Loading...
HomeMy WebLinkAboutItem C12 COUNTY of MONROE BOARD OF COUNTY COMMISSIONERS Mayor Michelle Lincoln,District 2 The Florida Keys Mayor Pro Tern David Rice,District 4 y Craig Cates,District 1 James K. Scholl,District 3 � « Holly Merrill Raschein,District 5 Regular Meeting February 18, 2026 Agenda Item Number: C12 26-0410 BULK ITEM: Yes DEPARTMENT: Engineering Services and Roads TIME APPROXIMATE: No. STAFF CONTACT: Christine Limbert-Barrows AGENDA ITEM WORDING: Approval to waive the price quote requirement under the purchasing policy and enter into an Agreement for the repair and replacement of the US 1 Key Largo Welcome Sign with Handstands Plus, Inc. d/b/a Eye Catchers Signs in a not to exceed amount of$54,232.00 which will be paid from Tourist Development Tax (TDT) revenues and an insurance settlement. Eye Catchers originally manufactured and installed the sign which was damaged in a vehicular accident. ITEM BACKGROUND: Eye Catchers originally manufactured and installed the Key Largo Welcome sign on US 1. The sign was badly damaged in a vehicular accident. The County settled its claim against the insurance company in the amount of$22,257.10 (insurance carrier portion of $7,03 8.20 remaining is being paid by driver in $100.00 per month installments). The remaining cost of the repair/replacement will be paid from District V TDT revenues. The Agreement with Eye Catchers is in the not to exceed amount of$54,232.00 which includes optional services of shrub replacement and installation of new grass as needed. The cost for the permit fees will be reimbursed by the County as a pass-through cost. Eye Catcher will be working with the Florida Department of Transportation to obtain a permit or to utilize the prior permit using the prior drawings. Utilizing Eye Catchers should allow for the project to move forward expeditiously and in a cost-effective manner. The project should be completed within 6 months. While request for quotes from other companies were sought, no quotes were provided. One company indicated that they don't handle the permitting process and declined to provide a quote. Another company responded that they would not be interested in submitting a bid and another company never responded to multiple requests. For this reason, approval to waive the additional price quote requirement is sought. PREVIOUS RELEVANT BOCC ACTION: N/A INSURANCE REQUIRED: Yes- Cols to be provided. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: Approval DOCUMENTATION: Agreement with Eye Catchers for Key Largo Welcome Sign Repair and Replacement with legal stamp.pdf COIs.pdf FINANCIAL IMPACT: Effective Date: 2/18/26 Expiration Date: Upon Completion; Approx. 6 months from issuance of the Notice to Proceed Total Dollar Value of Contract: $54,232.00 plus permit fees (as applicable) Total Cost to County: This will be paid from insurance proceeds and TDT revenues. No general county funds will be used for this project. Current Year Portion: $54,232.00 Budgeted: Yes. Source of Funds: Fund 121 Cost Center (CC) 71020 CPI: N/A Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: N/A Revenue Producing: No. If yes, amount: Grant: County Match: Insurance Required: Yes, COIs provided. C 12. Approval to waive the price quote requirement under the purchasing policy and enter into an Agreement for the repair and replacement of the US 1 Key Largo Welcome Sign with Handstands Plus, Inc. d/b/a Eye Catchers Signs in a not to exceed amount of$54,232.00 which will be paid from Tourist Development Tax (TDT)revenues and an insurance settlement. Eye Catchers originally manufactured and installed the sign which was damaged in a vehicular accident. Standard Between and Contractor Where the basis of payment is a STIPULATED SUM AGREEMENT in the year of Two Thousand and Twenty-Six. BETWEEN the Owner: Mon-roe County Board of County Commissioners (...BOCC") Key West, Florida 33040 COwner") And the Contractor.- Handstands Plus, Inc. d/b/a Eye Catchers Signs 88511 Overseas Highway Tavernier, FL 33070 ("Contractor") For the following Project, Made as of the day of iQ Key Largo Welcome Sign Replacement Monroe County, Florida ("Project,") The Owner and Contractor agree as set forth below. ARTICLE 1 The Contract Documents The Contract Documents consist of this Agreement, Insurance Requirements and Documents, and other documents listed in this Agreement and Modifications issued after execution of this Agreement. These form the Contract and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, . . . . a representations, or either written or oral. mailed, Notice Requirement All written correspondence to the COUNTY shall be dated and signed by an authorized representative of the CONTRACTOR. Any notice required or permitted under this agreement shall be in writing and hand delivered or postage 7 to the following.- Ms. Judith Clarke, to the COUNTY by certified mail, return receipt requested, P.E. Director of Engineering Services W e Ic o rn e S i can Re',, "i Monroe County I 100 Simonton Street, Room 2-216 Key West, Florida 33040 For the Contractor: TJ Hayes Eye Catchers Signs 88511 Overseas Hwy Tavernier, FL 33070 ARTICLE 2 The Work of this Contract The Contractor shall execute the Scope of Work as specified and described in Attachment A. The 0 contract constitutes the entire and exclusive agreement between the Owner and the Contractor with reference to the Key Largo Welcome Sign Replacement Project. ARTICLE 3 Date of Commencement and Substantial Completion 301 The date of commencement is the date from which the Contract Time of Paragraph 3.2 is measured and shall be the date specified in the Notice to Proceed issued to the Contractor by the Owner. 