entered into this 20th day of April, 2022, between MONROE COUNTY, FLORIDA ("COUNTY"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street., Key West, Florida 33040, and GARY'S PLUMBING AND FIRE, INC., a Florida for Profit Corporation, authorized to do business in the State of Florida, ("CONTRACTOR"), whose address is 6409 2"d Terrace, Suite 1, Key West, Florida 33040. WHEREAS, the parties hereto did on October 20, 2021,, enter into an Agreement for Full Maintenance Fire Protection Services (hereinafter'"'Original Agreement"); and WHEREAS,, the Original Agreement provides in Paragraph 51. that the total compensation to the Contractor shall not exceed Seventy Thousand and 00/100 ($70,000.00 Dollars, unless pre-approved work requiring additional funds is implemented; and WHEREAS, there has been unanticipated repairs and/or emergency work at various locations, exhausting the annual agreement amount for this year with six(6) remaining months; and WHEREAS., the parties find it would be mutually beneficial to increase the annual agreement amount by Sixty-five Thousand and 00/100 ($65,000.00) Dollars, from Seventy Thousand and 00/100 ($70,000.00) Dollars to One Hundred Thirty-five Thousand and 00/100 ($135,000.00) Dollars- and 0 WHEREAS, the CONTRACTOR agrees and consents to such revision in the Original Aerep ment-, and t WHEREAS,, the parties find it would be mutually beneficial to amend its Original Agreement and enter into this First Amendment to AgreementJR,,, NOW THEREFORE,, IN CONSIDERATION of the mutual promises and covenants set forth below, the parties agree as follows: 1. In accordance with Paragraph 5.E. of the Original Agreement, total annual compensation to CONTRACTOR under the OrigInal Agreement shall be increased and shall not exceed ONE HUNDRED THIRTY-FIVE THOUSAND AND 00/100 ($135,,000.00) Dollars per year, unless pre- approved work requiring additional funds is implemented. 2. Paragraph 19, NOTICE REQUIREMENT, of the Original Agreement, as amended, is hereby amended to delete the current Paragraph 19, as set forth in the Original Agreement, and replace it in its entirety with the followIng paragraph: 1 19, NOTICE RE UIREMENT All written correspondence to the COUNTY shall be dated and signed by an authorized representative of the CONTRACTOR; Any written notices or correspondence required or permitted under this Agreement-shall be sent by United States Mail, certified, return receipt requested, postage pre-paid, or by courier with proof of delivery. The place of giving Notice shall remain the same as set forth herein until changed in writing in the manner provided in this paragraph. Notice is deemed received by 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. Notice shall be sent to the following persons: FOR COUNTY: FOR CONTRACTOR: Monroe County Gary's Plumbing and Fire, Inc. Facilities Maintenance Department Attn:Gary Centonze, President 123 overseas Highway, Rockland Key 6409 2"d Terrace,quite 1 Key West, FL 33040 Key West, FL 33040 andi" L. •} ..�,,,:3• County Attorney 1111121h Street, Suite 408 x..,,,•: � r Key West, FL 33040 _ � 3. Except as set forth in Paragraphs 1 and 2 of this First Amendment to Agreement;knialI oth r' respects, the terms and conditions set forth in the Original Agreement rernairPn full for.. and effect. IN WITNESS WHEREOF; the parties hereto have set their hands and seals the day and year first above written. 1 23 BOARD OF COUNTY COMMISSIONERS VI N MADOK, CLERK OF MONROE COUNTY, FLORIDA By: Deputy l erk or Date: MOWCO�CouNTY ATTOMEY 15 OWA OAS Tofoo M PAN pilk,, S �M I'M 0 0!r/2 E2P - RhY DATE. Witnesses forCONTRACTOR: T � FIRE, If By: 4................. Sig 1 n t i of pers authorized t Signaturelegally b td CONTRACTOR eA 6icvj, � 5 .. %AifF9JFFJP�AfY�iff. Date PrintPrint Narid Title Address; 1 Signature i I ' 5, A9 I i b,,m :rrrrasrmr�uulrrruw.uuuvr� 1' •rwr 1 --.�..��cs•,cluuuirrsrr! Date Print Name Telephone Number Li ffffffffffffMrilfffffffffPRPPTP/�Pl// Date AC"R" CERTIFICATE OF LIABILITY INSURANCE ©ATE(MM1DD/YYYY) 04/05/202 2 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 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 GUNIAGI NAME: Amanda Katulich FAX PGI of Vilest Central Florida,LLC PHONE 941-242-9f 19 941-242-96 21 (A/C,No,Ext}: (A/C,No}: 3809 E SR 64 ADDRESS: Amanda@pgiofwestcentralflorida.com INSURER(S)AFFORDING COVERAGE NAIO# Bradenton FL 34208 INSURERA: Bridgefield Employers Insurance Company 10701 INSURED INSURER B: Gary's Plumbing and Fire,Inc INSURER C: 6 409 2nd Terrace INSURER D: Ste 1 INSURER E: Key West FL 33040 INSURER F: COVERAGES CERTIFICATE NUMBER: 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 LTR INSD WVD POLICY NUMBER (MMIDD/YYYY) (MMIDDIYYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS MADEF-1 OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO- � ;..... . �? ''�, POLICY JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: . $ A ..... AUTOMOBILE LIABILITY ,,,,.. GUMBINEL)SINGLE LIMIT Ea accident $ ANY AUTO 17 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS Kffi�. ... NON-OWNED X PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION x PER UIH- STATUTE ER AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $ 1,000,000 A OFFICER/MEMBER EXCLUDED? F_N] N l A 830-52315 02/06/2022 02/06/2023 (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, DESCRIPTION OF OPERATIONS/LOCATIONS 1 VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County BOCC 1 100 Simonton St. AUTHORIZED REPRESENTATIVE r'. Key West FL 33040 rf � ► @ 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD Client#:66814 GARPL ... DATE(MM11DONYYY) ACORD.. CERTIFICATE OF LIABILITY INSURANCE 9/14/2021 .............. 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. m.,mmmmmm IMPORTANT:If the certificate holder is an ADDITIONAL INSUREDo the pollcy(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 any rights to the Certificate holder In lieu of such endorsement(s). ................. ............ ................. b U d PavaucERTNMAAmanda seney MUR _,. rr Acrisure dba Gulfshore Ins-SF H NE AT.. : 239 23-2803 No,E� 3S69-8867(A) 4100 Goodlette Rd N E`ei 'L Alice i:b oy gulfs,h-o reinsurance4Corn �C��ESS. 'Naes, p l FL 34103 INSURER(S)AFFORDING COVERAGE N141C� 239 281-3046 ..........I� ,,wwww mmmm �mmmm Obsidian Specialty Insurance Company NSURER A: P t'Y p Y m . ............ ww Commerce&Indust 19410 INSURED E+I$URER 8: � Ga 's Plumbing and Fire,Inc. w, .. ww.mm rY The Travelers Insurance Company3813T I?IISURER C 6409 2nd Terrace,Suite 1 INSURER D Key Vilest,FL 33440 INSURER E ,.:................rv,,,,,,,, «... ,,,,, .,.�.�.... = ww �wwmm ....ww,�,.•,� INSURER F REVISION NUMBER: COVERAGES CERTIFICATE REVISION THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ww mmmmm mmm m ..... mmmm.......... �..._.._..I F Ab�m U-13R �rr PO LC1 I=� POLICY EXP TYPE OF INSURANCE POLICY NUMBER LIMITS LTR _ ._,........., 11.1 IN R VWD �� I'�M .4 � COMMERCIAL GENERAL LIABILITY X x PTC G L000Q4007800 8/13/2021 08/131202 EACH OCCURRENCE 1,000,000 RENTED v CLAIMS-MADE K..OCCUR E c ., .... 100�000 BI1PD Dad.2,5D0 MED EXP 4oy one pew) 101000X. „n .........................................................................:........................ ........................... PERSONAL$ADV INJURY E 1,000,000 ww mm -,- GEFJ'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s2,0041000 i�PRO- A!JECT LO-C PRODUCTS-COMProP AGG $ , , QQG POLICY ................._. �. , s ,..........._....OTHER: ., .J.BINNG LE LIMIT AUTOMOBILE LUBR.rrY x C BA4S561T75142G 811312021 08l131202C� .,..., i.0a0 q0 d ANY AUTO BODILY INJURY(Per person) 3 OWNED SCHEDULED BODILY INJURY(Par acWent) S ..... AUT05.ONLY AUTOS "WAGE OPEI IY iA HIRED NON-OWNED Per $ x AUTOS ONLY AUTOS ONLY s „„,mmmm „,,mmmmmm ....... B UMBRELLA LIAR X OCCUR K K BE040327143 8113/2021 08/13/202 � F-ACH OCCURRENCE ES 000 000 � X EXCESS UA CLAIMS-MADE AGGREGATE $5,000 00 JPEF DEI7 RETENTION s mmmm 'f 1 ............... .In 7 WORKERS COMPENSATION TT AND EMPLOYERS LIABILM CUTIV ianot m.: ---- n„--- A '1�R0P'�;IE TOI�"P: l.�dl f�E „-„E E �. w NIA, ## EY1N .. N � E R E�CLUOE��� � , ,�„��w���, YI�,y ii rd 1Tliafl�atr l 1.- .. v 1 0 5 ���1 E L.DISEASE-EA EMPLOYEE It es. Khbe under `1�+�.�J�.l, mm P TI M1fS IJ171V7! 414f1A4 °"anir 3 mrcm-- r� E.L.❑1SFASE-POLICY LIMIT s D SCRIFTI. N OF C I-RA 4 ............. ............X 0ESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Monroe County Board Of County Commissioners is included as Additional Insured in regards to General Liability,including ongoing operations,per form CG2010 0413 and completed operations per form CG2037 0413 on a Primary non-contributory basis per form CG2001 0413 and Waiver of Subrogation per form CG2404 0509. Additional Insured in regards to Auto Liability only as required by written Contract perform CAF079 0817 Including Waiver of Subrogation.Umbrella follows forms. CERTIFICATE HOLDER CANCELLATION County Board Of County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe C I THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. c/o purchasing Department 1100 Simonton St.Rm.2-213 AUTHORIZED REPRESENTATIVE Key West,FL 33040 O 1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) 1 of 1 The ACORD name and logo are registered marks of ACORD #S17241781M1718211 AHL'18 Kevin Madok, cpA Moty Clerk of the Circuit Court& Comptroller nroe faun , Florida DATE: October 6, 2022 0 ® Alice Sterymi Contract Nlmutor FROMO Pmiela G. I SLTIUECT: September 21" BOCC Meeting Boom Attaclie(l ai-e electronic c()pies (Xtlic 1 )11mving itents 1'()r v'mir li�uidlling-. C15 Agn-ceinent %%Itli"I'm%yer Pest Control, Inc., 1'()r bower Keys Pest Coiiti-()l Scnrices at Cotinw Licilitics i%itli Dui annual aniount not to cxcee(l $29,000.00. Fun(ling is A valorem. C 2.1. 2nd Amendment to kqCCjjjCjjt %Nritil Gaxy's Plumbing mid Fire, Inc., 1'()r Full r. ' 'fifies to ' f Mm'nteiimce Fire Pi-()tcctl()ii Scn ices at Cotinti, faci i j increase the cmitnict ainotint by the CP1-U ()1'7% aii(l. rciiew the Ap-eciuci-it 1'()r the first. (Xfmir ()I)tl*()i-ial (me-yew-renewals. Full(ling is a(l. val(weiii. Slimild N,()ti havc my(iticstions p1casc feel free to) cmitact nie at (3(),,)-) 2! 2-35-50. Me County Attorney Filimice File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 SECOND AMENDMENT TO AGREEMENT FOR FULL MAINTENANCE FIRE PROTECTION SYSTEMS MONROE COUNTY, FLORIDA This Second Amendment to Agreement is made and entered into this 21st day of September, 2022,, between MONROE COUNTY, FLORIDA (""COUNTY"), a political subdivision of the State of Florida, whose address 'I's 1100 Simonton Street., Key West, Florida 33040, and GARY"S PLUMBING AND FIRE,, INC.,,,a Floridafor Profit Corporation, authorized to do business in the State of Florida, ("CONTRACTOR"), whose address is 6409 2"d Terrace, Suite 1', Key West., Florida 33040. WHEREAS, the parties hereto did on October 20-, 2021.. enter into an Agreement for Full Maintenance Fire Protection Services(hereinafter"Original Agreement")-and 69 WHEREAS, on April 20,, 2022P the BOCC approved a First Amendment to the Original Agreement to increase the annual agreement amount by Sixty-five Thousand and 00/100 ($65,000.00) Dollars, from Seventy Thousand and 00/100 ($70,000.00) Dollars to One Hundred Thirty-five Thousand and 00/100($135,000.00) Dollars- and 0 WHEREAS,the parties desire to amend the Original Agreement to provide for an annual CPI-U increase of 7% pursuant to the Agreement and to renew the term for an additional one- year period; and WHEREAS,, the parties have found the Original Agreement, as amended, to be mutually beneficial; and WHEREAS parties find "t would be mutually beneficial to enter into this Second Amendment to the Original Agreement, and NOW THEREFORE,, IN CONSIDERATION of the mutual promises and covenants set forth beI , the parties agree as follows: 1. In accordance with Paragraph 6 of the Original Agreement, the County exercises the option to amend the Agreement and the amount shall be adjusted in accordance annually with the percentage change in the U.S. Department of Commerce Consumer Price Index (CPI-U) for all Urban Consumers as reported by the U.S. Bureau of Labor Statistics at December 31 of the previous year of 7%with an effective date of November 1, 2022. 2. In accordance with Paragraph 6 of the Original Agreement, the County exercises the option to renew the agreement for the first of (4) four optional (1) one-year periods.This renewal shall commence on November 1.0 2022,and ends upon October 31,, 2023, unless terminated earlier under another paragraph of this Agreement. I 3. In accordance with Paragraph 5 D of the Original Agreement, the cost of labor used by the Contractor to fulfill the obligation of the Contract will be calculated using the amended unit prices set forth below as follows: Labor—Normal working hours of 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding holidays: $187.25 per hour, mechanic $280.88 per hour, mechanic plus helper $93.63 per hour, mechanic helper working alone or additional helper Overtime rate for hours other than the normal working hours as stated above, in holidays: $280.88 per hour, mechanic $421.31 per hour, mechanic plus helper $140.44 per hour, mechanic helper working alone or additional helper Parts Cost Plus: Fifteen percent(15%)of mark up on manufacturer's invoice cost of parts and materials (excluding freight, equipment rental, tax amounts, and services supplied by others). Such costs must be documented for each repair and/or maintenance job and included with all Applications for Payment. For invoicing purposes, the hours should be calculated in fifteen (15) minute increments. The following buildings will require: ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... ......... Rove (5) Year Inspection Test (to be completed within three (3) months of contract commencement), One (1)Annual Inspection and flow test of the Fire Pump, One (1) Semi-Annual Inspection, and Two (2) Quarterly fire sprinkler system inspections and testing per the latest edition of NFPA 25: ............w........................................................................................................... ........ Monroe County Detention Center 5501 College Road i a z 1.0 0. U.SIL t r. Key West, FL 33040 3,000.00 5 yr. inspection Harvey Government Center 1200 Truman Avenue $ 1,979-50 cosVy Key West, FL 33040 $ 1,000-00 5 yr. inspection 2 Lester Building 530 Whitehead Street ---L096-75 cost/mr. Key West,, FL 33040 $ 1,000.00 yr. insDection Monroe County Courthouse 502 Whitehead Street 5-1096.75 cosityr. Annex/Old JailiTESTING SCHEDULED Key West, FL 33040 AROUND COURT HEARINGS) 11000-00 ...5fir.jnsRection Marathon Government Annex 490631dStreet,Ocean 909-50 Cos Marathon., FL 33050 r�. i iris �cfi o�n Marathon Jail 3981 Ocean Terrace 909-50 cos Marathon, FL 33050 V 5-yr.inspection The following buildings will require: Five(5)Year Inspection Test(to be completed within three (3) months of contract commencement), One (1)Annual Inspection, One(1)Semi-Annual Inspection, and Two(2)Quarterly fire sprinkler system inspections and testing per the latest edition of NFPA 25: ....................................................................... ................. ....................... ......................................... ..................... ............................................... ............- ...........-....... Monroe County Historic Courthouse 500 Whitehead Street 1,L096.75 Key West,,FL 33040 .00 n Monroe County Sheriff 5525 College Road 1.872.50 costLyr. Administration Bldg. Key West, FL 33040 0.00 5yr.inspection Dept. of Juvenile Justice Building 5503 College Road 5.50 cost Key West., FL 33040 �r.i n�se�ct i o�n Bayshore Manor 5200 College Road $ 56175sty r Key West, FL 33040 00 5 ion 3; Freeman Justice Center 302 Fleming Street 2.50st Key West, FL 33040 X[j�ns �ec b�on Murray Nelson Government Center 102050 Overseas Highway 909.50 Key Largo., FL 33037 0.00 5 yL. ins ection jL_ Monroe County Fire Station No. 17 10 Conch Avenue 1-561.I.J cosyyr. Conch Key,, FIL 33050 00 5 ® ti Monroe County Fire Station No. 13 390 Key Deer Blvd. 561.7.5 cost.JjLr. Big Pine Key., FL 33043 00 5 yfj.6 & i�ns�ec t�i o n Mo nd nroe County Fire Station No 8 6180 2 Av. 561.75 C Stock Island, FL 33040 yr. inspection Joe London Fire Training Academy 56633 Overseas Highway 1.75 Cos Crawl Key..FL j.L00-00 Bernstein Park 6751511 to jy�_561.75 cost r. Stock Island, FL 33040 .00 5 Monroe County it Station No. 11(new) 22352 Overseas Highway 1.75 COW yr. Cudjoe Key, FL 33042 .00 Marathon Library(new) 3490 Overseas Highway 561.75 cos Marathon, FL 33050 j_500-00 51L- ins ection jp WHEN PERFORMING ANNUAL INSPECTiONS FOR SOME MONROE COUNTY FACILITIES,PRIMARILY THE COURTHOUSES,IT MA Y BE NECESSARY TO SCHEDULE INSPECTIONS BEFORE OF AFTER NORMAL BUSINESS HOURS. 