3.2 The Contractor shall achieve Substantial Completion of the entire Work not later than 180 Da s after the Date of Commencement, ® 0 to adjustments of the Contract Time as provided by the Contract Document. Uncontrollable Circumstance 3.3 Any delay or failure of either Party to perform its obligations under this Agreement will be excused to the extent that the delay or failure was caused directly by an event beyond such Party's control,, without such Party's fault or negligence and that by its nature could not have been foreseen by such Party or, if it could have been foreseen, was unavoidable: (a) acts of God- (b) flood, fire, earthquake, explosion, tropical storm, hurricane or other declared emergency 'in the geographic area of the Project, (c) war, invasion, hostilities (whether war is declared or not), terrorist threats or acts, not, or other civil unrest in the geographic area of the Project, (d) government order or law in the geographic area of the Project, (e) actions,, embargoes, or blockades in effect on or after the date of this Agreement, (f) action by any governmental authority prohibiting work in the geographic area of the Project-,(each, a "Uncontrollable Circumstance"). CONTRACTOR'S financial inability to perform, changes in cost or availability of materials, components, or services, market conditions, or supplier actions or contract disputes will not excuse performance by Contractor under this Section. Contractor shall give County written notice within 7 days of any event or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, and the anticipated duration of such Uncontrollable Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance under this Agreement. The County will not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only seek a no cost Change Order for such reasonable time as the Owners Representative may determine. 2/18/26 CONTRACT DOCUMENTS 2 elcome 7,,1 acement.................. .......... ,ARTICLE41 Contract Sum 4.1 The owner shall pay the Contractor in current funds for the Contractor's performance of the Contract, for the Key Largo Welcome Sign Replacement Project for a total not to exceed amount of (Fifty-Four Thousand Two Hundred and Thirty-Two Dollars and Zero Cents $54,232.00- This amount includes Option Services as needed as set forth M* Attachment A) ("Contract Sum") subject to additions and deductions as provided in the Contract Documents. Any permit fees will be reimbursed to the Contractor by the County as a pass-through cost. ARTICLE 5 Payments 5.1 Based upon Invoices submitted by the Contractor to the Owner, the Owner shall mak-e payments upon completion of Description ofWork/Task as set forth in Attachment A- Contractor shall submit to the County invoices with supporting documentation that are acceptable to the Clerk. Acceptability to the Clerk is based on generally accepted accounting principles and such laws, rules, and regulations as may govern the Clerk's disbursal of funds. 5.2 The period covered by each Invoice for payment shall be one calendar month ending on the last day ofthe month. 5.3 County shall pay pursuant to the Local Government Prompt Payment Act 218.70 Florida Statutes. 5.4 Each Invoice for Payment shall be based upon Description of Work/Task and corresponding Fee and in accordance with the Contract Documents. 5.5 Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming Work and to satisfy other requirements, if any, which necessarily survive final payment. ARTICLE6 Insurance 6.1 Prior to commencement of work the Contractor will provide satisfactory evidence of insurance in the form of Certificates of Insurance as required in the Insurance Statement. 6.2 The Contractor shall name the Monroe County Board of County Commissioners, its employees and officials as "Additional Insured" on all policies except for Worker's Compensation. 2/18/26 CONTRACT DOCUMENTS 3 c Sign !Ze ax,lw K L,A `W"C1C('),tn l ........... Insurance Statement The Insurance requirements are as follows. 611 S U ra n,c e R M9inM2!:q Limits Worker's Compensation Statutory Limits Employer's Liability WC3 $1900090001$115000,0001$190005000 General Liability GL3 $ 1,000,000 Combined Single Limit Vehicle Liability VL3 $500,000 per person; $1,000,000 per occurrence (Owned, hired and $100,000 Property Damage Non- owned Vehicles) or $1,000,000 Combined Limit All insurers shall have an A. I. Best rating of VI or better and shall be licensed to do business m the state of Florida. ARTICLE 7 M'scellaneopus Provisions 7.1 Vvhere reference is made in this Agreement to a provision or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. . ® COUNTY FORMS By signing this Agreement, Contractor has sworn or affirmed to the following requirements as set forth in the 0 Public Entity Crime Statement, Ethics Statement, Vendor Certification Regarding Scrutinized Companies List and Affidavit Attesting To Noncoercive Conduct For Labor Or Services as set forth in more detail in this Agreement. PUBLIC ENTITY CRIME STATEMENT: Contractor certifies and agrees that Contractor nor any Affiliate has been placed on the convicted vendor list within the last 36 months. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity- may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity; and may not transact business with any public entity. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid, proposal or reply on contracts to provide any goods or services to a public entity, 0 may not submit a bid, proposal or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals or replys on leases of real property to public entity, may 2/18/26 CONTRACT DOCUMENTS 4 1, c u a e TI reu v n C111clit not be awarded or perform work as a contractor, supplier, subcontractor, Contractor or subcontractor under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed can the convicted vender list. y signing this Agreement, Contractor represents that the execution of this Agreement will not violate the Public Entity Crites Act(Section 287.133, Florida Statutes). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto, and may result in d ban-n nt from ounty's competitive procurement activities. In addition to the foregoing, Contractor further represents that there has been no determination, based on an audit, that it or any subcontractor has committed an act defined by Section as aL 9 Florida 7 public ` 77t has not been formally charged • "publicth committing an act defined as a crime" 'InvolvedI y and that . regardless of the amount of money Contractor will promptly notify the County Iff it or any subcontractor'I's formally charged With an act defined as a "public entitv crime" or has been placed on the convieted 'vendor list. IV ETHICS r . CLAUSE: By signing this employed, otherwise had act on his/her behalf any former County officer or employee in violation of Section 2 of Ordinance breach or violation of this provision the County . . . . . . in its discretion,terminate this Agreement without liability 7 and may also, in discretion, deduct from the Agreement or purchase price, or otherwise recover,the full amount of any fee, . . . . . . commission, or consideration paid to the former County officer or employee. percentage,gift, VENDOR CERTIFICATION REGARDING SCRUTINIZED COMIPANIES LISTS. Contractor agrees and certifies compliance with the following: Section ■ . . . 287.135, prohibitsFlorida Statutes 7 submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or 7 the Contractor is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 7 Florida Statutes, Section Florida Statutes, also prohibits a Contractor from or is engaged in a Boycott of 7 bidding. . . . submitting a proposal or entering into or renewing a contract for goods or services of 7 7 7 7000 or more, if the Contractor/company is on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with. Activities. . . Florida or is engaged in business operations in Cuba or Syria and is not on the State Board of 215.473, 7 Administration's "Scrutinized List of Prohibited Companies" available under the quarterly reports section at Wp5,,-://www.sbafla.com/re As the person authorized to sign on behalf of . . Contractor, I hereby certify that the Contractor identified above is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects Of . 7000 or more is not listed on either the Scrutinized Companies with Activities List, the Scrutinized Companies with Activities in the Iran Terrorism. . . . . . List, or engaged in business operations in Cuba or Syria or on the Scrutinized List of Prohibited Companies. I understand that pursuant to Section . . Florida Statutes, the submission of a false certification may 287.135, fees,subject Contractor to civil penalties, attorney's and/or costs. I further understand that any contract with the County may be terminated, at the option of the County, if the Contractor is found to have submitted a false certification or has been placed on the .Scrutinized Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with . . 2/18/26 CONTRACT DOCUMENTS 5 ''I Welcome Sign RepluCm Key Lwrgt elli, Activities in the [ran Terrorism List or been engaged in business operations in Cuba or Syria or on the Scrutinized List of Prohibited Companies. Note: The List are available at the following Department of Management Services Site: A III'11S.111 H "bt 111'ess �,itio� S 11 is' [IS'St"ItC )KI'TtIms" ', 01 lete IL[IL1,11 Xk .1 � d i id s s c ri�m in at g!y a in t s v e In id o r 1i s t s NON-COLLUSION AFFIDAVIT: Contractor by signing this Agreement, according to law on my oath,and under penalty of perjury, depose and say that the person signing on behalf of the firm of Contractor,the bidder making the Proposal for the project described in the Scope of Work and that I executed the said proposal with full authority to do so;the prices in this bid have been arrived at independently without collusion consultation communication or agreement for the purpose of restrictinor competition, as to any matter relating to such prices with any other bidder or with any competiton unless otherwise required by law,the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid ; opening, directly or indirectly,to any other bidder or to any competitor and no attempt has been made or will be made by the bidder to induce any other person,,partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition" the statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said pr Ject. 01 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES-: CONTRACTOR is required to provide an affidavit under penalty of perjury attesting that CONTRACTOR does not use coercion for labor or services in accordance with Section 787.06, Florida Statutes. As defined in Section 787.06(2)(a),coercion means: 1. Using or threating to use physical force against any person; 2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person without lawful authority and against her or his will-, 3. Using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt,the length and nature of the labor or service are not respectively limited and defined-, 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document', or any other actual or purported government identification document, of any person; ® Causing or threating to cause financial harm to any person'; ® Enticing or luring any person by fraud or deceit; or 7. Providing a controlled substance as outlined in Schedule I or Schedule 11 of Section 893.03 to any person for the purpose of exploitation of that person. As a person authorized to sign on behalf of CONTRACTOR, I certify under penalties of perjury that CONTRACTOR does not use coercion for labor or services in accordance with Section 787.06. Additionally, CONTRACTOR has reviewed Section 787.06, Florida Statutes, and agrees to abide by same. 7.3 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. 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 four years following the termination of this 2/18/26 CONTRACT DOCUMENTS 6 I'111`2A) W C(")I I I C .......... Agreement. If an auditor employed by the County or Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, the Contractor I shall repay the monie s together with intere st calculated pursuant to Sec.. 5 5.0 3- F S, running from the date the monies were paid to Contractor. 7.4 i A t to udit.- vailability of Records. The records of the parties to this Agreement relating to the Rgh A Project, which shall include but not be limited to accounting records (hard copy, as well as computer readable data if it can be made available; subcontract files (including proposals of successful and unsuccessful bidders bid recaps, bidding instructions, bidders list etc.); original estimates; estimating work sheets; correspondence; change order files (including documentation covering negotiated settlements); back charge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned insurance rebates and dividends; any other supporting evidence deemed necessary by Owner to substantiate charges related to this agreement, and all other agreements, sources of information and matters that may in Owner's reasonable judgment have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any contract document(all foregoing hereinafter referred to as "Records") shall be open to inspection and subject to audit and/or reproduction by Owner's representative and/or agents of Owner. Owner 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 are through interviews and written 1 1 1 itten confirmations with employees, Subcontractors, suppliers,, and contractors" representatives. All records shall be kept for seven (7) years after Final Completion. 