4 Agreement4. Except as set forth in Paragraphs 1,2,and 3 of this Second Amendment to Original -full lY'L Itten MG w"IITNESS WHEREOF,the parfles hereto have set their hands and seals the day and year e. n' (UAL)l BOARD OF COUNTY COMMISSIONERS IliS,l.alk't i!Ry. Bya �" •-pmlT"'�wn� atltlYi'fiKIXA16VINA6YRAkANNNNAM1M1lq&1 N16dWlN'dI1f6�IIIIIM1lVIgYdIIXHyX•'��X���A11P[mXlppexkxuwgw+wwwlllllllllllllme may,_ ,_.> __'_, ��,„�,;,,,,,,;;, As Deputy Clerk Mayor 104 Date J.=i 64A X Witnesses CONTRACTOR: N CONT : GARY9 LUMBI AND FIRE, INC. & II SignatureSignatu of person authodzed to I PrintDate Pnunt Name w Tide A I I Address. 1 : II I won � nnmin 1 nll 111 wol nl nnnnnnnmin srnnunmunnnnnry &gnature oAd u� 's ......:• WWllllllllllllllllllllllllllXXllltllllllll111111ff111111111111 1111111111111111111111111111111111111111111111111/1f�1111Jb56'!!�'l11f1111111Nllllll�g9y{I7(Ilf111111111111111111111flflllllllllllllllfllllllfllln111111111111116 ...�.H sit v. euwa.wmmmmmmmmmmmmnmmm��l............� � Pff=N jjj m nnnnnnnnnnnmm�nnnnnnnnm. NDate Telephoner ... 'r, e. mlllnnnlflllllllpl89'ddloflllllmmlp)1Jiu)y Arroln Imnllllllllllllllllrvllpktlflll mll Date OAS TO ASW Y r DATE 22= �G3 o couRr� Kevin Madok, CPA Lij, �. �o ......... �� Clerk of the Circuit Court& Comptroller Monroe County, Florida ti40Z coo N-1 DATE: December 4, 2023 TO: William DeSantis, Director Facilities Maintenance Chrissy Collins Executive Administrator Alice Steryou Contract Monitor FROM: Liz Yongue, Deputy Clerk SUBJECT: November 8, 2023 BOCC Meeting The following item has been executed and added to the record: F 14 3rd Amendment to Agreement with Gary's Plumbing and Fire, Inc. for Full Maintenance Fire Protection Services at County facilities to increase the contract amount by the CPI-U of 6.5%, renew the Agreement for the second of four(4) optional one-year renewals, add and delete locations, and to add and/or update provisions to allow for the option of requesting, from the Contractor only, a proposal/quote for replacement equipment and associated installation in accordance with the current Monroe County Purchasing Policy. Should you have any questions please feel free to contact me at(305) 292-3550. c c: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 THIRD AMENDMENT TO AGREEMENT FOR FULL MAINTENANCE FIRE PROTECTION SYSTEMS MONROE COUNTY, FLORIDA This it Amendment to Agreement is made and entered into this 8th day of November 2023, between MONROE COUNTY., FLORIDA ("COUNTY"), a political subdivision of the State of Florida.,whose address is 1100 Simonton Street,Key West, Florida 33040,and GARY"S PLUMBING AND FIRE, INC.,a Floridafor Profit Corporation, authorized to do business in the State of Florida, (""CONTRACTOR"), whose address is 6409 2nd Terrace, Suite 1, Key West, Florida 33040. WHEREAS, the parties hereto did on October 20,, 2021.,, Sri an Agreement for Full Maintenance Fire Protecfilon Systems (hereinafter "Original Agreement"); and WHEREAS, on April 20, 2022, the Board of County Commissioners ("'BOCC"') approved a it Amendment to the Original Agreement to increase the annual agreement amount by Sixty- five Thousand and 00/100($65,,000.00) Dollars,from Seventy Thousand and 00/100($70,000.00) Dollars to One Hundred Thirty-five Thousand and 00/100 ($135,,000.00) Dollars; and WHEREAS,, on September 21, 2022, the BOCC approved a Second Amendment to the Original Agreement to provide for an annual CPI-U increase of 7% pursuant to the Agreement and to renew the term for an additional one-year period; and WHEREAS, the parties desire to amend the Original Agreement, as amended, to provide for an annual CPI-U 'increase of 6.5% pursuant to the Agreement and to renew the term for an additional one-year period- and 9 WHEREAS,, the parties desire to amend the Original Agreement, as amended, to incorporate and include the new Plantation Key Courthouse and Detention Center as an additional Upper Keys' location and delete the Upper Keys" Location at the old Plantation Key Jall- and WHEREAS, the parties desire to amend the Original Agreement, as amended, to add and/or update provisions to allow for the option to request from the Contractor only, a proposal/quote for replacement equipment or parts and all associated installation thereto in accordance with the current Monroe County Purchasing Policy; and WHEREAS, the Original Agreement, as amended in the First Amendment,, provides in Paragraph 5.E. that the total compensation to the Contractor shall not exceed One Hundred Thirty-five Thousand and 00/100 ($135,000.00) Dollars per year, unless pre-approved work requiring additional funds is implemented; and WHEREAS, the parties find it would be mutually beneficial to increase the annual agreement amount by Eight Thousand Seven Hundred Seventy-Five and 00/100 ($8,,775.00) Dollars due to budgeted CPI-U increases and additional locations being added for service; and WHEREAS, the parties have found the Original r , to be mutually beneficial and the Contractor agrees and consents to such revisionsthe Original Agreement— r partiesWHEREAS,, the it would be mutuallybeneficial t 'Into thisit Amendment to the Original CONSIDERATIONl promises below, i 1 ® In accordance withri i t Agreement, the County exercisesr t and the amount shall adjustedin accordanceI ith the percentage change i Department of Commerce Consumer Price I I- all Urban Consumersthe U.S. Bureaur Statistics at December 31 of the previousr of 6.5% withi , 2023. 2. In accordanceit r Original , the County exercises option to renew r r the second of four (4) optionalr periods. Thist I commence retroactive t November 1. 2023, and ends upon Octoberterminated earlier under another paragraph of this 3. In accordance withr i ., the cost of labor used by the Contractorto fulfill the obligationContract will be calculated usingit prices set forth belowII Labor—Normal workingr ., Monday throughFriday, excludingli $199.42 r hour, mechanic $299.14 r hour, mechanic plus helper $99.72 r hour, mechanic helper working aloner additional helper Overtimerate for hours other than the normal working hourst , 4 includingholidays: hour,$299.14 per mechanic $448.70 per gar, mechanic plushelper hour,$149.57 per mechanic helper working alone or additional helper Parts tPlus: manufacturer'sFifteen percent(15%) of mark up on invoice t of parts and materials ng freight, equipment rental, tax amounts, and services suppliedothers). documentedSuch costs must be r each repairmaintenance included withIApplications For invoicing purposes, should be Iated in fifteen (15) minute increments. The followingl it require: ..............,..,....i...zir.;:ri.:i,s r.:::::::::::::.:.:.:::ri rr rrrrr„r- i•,:..rr.!r.rn;r<:usrr�r✓,::rr�r�rrrrrrcrcrr:�rt,is�rxrxrxrxrrr.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•rrrxrxrxrxr�rcrrrr.•r.•r.•rrrxrxcrr�rr�r.:...m...........m........................................................................................................................................................................................................................................................................................................................................................ One (1), (5) Five (5) Year Inspection Test (to be completed within three contract One (1) Seml-Annual Inspection, and Two (2) Quarterly fire sprinkler system inspections and testming per the latest edition of NFPA 25: :;::.:.....................,..,...........,::r„r::sr r����������,.........................................................::r-:.�������o-..������r r�����������e���� .............................................................................................................................................................................................................................................................................................................................................................................................................................................................................r�rr���r���r���r���r���r���e��r��•���r���r���r���r���������������������������err Monroe r r 5501 College Road $_-3,646.56 cos Key West, FL 33040 00.00 r® i GovernmentHarvey r 1200 Truman Avenue $ . 11 Key t.. FL 33040 Lester Building 530 WhiteheadStreet 1168.04 cosr� Key West, FL 33040 r,, inspection Monroety Courthouse 502 Whitehead Streett r. Annex/Oldrl (TESTING L sty L 33040 AROUNDCOURT HEARINGS) IL000.00 r® Ition Marathon d Street, r, Marathon, L 33050 �_M_ - tl on Marathon 1 r t r® Marathon, $500,00 tion 3 Plantation Key Courthouse and Detention Center(new) 88770 Overseas Highway Tavernier, FL 33070 N A 5 yr. I ion The following buildings will require: ................ ...........;.............. .................................... ............... ...................................................................................... One (1), Five (5) Year Inspection Test(to be completed within three (3) months of contract commencement), One (1) Annual Inspection, One (1) Semi-Annual Inspection, and Two (2) Quarterly fire sprinkler system 'inspections and testing per the latest e dition of NFPA 25. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Monroe County Historic Courthouse 500 Whitehead Street 101 8.04 Key West, FL.33040 0.00 j. inspection Monroe County Sheriff 5525 College Road $,l 994.21 cos Administration Bldg. Key West, FL 33040 0.00 on Dept. of Juvenile Justice Building 5503 College Road 80.26 Key West, FL 33040 0.00 ion Bayshore Manor 5200 College Road �_598.26 co Key West, FL 33040 $ 500.00 tion Freeman Justice Center 302 Fleming Street 4.21 costLyr. Key West, FL 33040 0.00 L. inspection Murray Nelson Government Center 102050 Overseas Highway $ 968.62 cost r.. jy Key Largo, FL 33037 0.00r ion Monroe County Fire Station No. 17 10 Conch Avenue �26 �co s�t �r. Conch Key., FL 33050 J..500.00 5 ins ection 4 Monroeite Station No. 13 390 Key Deer Blvd. Big Pone Key, FL 33043 Monroei r i r. Stock Island, FL 33040 .00 r. inspection Joe London Fire Trainingr i r. Crawl r FL .00 5,yr,,,j,n.s tion Bernstein rk 67515111 St. 98.26 cost jyr. Island,Stock FL 33040 .00 r. I ,nspect ion Monroe County Fire ion No. 11(new) 22352 Overseas HighwayCudioe Key, FL 33042 inspection r� Marathonrary (new) 3490 Overseas Highwayr. Marathon', FL 33050 ion WHEN PERFORMING ANNUAL INSPECTIONS FOR SOME MONROE COUNTY FACILITIES,PRIMARIL Y THE COURTHOUSES,IT MAY BE NECESSARY TO SCHEDULE INSPEC77ONS BEFORE OF AFTER NORMAL BUSINESS HOURS., In r Paragraph r rnal Agreement as amended, compensationtotal r r under the OriginalAgreement, amended, shall be increased Forty- threeSeventy-five Dollars r, unless pre-approvedr iring additional funds i implemented. 5s In accordancer r F of the Original Component Failure r System Breakdown, is herebydelete Paragraph Original r it in its entirety with the followingparagraph: R In the event a Fire Protectionr any of its major components i r replaced or t r component failure, system breakdown, upgrade, the optionrequest from the Contractor only, a proposal/quote replacementr parts and all associated installation Approval of such proposals/quotes shall follow the current Purchasingl i Only r receiving an amendment, if requiredthe Countys Purchasing icy, and/or a notice to proceed from shalltr r proceed withthese additional services herein. -y Except as set forth in Paragraphsr f this i t t Agreement, l 1 r respects,t sit forth in the Original Agreement, in full force IN WITNESS WHEREOF,the parties hereto have set their hands and seals the day and year first above written. e✓ ...�_LlA+ .,rr'zn.y3 .� BOARD OF COUNTY COMMISSIONERS r i J.,Xt It ur,-ev ADOK,CLERK OF NION ROE COUNTY, FLORIDA VIP ' ,` A's De ut Clerk 1111ayor Date: � . C 71 r" ....1 ,1f....,`Wl _.., CD Witnesses for CONTRACTOR; CONTRACTOR; ;;` t� �- ,.... 0 0 CD GARY'S PL, BIIVG AND FIRE,,-INC. �~ By. Signatu4 of person authorized to Signah6u legally bind CONTRACTOR Cie fi In i jlm Date Print Name Print Name and Title Address: ign re K.. W-ed RL 3 30YD j,D.i q . 013 Date Print NanV Telephone Number Date MorjFM COUNTY ATTORNEYS OFFICE D,As TO9M. ILIA EABLES AMSTANT C NrY ATTORNEY DATE: 7 Client#: 66814 GARPL ACORDTm CERTIFICATE OF LIABILITY INSURANCE DATE(M M1DDIYYYY) 10/23/2023 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 INSURERS),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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Taylor Markee Acrisure dba Gulfshore Ins-SF PHONE 2394357150 FAX 239 2'13-�2803 A/C,No,Ext: (A/C,No) 4100 Goodlette Rd N E-MAIL tmarkee@gulfshoreinsurance.com ADDRESS: g Naples, FL 34103 INSURER(S)AFFORDING COVERAGE NAIC# 239 261-3646 INSURER A:obsidian Specialty Insurance Company 16871 INSURED INSURER B:Burlington Insurance Company 23620 Gary's Plumbing and Fire, Inc. INSURER C:TechnologY Insurance Company 42376 6409 2nd Terrace, Suite 1 The Travelers Insurance Company 36'137 INSURER D: p Y Key West, FL 33040 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR 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 INSR WVD POLICY NUMBER MMIDDIYYYY MMIDDIYYYY A X COMMERCIAL GENERAL LIABILITY X X PTCGL000000O07802 08/13/2023 08/13/2024 EACH OCCURRENCE $2,000,000 CLAIMS-MADE � OCCUR PREMISES(Ea RENTED ) $300,000 X BIIPD Ded:5,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO F-] - POLICY F_X] JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ D AUTOMOBILE LIABILITY X X BA4S56'17752342G 08/13/2023 08//31202 COMBINED SINGLE LIMIT .� 000 000 Ea accident > > X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident) $ $ B UMBRELLA LIAR OCCUR X X 604BE064231 08/13/2023 08/13/2024 EACH OCCURRENCE s4,000,000 X EXCESS LIAR X CLAIMS-MADE AGGREGATE s4,000,000 DED I I RETENTION$ $ C WORKERS COMPENSATION X TWC4291946 08/13/2023 08/13/2024 X PER OTH- AND EMPLOYERS'LIABILITY YN STATUTE IER T ANY PROPRIETOR/PARTNER/EXECUIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? I NJ N 1 A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under T DESCRIPTION OF OPERATIONS below w E.L.DISEASE-POLICY LIMIT $1,000,000 w 10.23.23 WANW. W DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Monroe County Board Of County Commissioners are included as Additional Insured in regards to General Liability, only as required by written contract, including ongoing operations, per form CG2010 0413 and completed operations per form CG2037 0413 on a Primary non-contributory basis per form CG2001 0413 and Waiver of Subrogation per form CG2404 0509. Additional Insured in regards to Auto Liability only as required by written contract per form CAF079 0817 including Waiver of Subrogation.Waiver of Subrogation in regards to the workers compensation per form WC000313. Umbrella follows forms. CERTIFICATE HOLDER CANCELLATION Monroe Count Board Of Count SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE County y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1 100 Simonton St. Key West, FL 33040 AUTHORIZED REPRESENTATIVE a 1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S20167771M l 993732 TKM21 �G3 o couRr� Kevin Madok, CPA Lij, �. �o ......... � Clerk of the Circuit Court& Comptroller Monroe County, Florida ti40Z coo N-1 DATE: May 22, 2024 TO: William DeSantis, Director Facilities Maintenance Chrissy Collins Executive Administrator Alice Steryou Contract Monitor FROM: Liz Yongue, Deputy Clerk SUBJECT: May 15, 2024 BOCC Meeting The following item has been executed and added to the record: C4 4th Amendment to Agreement with Gary's Plumbing and Fire, Inc. for Full Maintenance Fire Protection Services at County facilities to increase the annual agreement amount by $250,000.00, to an annual total of$393,775.00. Funding is Ad Valorem and Fines and Forfeitures. Should you have any questions please feel free to contact me at(305) 292-3550. c c: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 enteredFOURTHAMENDMENTTOAGREEMENTFOR FULL MAINTENANCE FIRE PROTECTION SYSTEMS MONROE COUNTY, FLORIDA This Fourth Amendment to Agreement is made and , between MONROE COUNTY., FLORIDA ("COLTNTY"), political addressFlon'da, whose trWest, StatePLUMBING AND FIRE, INC.,, a Floridafor Profit Corporation, authon'zed to do business in the West,Terrace, Suite 1, Key heretoWHEREAS, the parties r into an Agreement for Full ProtectionMaintenance Fire (hereinafter"Ofiginal Agreement"); and FirstWHEREAS,on Apn'l 20,2022,the Board of County Commissioners C'BOCC")approved Amendment to the Original Agreement from Seventy Thousand and 00/100($70,000-00) Dollars to One Hundred Thirty-five Thousand and 00/100 ($135,000.00) Dollars; and WHEREAS, on September 21, , the BOCC approved a Second Amendment Agreement to the to the Agreement and to renew the term r an additionalr pefiod,- and Third t. Agreement to provide for an annual CPI-U increase of 6.5% pursuant to the Agreement,, to r to include the new Plantation Key Courthouse Upperand Detention Center as an additional Keys' location and delete the old Plantationit location, to add and/or update provisions to allow for the option to request from the Contractor proposal/quoteonly, a r replacement equipment or parts and all associated installation, anu Hundredincrease the annual agreement amount by Eight Thousand Seven 00/100 ($8,775.00)Dollars due to budgetedincreases for service. the Ofiginal Agreement, as amended in the Thirdprovides Paragraph . , that t to the Contractor shall not exceed One Hundred Hundredr r year, pre-approvedr there t t r r emcrgency workt various locations, exhausting the annual agreement amount for this year with four (4) remaining months; increaseand WHEREAS, the parties find it would be mutually beneficial to the annual agreement ($250,000.00) Dollars, Hundred Forty-three Thousand, Seven Hundred Seventy-five and 00/100($143,775.00)Dollars to from One Three Hundred Ninety-three Thousand, Seven Hundred Seventy-five and 00/100 ($393,775.00) Dollars; and WHEREAS, the parties have found the Ofiginal Agreement, as amended, to be mutually beneficial and the Contractor agrees and consents to such revisions in the Original Agreement; and 3 WHEREAS, the parties find it would be mutually beneficial to enter into this Fourth Amendment to the Original Agreement,- NOW THEREFORE, IN CONSIDERATION of the mutual promises and covenants set forth below, the parties agree as follows: I In accordance with Paragraph 5. E of the Ofigi'nal Agreement as amended, total compensation to the Contractor under the Ofiginal Agreement, as amended, shall be increased and shall not exceed Three Hundred Ninety- three Thousand, Seven Hundred Seventy-five and 00/100 ($3939775.00) Dollars per year, unless pre-approved work requifing additional funds is implemented. 2. Except as set forth in Paragraph I of this Fourth Amendment to Agreement, D in all other respects, the terms and conditions set forth in the Original Agreement, as amended, remain in fall force and effect. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] [SIGNATURE PAGE TO FOLLOW] 2 IN WITNESS.'THEREOF, the:parties h ereta have set their hands and,seals the day and . at-fi rst above w`tten*. r a '' H `� F .u! } le;..J-•- E. �r t'jJGiEA- BOARD.Of COUNTY COMMIS a T LJR ddd ' INIA�DK9 CLEF OF 1iNR. EI:TNT' ■FLORIDA d Y•it Gl��� r�� '.){�x,�). Y lr'y��` t t, ",,.•?� �. ' .. c�Y}gad�8�•�,�7:9 y.. .. .. •'c t r . .As.D uty C lerk . • .nA Ey, DA1. �TV ff Mayor Date. 1 itnesses for.CONTRACTOR CONTRACTOR4 GjkRY$ PL BI�NG AND FIRE,.INC. By:. . - Sigr�atur dfpers ` a �tla.rized to •.: ature le pally t�i�r�t�CO1�1T�A�T��. • Date P :rat�1athe Pn'",nt ht���1' and Title. OF - �.. Address: mature vie Date. Pr1Yl me Telephor�e l'��an�he�° X♦ zx ,y ri Date - - •�. .. CD MONPAX COUNTY id s . j .c. P+•. Client#: 66814 GARPL ACORDTm CERTIFICATE OF LIABILITY INSURANCE DATE(M M1DDIYYYY) 10/23/2023 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 INSURERS),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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Taylor Markee Acrisure dba Gulfshore Ins-SF PHONE 2394357150 FAX 239 2'13-�2803 A/C,No,Ext: (A/C,No) 4100 Goodlette Rd N E-MAIL tmarkee@gulfshoreinsurance.com ADDRESS: g Naples, FL 34103 INSURER(S)AFFORDING COVERAGE NAIC# 239 261-3646 INSURER A:obsidian Specialty Insurance Company 16871 INSURED INSURER B:Burlington Insurance Company 23620 Gary's Plumbing and Fire, Inc. INSURER C:TechnologY Insurance Company 42376 6409 2nd Terrace, Suite 1 The Travelers Insurance Company 36'137 INSURER D: p Y Key West, FL 33040 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR 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 INSR WVD POLICY NUMBER MMIDDIYYYY MMIDDIYYYY A X COMMERCIAL GENERAL LIABILITY X X PTCGL000000O07802 08/13/2023 08/13/2024 EACH OCCURRENCE $2,000,000 CLAIMS-MADE � OCCUR PREMISES(Ea RENTED ) $300,000 X BIIPD Ded:5,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO F-] - POLICY F_X] JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ D AUTOMOBILE LIABILITY X X BA4S56'17752342G 08/13/2023 08//31202 COMBINED SINGLE LIMIT .� 000 000 Ea accident > > X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident) $ $ B UMBRELLA LIAR OCCUR X X 604BE064231 08/13/2023 08/13/2024 EACH OCCURRENCE s4,000,000 X EXCESS LIAR X CLAIMS-MADE AGGREGATE s4,000,000 DED I I RETENTION$ $ C WORKERS COMPENSATION X TWC4291946 08/13/2023 08/13/2024 X PER OTH- AND EMPLOYERS'LIABILITY YN STATUTE IER T ANY PROPRIETOR/PARTNER/EXECUIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? I NJ N 1 A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under T DESCRIPTION OF OPERATIONS below w E.L.DISEASE-POLICY LIMIT $1,000,000 w 10.23.23 WANW. W DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Monroe County Board Of County Commissioners are included as Additional Insured in regards to General Liability, only as required by written contract, including ongoing operations, per form CG2010 0413 and completed operations per form CG2037 0413 on a Primary non-contributory basis per form CG2001 0413 and Waiver of Subrogation per form CG2404 0509. Additional Insured in regards to Auto Liability only as required by written contract per form CAF079 0817 including Waiver of Subrogation.Waiver of Subrogation in regards to the workers compensation per form WC000313. Umbrella follows forms. CERTIFICATE HOLDER CANCELLATION Monroe Count Board Of Count SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE County y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1 100 Simonton St. Key West, FL 33040 AUTHORIZED REPRESENTATIVE a 1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S20167771M l 993732 TKM21 FIFTH AMENDMENT TO AGREEMENT FOR FULL MAINTENANCE FIRE PROTECTION SYSTEMS MONROE COUNTY, FLORIDA This Fifth Amendment to Agreement is made and entered into this 17th day of July 2024, between MONROE COUNTY,FLOREDA("COUNTY"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street'. Key West, Flon'da 33040, and GARY'S PLUMBING AND FIRE, INC., a Floridafor Profit Corporatton� authofized to do business in the State of Flon'da, ("'CONTRACTOR"), whose address is 6409 2"d Terrace, Suite 1, Key West, Florida 33040. WHEREAS, the parties hereto did on October 20, 2021, enter into an Agreement for Full Ir-mu Maintenance r ire Protection Systems (hereinafter"On'ginal Agreement"); and WHEREAS,on April 20,2022,the Board of County Commissioners("BOCC")approved a First Amendment to the On'ginal Agreement to increase the annual agreement amount by Sixty- five Thousand and 00/100($65,000.00) Dollars, from Seventy Thousand and 00/100($70,000.00) Dollars to One Hundred Tbirty-five Thousand and 00/100 ($135,000.00) Dollars; and WHEREAS, on September 21, 2022, the BOCC approved a Second Amendment to the Original Agreement to provide for an annual CPI-U increase of 7%pursuant to the Agreement and to renew the tenn for an additional one-year period; and WHEREAS, on November 8, 2023, the BOCC approved a Third Amendment to the Original Agreement to provide for an annual CPI-U increase of 6.5% pursuant to the Agreement, to renew the term for an additional one-year pen'od,to include the new Plantation Key Courthouse and Detention Center as an additional Upper Keys' location and delete the old Plantation Key Jail location, to add and/or update provisions to allow for the option to request from the Contractor only, a proposaUquote for replacement equipment or parts and all associated installation, and increase the annual agreement amount by Eight Thousand Seven Hundred Seventy-Five and 00/100 ($87775.00)Dollars due to budgeted CPI-U increases and additional locations being added for service, WHEREAS, the Ofiginal Agreement, as amended in the Third Amendment, provides in Paragraph 5.E. that the total compensation to the Contractor shall not exceed One Hundred Forty- three Thousand, Seven Hundred Seventy-five and 00/100 ($143,775.00) Dollars per year, unless pre-approved work requifing additional fimds is implemented; and WHEREAS, on May 15, 2024, the BOCC approved the Fourth Amendment to increase the annual agreement amount, due to unanticipated repairs and/or emergency work at various locations,by Two Hundred Fifty Thousand and 00/100($250,000.00) Dollars, from One Hundred Forty-three Thousand, Seven Hundred Seventy-five and 00/100 ($143,775.00) Dollars to Three Hundred Ninety-three Thousand, Seven Hundred Seventy-five and 00/100($393,775,,00) Dollars; and N. Y; WHEREAS, the parties find it would be mutually beneficial to include Pigeon Key as an additional Middle Keys' location in the current contract, and to update and/or add current revisions pursuant to its ordinances and/or Federal required contract provisions, and WHEREAS, the parties have found the Original Agreement, as amended, to be mutually beneficial and the Contractor agrees and consents to such revisions in the Original Agreement; and WHEREAS, the parties find it would be mutually beneficial to enter into this Fifth Amendment to the Ofiginal Agreement; NOW THEREFORE, IN CONSIDERATION of the mutual promises and covenants set forth below, the parties agree as follows.- I. In accordance with Paragraph 5. D. of the Original Agreement, the cost of labor used by the Contractor to fulfill the obligation of the Contract will be calculated using the unit prices set forth below as follows, including the new Pigeon Key location. Labor—Normal working hours of 8 a-00 a.m. to 5 a-00 p.m., Monday through Friday, excluding holidays: $199-42 per hour, mechanic $299.14 per hour, mechanic plus helper $99.72 per hour, mechanic helper working alone or additional helper Overtime rate for hours other than the normal working hours as stated above, including holidays: $299.14 per hour, mechanic $448.70 per hour, mechanic plus helper $149-57 per hour, mechanic helper working alone or additional helper Parts Cost Plus: F1'fteen percent (15%) of mark up on manufacturer's invoice cost of parts and maten'als (excluding freight, equipment rental, tax amounts, and services supplied by others). Such costs must be documented for each repair and/or maintenance job and included with all Applications for Payment. For invoicing purposes, the hours should be calculated in fifteen (15)minute increments. 2 The following buildingswillrequire: InspectionOne (1), (5) Five (5) Year Inspection Test (to be completed within three ('3) months of contract commencement), One (1) Annual Fire Pump, s I One (1) Semi-Annual Inspection, and Two (2) Quarterly fire sprinUer system testing per the edition ,..v.......inspections M... ,,latest .................................>>..�v ..��..v.... ... Monroe County Detention Center 5501 College Road jA3 d . cost/ ,E Key West, FL 33040 r r< r. tip Harvey G vemment Center 1,200 Truman Avenue Key West, 1. 33040 r it dL. ins Lester B i in 53+ Whitehead Street � IA68.04 . 'Key West, FL 33040 ... ...w tion QQ :.....n .................n �-- � � Monroe hou 502 Whitehead Street cod ��. West,Annex/Old Jai I Key FL 33040 (TESTING SCHEDULEDAROUND COURT 1-f FARINGS) r . �ct Marathon Government Annex ' S r , Ocean � . c r .......�................................ ................................................................ .., Marathon, F:... 33050 r 00 .. inspection Marathon Jail 3981 Ocean Terrace cosh „ . Marathon,, .., 33050 jfjQ.00___ 5 . inspection Marathon, FL 33050 11.5.1900........ 5 Vr. insfoection Plantation Key Courthouse and Detention CenternOverseas Highway C S ......................1.................................................................... Tavemierl FL 33070 r ch,on 3 11, T The following buildings will require,: ................................................................................................................................................................................................y................................................................................................................................................................................................................................................................................................................................................................................... .................................................... One (1), Five(5) Year Inspeefion Test(to be completed within three(3) months of '), One(1) Annual Inspecfion, One (1) Sem'-Annual Inspection,contract commencement I and Two (2) Quarterly firesprinkler system inspeefions. and testing per the latest edition oUNFPA 25: ................................................................................................ ...................................... ......................................................................................................................................................................................................................................................................................................................................................... Mon-roe County Ifi-storic Courthouse 500 'Whitehead Street j_jj 68.0.4 cost/yr. Key 'West, FL 33040 .QQO...O.O.......... 5....yE. inspection .................. ..... Monroe County Sheriff 5525 College Road $..............L,294.21..............co.sl...................... ............... Administration Bldg. Key West, FL 33040 L,00_5jr. inskedion Dept. of Juvenile Justice Building 5503 College Road ... cost/ Key West, FL 33040 Bayshore Manor 5200 College Road J_5 9�8.2 6 copt/w Key West, FL 33040 Freeman Justice Center 302 Flern ins g Street ..$........1..,,.994.21 cost/vr. 'Key West, FL 33040 ........................................ Murray Nelson Govem.ment Center 1 very r968.62--cost/yr. Key Largo, FL 33037 i�ins�ec�t on Monroe County Fire Stat[on No. 1.7 1.0 Con n r 598.26 cost/yr. Concii Key, FL 33050 .500.00 vr- Monroe County Fire Station No. 13 390 Key Deer Bl-vd. r. 59 8.26 cost/yr- Big Pine Key, FL 33043 $ 500.00 5 vr. ection 4 V. A Monroe County it Station No 8 6180 2"d Avenue c�os�t/ r�. Stock Island,, FL 33040 500.00 jyL ins )ection L_ Joe London Fire Training Academy 56633 Overseas flighway L59L.26 cost/yr- Crawl Key, FL 1-599.00 5ar. inspection Bemstein Park 6751 5hSt. _$__j2L.26 cost/yr. Stock Island,, FL 33040 1_52Q.00 5 r- ins ection Monroe County it Station No. I I(new) 22352 Overseas Highway 1-52L.26 cost/yr. Cudjoe Key, FL 33042 �5nin�s �ecti.on Marathon Library (new) 3490 Overseas Highway L12L.26 cost/yr. Marathon, FL 33050 �5r. i �ct WHEN PERFORMING ANNUAL INSPECTIONS FOR SOME MONROE C OUNTY FA CILITIES, PRIMARIL Y THECO UR THOUSES,IT MA Y BE NECESSAR Y TO-SCHEDULE INSPECTIONS BEFORE OF AFTER NORMAL B USINESS 110 URS. All of provisions of Paragraph 5. D. of the Original Agreement,as amended, remain the same. 2. Paragraph 9, RIGHT TO AUDIT,of the Ofiginal Agreement, as amended is hereby amended by deleting this paragraph in its entirety and replacing it with the following paragraph: 9. RIGHT TO AUDIT 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 successfal and unsuccessful bidders, bid recaps, bidding instructions bidders list, original estimates; estimating work sheets; correspondence; change order files (Including documentation covering negotiated settlements); backcharge logs and supporting documentation; general ledger entrives detailing cash and trade discounts eamed,1 insurance rebates and dividends; emy other supporting evidence deemed necessary by County or the Monroe County Office of the Clerk of Court and Comptroller (hereinafter referTed 5 to as "(�"6ounty " to substantiateto this agreement, and otherall reements, sources of infonnation and matters that may in Clerk'sCounty's or the County or pertain to any matters, fights, duties,, r or covered contractany t r "' "' subjectshall be open to inspection and audit and/or reproduction representative and/or agents or the County Clerk. County or ClerkCounty t t not limited to,, counting employees t the job site, witnessing the distribution of payroll, en ying payroll computations, overhead computaflons,, observing vendor and supplier payments, miscellaneous allocations, special W charges, through confirmationsr rcontractors' representatives. records t for r Final Project.Completion of the to conduct an audit of Records, assets, t relating this Project. If an auditor employed by Monroe County or County Clerk determines that monies paid t Contractor pursuant to this Agreement were spent for purposes not authofized by this Agreement, r were wrongfully retainedthe Contractor, t with interestrStatutes, from the date the monies weretr. The Right to Audit provisions survive the termination or expiration of this Agreement. 3". Paragraph 14, NONDISCRIMINATION&QEAL.EMELQXAIM Agreement,OPPORTUNIT of the Original , is hereby amended by deleting the firstparagraph its entirety and replacing it with the following-, 14. NONDISCRIMINATION OPPORTUNITY CONTRACTOR and COUNTY agree t there will be no discrimination against any person,,and it is expresslyunderstood t upon a determination by a court of competent jurisdiction that discrimination Agreement automatically tenninates withoutt the part of any party, effective the date of the court order. Contractor or County agreesto comply with all Federal , and all local ordinances,, as applicable, relating to nondiscrimination. These include but are not limited to-, 1)Title V11 of the Civil Rights Act of 1964 (PL 88-352) which its discfimination in employment on the basis of race, r, religion, sex.,or ; 2)Title IX of the Education Amendment of 1972,as amended(20 USC . - prohibits V q disen'mination on the basis of B 8 tati sexIII- 3) Section 504 of the Rehabon Act of 1973, as amended (20 USC s. , which prohibits discrimination Discriminationthe basis of disability; 4) The Age prohibits(42 USC ss. 6101-6107)which ash -, Treatment5) The Drug Abuse Office and relatingt ; 6) The Prevention,Comprehensive Alcohol Abuse and Alcoholism C Rehabilitationrelating nondiscrimination on the basis of alcohol abuse r alcoholism; 7) The and 290ee-3), as amended, relating Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 patientabuse ; 8) Title V111 of Civil Rights Act of 1968 (42 USC s. amended,3601 et seq.), as r t to nondiscriminationsale, rental or financing of housing; 9)The Americans with Disabilities t of 1990(42 USC s. 12101 Note), as may be amended from time to time,, relating to nondiscrimination of the basis of disability; 10) Monroe County Code Chapter 14, Article 11, which prohibits discri'mination on the basis of race, color, sex,, religion, rorientation, r identityC ; and 11) Any other nondiscrimination provisi® f. Federalons in any C state statutes apply to the parties to, or the subject matter of, this Agreement. otherAll provisionsamended, remain Y Paragraph . ., 'g'nal Agreement, as amended, is hereby deleted in its entiretyreplaced with C r F. r , certification000,000 or more: (1) If the County determines that the Contractor/Consultant submitted a false CFlorida optionshall have the t r it has given the Contractor/Consultant wn'tten notice and an opportunity to pursuantdemonstrate the agency"s determination of false certification was in error t , Statutes, maintaining Agreement if the conditionsg (2) If the Contractor/ConsultantScrutinized Companies with Activitiesr if the Contractor/Consultant has been placed on a t created pursuant to Section , relating III scrutinizedtive business operations in Iran, or been engaged in business operations r w ,, the County shall have the option of (1) terminating the Agreementr (2) Maintaining the Agreement, at the option, if the conditionsStatutes,135(4), are t. All other provisions Paragraph , remain Agreement,59 Paragraph 26� ADJUDICATION OF DISPUTES OR DISAGREEMENTS, of the On'ginal , is hereby deletingamended by the paragraph in its entiretyt with the paragraph:following 26. ADJUDICATION OF DISPUTES OR DISAGREEMENTS County and Contractor agree that all disputes and disagreements attemptedresolved by meet and confer sessions between representatives t representative to resolve the claim or dispute with meet and confer sessions. If the issue r issues aret not resolved t the parties, then any party shall have the right t relief orr may be provided by this Agreement or by Flon'da law. This Agreement is t subject to arbitration. r t negate provisions of Paragraphs 15 r 27 conceming termination , Paragraph 38, PUBLICf the Agreement, as amended, is herebyeta its entirety and replaced the paragraph: r a PUBLIC ENTITY CRIME STATEMENT "A person r affiliate who has been placed on the convictedr list eq following a conviction r a public entity crime may not submit , proposal, or reply on a contract to provideices to a public entity, of submit a bid, proposal, or reply on a contract w t-, a public entity for the constructionor repair of a public building or public work, not submit bids, proposals, or replies on leasesf rcal property to a public entity, may not be awarded or performr t r, tr, or consultant under a contract with any public entgly,, and may not transact business withis entity excess : the threshold t provided g Statutes, or CATEGORY for a pen'odthirty-six tdate of placedbeing the convictedvendorlist." di 7. Paragraph 44..1, Davi.s-Bacon Act- of the Ofiginal Agreement, as amended, is hereby amended only to add the current Davis Bacon Wage Statement, if applicable and attached hereto as Exhibit 'T—Revised" -with that change reflected in the first paragraph of Paragraph 44.1. All other provisions of Paragraph 44.1 remain the same. 8. 'Paragraph 44.7, terials a s ,R 8200,322 of the Ofigmal Agreement, as amended set forth in 2 CY , is hereby amended to correct the citation reference only in the paragraph title to L2LC,.F, J.R, ;S.200,323- , All other provisions of Par agraph 443 remain .. -the same, 9. Paragraph 45, UNCONTROLLABLE CIRCUMSTANCE of the Original Agreement, as amended, is hereby deleted in its, entirety and replaced with the following paragraph: 45., 'UNCONTROLLABLE CIRCUMSTANCE Any delay or -failure of either Party to perform its obhgations wider this Agreement-will be excused to the extent that the delay or fay ure was used 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 stonn, hufficane 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., not, or other civil tmrest 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 govemmental authofity prohibi.ting -work in the geographic area of the Project, (each, a "Uncontrollable Circumstance"). C'..ontractor"s financial inability to perform, changes in cost or availability of materials, cornponents,, or services, market conditions, or supplier actions or contract disputes will not excuse performance by Contractor under this Section. Contractor shall give County written notAce 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 occtwred if reasonably anticipated, and the anticipated duration of such Uncontrol lable Circumstance. Contractor shall u.se 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 riot pay additional cost as a result of an Uncontrollable Circumstance, The Contractor may only seek a no cost Change Order or Amendment for such reasonable time a as the Owner's Representative may determine. 10. The Ofiginal Agreement, as amended, is ftu-ther amended to add the following paragraph as Paragraph 44-2 1, 1.ner '.E ffm e i e n c and...gy incorporate it into the Agreement as follows: 9 11 F 44.21 hntrn Efficiency- If applicable, Contractor will comply with the Energy Policy and Conservation Act P.L 94-163; 42 U.S.C. §§6201—6422) and with all mandatory standards and policies relating to energy efficiency and the provisions of the state Energy Conservation Plan adopted pursuant thereto. 11, The ® Agreement, as amended, is further amended to add the following paragraph as Paragraph 47, COMMON CARRIER RESPONSIBILITIES and incorporate it into the Agreement: 47. ICOMMON CARRIER RESPONSIBILITIES If Contractor is a common carn6er, as defined by Section 908.111, Florida Statutes, then Contractor hereby may not willfully provide any service during the Contract term in furtherance of transporting a person into this state knowing that the person is an Unauthon'zed Alien, except to facilitate the detention, removal, or departure of the person from this state or the United States. The County shall have the right to unilaterally cancel this con 6 tract 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 attomey"s fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. 12. Except as set forth in Paragraphs I through 11 of this Fifth Amendment to Agreement, in all other respects, the terms and conditions set forth in the Original Agreement, as amended, remain in full force and effect. [REMAINDER O'F PAGE INT-ENTIGNA'LLY 'LEFT BLANK] JISIGNATURE PAGE TO 'FOLLOW] IN WITNESS WHEREOF the 'arties hereto have set.their hands'and seals:the.'day and ear first above written.' EAL} BOARD OF COUNTY:COMMISSIONERS �■■y�R�jT{ [{/'�r'r{^(� CLERK OF. a/�'1 �■�,y�/ /l/�y�i }■■����)/} r'/�ji •�l erg. y..; ft _. g' ,,1.-VI \ MAD A/`i � Y,� ���ab���COUNTY,' V i L ��V. DA' .. , �'it`.i tip !. -i Y., u - _ -q As its duty C1 ear : Maynr .-Date, 1tnesses CCNTIACTOR� COOT A't CTOR: GA Ii�I C AID F- RY'S P . . I E, INC. T B ';_. .. .. jmw _ Si . sd athorizecl t ignat j p :f der o Sim le gaBy bind:CONT.M- 'CTOR tet� ? Iat_. Print Name. .. k'i-int la _e acid Title VA' y 7 gna: re w7X ----------- -------- �. Date --- Feint Name TeleV. ho 'ntumber i Date .� CD MoNpim COUNW ATTORN&S of - +J ----- PROEM. DATE: EXHIBIT "C - REVISED" Davis-Bacon Wage Determination statement .1 W.6e2W 1�2-28 IPM FIAM.ardv "General Decision Number4, 6 L20240022 03115/2024 Superseded General Decision Numberb. FL20230022 State: Florida Construction Type,. Building County,. Monroe County in Florida. BUILDING CONSTRUCTION PROJECTS (does not include single femily homes or apartments up 'to and including 4 stories). Note.: Contracts subject to the Davis,Bacon Act are generally required to pay at least the applicable minimum waae rate reqw1re4 under Executive Order 14026 or Executive Order '13658, Please note that these Execiotkve orders apply to covered contracts entered into by the federal government that are subject to the Davis,Dawn Act itself, but do not apply to contracts sulbject only 'to 'the Davis bacon Related Acts,, including those set -forth at 29 CFR S91(a)(1). :1111....................... ............;: l,'.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,..-,.-,.-,.,,,,,,,,,,,:,:,:,:,:,:,:,:,:,:,:��,.j:..;�/�;.;,,,................... 11f the con-tract Is entered Executive Order 14026 linto on or after lanuary 30, generally applies to -11:he 12022,, or -the con-tract is a c on t rac t JrLniewed or extended (eg., an The contractor must pay loption Is exercised) out or all covered workers at lafter :)anuary 303. 2022: least $17-20 per hour (or the applicable wage rate listed on -this wage determinationj if it is higher) for all hours spent performing on -the contract in 2024. ................................................................................................................................................................................................................................................................I lif the cant r-,,act was awarded oni. Erxecut:eve Order 1365:8 Jor between January 1., 2015 and generally applies -to the 13anuary 29, 2022, and the con-tract. [contract is not re end or b The contractor must pay alli lextended on or after 3anuary covered workers at least 130.0 2022: 1 $12.90 per hour (or -the applicable wage rate listedl on -this wage determinat ion A If It Is higher) -for all hours spent performing on that contract in 2024. .................................................................................................................................................................................................................................................... 'The applicable Executive Order minimun wage rate will be adjusted annually. If this contract is, covered by one of the Executive Orders and a classification considered necessary for performance of work an the contract does not appear on this wage deteulmination, the contractor must still submit a conformance request. Additional in-formation on contractor requirements and worker protections under the Executive Orders is available at httpd//www.dol.gov/whd/goveontracts. Modification Number, Publication Date 0 01/05/2024 I ei/i2/2024 t0ps,Ilse m-go0wage.-deterrY0 alion�FL 20240022 Q 1.3 3026Q4.12-28 PM SAM.gov 03115/2024 Rates Fringes 6G.N.a�kr,Y Rw P-Y eF u R P•@ 4 R v B u p�i u����p u�i ro u ro v .�9' x .Ib .Ib p BAN Rates Fringes OPERATORQ,, Crane All. Cranes '75 Tons and All Cranes Over 300 Tonp Electric 'Tower, Luffing Cranes '76 ton 'to 129 Ton 37.57 14.90 Rates F it inee IRONWORKER,, STRUC-TURAL AND Rates Fringes Rates Firingges Rates. Fringes SHEE 'MET ll„ WORKER (HVAC Duct Rates (Fringes C A R IP E N'll E i K 15,^M11.8 5.07 °r Aggregate,, and Con r et )�d .d d d d 9�58 0111 PAINTER: Roller and Spray.......$ 11.22 0.00 ROOFER.- Built Up, Composition, Riot Tar and SHEET METAL WORKER., Excludes des HVAC Duct, Installation........... 24,41 4� 3161 TRUCK DRIVER, Includes Dump and 10 Yard Haul tau e ..e a..6 e 6. � 0.15 WELDERS Receive read:rhate prescribed for, craft per-For in operation to is welding is incidental, ,,, ..._ Workers in this classification may be entitl M. higher minimum wage under Executive Order ' ( i . r 13658 1 m )6 Please see -the Dote at the top Of the wage de-termination for more information. Please also note that the minimum waa requirements Executive rd r 14026 are not currently being enforced as to anycontract or subcontract to which the states of Texas., Louisiana, or Mississippi., including their agencies, are a party. Note: Executive order ) 13706, Establishing Paid Sick Leave for Federal Contraactovs applies -to all contracts subject. to -the Davis-Bacon Act -for which -the contract is award (and any solicitation was issued) n or after 3anuary i,, 2017. If 'this contract Is covered by the EO,, the contractor must provide employees with I hour of paid sick leave -for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be pennitted 'to use paid sick leave for -their own i lln as, Injurby or other hearth,rR lated reeds, including preventive nti care; to assistfamily member r person son who is like -family to the employee) is ill, injured, or peas other health-related reeds, including preventive care. or for reasons resulting -from, or 'to assist a familymember r person who i like family to -the employee) is a victim , domestic violence, sexual assault, or stalking. Additional information n contractor requirements nd worker protections under -the E is available at h-t-tps-://www.dol-gov/agencies/whd/governmeott contracts unlisted classifications needed for not included i•t in the scope of -the classifications listed may be added after award only as provided In the labor standards contract clauses (29CFR5a 1ii a .. .. . . . .. . . ..... . . . . . : r. iirr, .... "rh body f each wage determination lists the classification and walge mates that have been found to be prevailing for -the cited type(s) of construction in the area covered b -the wage determination. 