7.5 Governing Law, Venue, Interpretation, Costs, and Fees: This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the County and Contractor agree that venue shall lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. This Agreement shall not be subject to arbitration. 7.6 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 provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision 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. 7.7 Attorney's Fees and Costs: The County and Contractor agree that in the event any cause of action or administrative proceeding is 'Initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and court costs, as an award against the non-prevailing party, and shall include attorney's fees and courts costs in appellate proceedings. Mediation proceedings initiated and conducted pursuant to 2/18/26 CONTRACT DOCUMENTS 7 K f o" We'lC0,11,1C Si",L)"I"I I enkacenrwra 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. 7.8 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. 7.9 Authority: Each party represents and warTants 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. 7.10 Claims for Federal or State Aid: Contractor and County agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement. Any conditions imposed as a result of funding that effect the Project will be provided to each party. 7.11 Nondiscrimination: County and Contractor agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. County or Contractor agree to ,comply with all Federal and Florida statutes and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VI of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin- 2) Title IX of the Education Amendment of 1972, as amended (20 USC ® 1681-1683, and 1685- 1686)7 which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC ® 794), which prohibits discrimination on the basis of handicaps- 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92- 255), as amended, relating to nondiscrimination on the basis of drug abuse-, 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title V111 of the Civil Rights Act of 1968 (42 USC ® 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1910 (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. 7.12 Covenant of No Interest: County and Contractor covenant that neither presently has any a 0 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 6 as recited in this Agreement. 2/18/26 CONTRACT DOCUMENTS 8 7.13 Code of Ethics: County agrees that officers and employees of the County recognize and will b required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting m l yment or contractual relationship- an disclosure or use of certain in.fonna�tion. 7.14 No Solicitation/Payment: The County and Contractor warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this 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 consideration 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 amount of such fee, commission, percentage, gift, or consideration. 7.15 Public Records Compliance. Contractor must comply with Florida public records. . laws, Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the documents,inspection of, all records, papers, letters or other "public record" materials in its possession or under its control subject to the provisions of Chapter and made 9 Florida Statutes, . . . . . or received by the County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this . . . ■ ■ . b ® . . shall,provision in the form of a court proceeding and as a prevai ing party, be entitled to ■ contract.reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order . . ■ to comply with this provision. Pursuant to . . . 0701 F. ■ and the terms and conditions of this contract, the Contractor is required to: (1) Keep and maintain public records that would be required by the County to perform the service. records,(2) Upon receipt from the County's custodian of 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 (4) Upon completion of the contract, transfer, at no ■ . i . . . . cost, to the County all public records in . . contract,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 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 . ■ 2/18/26 CONTRACT DOCUMENTS 9 wdconnc SIVITI from the County'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, but if the County does not possess the requested records, the County shall immediately notify the Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. I If the Contractor does not comply with the County's request for records,the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor. A Contractor who 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. 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 )NS, REGARDING THE APPLICATION QF CHAPTER 1.. ., FLORIDA STATUTES,,,, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDIS, AT PHONE# 305-292- 3470 PUBLICRECORDS(&,MONROECOUNTY-FL,GOV, MONROE COUNTY ATTORNEY'S OFFICE 111112 TI Street,, SUITE 40,8, KEY WEST,FL 33040, ® Non-Waiver of Immunity: Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the County and the Contractor in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local govemment liability insurance a pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered into by the County be required to contain any provision for waiver. 7.17 Privileges and Immunities. All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules, 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 fimctions, 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. ® Legal Obligations and Responsibilities: Non-Delegation of Constitutional or Statutory Duties. 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 Florida constitution, state statute, and case law. 2/18/26 CONTRACT DOCUMENTS 10 Wel' Onu,'Siogn Rgpfaccniervt ® Non-Reliance by Non-Parties.- 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. 9 7.20 Attestationsd Contractor agrees to execute such documents as the County may reasonably require, including a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace Statement. 7.21 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 individual 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. 7.22 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 instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. 