'The classifications are listed In alphabetical WW4,12-28 F-W &AM order of "'identifiers that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted .in beginning with characters other than '""W" or ""UAW" denotes that the union classification and rate were prevailing for that classification in the survey. Examplere PLUM0198 005 07/03/203.4. PLUM is an abbreviation identifier of the union which prevailed in the survey for, this classification, which in this example would be Plumbers, 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198, The next number,, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 Is the effective date of the most current negotiated rate, which in this example is 3uly 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collecti-q,pe bargaining agreement (COAL governing this classification and rate. Survey Rate Identifiers Classifications listed under the "'SU"' identifier indicate that no one rate prevailed for this classification An the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: 54JLAB 012-007 5/13/2014. SU Indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number., 007 In the example, is an Internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates urn that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG Identi1ler indicate that no single majority rate prevailed for those classifications; however, I-OeX of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-.0010 00/29/2014. UAVG indicates that the rate Is a weighted union average rate. OH indicates the state. The next number,, 0010 in the example, is an internal number used in producing the wage determination. 108/29/2e24 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current nego tit ed/CBA rate of the union locals from which the rate is based. ....................................... ........................................................................... ........................................................................... q.�t4 I r, 1A G W.*r IF,!,.I i...2"lu'l A 0,1 1"i"2 2 =6,i7k 12 26 PM SAM.gov WAGE DETERMNATION APPEAL.5 PROCESS 1.) Has -there been an initial decision in -the mat-ter? This can be- an existing published wage deter rninatlon a lurvey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling On survey related matters,, Initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis-Bacon survey program. if the response fffxm this initial contact Is not satisfactory, -then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripp. for the -formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to,. Branch of Construction wage Determinations Wage and mour Division U.S. Department of Labor 2W Constitution Avenue, N.W. Washington,, DC 20210 2.) if the answer to the question In 1.) yes, then an interested party (those affected by -the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to-. Wage and Hour Administrator U.S. Department of Labor 2$0 Constitution Avenue, N.W. Washington,, DC 20210 The request should be accompanied by a full s tat enent of the interested party's position and by any information (wage payment data., project description, area practice material, etc.) 'that 'the requestor considers relevant to the Issue. 3.) If 'the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write -to: Administrative Review and U.S. Department of Labor 200 Constitution Avenue., N.W. Washington, DC. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISIOV go,-,din ztrnm nail: 11,m 2024 01.012.2 Q! .17 u �rlyyygcyrrrrrrrrrrrr ++++++++rrrrrrrrrrrrrrrrrrrrrrrrrrrrr •rrrrrrrrrrrrrrrrrrrrrrrruuuuuuuiuiulggggyyryfryyypn,,��;;M;,.�»,,,,,,r,»»„�,�[�•��" �ir ;y�yf�yyyy�ilrYpiyi/NHHff¢WI 9� WiXINIfI/Iff,4f¢If¢Yff¢Wf¢W�ff¢Wf¢WfWff¢W//fllflllllff�fNflllF��f[1W/fllllf�yNflffWFfY//f�HNfllffWffW�HHnrmndi nnm n' '•• A" • � '•dam�' I ' PPIII99!II r .'PY•IYIYIYPPYPYPIYPIYPIYP1YPIfYYff%'P1YP1YfYYff%'PYPYPY' N F II�'PrilfY9T•Yf'°.'w'^Vy^}�. .Y..YIfY I' h%"/i f�Il .. .IfY9fY��:1fY9TY�Y1 'YYYYPPYPYPPYPPYIPYIIfYI1P>i'% IPIfYII 1 FOREIGN ENTITIES AFFIDAVIT F,S. 287,138 M M arn of the f urm of «r:.w.cslr..r.•r.•r.•r.•rrr�rr�ra�uArr�l:rrr rrlr,"c�✓'•vvrvv�rvucccrvrr..irlr.•r!!!!!!!!!!!!!!!!r.•rr.•rr.•rr.•rr.•rr.•rr.•rr.'ri:rrr:r:r.�:rvr!!!!r.•r.�:r:rr!!!!r.•r!llau.'u•llr:rrr!!!!r.•rr.•r.•r.•r.•r.•r.•rr.•r!!!llw.ciiii•!!!!!r.•rr.•rr.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r!!!!!!r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r!!r.•ru•. et En � der din '1fY9TYlN1fYP]➢:J15•YlH9➢'NIIIP➢YSYMl'•YI'•.!:1RMfr tr�fkl'riiRAM1'AIIVV»19N'rY/YH`YY• 1� IIil�lr:l:f.'!.�' .fl.'il tir':! !!!!.'!!!!l:rlRl!!.'isrll:l:r:!!!!!!!.!!.!!.!!!!!!!!!.'!.'!.'!.'!.!!!� the Pq iposal for i ,rofect described in the Request • r Proposals for Yn.n andthat executed the iproposal fv !!!!! F' !flAriIt' full uth oft b The Enfit 'is not owned by the very foreign coun tr r rn as defined in Secflon 287-138, Floddat tuts . r . Floridat to C. The government of a foreign countryf concern does not have a controllinginterest 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 definedin Section u201, Florida Statutes. (Source-. §288.007(2),, F'Iorlda Statutes); e. Entity us not a partnership, association, corporation, organization, or other combination f persons organ'Redr the laws of or having fts principalQ it it a foreign country of concern,as definedin SectionFloridaStatutes,or a subsidiary of such entity. r - ,, Florida Statutes); '. Entity is not aforeign principal,as definedSection 692.201, Florida Statutes. (Source. 692.202(5)(a)(1), Florida tuts 9. Entity is in compliance watt all applicable r r r t Sections 692.204, Florida Statutes. applicableh. (Only uf purchasingreal property) rat t a foreigndncu q prohibited from purchas'Mg the .ject real property. Entity is either riot a person or en fity described in Section o l ,, Hod& Statutes, or authorized kinder Section ri da Statotes,'t rc h a se t Vie su bj ect p r .Entity u s u n co m V.)Di nce with -the requirements of Section 692.204, Florida •t t t . (Source.- §§ 692.203(6)(a), • Floridatt 't L The statementscontained in this i it are true and rr 't, and made with fuH knowledge that Monroe County reHes upon the truth the statements cont it 't i affidavit in awardingcontracts for said project. OPA-t,� r,.Y'•»�Y^rw�n••nrv^vwo"•m„"rrrn�rr wY..,.;r�w:. ;Y.,y„,.:cr.;,crRrrrrrr�:r.mrr:�:r.Arr':rrrrrrrrrrr������rrrrrrrrrrrrrrrf ir,i;I;,;, ...........:.d............„�.,.r^',rry rrx-��mrrrrrlfY• (Signature) 1d 11�f� i rl6ffiy, IIIIII�Y I YPIIYIYIYIYIYIYIYIYIPIYPIYPIYPIYPIYPYPYPYPYPYPY ./1f1• IlP]Yl11fPPI1YTn1lYlYlYlYlYP]fY�T'P1fY9SfYfY9TfYfY9T%P➢'PYPYP➢T➢'P➢'P1YP1YP1YP1YP1YP1Y1f'IVf'P1fY9fNl! STATE8 o o.I COUNTY OF-. MoAkof Subscribed anr° t r •I+�' urmed) before me, by rneans of L , physicalor El online r t rutu t ' '...AA:.. .. ,,,, mow.'w'h�Yr�vyw�vyw�r. f e) :I. ' '' ` .` I:ulri:r r.lrr.� •rrrlrrrrrrrr.rr.•rr.� rr rrr.„ ••r. „„,Ills"ffiraav,{�..:cif:rrrrrrr�������������:�rrrrrr�i�r����r�����A�..........,.,.w„�;�,yY,���.�rry rry rry rry rry rry re/.':rrYriv iv iv iv iv iv iv rrelelelelrrrrrrrrrrrrrrrrrn� (name of ff t . IM u r q known t r pr IM1YPI oduced I rri u r'i'tlfl t identification. :fsr�uf�.�:��r��r.�r.•u.;.rrrrrrrrrrrrrrrrrAir�uAir�uAir�ur������r�r"n•,rr�,•��,:r:;er��A�l:rrirrrrr. r ..AxuAir�uAirrrrrrrrrrrrrrrrrrrrr�uf ...u/r�uAirrrrr�•r..isr.�:rf:rf:r.Air�uAir�uAAAAAArrrrrrrrrrrrrrrrrrrrrrrAir�urrrrrrAir�urf:rf:rf nl P � rux' � Ngvn.lr^y'�ry�µ'; ' 1. MIIIII. .fN1111fAW��"V'rr r.wn r.�rry rry rry rry rrv..rl�}r •r:+wa. •_n.rr."cpiy X6rrrrrr.;Aa is��AAAAArd:.rwie��irr�������•�vd'�w�.".!�..m�rvr.:-^"""�rrrr�irrrr�.�;� �.�.'r!rry rrv»e»e»e»e».:rx•' ��oa wnaan TIFFANY k FOLKS My Commission Expires: Expires p 19 F. CIOMMON CARRIER RESPONSIBILITIES AFFIDAVIT �Aj + W 1i I• 11������ �� IY.���ml�fffffr.r��lii...r�� .����r.����r.. 'lil. lRi. i�r�r�r�r�r�r�r�r�r�r�r�r�r�r�r�riririfffffffffffffffffffffffl�ii��l����iri�������ffi�fifififififff... ���of the City of �i:.�l�l�f.�vf!+.,,.....���i.....,.,, �..�.�.... �:� .. .ri................ according to law 0.,j fmy oath, and underpenalty of pedury, depose and say th �. ContractorIf is a common earner,as defined by Section 908.1.11, Florida Statutes,then Contractor herebyt it is not willfully providing the Contract term in furtherance of transporting a person into this statethat the person is g � n exceptan Unauthofized Alien,, t t detention,removal, or departure of the person this state or the United States. I�Yd (Signa....' :r1 iY.iyrra!nY.:rrnrrrrnrrrrmn�r r»rrrrrrrvrrvrrvrrvnrrrrllrrrrrrry ',rmnrrr�lrrr��is'nrrrrnrrrrrYr>"r.':'r,»err,r,r,»err'nw m'e!'�w'w"w i C) l S ;' aurrcucrlrrl�i�sr:cr.•r.•r.•r.•rr.•rr.•r.•r rrrrr:rx�:srriaarrrrirr' rail r:crr:rurlr.•rr illrr�" rfrfitr/.f(i�fflffifr'r: i�%%'-! -%%/%/%/•//•'%%-!%%/:/'/:%!/%:fry.?f^).orryi'!�y1!'yry:9</`Y9Y/"+.%Yy.'��,�',/%/,: i+ 'I. Printed Name... u Date: :II ircrcrcrcrcrr.•rr.•rr.•r.•r.•rrrxrxrxrxrxrxrrrxrxr.l:rr 'k�:r a:rrrra rrf.�r:rr rrr,�rrrrrrrrrrrrrrrrrrrrir�'r�rr.'r r,�:r:::r:::r:::r:::-:>:-:�:::-::-::-::-::-::-::-::-;r::........................................................... j STATE OR F ot ''I, a ..............................................................rrrrrrrrrrra:re�.�.�r�rrrrr�cwr rxcscraxrxrxrx«�ur�ur�ur�ur�ur�ur�ur�ur�rrrrrrrrrrrrrrrrrrrrrrrrrr� r��rni.rrrrrrrrrrrre a rya rime............... COUNTY T r n�n P. 1'YlYlYPYs9'13`?Y....YIV7YIV7Y11'Pf7'1YIV7Y11'Pf7'YR'YR'1n11'pl1'lYlY7YlY7.....YY7'P7Y%Y%Y:1Y137Y137Y137Y137Y137Y137Y1171'HYY'YYYlYlY7YlY7YlY7YlY7YlY7YlY7YlY7" Subscribed and swom t r affirmed) before me, by meansof physical rasa. r 0 online t rat , tr pppp�p ��������������ii���������. lw'lr�ii!�,�'1•'ffffifl.liririr. i.l.1.11�li:1.!!!"r:'lfff�l�fffffffffffffffffffffffffffffffffffffi���:frif iriririririririririririririririririririririririi dN' ...............................................I :fi:li:lei:r:lli:l'rllIIJI:i:frr.}if lfFl:fr:i:f..4f.'i: ffffffffffffifiiiiiiiii�iiiiiiilfffffffffffffffffffffffr 1 ro (name of affi ant). '/S tie is ersonally known tome or has produ 'ed '.mmn�vn rn:::r:::r.::•�u�yrvpra.rry rry rry rry rry rry rry rry rry�!�u'yrya rry rry rry rrvpr:ro+'iY rrrrrm�rry rry rry rry rry rry rry rrvpw..pw..pw..pw..rry rry rry rrv��e�i�rry rry rry rry rry rry rry rr ivrmurr�e�ie�YrivrmurrYrnrnrn rry rry rry rry rry rry rry rr iv ivnrnrrrrrm�rry rry rry rry rry wpw..pw..rrvprriY'irr.r� n nt .� t on I' �� 'I irrrrow nnl �rr�gauPDP9a,y ,' . I ,i ti W ft �� ..i:,::::�:: r��i!,::,:!1!:;•::l'i:::�...'r,:::�::'::•l. ii�-.:.:..:.r-...:.::.::.r.�l�r:.r..ilia'IS`Nnwi.'i.'i.'i.'i.'i�w'�wwsN'!vW W l.:)'!vWp�Irv..p�i.�'f'i�nm�rry rry rrvpnvn.�v�wwwwwwwwwwwvrrYr� rN IIA�n TIFFAWK FOLKS � I' 1 Exom June AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LAWOR OR SERVICES a Entity/Vendor Name*. ........... iA � :lri'PIYI' IY P➢In YSYYfYfYfllkepresen" tative ,,, ,.........„ , ,,r(.. ........ ,;........... r�YrY>r ry ry ry ry r:Vendor Vendor's Authon'zed r Y9!�nY ................ - �r �! Y.. r�Iri : r 'NI S (Name and Title) I j ,•� � «n•.:�� SAX••:r:r:rrrrr.•r.•rrrrrrrrrrrrrrrr..�:rrr.�:r:r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r.•r..::r.�:rr.•rr••r.•r.�:r:r.�:rr:rr.•r..::rr.•rrrrrrrrrrr:rr..::rrrru:rrr�r�ur�r�r:r.•r.•r.�:rr:rr.�:r:r.•r.•rr.•rrcc:;rrrrr..rr.rrr�;rrmrrruannniii:cs,lrt,lrt,lrt,lrt,lrt,lrt,r:r:r:r:r:rrrrrrrrrrrrrrru�r.�r.�rur.•rrrr:rrx�;rrmrmrmrmrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr:r:rrr:rrrr.�:rrrr:r:r:rrt,l:��;�;.cr�rr:r.•r.•r.�:r.�:r.�:r:r.•rrrt,lrt,l:��;rrmrrrrrrmrmrmrr::rr:: i 'IffYPYPPYPPYPPYI� 1PPYI1 PIPIPI 1fPMIlP1YYPf191 SState I4W:%1/J+M1fYf5YPYPYPIr1+9YfAYl4ri.YP/YPYPYPYPYPYPYPn I'IWPlI!�Wf!':'?^!" 'w•••"""""""""""'••"V•""`rvf"^". Yrn!�'n. 'A'I .�N'f?'J!!v)ti' 'WYIPYPPYPPIPYPPYPPI l'!fY:✓'PJIl' 'N'Pl.%•IPW•. AYfY f f .YlfYlf%•I1f�f�11Yn'n!m1Y' Phone NUM er: ^yY'ffY• nrnr•. f IfYPfY lYlYl YIlfY9TfY1�1l rYf'Plfyy.9 Emea'l Address- %•.I'i i::l'�I::ii '%31! 1'1'PYSYll911Y/11!"�fll'!'fYl%:>:+:.!!YiIPYllf: IYIYIYIYINYrirYlr!`fi fNm'1!lyy.l!'1!'JWI�'1!"H"v�NWri�N)'lYll::�i::':: -::��::��. renewing, or extending a contract with a government entioty, Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor does not use coercion for labor or sem'ces in accordance with Section 787.06, Florida Statutes. As defined in Section 787.06(2)(a), coercion means. L Using or threatiffig to use physical force agearist any person- RestrBalning, isolating, or cont Z �ining or threating to restraawn, isolate, or laborconfine 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 servi'ces are pledged as a secunty- for the debt, iff the value of the liquidationthe defined;are not respectively limited and Causing4. Destrop'ng, 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. , 7. Providing a controlled substance as outlined in Schedule I or Schedule 11 of Section 893.03 to any person for the purpose of exploitation of that persom 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 wi 9 th Section 787.06. Additionally, Vendor has reviewed Section 787.06, Flonwda Statutes, and agrees to abide by same. Certified By-.,- who i's authon'zed to sign on beh;rff of the above referenced company... 6. Enticing or lunffig any person by fraud or deceit-, or Authon'zed Si. �H t . tur Print r � is �� A I:r! .. m�ry ir:'nn��w� rvnrrF+Yf. ,""• II ""•�'w","•wwwwwv�.•v�+�rrY„Iw'� wrnwvnm�v�..x!vrnu'mn��vrvewvrvewvrvewvrvewr��v��vNw..ry ry rvmn��v��v��v��vNw..ry ry ry ry rvmn��v��v��v��v�Y.wrs Titl ® , v:r+:'>nrmm>n.r ,r...>YmYmrliri nrr: ���.mi ,•.9rFii.r �,iwwwwwr°r'��w'��w'nm�ry irmnvmnvm�w'��w'��w'��w'n�w�n�w'��w'��w'��w'��w'��w'»vmm.�r'��wv>n n�w'��w'��w'��w'�ry ry irmnvmnvm............�w��wna";rn•y,�:...^>�mm�mnrn'rvvv.:::::,;,;,..��!�Y!�!�Y!�!�Y!,.' Client#: 66814 GARPL ACORDTm CERTIFICATE OF LIABILITY INSURANCE DATE(M MIDDIYYYY) 10/23/2623 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 INSURERS),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 any rights to the certificate holder in lieu of such endorsements). PRODUCER CONTACT Taylor Markee Acrisure dba Gulfshore Ins-SF PHONE 2394357150 FAX 239 2'13-�2863 A/C,No,Ext: (A/C,No) 4166 Goodlette Rd N E-MAIL tmarkee@gulfshoreinsurance.com ADDRESS: Leg Naples, FL 34163 INSURER(S)AFFORDING COVERAGE NAIL# 239 261-3646 INSURER A:obsidian Specialty Insurance Company 16871 INSURED INSURER B:Burlington Insurance Company 23626 Gary's Plumbing and Fire, Inc. INSURER C:TechnologY Insurance Company 42376 6469 2nd Terrace, Suite 1 The Travelers Insurance Company 36'137 INSURER D: p Y Key West, FL 33646 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR 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 INSR WVD POLICY NUMBER MMIDDIYYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY X X PTCGL666666667862 68/13/2623 08/13/2024 EACH OCCURRENCE $2,000,000 CLAIMS-MADE �OCCUR PREMISES(Ea RENTED ) $300,000 X BIIPD Ded:5,666 MED EXP(Any one person) $10X0 PERSONAL&ADV INJURY $1 XOM0 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,666,666 PRO- POLICY X JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 F_]OTHER: $ D AUTOMOBILE LIABILITY X X BA4S5617752342G 68/13/2623 08/13/2024 COMBINED SINGLE LIMIT .