7.23 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. I I Any spec*al condit* al® Special Cond*t*ons. 1 1 ions are det 'led in Article 9. 7.25 Hold Harmless and Indemnifficati"on-'s Notwithstanding any minimum insurance requirements prescn'bed elsewhere in this agreement, the Contractor covenants and agrees that he shall defend, indemnify and hold the COUNTY and the COUNTY's elected and appointed officers and employees, and harmless from and against (1) claims, actions or causes of action, (11) litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption,, and (iii) costs or expenses that may be asserted against, initiated with respect to, or sustained by the County and the COUNTY's elected and appointed officers and employees from liabilities damages, losses and costs, including but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Contractor and persons employed or utilized by the indemnifying party in the performance of the construction contract. The monetary limitation of liability under this contract shall be not less than $1 million per occurrence pursuant to F. S. 725.06. Insofar as the claims, actions, causes of ,, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the action term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. 2/18/26 CONTRACT DOCUMENTS C m rvC.an 1eIc n-iq Bien acCI In the event the completion of the project (including the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained herein. In the event any claims are brought, or actions are filed against the County with respect to the indemnity contained herein, the Contractor agrees to defend against any such claims or actions regardless of whether such claims or actions are rightfully or wrongfully brought or filed. The Contractor agrees that the County may select the attorneys to appear and defend such claims or actions on behalf of the County. The Contractor further agrees to pay at the Contractor's expense the attorneys' fees and costs incurred by these attorneys selected by the County to appear and defend such actions or claims on behalf of the County at both the triad and appellate levels. The County at its sole option, shall have the sole authority for the direction of the defense, and shall be the sole judge of the acceptability of any compromise or settlement of any claims or actions against the County. 7.26 Adjudication of Disputes or Disagreements: COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. 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 b provided by this Agreement or by Florida law. This Agreement is not subject to arbitration.. This provision does not negate or waive the provisions of paragraph y or Article 9 concerning termination or cancellation. 7.27 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 . . . 7 meetings, and other activities 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. 7.28 Successors and Assigns,: The Contractor shall not assign or subcontract its obligations under this agreement,, except in writing and with the prior written approval of the Board of County Commissioners for Monroe County . . . . . which . . . . ect to such conditions and provisions as the Board may 5 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. Subject to the provisions of the immediately preceding i . . . sentence, each party hereto binds its successors, itself, relationship,assigns and legal representatives to the other and to the successors, assigns and legal representatives of such other party. 7.29 No thl"rd-Party Beneficiaries: Nothing contained herein shall create any contractual or otherwise, with or any rights in favor any third party. It is specifically agreed between 7 the parties executiong this Agreement that it is not intended by any of the provisions of any part of the Agreement to create in the public or any member thereof, a third party beneficiary under this or Agreement, to authorize anyone not a party to this Agreement to maintain a suit for personal. . injuries . . pursuant to the terms or provisions of this Agreement. The Recipient guaranties the payment of all just claims for materials, supplies, or labor and other just claims against the Recipient or any subcontractor, tools, 2/18/26 CONTRACT DOCUMENTS 12 LL.."Mu,o,L, M mr X rrr r uau Vom rcmmrr rcrra, in connection with this Agreement. additionally, the Recipient agrees to include the following indemnification in all contracts with contractors/subcontractors, or consultants/sub consultants who perform work in connection with this agreement. 7.30 ®Verify System - Beginning January 1, 2021, in accordance with F.S. 44 .0955 the Contractor and any subcontractor shall register with and shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the subcontractor during the Contract term. Any subcontractor shall provide an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. The Contractor shall comply with and be subject to the provisions of F.S. 44 .09 7.31 Disclosure of Gifts from Foreign n Sources: If this Agreement i 100,000 or more, Contractor shall disclose to County any current or prior interest of, any contract with, or any grant or gift received from a foreign country of concern., as defined in section. 286.101, F.S., if such interest, contract, or grant or gift has a value of$50,000 or more and such interest existed at any time or such contract or grant or gift was received or in force at any time during the previous 5 years. Such disclosure shall include the name and mailing address of the disclosing entity, the amount of the contract or grant or gift or the value of the interest disclosed, the applicable foreign country of concern and, if applicable, the date of termination of the contract or interest, the date of receipt of the grant or gift, and the name of the agent or controlled entity that is the source or interest holder. If the disclosure requirement is applicable as described above, then within 1 year before applying for any grant, Contractor must also provide a copy of such disclosure to the State of Florida Department of Financial S e -v ices. 7.32 Suspended Person/Business Entity Sec. 2-347(1), Monroe County Code: In accordance with Monroe County Code Sec. 2-347(l), the Contractor hereby swears and affirms that it is not a suspended person or business entity. The employment of a suspended person/business entity i a material breach of the county/contractor contract and entitles the County, in its discretion, to terminate the contract with no further liability to the Contractor beyond payment of the portion of the contract price that may be due for work satisfactorily completed up to the date of terrnxnation. ARTICLE terminate8.1 Termination for Cause 8.1.1 Contractor or Owner, may . providing Written s agreement, for cause, after the default and if said default is not cured within 15 days,the agreement may be terminated upon five (5) additional days' Written Notice. 8.2 Termination for Convenience and suspension by Owner 1 Contractor or Owner may terminate this without upon providing 30 days • cause, Written Notice. 8.2.2 The Owner may, without cause, order the Contractor in writing to suspend, delay or interrupt the Work in whole or in part for such period of time as the Owner may determine. . ° . 2/18/26 CONTRACT DOCUMENTS 13 ,ke N,,, I -Li rgo WclgonA,e Sjjan I 8.3 Scrutinized Companies If the County determines that the Contractor has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County shall have the option of(1) terminating the Agreement after it has given the Contractor written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes,, or (2) maintaining the Agreement if the conditions of Section 287.135(4), Florida Statutes, are met. ARTICLE 9 Special Conditions 9.1 Cleaning Up 10.1.1 The Contractor shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Contract. At completion of the Work, the I the Contractor's tools Contractor shall remove from and about the project waste materials rubb*sh, 5 equipment, machinery and surplus materials. Clean up shall be performed to the satisfaction of the Owner. 9.2 Access to Work 9.2.1 The Contractor shall provide the Owner's Representative and the Owner access to the Work in preparation and progress wherever located. 9.3 Care of Trees, Shrubs and Grass 9.3.1 The Contractor shall be fully responsible for maintaining in good condition all vegetation inside the County right-of-way. Contractor will conduct work in a manner that minimizes the amount of vegetation that is impacted by the Work. Where vegetation must be removed or destroyed incidental to the Work, the Contractor,, after completion of the work, must replace or restore to the original condition all destroyed or damaged shrubbery, grass areas or pea rock areas. 9.4 Maintenance of Traffic 9.4.1 The Contractor shall be responsible for the proper maintenance control and detour of traffic in the area of Work, during the course of Work. All traffic control and maintenance procedures shall be in accordance with the requirements of the Florida D.O.T. 9.4.2 All traffic control signs and devices, barricades, flashers, flambeaus and similar devices shall be furnished and maintained by the Contractor. 9.4.3 Work shall be conducted in such a manner to cause the least possible interruption to traffic. Necessary access to and from adjacent properties shall be provided at all times. 9.5 Barricades and Protection of Work 9.5.1 The Contractor shall protect his work throughout its length by the erection of suitable barricades, where required. He shall further indicate his work at night by the maintenance of suitable lights or 2/18/26 CONTRACT DOCUMENTS 14 -ne I ,Lu i'll I,We t cal Sigri Reph,ceriieni nmmm ...................................................... u. flares. He shall comply with all laws or ordinances covering the protection of such work and the safety measures to be employed therein. The Contractor shall carry out his work so as not to deny access to private property. All utility access manholes, valves, fire hydrants, and letter boxes shall be kept accessi m'ble at all ties. 9.5.2 In the event or threat of a hurricane the Contractor shall remove all equipment and material from the roadway. He shall make the area safe to traffic and pedestrian. No object from the site should pose a threat to anyone caused by wind or water. 9.6 Permits, Fees and Notices 9.6.1 The Contractor shall secure and pay for all permits, impact fees, governmental fees, licenses, inspections and surveys required by Federal, State, or Municipal bodies having jurisdiction over the project for the proper execution and completion of the Work which are customarily secured after execution of the Contract. 9.6.2 The Contractor shall comply with and give notices required by laws, ordinances, rules, regulations and lawful orders of public authorities bearing on performance of the Work. 9.6.3 If the Contractor performs Work knowing it to be contrary to laws, statutes, ordinances, building a codes, and rules and regulations without such notice to the Owner, the Contractor shall assume full *b*lity for such Work and shall bear the attributable costs.responsi 1 ARTICLE 10 PROTECTION OF PERSONS AND PROPERTY 10.1 Safety Precautions and Programs 10.1.1 The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract. 10.2 Safety of Persons and Property ® The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injoury or loss to: 1. employees on the Work and other persons who may be affected thereby-, ® the Work and materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors or Sub-subcontractors-, ® other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of Work; and ® Work or operations by the Owner or other Contractors. 10.2.2 The Contractor shall promptly remedy damage and loss to property caused in whole or in part by the Contractor, a Subcontractor, a S ub-subcontractor. 2/18/26 CONTRACT DOCUMENTS 15 10.3 Emergencies 10.3.1 In an emergency affecting safety of persons or property, the Contractor shall act, at the Contractor's discretion,, to prevent threatened damage, injury or loss. Additional compensation or extension of time claimed by the Contractor on account of an emergency shall be determined by the Owner. Change Orders 11.1 "Descr1J,A'1',,' A Change Order is a written instrument prepared by the Owner and signed by the Owner and Contractor stating their agreement upon all of the following- ® . adjustmentThe amount of the . Contract Time if . 