� 00�000 Ea accident � � X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident) $ B UMBRELLA LIAR OCCUR X X 664BE664231 68/13/2623 08/13/2024 EACH OCCURRENCE s4,000,000 X EXCESS LIAR X CLAIMS-MADE AGGREGATE s4,000,000 DED I I RETENTION$ $ C WORKERS COMPENSATION X TWC4291946 68/13/2623 08/13/2024 X PER OTH- AND EMPLOYERS'LIABILITY YN STATUTE IER T ANY PROPRIETORIPARTNERIEXECUIVE E.L.EACH ACCIDENT $1XOM0 OFFICER/MEMBER EXCLUDED? I NJ N 1 A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1 XOM0 If yes,describe under I T DESCRIPTION OF OPERATIONS below w E.L.DISEASE-POLICY LIMIT $1XOM0 A w 10.23.23 WAS' W DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Monroe County Board Of County Commissioners are included as Additional Insured in regards to General Liability, only as required by written contract, including ongoing operations, per form CG2016 6413 and completed operations per form CG2637 6413 on a Primary non-contributory basis per form CG2001 6413 and Waiver of Subrogation per form CG2464 6569. Additional Insured in regards to Auto Liability only as required by written contract per form CAF679 6817 including Waiver of Subrogation.Waiver of Subrogation in regards to the workers compensation per form WC666313. Umbrella follows forms. CERTIFICATE HOLDER CANCELLATION Monroe Count Board Of Count SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE County y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1 166 Simonton St. Key West, FL 33646 AUTHORIZED REPRESENTATIVE a 1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S24167771M l 993732 TKM21 �G3 o couRr� Kevin Madok, CPA Lij �o ......... f� Clerk of the Circuit Court& Comptroller Monroe County, Florida ti40Z coo N-1 DATE: July 29, 2024 TO: William DeSantis, Director Facilities Maintenance Chrissy Collins Executive Administrator Alice Steryou Contract Monitor FROM: Liz Yongue, Deputy Clerk SUBJECT: July 17, 2024 BOCC Meeting The following item has been executed and added to the record: C23 5th Amendment to Agreement with Gary's Plumbing and Fire, Inc. for Full Maintenance Fire Protection Services at County facilities to add Pigeon Key as an additional Marathon location and to update and/or add current revisions pursuant to County ordinances and/or State and Federal required contract provisions. Funding is Ad Valorem and Fines and Forfeitures. Should you have any questions please feel free to contact me at(305) 292-3550. c c: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 �G3 o couRr� Kevin Madok, CPA Lij �o ......... f� Clerk of the Circuit Court& Comptroller Monroe County, Florida ti40Z coo N-1 DATE: October 25, 2024 TO: William DeSantis, Director Facilities Maintenance Chrissy Collins Executive Administrator Alice Steryou Contract Monitor FROM: Liz Yongue, Deputy Clerk SUBJECT: October 16, 2024 BOCC Meeting The following item has been executed and added to the record: C3 6th Amendment to Agreement with Gary's Plumbing and Fire, Inc. for Full Maintenance Fire Protection Services at County facilities to renew the Agreement for the third of four optional one-year renewals, CPI-U increase of 3.4%, update and/or add current revisions pursuant to County ordinances and/or State and Federal required contract provisions. Funding is Ad Valorem and Fines and Forfeitures. Should you have any questions please feel free to contact me at(305) 292-3550. c c: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 SIXTH AMENDMENT TO AGREEMENT FOR FULL MAINTENANCE FIRE PROTECTION SYSTEMS MONROE COUNTY, FLORIDA This Sixth Amendment to Agreement is made and entered into this 16th day of October 2024, between MONROE COUNTY, FLORIDA ("'COUNTY"), a political subdivision of the State of Flon*da, whose address 1 s I 100 Simonton Street, Key West, Flon'da 3 3 040, and GARY'S PLUMBING AND FIRE, INC,.,, a Florida for Profit Corporation, authon'zed to do business 'in the State of Flon'da, ("CONTRACTOW"), whose address is 6409 2 d Terrace, Suite 1, Key West, Florida 33040. WHEREAS, the partt'es hereto did on October 20, 202 1, enter into an Agreement for Full w I Maintenance ,v%ire Protection Systems (hereinafter"Ofiginal Agreemenf`),; and WHEREAS,on April 20,2022,the Board of County Commissioners("BOCC")approved a First Amendment to the Ofiginal Agreement to increase the annual agreement amount by Sixty- five Thousand and 00/100($65,000.00)Dollars, from Seventy Thousand and 00/100 ($70,000.00) Dollars to One Hundred Thirty-five Thousand and 00/100 ($135,000.00)Dollars; and WHEREAS, on September 21, 2022, the BOCC approved a Second Amendment to the Ofiginal Agreement to provide for an annual CPI-U increase of 7%pursuant to the Agreement and to renew the ten-n for an additional one-year period; and VVHEREAS, on November 8, 2023, the BOCC approved a Third Amendment to the Ofiginal Agreement to provide for an annual CPI-U increase of 6.5% pursuant to the Agreement, to renew the tenn for an additional one-year pen'od,to include the new Plantation Key Courthouse and Detention Center as an additional Upper Keys" location and delete the old Plantation Key Jail location, to add and/or update provisions to allow for the option to request from the Contractor only, a proposal/quote for replacement equipment or parts and all associated installation, and increase the annual agreement amount by Eight Thousand Seven Hundred Seventy-Five and 00/100.08,775.00)Dollars due to budgeted CPI-U increases and additional locations being added for service so that the total compensation to the Contractor shall not exceed One Hundred Forty- three Thousand, Seven Hundred Seventy-five and 00/100 ($143,775.00) Dollars per year, unless pre-approved work requifing additional funds is implemented; and WHEREAS, on May 15, 2024, the BOCC approved the Fourth Amendment to increase the annual agreement amount, due to unanticipated repairs and/or emergency work at various locations, by Two Hundred F1 fty Thousand and 00/100 ($2 5 0,000.00) Dol lars, from One Hundred Forty-three Thousand, Seven Hundred Seventy-five and 00/100 ($143,775.00) Dollars to Three Hundred Ninety-three Thousand, Seven Hundred Seventy-five and 00/100($393,775.00)Dollars; and WHEREAS, on July 17, 2024, the BOCC approved the Fifth Amendment to include Pigeon Key as an additional Middle Keys' location in the current contract, and to update andJor add current revisions pursuant to its ordinances and/or Federal required contract provisions-, and I desireWHEREAS, the parties , to provide r an annual CPI-U increase of 3.4% pursuantt and to renew the term for an additional the parties have found tAgreement, amended, to beneficial- and WHERF,AS, the parties find it would be mutually beneficial to into this Sixth promisesAmendment to the Ofiginal Agreement-, NOW THEREFORE, IN CONSIDERATION of the mutual t accordanceforth below, the parties agree as follows: I In r Agreement,the r optionthe t shall be adjusted accordancethe percentagethe U.S, Department of CommercerConsumers by the U.S. Bureaut r 31 of the previous year of with an effective date of November 1. 2024. Paragraph2. In accordance with t Agreement,the County exercises the option to renew the agreement r the thirdr optional (1) one-year Octoberperiods. This renewal shall connnence on November 1, 2024, and ends upon terminated earlierthis 3. In accordance with Paragraph the 06ginal Agreement, the cost of labor used by the Contractor to fulfill the obligation of the Contract will be calculated using the amended unit pn'ces t forth below as follows: Labor rs of 8:00 a.m. to 5:00 p.m., Monday through Ffiday, excluding holidays: r hour, r hour, mechanic plus helper r hour, mechanic helper working alone or additional helper Overtime rate for hours other than the normal working , including hour,$309.31 per mechanic r hour, mechanic plus helper r hour, mechanic helper working alone or additional Parts t Fifteen percent (15%) of mark up on manufacturer's invoice cost of parts and maten*als (excluding freight, equipment rental, tax amounts, and services supplied by others). Such costs must be documented for each repair and/or maintenance job and V included with all Applications for Payment. For invoicing purposes, the hours should be calculated in fifteen(15) minute increments. The following buildings will require: ........................................................ ...........I. .....................................i.........ii................................................................................................................................................................................................................................................................................................................................ iiiiiiiiiia;&ad........I......................................................................................................................................... One(1),(5)Five(5)Year InspecHon Test(completed within three(3)months of contract commencement'), One (1) Annual Inspection and flow test of the Fire Pump, One (1) Semi-Annual Inspection,and Two(2)Quarterly fire sprinkler system 'Inspections and testing per the latest edition of NFPA 25. .....................................................................................I.....................I........................................................................................................,,,............................................................................................................................................................................................................................................................................................................................................................................................................"I'l""I'll""I'll'll""I'll""II......................................................................................................................................................... Monroe County Detention Center 5501 College Road S-327Q.54 cost/yr. Key West, FL 33040 8 Harvey Government Center 1200 Truman Avenue 12JIE.85 -cost/ff. Key West, FL 33040 1.1.000.00 5 yE. inspection Lester Building 530 Whitehead Street 1 .207.75 cq�t/ r.---I— _y Key West, FL 33040 I�1000.00 5 yr. inspgction Monroe County Courthouse 502 Whitehead Street 1207.75 coqt�yr. Annex/Old Jail Key West, FL 33040 (TESTrNG SCHEDULED AROUND COURT HEARINGS) 1000 00 51rr'. inspection. - ------------ Marathon Govemment Annex 490 63dStreet, Ocean $ 1001.55 c o s t/ 'L.Marathon, FL 33050 500.00 5 . ,yj. insr ct Marathon Jail 3981 Ocean Terrace 1- 1 001-K.- cos —J.: Marathon, FL 33050 ,nsp .00 ___5yT Y n Plgeoti Key 1090 Overseas r22 313.72 cos Maratho .x FL 33050 ,L1 ,5 � ins t n. Plantation Key Courthouse and Mention nOverseas ffi.r .............1157.1!1_62.......... K ............ ............... ` , FL 33070 r� imnp tion followingThe .l. will .4. ......................................................................... ................................................................................................................................ ............................................................................................................................................. ............................................................ .................................................... ....................................................................................................................... One (1), Five(5) Year Inspection Test (completed thin three (3) commencemenit), One (1) Annual Inspection, One (1) Sem'-Annual Inspection, and T (2) Quarterly fire sprinkler system inspections and testing per the latest edition of Monroe County HistoficCourthouse 500 WhiteheadStreet r.......::. m Key'West, 'Fl, 33040 L, 1 OO.d cti. Monroe unty Shen'ff 5525 Colleger e w ' a Administration Bldg. Key West, FL 33040 .... � � I.............1 Di�pt. of Juvenile Justice Building 5 l . .. ors West,Key F: 33040 6 a . ins i. Supervisor of Elections OfficeRoad ......U.&W cost/w. Bayshore Manor Key West, FL 33040 $..........fig...0..........00 - Vr. c . Freeman Justice Center 302 FlemingStreet t yr. Key'Westjl. 33040 L, 1.10 n �5 ti�on OO��OO�5� Murray Nelson Government Center 102050 Overseas ffighway 1.55 cost/3r Key Largo, . 1. 33037 ,0 0 0. n ins i. 4 Monroe County Fire Station No. 17 10 Conch Avenue LNk.60 cost/w. Conch Key, FL 33050 j 500.00 .5 -yr. inspection Monroe County Fire Station,No. 13 390 Key Deer Blvd.Big Pine Key, FL 33043 500.00 -5 insgection Monroe County Fire Station.No,, 8 61802 nd Avenue �6O.�co st/ Stock Island, FL 33040 J_19q.00 5 ff. inspection Joe London Fire Training Academy 56633 Overseas Highway Crawl Key, FL 500.00 5 r. ins ection 1p _ Bemsteln. Park 67515 1h St. 1-11A.60--cost/yir. Stock Island,, FL 33040 5Z. inspection Monroe County Fire Station No, I I(new) 22352 Overseas Highway Cudjoe Key, FL 33042 L-59Q,-00--5y-r., ins ection p-- Marathon Library (new) 3490 Overseas Highway J-§11.60--cost/yr. Marathon, FL 33050 J_59Q.00__5jr. inspect-ion WHE N PERFORMING ANNUAL INSPECTIONS FOR SOME MONROE COUNTY FA CILITIES, PRJMARIL Y THE CO UR THOUSES,ITMA Y BE NE CESSAR Y TO SCHEDULE INSPECTIONS BE F#ORE OF A FTER NORMA L B USINE SS 110 URS, All other pro-vislons of Paragraph 5. D. of the Ofiginal Agreement, as amended,remain the same. Except as set forth in Paragraphs 1. through 3 of this Sixth Amendment to Agreement, in all other respects,the terms and conditions set forth in the On"ginal Agreement,as amended, remain in -full. or and effect. 5 IN WITNESS WHEI� JE,the,parties hereto,have:set their hands and seals the day and = year irst.a ove Written. ' Sri ���5r��'f fR����i°•7•-.1T,.f�,i, .. .. .. � .. - .. � .. BOARD ARD 3F T COMM /II S ION.ERS . P fits, r y tt 5 IN M, I . LE E I i NR E UNTY l~`LORIDA ; Yt7 •r � t\µrye•`[[ff r ���. `w V u ..�%rµ - t 'h;'_.-'�•', li'�f''cgs.'-� .''. As putt'Clerk_ 11�Iayor Date: f,4 l�0 2 AV CCli`ff (.. - Witnesses for'CONTRACTOR: FONT CTOR: S� •�"L IRE, INC•.'NARY ,. • . . . � • 'gn h riz d i afore person auto e a i :legally bind CONTRACTOR n -3 . '5 Date Print Nam' 6 rent Name.._ an T't e [/1 J ddress. urn l 30 _ t#. : : .30 Date Print': .me Teie one Num er . b,M M ' GARYPLU-62 TMARKEE IYYYY� CERTIFICATE OF LIABILITY INSURANCE DATE 91�MMIDD(MM/DD24 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 Andrea Shaw NAME: Acrisure Southeast Partners Insurance Services,LLC PHONE FAX 1317 Citizens Blvd (A/C,No,Ext): (239)261-3646 (A/C,No): Leesburg,FL 34748 A©RIESS:AS haw aacris u re.cam INSURER 5 AFFORDING COVERAGE NAIO# INSURERA:Obsidian Special Insurance Company 16871 INSURED INSURER B:Travelers Casualty and Surety Company of America 31194 Gary`s Plumbing and Fire,Inc. INSURERC:The Burlington Insurance Company 23626 6409 2nd Terrace,Suite 1 INSURER D:Technology Insurance Company, Inc 42376 Key West,F L 33040 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 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 NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MMIDDIYYYY MMIDD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,0001000 CLAIMS-MADE FX OCCUR PTCGL000000078-03 8/13/2024 8/13/2025 DAMAGE TO RENTED 3001000 X X PREMISES Ea occurrence $ MED EXP(Any oneperson) $ 01000 PERSONAL&ADV INJURY $ ,0001000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,0001000 JERC LOC PRODUCTS-COMP/OP AGG $ 2,000,000 F-] POLICY FX-1 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,0001000 Ea accident $ X ANY AUTO X X BA-4S561775-24-42-G 8/13/2024 8/13/2025 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ C UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,0001000 X EXCESS LIAB CLAIMS-MADE X X 604BE0642302 8/13/2024 8/13/2025 AGGREGATE $ 4,0001000 DED RETENTION$ $ ❑ WORKERS COMPENSATION X AND EMPLOYERS'LIABILITY Y 1 N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE X� TVIIC44652'15 $1'1312024 $1'1312025 '1,000,000 N OFFICER/MEMBER EXCLUDED? N/A E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ '1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below m E.L.DISEASE-POLICY LIMIT $ �1,000,000 a. i W DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Monroe County BOCC is included are included as Additional Insured in regards to General Liability,only as required by written contract,including ongoing operations,per form CG2010 0413 and completed operations per form CG2037 0413 on a Primary non-contributory basis per form CG2001 0413 and Waiver of Subrogation perform CG2404 0509. Additional Insured in regards to Auto Liability only as required by written contract perform CAF079 0817 including Waiver of Subrogation.Waiver of Subrogation in regards to the workers compensation per form WC000313.Umbrella follows forms. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe CountyTHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN BOCC ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton St Key West,F L 33040 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD �G3 o couRr� Kevin Madok, CPA Lij, �. �o ........ � Clerk of the Circuit Court& Comptroller Monroe County, Florida ti40z coo N-1 DATE: October 7, 2025 TO: William DeSantis, Director Facilities Maintenance Chrissy Collins Executive Administrator Stan Thompson Contract Manager fac-c .r� roecrour -fl& Y v FROM: Brynn Morey, Deputy Clerk SUBJECT: October 15, 2025 BGCC Meeting The following Agenda item has been executed and added to the record: C8 Approval of a Seventh Amendment to the Agreement with Gary's Plumbing and Fire, Inc. for Full Maintenance Fire Protection Services at County facilities to renew the Agreement for the fourth of four optional one-year renewals and to incorporate a CPI-U increase of 2.9%. Funding is Ad Valorem and Fines and Forfeitures. Should you have any questions please feel free to contact me at(305) 292-3550. c c: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 SEVENTH AMENDMENT TO AGREEMENT FOR FULL MAINTENANCE FIRE PROTECTION SYSTEMS MONROE COUNTY, FLORIDA This Seventh Amendment to Agreement is made and entered into this 15'h day of October 2025, between MONROE COUNTY, FLORIDA C`C0LJNTY"), a political subdivision of the State of Florida, the address of which i's 1100 Simonton Street, Key West, Florida 33040, and GARY'S PLUMBING AND FIRE, INC., a Florida for Profit Corporation, ("CONTRACTOR"), the address of which is 6409 2 n'Terrace, Suite 1, Key West, Flotida 33040 (collectively, the"'Parties""). WHEREAS, on October 20, 2021, the Parties entered into an Agreement for Full Maintenance Fire Protection Systems ("Agreement") whereby the Contractor agreed to provide the County with the inspection, testing, maintenance, and repairs as well as assuring that the equipment was in proper operating condition to protect against unpredictable repair expenditures as well as to ensure reliability and efficiency; and WHEREAS,on Apn'l 20,2022,the Board of County Commissioners ("B OCC"')approved a First Amendment to the Agreement to increase the annual agreement amount by Sixty-Five Thousand and 00/100 ($65,000.00) Dollars, from Seventy Thousand and 00/100 ($70,000-00) Thirty-Fivc Thousand and 00/100 ($135,000.00) Dollars- and Dollars to One Hundred,, 3 WHERF,AS, on September 21, 2022, the BOCC approved a Second Amendment to the Agreement to provide for an annual CPI-U increase of 7%, pursuant to the Agreement, and to renew the term for an additional one-year pen6od; and WHEREAS, on November 8, 2023, the BOCC approved a Third Amendment to the Agreement to provide for an annual CPI-U increase of 6.5%, pursuant to the Agreement, to renew the ten'n for an additional one-year period, to include the new Plantation Key Courthouse and Detention Center as an additional Upper Keys' location, to delete the old Plantation Key Jail location, and to add and/or update provisions to allow for the option of the COUNTY to request from the CONTRACTOR only a proposal/quote for replacement equipment or parts and all associated installation, and WHEREAS, on May 15, 2024, the BOCC approved the Fourth Amendment to the Agreement to increase the annual agreement amount, due to unanticipated repairs and/or emergency work at vadous locations,by Two Hundred Fifty Thousand and 00/100 ($250,000.00) Dollars, from One Hundred Forty-three Thousand, Seven Hundred Seventy-five and 00/100 ($143,775.00)Dollars to Three Hundred Ninety-three Thousand, Seven Hundred Seventy-five and 00/100 ($393,775.00) Dollars; and WHEREAS, on July 17, 2024, the BOCC approved the Fifth Amendment to the Agreement to include Pigeon Key as an additional Middle Keys' location in the current contract, and to update and/or add current revisions pursuant to the Monroe County Code of Ordinances and/or Federal required contract provisions; and WHEREAS, on October 16, 2024, the BOCC approved a Sixth Amendment to the Agreement to provide for an annual CPI-U increase of 3.4%, pursuant to the Agreement, and to renew the terin for an additional one-year penod; and WHEREAS, the parties desire to amend the Agreement, as amended, to provide for an annual CPI-U increase of 2.9%pursuant to the Agreement and to renew the term for an additional one-year period; and WHEREAS,the parties have found the Agreement,as amended,to be mutually bene-ficial; and WHEREAS, the parties find 'it would be mutually beneficial to enter into this Seventh Amendment to the Agreement, and NOW THEREFORE,IN CONSIDERATION of the mutual promises and covenants set forth below, the Parties agree as follows: I. In accordance with Paragraph 6 of the Agreement, the County exercises tile option to amend the Agreement and the amount shall be adjusted in accordance annually with the percentage change in the U.S. Department of Commerce Consumer Pn'ce Index(CPI-U) for all Urban Consumers as reported by the U.S. Bureau of Labor Statistics at December 31 of the previous year of 2.9%, with an effective date of November I 2025,, In accordance with Paragraph 6 of the Agreement, the County exercises the option to renew the agreement for the fourth of(4) four optional (1) one-year penods. This renewal shall commence on November I 1 2025 T and ends upon October 31, 2026, unless terminated earlier under another paragraph of the Agreement. accordance with Subparagraph 5(D)of the Agreement, the cost of labor used by the Contractor to fulfill the obligation of the Contract will be calculated using go the amended unit pfices set forth below as follows. Labor Normal working hours of 8:00 a.m. to 5:00 p.m., Monday through Ffiday, excluding holidays-, $212.18 per hour, mechanic $318.28 per hour, mechanic plus helper $106.10 per hour, mechanic helper working alone or additional helper Overtime rate for hours other than the normal working hours as stated above, including holidays: $318.28 per hour, mechanic $477.41 per hour, mechanic plus helper $159.15 per hour, mechanic helper working alone or additional helper 2 freight,Parts Cost Plus: Fifteen percent (15%) of mark up on manufacturer's invoice cost of parts and materials (excluding equipment rental,, tax amounts, and services supplied Applicationsby others). Such costs must be documented for each repair and/or maintenance job and included with all t. For invoicing purposes, the hours increments.should be calculated in fifteen (15) minute The following buildings will it act commencement), One (1) Annual Inspection and -flow test of the Fire Pump, One (1) Semi-Annual Inspection,and Two(2)Quarterly fire sprinMer system 'Inspections and testing per the latest ed'tion .,..........,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,....................,,:,.........,,,,,,,,,,,............................................................................. .............................................................................................................................. ....................................................... .......... .r................................ DetentionMonroe County 1jaZE.,89 + Key West, FL 33040 U.&�.0�0 �5 ® t Harvey Govemment Center 1200 Truman Avenue 1221L.07 —cost,/ n Key West, FL 33040 0 5 ection „........................................................ . .. .....5 Lester Building 530 Whitehead Street °�. ....4.2.................... Dr. West,Key 13 ,.�M2���������������.®.����������00........�����w�mr. ,,,,,,,,,,,,,,,,, 1.,.,.,.,.........,,,.,.,.,........... WhiteheadMonroe County Courthouse 502 Annex/Old Jail Key West, FL 33040 (TESTING SCHEDULED AROUND COURT HEARINGS) t3.000.00 '�� ............................................. Marathon ova ment Annex 490 631dStreet, Ocean j,!j,m393.Q..t5.9 u .FL 33050 on 1��.................�,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.,.........,..,,I !... ........, '.,.,.,.,.,.,.,.,.,.,.,.,...................... n Marathon Jail 3981, Ocean Terrace $..j II9..............�.......n....................... .........�.......�.....�.....h �1�W���. Marathon,, FL 33050 $.5010.010 5 yr. ., Pigeon y 1090 Overseas Highway cos r R ... 2,960.82 ............................................................... Marathon, FL 33050 1.1.5.,A000.... �.9 '........ ......................... ... Pla n Courthouse Detentlon Ifighway 10AMN—STigm Tavernier, L 33070 hm IF 11 ingnection he -fol-lowing buildingswill require: ....................................................................................... i :::::::::..::.::.::::::.::::::.:.::.:::.::.::.::.::.::.:::..:::.:::..:.:::.:.:.::::::::::::::::::::::::::::::::::::R:,......,.....,............ threeOne (1), (3) months of contract . fl MAnnual S .- Inspection, (2)Quarterly fire sprin1der system 'Inspections and testing per the latest edition of NFPA 0 .:. m,,,,,,,,,,,,m, mm„ mm, m„m,,,,m,m,,,,,,,,,,,,,........................,,,,,,,,, m r,,,......................................... .................................................................................................., Monroe County Histofic Courthouse 500 Whitehead Street $J2 . , FL 33040 S_LQQQ.00_ .5 W. inspection 525 College Road Monroe County Shen*, 5 ...rA...:... �.:.11 � r.......................... 11 Administration Bldg. Key West, . L 33040 ...................................... -'--I ect' Dept. of Juvenile u 5503 Col o ... 1...... ' �.. ..nn...cos. r. West,Key Fl. 33040 1.i 1 Supervisor of Elections 5200 CollegeRoad $636.54 cost/w. , y , FL 33040 UOUO111111y 1111, .11111 n Freeman. Justice Cend 2 Fleming Street J, 22_1 n�81 cosh ,, Key West, FL 33040 I. D-&Q.Q..�. ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,Key yl.h......, , ,,,,,,,,,,,,......, . . Murray Nelson Govemment Center 102050 Overseas Highway L, 1.�0�30-�59 �cos�t/ Largo, 33037 4 Monroe County Fire Station No. 17 1.0 Conch Avenue $OA..54 cost/yr. Conch Key, FL 33050 1500.00___ 5 - r. ins 1 ction e Monroe County Fire Station No. 13 390 Key Deer Blvd. S.616.54. cost/vr� Big Pine Key, FL 33043 159Q,00 nd r, Monroe County Fire Station'No 8 61.80 2 Avenue 161kj.5.4.............................coo--Sy� ........... ........................... Stock Island, FL 33040 vr. 1no'necti.on. Joe London 'Fire Training Academy 56633 Overseas ffighway Cos ........................................... Crawl Key, 'FL 5 -vr. ine"antion Bemstein Park. 6751 51h St. $.636.54 cost/w. Stock Island, FL 33040 r. ins-pection ...................................---y--- - Monroe County Fire Station No., I I(new) 22352 Overseas 'Highway j, 636.54___cos-t/yr. Cu4joe Key, FL 33042 $500.00 .5 ins, ecticyn Marathon Library (new) 3490 Overseas Highway $.63 ....................4.............................-20�� Marathon, FL 33050 $21QQ2.00.............................5... dam. WIMN.PERFORMING ANNUAL INSPECTIONS FOR SOME MONROE COUNTY FA CILITIESv PR[MARILY THECOURTHOUSES,IT MAYBE NP.,'wCFhVVARY'TO.LIVCIIEDUI,.E.[N�.VPF-,C77ONS BEFORE OF AFTF.R NORMALB USINFESS HOURS, A.11 other provisions of'Paragraph, 5. D., of the Ofiginal Agreement, as amended, remain the saine. IREMAINDER OF �PAGE IN14ENTIONALL-V LEFT BLANK] ISIGNATURE PAGE TO FOLLOW1 5' IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. cm _ . s w�= BOARD OF COUNTY CCMIViISSIERS= Attest: KEVIN MADO& CLERK OF MONROE COUNTY,FL�:ORIDA-P- B Y %r -.-- B As eputy Clerk Mayor Date: 10 q ZAZMONROE COUNTY ATTORNEYS OFFICE APPROVED AS TO FORM TA GQUNTY ATTORNEY DATE: 9.19,2025. Witnesses for CONTRACTOR: CONTRACTOR: GARY'S PLUMB IN C AND FIRE, INC, By: CAW L Signature of pers n authorized to Si a legally bind CONTRACTOR 9W41,11 5 11 to A r-v 1k )LIM c6i 1)XA.'. P#5tde4 ate Print Name Print Name Jnd Title 6::�A Address. Z000-0. Sign re 00W A. t 1j'0 laalu 11.0 p /'40 OA • r ��C Date Pr'PriA Name Telephone Number Bate 6 GARYPLU-62 TMARKEE CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY)91412625 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 NNAMEACT Taylor Markee Acrisure Southeast Partners Insurance Services,LLC PHONE FAX 1317 Citizens Blvd (A/C,No,Ext): (239)261-3646 (A/C,No): Leesburg,FL 34748 A©RIESS: a tmarkee acris u re.cam INSURER 5 AFFORDING COVERAGE NAIL# INSURERA:Obsidian Special Insurance Company 16871 INSURED INSURER B:Travelers Casualty and Surety Company of America 31194 Gary`s Plumbing and Fire,Inc. INSURERC:The Burlington Insurance Company 23626 6409 2nd Terrace,Suite 1 INSURER D:Technology Insurance Company, Inc 42376 Key West,F L 33040 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 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 NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MMIDDIYYYY MMIDD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1 A01000 CLAIMS-MADE FX] OCCUR PTCGL000000078-04 8/13/2025 8/13/2026 DAMAGE TO RENTED '1001000 X X PREMISES Ea occurrence $ MED EXP(Any oneperson) $ 51000 PERSONAL&ADV INJURY $ ,0001000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,0001000 JERC LOC PRODUCTS-COMP/OP AGG $ 2,000,000 F-] POLICY FX-1 OTHER- $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 'l,000,000 Ea accident $ X ANY AUTO X X BA-4S561775-25-42-G 8/13/2025 8/13/2026 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ C UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,0001000 X EXCESS LIAB CLAIMS-MADE X X 604BE0642303 8/13/2025 8/13/2026 AGGREGATE $ 4,0001000 DED RETENTION$ $ ❑ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y 1 N x TVIIC4657250 $1'1312025 $1'1312026 'I,000,000 N OFFICER/MEMBER EXCLUDED? N1A E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1 A01000 If yes,describe under 1 A01000 DESCRIPTION OF OPERATIONS below AP . m E.L.DISEASE-POLICY LIMIT $ DAB' 9.5.2 -•--- T T�. WAR wd?kX DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Monroe County BOCC is included are included as Additional Insured in regards to General Liability,only as required by written contract,including ongoing operations,per form CG2010 0413 and completed operations per form CG2037 0413 on a Primary non-contributory basis per form CG2001 0413 and Waiver of Subrogation per form CG2404 0509. Additional Insured in regards to Auto Liability only as required by written contract per form CAF079 0321 including Waiver of Subrogation.Waiver of Subrogation in regards to the workers compensation per form WC000313.Umbrella follows forms. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe CountyTHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN BOCC ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton St Key West,F L 33040 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD �G3 o couRr � Kevin Madok, CPA Lij, �. �o ......... � Clerk of the Circuit Court& Comptroller Monroe County, Florida ti40z coo N-1 DATE: November 18, 2025 TO: William DeSantis, Director Facilities Maintenance Chrissy Collins Executive Administrator Stan Thompson Contract Manager fac-c .r� roecrour -fl& Y v FROM: Brynn Morey, Deputy Clerk SUBJECT: November 12, 2025 BOCC Meeting The following item has been executed and added to the record. F18. Approval of an Eighth Amendment to the Agreement with Gary's Plumbing and Fire, Inc. for Full Maintenance Fire Protection Services at County facilities to add the Monroe County Sheriff Firing Range and the [Monroe County Emergency operations Center as additional [Middle Keys locations and to add the Clerks Offsite Record Storage as a Lower Keys location retroactive to November 1, 2025. Funding is Ad Valorem and Fines and Forfeitures. The "Not to Exceed" is being increased by $87000.00. Should you have any questions please feel free to contact me at(305) 292-3550. c c: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 AgreementEIGHTH AMENDMENT TO AGREEMENT FOR FULL MAINTENANCE FIRE PROTECTION SYSTEMS MONROE COUNTY, FLORIDA Thi's Eighth Amendment to t 12'hday of November ! between MONROE FLORIDA ("COUNTY"), StateWest, GARY'S PLUMBING AND FIRE,, INC., a Florida for Profit Corporation, ("'CONTRACTOR"), the address of whi'ch is 6409 2 d Terrace, Suite 1, Key West, Flon'da 33040 October(collectively, the "'Parties""). VMEREAS, on SystemsMaintenance Fire Protection " " the County with the inspection, testing, maintenance,, and repairs as well as assun9ng t the operatingequipment was in proper t unpredictable repair expenditures as well as to ensure reliability and efficiency, and s2022,t ("BOCC")approved Thousand and 00/100 ($65,000.00) Dollars, from Seventy Thousand and 00/100 ($70,000.00) Dollars a First Amendment to the Agreement to increase the annual agreement amount by Sixty-Five Amendment to the Agreement t t to the Agreement, and to additionalrenew the term for an and x WHEREAS, on November 8, , Agreement to provide for an annual CPI-U increase of 6.5%, pursuant to the Agreement, to renew the term for an the BOCC approved a Third Amendment to the Detention Center as an additional Upper Keys location, to delete the old Plantation Key Jail updatelocation,, and to add and/or from the CONTRACTOR only a proposal/quote for replacement equipment or parts and all associatedinstallation; VMEREAS, on May 15, 2024, the BOCC approved the Fourth Amendment to the Agreement to increase the annual agreement amount, due to unanticipated repairs locations,emergency work at van'ous Dollars, from One Hundred, Forty-Three Thousand, Seven Hundred, Seventy-Five and 00/100 ($143,775.00) Dollars to Three Hundred, Ninety-Three Thousand, Seven Hundred, Seventy-Five and 00/100 ($393,775.00) Dollars; and the BOCC approved the Fifth Amendment to the Agreement to include Pigeon Key as an additional Middle Keys locationthe current contract, and to update contractand/or Federal required provisions and y WHEREAS, on October 16, 2024, the BOCC approved a Sixth Amendment to the Agreement to provide for an annual CPI-U increase of 3.4%, pursuant to the Agreement, and to renew the term for an additional one-year pefiod; and Seventh WHEREAS, on October 15, 2025, the BOCC approved a Amendment to the Agreement to provide for an annual CPI-U increase of 2.9%, pursuant to the Agreement, and to renew the term for an additional one-year pen'od; and WHEREAS,the parties find it would be mutually beneficial to include the Monroe County Sheriff Fin'ng Range and the Monroe County Emergency Operations Center as additional Middle Keys locations, and the Clerk's Offs1te Record Storage as a Lower Keys location retroactive to November I 3 2025- and WHEREAS, the Ofiginal Agreement, as amended in the Fourth Amencbment, provides in Paragraph 5 (E) that the total compensation to the Contractor shall not exceed Three Hundred, Ninety-Three Thousand, Seven Hundred Seventy-Five and 00/100($3 93,77 5,00)Dollars per year, unless pre-approved work requifing additional fands is implemented,- and WHEREAS, the parties find it would be mutually beneficial to 'increase the annual agreement amount by Eight Thousand and 00/100 ($8,000.00) Dollars due to additional locations being included in the service; and WHEREAS, the parties have found the Ofiginal Agreement, as amended, to be mutually beneficial and the Contractor agrees and consents to such revisions in the Ofiginal Agreement; and WHEREAS, the parties find it would be mutually beneficial to enter into this Eighth Amendment to the Agreement; and NOW THEREFORE, IN CONSIDERATION ofthe mutual promises and covenants set forth below, the Parties agree as follows: In accordance with Paragraph 5 (E)of the Ofiginal Agreement as amended,total compensation to the Contractor under the On'ginal Agreement,as amended,shal I be increased and shall not exceed Four Hundred One Thousand, Seven Hundred Seventy-Five and 00/100 ($401,775.00) Dollars per year, unless pre-approved work requifing additional ftmds is implemented. 2, In accordance with Subparagraph 5(D) of the Agreement, the cost of labor used by the Contractor to fulfill the obligation of the Contract will be calculated using the amended unit pfices set forth below as follows: Labor .......... Normal working hours of 8:00 a.m. to 5:00 p.m., Monday through Ffiday, excluding holidays.- $212.18 per hour, mechanic $318.28 per hour, mechanic plus helper S 106.10 per hour, mechanic helper working alone or additional helper 2 freight,Overtime rate for hours other than the normal wor-Ung hours as stated above, including $318.28 per hour, mechanic $477,41 per hour, mechanic plus helper $159.15 per hour, mechanic helper working alone or additional helper Parts Cost Plus. Fifteen percent (15%) mark-up on manufacturer's. invoice cost of parts and maten'als (excluding and services supplied equipment rentaL tax amounts, by others). Such costs must be documented for each repair and/or maintenance job and included with all Applications should be calculated in fifteen (15) minute increments. The following buildings will o. One (1), Five (5) Year Inspection Test (completed i f contract commencement), Semi-Annual Inspection, and Two(2)Quarterly fire spri&nkler system 'Inspections and Monroe County Detention Center 5501 College Road JJU2.�89 �co�st/ Key West, FL 33040 �N��m nnY •. ins.. � ,I n,,,,,,,,,,, _ ��,�,r,��,,,,,,,,,,,,,,,�m,�,,,,,,,,,,,,,,1 IY,,,,,,���������„��������m„,,,���m„��n�m������������������ Harvey t Center Key West, FL 33040 ins,,,,,,,,,,,,,,,,,,,,,,,,,�m ..' �. Lester Building 530 Whitehead Street $124Z.77_cost/yr. West,Key I e� a ",,,,,,.,,.vmnnnnnnnnnmunnnnnnnnnnnnnnnnnnnnn ,nmm�nnnnnnm2nnnn. Monroe County Courthouse 502 Whitehead Street L14Z.77_cost/yr. Annex/Old Jail Key West, FL 33040 ecl �....4, ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,�`,,,,,,,,,,,,,,,,,,,,,,,.. ,,,,,,,,,,,,,,,,,,,,,,,,,. Marathon t Annex 490 63dStreet, Ocean 9—.5-9——C-0—S Vy—r. Marathon Jail 3981 Ocean Terrace C�os V�r Marathon, FL 33050 S5Q9.00 5M,, ins ection Pigeon Key 1090 Overseas Highway Marathon, FL 33050 Plantation Key Courthouse and 88770 Overseas Highway Detention Center (new) Tavemier, FL 33070 (TESTING SCHEDULED AROUND COURT HEARINGS) Emergency Operations Center Bul'U'rig and RI'sers Inspecti'on 7280 Overseas Highway 1212%_00--c-0—SAVY—r. Marathon,, FL 33050 Clean Agent Inspection 7280 Overseas Highway Q_0_0 _Comt/y_r. Clerk of Couxt Rockland Storage I I I Overseas HighwayMarathon, FL 33050 Key West, FL 33050 The following buildings will require-, One (1), Five (5) Year Inspection Test (completed within three (3) months of contract commencement), One (1) Annual Inspection, One (1) °- Annual Inspecfion, and Two (2) Quarterly fire sprinkJer system inspections and testing per the latest edition of NFPA Monroe County Historic Courthouse 500 Whitehead Street $'1 �42-7 7 cosVyr Key West, FL 33040 II'�y � r 1000.00 _jAQ9&Q 5 yj� ect: . irkM ion Monroe County Sheriff 5525 College Road $2,uxumiwnu _ Administration Bldg. Key West, FL 33040 1000.00 �5 �q_ U Dept. of Juvenile Justice Building 5503 College Road $.g�,000.57up l . �5 .. insRection Supervisor of Elections 5200 College Road _�co�st/�T. Key West, FL 33040 $j00.00___ 5 ins ection M---p Freeman Justice Center 302 Fleming Street SLUL.8 1—_cost/yr, Key West, FL 33040 (TESTING SCHEDULED AROUND COURT HEARINGS) ILQQQ.00-- 5 ff. inspection Murray Nelson Govemment Center 102050 Overseas Highway L. 3 0 3 0.5 Key Largo, FL 33037 j,. 10aO �_�ins�e Monroe County Fire Station No. 17 10 Conch A-venue S6K.5 4---q o st/M. Conch Key, FL 33050 500.00 5 v-r �p5,,,]pection ................. .............................................. Monroe County Fire Station No. 13 390 Key Deer Blvd,, v 54 cosV T. y Big Pine Key, FL. 33043 �$1500.00 .............................................................I-...................................................................I ............Y K............. Monroe County Fire Station'No. 8 61802 d Avenue J§M,54 �co�st/ Stock Island, FL 33040 IS500.00 .5 y".r ApVgction ....d 11................................................................................. ......... ............................. Joe London Fire Training Academy 56633 Overseas Highway $636,,,54 cost/ Crawl Key, FL 1 S .....'1500.00 5 �ins�, ion .....................................................................................................................I .......................... Bemsteln Park 67515"' St. J§I!L�54 . Stock Island, FL 33040 00. y- ........................................ ............ Monroe County Fire Station No. 11 22352 Overseas Highway 10j.54 co st/yr. job Key, FL 33042 5._Y ection ............... 5 [SIGNATURE PAGE TO FOLLOW] IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. Y f. BOARD OF COUNTY COMMISSIONERS Attest: KEVIN MADOK,CLERK OF MONROE COUNTY,FLORIDA By: By: As eputy Clerk Mayor Date: !l MONROE COUNTY ATTORNEYS APPROVED AS TOFOW r CNJ �11T G��7�P�11i`Y�Y a■ CD "10%ot?tnesse for CONTRACTOR: CONTRACTOR: OARY'S PL BIND AND FIRE, INC. 00i YBy: op 14 fAc��4 If 1111111c� Signature f person luthorized to Sign 9re legally bind CONTRACTOR lee D to Print Name Print Narde and Title 6 q09 01 Address: Signatu Key 0 . - eve) r 1 1 Date Print Name Telephone Number /a 13 Date 7 GARYPLU-62 TMARKEE CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY)91412625 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 NNAMEACT Taylor Markee Acrisure Southeast Partners Insurance Services,LLC PHONE FAX 1317 Citizens Blvd (A/C,No,Ext): (239)261-3646 (A/C,No): Leesburg,FL 34748 A©RIESS: a tmarkee acris u re.cam INSURER 5 AFFORDING COVERAGE NAIL# INSURERA:Obsidian Special Insurance Company 16871 INSURED INSURER B:Travelers Casualty and Surety Company of America 31194 Gary`s Plumbing and Fire,Inc. INSURERC:The Burlington Insurance Company 23626 6409 2nd Terrace,Suite 1 INSURER D:Technology Insurance Company, Inc 42376 Key West,F L 33040 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 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 NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MMIDDIYYYY MMIDD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1 A01000 CLAIMS-MADE FX] OCCUR PTCGL000000078-04 8/13/2025 8/13/2026 DAMAGE TO RENTED '1001000 X X PREMISES Ea occurrence $ MED EXP(Any oneperson) $ 51000 PERSONAL&ADV INJURY $ ,0001000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,0001000 JERC LOC PRODUCTS-COMP/OP AGG $ 2,000,000 F-] POLICY FX-1 OTHER- $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 'l,000,000 Ea accident $ X ANY AUTO X X BA-4S561775-25-42-G 8/13/2025 8/13/2026 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ C UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,0001000 X EXCESS LIAB CLAIMS-MADE X X 604BE0642303 8/13/2025 8/13/2026 AGGREGATE $ 4,0001000 DED RETENTION$ $ ❑ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y 1 N x TVIIC4657250 $1'1312025 $1'1312026 'I,000,000 N OFFICER/MEMBER EXCLUDED? N1A E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1 A01000 If yes,describe under 1 A01000 DESCRIPTION OF OPERATIONS below AP . m E.L.DISEASE-POLICY LIMIT $ DAB' 9.5.2 -•--- T T�. WAR wd?kX DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Monroe County BOCC is included are included as Additional Insured in regards to General Liability,only as required by written contract,including ongoing operations,per form CG2010 0413 and completed operations per form CG2037 0413 on a Primary non-contributory basis per form CG2001 0413 and Waiver of Subrogation per form CG2404 0509. Additional Insured in regards to Auto Liability only as required by written contract per form CAF079 0321 including Waiver of Subrogation.Waiver of Subrogation in regards to the workers compensation per form WC000313.Umbrella follows forms. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe CountyTHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN BOCC ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton St Key West,F L 33040 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD .---� GARYPLU-02 TMARKEE �..- CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)9/4/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Taylor Markee Acrisure Southeast Partners Insurance Services,LLC PHONE FAX 1317 Citizens Blvd A/C,No,EXt):(239)261-3646 (A/C,No): Leesburg,FL 34748 ADDRESS:tmarkee@acrisure.com INSURERS AFFORDING COVERAGE NAIC# INSURER A:Obsidian Specialty Insurance Company 16871 INSURED INSURER B:Travelers Casualty and Surety Company of America 31194 Gary's Plumbing and Fire,Inc. INSURER C:The Burlington Insurance Company 23620 6409 2nd Terrace,Suite 1 INSURER D:Technology Insurance Company, Inc 42376 Key West,FL 33040 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 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 NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 17000,000 CLAIMS-MADE [X] OCCUR PTCGL000000078-04 8/13/2025 8/13/2026 DAMAGE TO RENTED 100,000 X X PREMISES Ea occurrence $ MED EXP(Any oneperson) $ 51000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,0005000 POLICY PECOT- LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ X ANY AUTO X X BA-4S561775-25-42-G 8/13/2025 8/13/2026 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ C UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 41000,000 X EXCESS LIAB CLAIMS-MADE X X 604BE0642303 8/13/2025 8/13/2026 AGGREGATE $ 4'0005000 DED RETENTION$ $ D WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE N N/A X TWC4657250 8/13/2025 8/13/2026 1,000,000 E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1000000 DESCRIPTION OF OPERATIONS below By, E.L.DISEASE-POLICY LIMIT $ ' ' ATE U.21 - , ' DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Monroe County BOCC is included are included as Additional Insured in regards to General Liability,only as required by written contract,including ongoing operations,per form CG2010 0413 and completed operations per form CG2037 0413 on a Primary non-contributory basis per form CG2001 0413 and Waiver of Subrogation per form CG2404 0509. Additional Insured in regards to Auto Liability only as required by written contract per form CAF079 0321 including Waiver of Subrogation.Waiver of Subrogation in regards to the workers compensation per form WC000313.Umbrella follows forms. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe Count BOCC THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN y ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton St Key West,FL 33040 AUTHORIZED REPRESENTATIVE �r ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD y y. W tl4 StatePlurnbling License# r're Marshall License# ` CFC 1,4,25735PCB - 1 1 A PROPOSAL November 2 , 2025 Monroe County Pubtic Works 1100 Simonton Street Key West, FL 33,04 Subs Fire Booster Pump System Loci County Historic Jail ATN:Wittlarn DeSant,ls, Chnissy Collins, Gary I s, Ptur w bit g are d Fire its pleased to p resent th is p r saI for the La b o r materials, and perr tting required to connect the FKAA water main the new pump booster system. Note.,The fire pump control panel and jockey pump are not included in this proposat, as they are already cove�r,ed under existing Purchase OrderB-PO 925-00 34.Allscopes included within that PO will be accomplished under this task and are notpart f'the add itional scope provided here. Engineered darn will include directional boring from,the courthouse parking lot to the courtyard fire pump enclosure,with are approximate distanc f 200 feet-from the FKAA main connection point on Flemming Street. Pump,equipment mill beinstalted on the owner-supptled concrete housekeeping pad within a Breather-protective enclosure., This scope also includes all necessary electrical work for the system, including conduit placement and wiring a�bove,and below ground to support the fire alarm connection, °which will be completed in coordination with the building's alarm contractor.,Work will,include excavation, pipe installation, balickftow pirotection,, bollard installation, and final testing and inspection by the Key West Fire Department.All work will adhere to loclat,codes, FKAA re irements,,, and established life safety standards. Scope of Work Includes: Provide engineered pleas and specifications Permit application City of Key West Right-of-Way permit, 0 Road closure permit and barricades Asphalt saw c ttin and removal K A water main to 9 2Terrace,Suite 1 Key West,FL,3130140 j I I i D , Beata lumb � ice �`` State Fire Marshatl I.Aicense . I� Install " R.PDA blackflow preventer Install " barricades/bollards with reflective covers Directional boring 200'±for 2" HDPE'DR1 1 (alarm tiamper tine) 40 Install "C- pipe in roadway(per FKAA specification) Instatt ""C-9010 DR1 4 pips after I PDA. (Protective bollards with sleeves for Excavate from pump, location to buil it lg Install 61 pressure lire to, building Build gatvanized ris,er on building wall Connect to existing sprinkler line Disconnect existing fire booster pump system Cap and remove nor-esse a ial i rl; Testing and inspection by Key West,Fire Department PROPOSAL BREAKDOWN-. Respe ll Sub'n i it �rrz�, rail ary Plur l in are Fire, Inic. �w4 9 2��Terrace,Sul Sulite 1, "' ey West, '1,304