11.1.2 Changes in the Work may be accomplished after execution of the contract, and . . . without invalidating the Contract, by Change Order. The Contractor may only seek a no cost Change Order for such reasonable time as the Owner may determine. . . .1.3 Procedure;, description Should the Owner contemplate making a change in the Work or a change in the Contract Time of the Director of Engineering Services will provide the Contractor a . . . ® . Make the described change in the Work at no change in the Contract Sum and no change in the Contract Time of Completion, 2. After analyzing the described promptly advise the County Director of . Services . describedor . adjustmentEngineering . . . . Meet with the County Director of Engineering Services as required to explain costs and . adjustments . time des® . red objective. IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first . . . . w itten above in counterpart each of which shall without proof or accounting for the other counterparts, be deemed an original contract. MONROE COUNTY, FLORIDA (SEAL) Board of County Commissioners Attest: Kevin Madok, Clerk of Monroe County I ONROE COUNTY ATTORNEY APPROVED AS TO FORM Mayor/ChairmanAs Deputy Clerk SR,ASSISTANT .5/!Ir Contractor oo M,,,, ) e v -6 yfe,,7 A,eds�a� �1 2 18/26 CONTRACT DOCUMENTS 16 S4««««_ Attachment A ScMe of Work/Fee i Description PERM ^^a•^�-�+++.,xrox'rvr,, A flll ffff flll Nile li N4bA�i � 'ii'� �. rr�rrrrrrrrrrrrr r�r 4, .0 FDOT,., "I'PREPAR-ATION AND PROCESSING, Payment to be made upon issuance of permit or COMPUTER N AND SEA" royal to proceed if prior it is utilized. SIGN FABRICATION15,15 .0 Each Sign 00 BACKGROUND BOARDERAND LETTERS RAISED.FISHTotal C . AND CORAL RAISED,KEY , ET`TE S RAISM DIGITAL PRINTS FOR FISHAND UNDERWATER CORAL Materialsl ppli s cost may be submitted for AND FISH QTY 2 6'X 10' '1/2 PVC BACKING W'ITH DIGITAL payment upon delivery. PRINT "SIGN HEIGHT Payment to be made upon completion of fabrication f i n � INSTALLATION Total Installation $13,000.00 INSTALLATION USING EXISTING FOUNDATION AND POLES $111200.00 DOT SPECS FROM ORIGINAL ENGINEER DRAWING reference index 11200 Z BRACKETS,GALVANIZED HEX BOLTS PER DOT D.O.T GRADE STEEL POSTS WITH BRACKETS FOR INSTALL WELD TO D.O.T SPECS AND , a BREAKAWAY CRANE POSSIBLE 2 TRIPS INSTALL POLES,6'XIO'PANELS,INSTALL LARGE $900 Each Pole x2 OVAL SIGN ONTOP OF PVC. Total $1,800 FABRICATE AND INSTALL ALL AT LOCATION WOOD LOOK TO WRAP POLES, PER DRAWINGS THREE SETS OF SEALED DRAWINGS FROM Payment to be made upon completion of ENGINEER 6 D.O.T. BREAKAWAY USING EXISTING ENGINEERING FROM 2011 (PUT THE SIGN BACK IN THE EXACT SAME WAY) ES12002619 MAY BE USED AS A SUBCONTRACTOR MAINTENANCE OF TRAFFIC(mi5 T).........../'S"'I'GNAGE $29832 PROJECT CLOSEOUT $800.00 CLOSING PROJECT/PERMIT OUT,DOT SITE VISITS TOTALrvrvrvrvrvrvrvrvrvrv.rvrvrvry rvrvrvrvrvrvrvrv���m ,���,�rvrvrvry .rvrvrvrvrvrvrvrvrvrvrvrvrvrvry OPTIONAL SERVICESAS NEEDED SHRUB REPLACEMENT ASNEEDED(DIG HOLES, $800 INSTALLATION NEW PLANTS) GRASS(2 PALLETS DELIVEREDAINSTALLED)" ,. ——---------------------------------------------- .......... ........................................... TOTAL IF OPTIONAL SERVICES DDED. $54,9232 *NCB ELECTRICAL IN THIS : ,— NOT EXISTING/NO BOND E REQUIRED NONEW GRASS IN THIS BID OR LANDSCAPfNG-IF REQUIRESEE ABOVE,PRICrNG OF$2500 FEE&$800=$3,300 NOTE,ALL THIS IS DETE RMINEDU'SING EXISTING ENGINEERING, E E E 'G CHANGES DRASTICALLY WENEED"NEW FOUNDATION OR EXISTING THIS BIDALL NEED TO BE SUBJECT'TO A CHANGE ORDER ACCORDANCEa ANY PERMIT FEES WILL BE REIMBURSEDTOTHE CONTRACTOR BY THE COUNTYASA PASS—THROUGHa T ID ACCOR& CERTIFICATE OF LIABILITY INSURANCE 2/2/ L CERTIFICATETHIS I AFFIRMATIVELYCERTIFICATE DOES NOT I ISSUINGBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate I is an ADDITIONAL [i i _ ADDITIONALINSURED provisions If SUBROGATION IS WAIVED,subject to the i ipolicy, i li irequire an endorsement. A statement on this certificater rights to the certificateI in lieu . PRODUCER CONTACT � -,,„,,,,, ____ ___________........... .................... GIGA Solutions, Inc.c. PH �. FAX 101 Plaza Real South , � � �i� - 1- Ste 201 o � e , � .�; �oiv cow Boca Ratan FL 33432 INSURER(S)AFFORDING COVERAGE NAIL# .�..._,.L.NSURER A:Midwest ®o ers Casualty .... . 12 ���..... ..... INSURED All,,,.P1111IINC-0 I t IncINSURER B 1 rCorporater y t �,�.INSURE..C ........ .................. Sunrise FL 33323 INSURER D INSURER E INSURER Fry COVERAGES CERTIFICATE NUMBER:260703855 REVISION NUMBER: THIS IS TO CERTIFYTHAT THE POLICIESINSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVETHE POLICY PERIOD INDICATED. 1 H I UI T, TERM OR CONDITIONCT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE Y BE ISSUED Y PERTAIN, THE INSURANCE AFFORDEDY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS CONDITIONS F SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCEDI CLAIMS. i ._....... ......... ......... ......... ....... _ ADDLES.......D _ PMI ^C �IC E _.................... Flmm PSI .. LIMITS LT E F INSURANCE , POLICY NUMBER ['(M' MJD10,ryyyy)( ,1DDJ YCOMMERCIAL GENERAL LIABILITY EACI I OCCURRENCIi::E �mm�..... � 1i IL µ _.____________ ......_. ........_....... D CII,AIIWS-I A OCCUR �II E DIF T,T� II,,,I:D E P(Aria r, r on) .,.,r PERSONAL&AD 'INJUR. GEN'L AGGIREGA"rE LIIMII"'IF APIPLIIII::::�S PER- GENERAL AGGREGATE $ __.... . _ IE:10LICY ...........� II,,,.00 PIRODUC..I..S COMPIOPI AGG G$ O,..riiER- U iL LIABILITY , 3 NE I��:�N�I !L 0FT AINY.AUTO If OIDIIII,,,.Y IIINJUIRY(Peer it oiru) $ O II'IED SCIIIEDULFID AUTOS OII II,,,.` AUTOS IROII)ILY IIII JUR," (Per accident) ,,, ......... ......... ... ��� HIRED It ON,,,, ' II E:If PROPERTY DAMAGE � AU'IFOS ONII_.Y ����..... AU iron ONII,,,.Y .......... . 1; UMBRELLA LIAB OCCUR EACH OCCU RENCIIII;; � EXCESS LIAB CLAIMS MADE AGGIR EGA TE ._.� L:'��..IL,� �,�E r�-�I'�..i..l O N "'lll �m A WORKERS COMPENSATION II IEYPE000 00 7/1/2025 7/1/2025 X PIEIR STATUTE �O tt,,,I- AN PROPRI TORIPARTAND BNE EXECUTIVE ILITY YIN IE.L,IF.AC ACCIDENT _ _ 1,000 000 OFF ICERIMEMBER EXCLUDED? ��..._________.. ....... ......_....... .....�. �, N 1 A WL-,�(Mandatory in NH) E.II....,II I�SIFASE-IEA EMPLOYE $1,000,000 describe under _ ATIONS below EL.DISEASE If ..... L�SCRiPTI.ON OF OPF.R SE-POLICY LIMIT $1,000,000 DESCRIPTION OPERATIONS I LOCATIONS 1 VEHICLE (ACORD 11,Additional Remarks Schedule,may be attached if more space is required) Coveragerovi for allI toyees but not subcontractors of:Eye Catchersins FL Location coverage effective: 71 1 1 . IS DA WAMP 2 n ,. DESCRIBEDCERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE i I THE EXPIRATION I ILL BE DELIVEREDI ACCORDANCE WITH THE POLICY PROVISIONS. Monroerd of County Commissioner Overseas10205 AUTHORIZED T TIv LargoKey 7 c 1988-2015 ACORD CORPORATION. Alli . ( ! registered ACCOR& CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDfYYYY) 2/2i2o2s woi THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATEI , EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES CERTIFICATEBELOW. THIS INSURANCE CERTIFICATEREPRESENTATIVE OR PRODUCER,AND THE . IMPORTANT: If the certificate I is an ADDITIONAL INSURED,the policy(ies) I r vi i . If SUBROGATION IS WAIVED, a i ipolicy, i li ies may require an endorsement. A statement i certificate i certificater i lieuf . ................ ..........PRODUCER C T T NAME: . redAtkinson„ ,,,,,» _..... � _. Arthur J. Gallagher Risk Management Services, LLC .NE 1Riversidev t 1 �, atL "p;..........630 Jacksonville c-694-5129 w ��A.................... s u r on1 „.,....... ......... ...______. .........._.. A. ........ m tin.... .... c . w..�_..... AFFORDING V IC INSURER. A Scottsdale s,- le Insurance 41297 INSURED HANDPLU-01 INSURER B: Handstands Plus Inc. Catcher Signs) 88511 overseas Hwy, Ste. 3 ............... ............. Tavernier FL 33070 INSURER D INSURER E: IN......... _. ........ SURER F: NUMBER:COVERAGES CERTIFICATE 1038777910 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIESINSURANCE LISTED BELOWHAVE BEEN ISSUED TO THE INSURED VE FOR THE POLICY PERIOD INDICATED. NOTWITST ! UI T,TERM OR CONDITION OF ANY CONT CT OR OTHERU IT T TO WHICHTHIS CERTIFICATE ISSUED OR MAY PERTAIN, THE INSURANCE THE POLICIES RIBED HEREIN IS SUBJECTALL THE TERMS, EXCLUSIONSITI OF SUCH POLICIES._ w.. LIMITS SHOWN Y...HAVE. I CLAIMS. . __. ........ _ S P LIC LIeY � LT D LJ POLICY on LIMITSi IIII A � X COMMERCIAL L LIABILITY CPS 3fi 11I202 I11027 a EACH NOCCURRENCER,E U v 0..,000 rP, 0.... ................................: UAMAUL 1 U � I LU CLAIMS—MADE OCCUR $100,000 ___........ ...�...fie: PREMISES ra �arr MED E P�An cne e cru) $5 0�00 ..PERSONAL AD'V INJURY $.....__ ,,., GE 1 AGGREGATE LIMIT APPLIES PER: GENE L AGGREGATE $2,00_0,000 �_. __. PR POLICYJECT LOC �Puuu,RO�D,UCTS, COMP/OP_AGG w $ ,000 000x _........ _..... . .............._....._ .... O"r F LI AUTOMOBILE LIABILITY C00�`IBINE L" 0 GLL LIMIT $ ANY AUTO BODILY I JURY Per person ,S V AP16 T ................... __........................................ __..._.... ... BODILY OWNED SCHEDULED , AUTOS ON ,LY AUT S B— - INJURY er accident) .... FIRED NON-OWNED R P ER"V DAMAGE .................. AUTOS ONLY � AUTOS ONLY r k' _ ,, A........... .. UMBRELLALIABOCCUR EACH OCCURRENCE $ EXCESS LIAR AGGREGATE ED RETENTION ......... $ WORKERS COMPENSATION PER_» D1 III AND PL Y 'LI ILI ST: . ATUTE Y 1 N ANYPROPRIETORIPARTNERIEXECUTIVE 1 E.L.EACH ACCIDENT �$ O f'E CLUDED N 1 A ......... .._____.... _____- _ _____ F IQ �Mzwd"a in scriboNH)) E.L.DISEASE-EA EMPLOYEE �$ I SCRIP`tNN'fit= PL'RAIDt 'U�� E.L.DISEASE-POLICY LIMIT $.... �tl w deder fl I f DESCRIPTION TI !LOCATIONS 1VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERT11FIC,ATE HOLDER, DESCRIBEDSHOULD ANY OF THE ABOVE ! I THE EXPIRATION ICE WILL BE DELIVERED I MONROE COUNTY BOARD OF COUNTY ACCORDANCE WITH THE POLICYPROVISIONS. COMMISSIONERS 102050 OVERSEAS HWY AUT w OR.ZE.I R P°RESE AT! I KEY LARGO FL 7N Yr , JppNp it �lop taw" @ 1988-2015 ACORD CORPORATION. All rights reserved. ( t registered CERTIFICATE OF LIABILITYINSURANCE DATE(M9/2026' a2ia9izo2s 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 OTAU Bemie Carr f� � HCw E e..�-_._.______-----_„�.. ....,,. Bemie Carr ��� A��c,No E 305^23fi101 ABC N 12600 SW 120th Street Suite 108 EMAIL u,,,,,,,,,,,a�,,,n„��,,,, �r�r�r�r_ .r�r�� »������,,,,,,,,,,,,,,,,,,,�uu,,,,,�N�� �u,,,,,,� �.�� �����m�Yy����, ,! ����� ,,,,,,,,,,, be rnle.carr�c�2 � tatefarm.cOr INSURER S)AFFORDING COVERAGE NAIC# INSURER A. State Farm Mutual Automobile Insurance Miami FL 33185 - Company 25178 .. INSURED INSURER B HANDSTANDS PLUS INSURER C 88511 OVERSEAS HWY INSURER D. INSURER E: TAVERNIER FL 330702082 INSURER F: COVERAGES, C ERTI FIC ATE,1 U M B ER: 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. TL R �,.� �,ro,INI D WVD POLICY NUMBER M�M�DDEFF P ��P LTR TYPE OF INSURANCE YY MMIDD LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE �I UAIVIAUL I U KEIV tUYI �� ��� �� II CLAIMS-MADE OCCUR PF rre $ ME❑EXP(Any one person) PERSONAL&ADV INJURY GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY JECTT LOC PRODUCTS-COMP/OP AGG OTl°°�En; COMEIiI�lEl� Ie ��LIB AUTOMOBILE LIABILrrY G98 6511-C31-59C 09/30/2025 03/31/2026 " N t ANY AUTO BODILY INJURY(Per person) $ 500,000 A Y N BODILY INJURY Per accident 500 000 OWNED SCHEDULED AUTOS ONLY : AUTOS ( ) $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY : ) $ 500.000 ...................................... Er e UMBRELLA LIAB OCCUR EACH OCCURRENCE EXCESS LIAB CLAIMS-MADE AGGREGATE DED RETENTION $ WORKERS COMPENSATION � �..' 1 PER [7TH- AND EMPLOYERS'LIABILITY =tJIFT $ ANY PROPRIETORIPARTNERIEXECUTIVE Y I N E.L.EACH ACCIDENT OFFICERIMEMBER EXCLUDED? F-1 NIA A ��� . ..... .. (Mandatory In NH) E.L.DISEASE-EA EMPLOYE If yes,descdbe underDESCRIPTION OF OPERATIONS below � E.L,DISEASE POLICY LIMIT l I DESCRIPTION OF OPERATIONS 1 LOCATIONS!VEHICLES (ACORD 141,Addltlonal Remarks Schedule,may be attached if more space is required) O LE CERTIFICATE � CANCELLATION HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Monroe County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 102050 Overseas HWY AUTHORIZED REPRESENTATIVE Key Largo FL 33037 This farm was system-generated on 02/09/2026 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD 1001486 2005 155279 205 01-19-2023 MONROE COUNTY, FLORIDA REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS It is requested that the insurance requirements, as specified in the County's Schedule of Insurance Requirements,be waived or modified on the following contract or purchase. Contractor/Vendor: Eye Catcher Sign Project or Service: Key Largo Welcome Sign Contractor/Vendor 88511 Overseas Hwy., Tavernier, FL 33070 Address&Phone#: General Scope of Work: Replacing Key Largo Welcome Slgl'1 Reason for Waiver or Modification of VL per occurrence levels from $1,000,000 to$500,000 Modification: Policies Waiver or Moa;fca�;pn W;11 apply to: Modification of vehicle liability per occurrence levels Signature ofRequestor: .--•--'''� z �,�r- Date: Approved Not Approved Jadyn Flatt Digitally signed by Jaclyn Flatt Risk Management Signature:_ Date:2026.02.09 10:00:59-05'00' Date: 2.9.26 County Administrator appeal: Approved: Not Approved: Date: Board of County Commissioners appeal: Approved: � Not Approved: Meeting Date: