Loading...
HomeMy WebLinkAboutItem C03COUNTY of MONROE The Florida Keys BOARD OF COUNTY COMMISSIONERS Mayor Michelle Lincoln, District 2 Mayor Pro Tem David Rice, District 4 Craig Cates, District 1 James K. Scholl, District 3 Holly Merrill Raschein, District 5 Regular Meeting March 11, 2026 Agenda Item Number: C3 26-0561 BULK ITEM: DEPARTMENT: Facilities Maintenance TIME APPROXIMATE: N/A STAFF CONTACT: William DeSantis AGENDA ITEM WORDING: Approval of a contract for the replacement of the permeable pavers at the Gato building with FL Keys Contracting, LLC for $374,500.00 funded with 304 funds until project is complete in FY26. ITEM BACKGROUND: The Gato building parking lot is in need of repair/replacement, and it is included in the Gato Building Repairs work. The permeable pavers will be replaced as well as other needed repairs. PREVIOUS RELEVANT BOCC ACTION: On September 3, 2025, BOCC granted Approval to Advertise an RFP for the replacement of the permeable pavers. INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: New STAFF RECOMMENDATION: Approval DOCUMENTATION: FINANCIAL IMPACT: Effective Date: March 11, 2026 Expiration Date: When project is complete (FY26) Total Dollar Value of Contract: $374,500.00 Total Cost to County: $374,500.00 Current Year Portion: $374,500.00 Budgeted: Yes Source of Funds: Fund 304 One Cent Infrastructure Sales Surtax CC 24011 CPI: N/A Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: N/A Revenue Producing: N/A If yes, amount: Grant: N/A County Match: N/A Insurance Required: Yes - attached TURF BLOCK PERMEABLE PAVER REPLACEMENT Agreement Between Owner and Contractor Where the basis of payment is a STIPULATED SUM AGREEMENT Made as of March 11, 2026 BETWEEN the Owner: Monroe County Board of County Commissioners 500 Whitehead Street Key West, Florida 33040 And the Contractor: FL Keys Contracting, LLC 19 Blue Water Drive Key West, Florida 33040 For the following Project: TURF BLOCK PERMEABLE PAVER REPLACEMENT, GATO PARKING LOT Scope of the Work The Contractor shall furnish all engineering, labor, supervision, materials, power, tools, equipment, supplies, permits and any other means of construction necessary or proper for performing and completing the Scope of Work, unless otherwise specifically stated. A. The scope of work includes: 1. Remove and place existing block pavers into Monroe County furnished dumpster. 2. Remove and place existing subsurface into Monroe County furnished dumpster. 3. Install and prep subsurface for maximum permeability. 4. Install 22,000sq' of Turf Block. 5. Install P-Rock finish for maximum permeability. 6. Isolate section to be worked on with barricades and caution tape. Page 1 of 17 TURF BLOCK PERMEABLE PAVER REPLACEMENT ARTICLE 1 The Contract Documents The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Proposal Documents, Addenda issued prior to execution of this Agreement, and all required insurance documentation, and Modifications issued after execution of this Agreement. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 9. In the event of a discrepancy between the documents, precedence shall be determined by the order of the documents as just listed. ARTICLE 2 The Work of this Contract The Contractor shall execute the entire Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others, or as follows: N/A ARTICLE 3 Date of Commencement and Substantial Completion The date of commencement is the date to be fixed in a Notice to Proceed issued by the Owner. The Contractor shall achieve Substantial Completion of the entire Work not later than Ninety (90) calendar days after the date of commencement or issuance of a Notice to Proceed. The time or times stipulated in the contract for completion of the work of the contract or of specified phases of the contract shall be the calendar date or dates listed in the milestone schedule. Liquidated damages will be based on the Substantial Completion Date for all work, modified by all approved extensions in time as set forth by the Director of the Department of Facilities Management's signature of approval on the Certificate of Substantial Completion. The liquidated damages table below shall be utilized to determine the amount of liquidated damages. FIRST CONTRACT AMOUNT 15 DAYS Under $50,000.00 $50.00/Day $50,000.00-99,999.00 100.00/Day $100,000.00-499,999.00 200.00/Day $500,000.00 and Up 500.00/Day SECOND 31 ST DAY & 15 DAYS THEREAFTER $100.00/Day $250.00/Day 200.00/Day 750.00/Day 500.00/Day 2,000.00/Day 1,000.00/Day 3,500.00/Day The Contractor's recovery of damages and sole remedy for any delav caused by the Owner shall be an extension of time on the Contract. Uncontrollable Circumstance. Any delay or failure of either Party to perform its obligations under this Agreement will be excused to the extent that the delay or failure was caused directly by an event beyond such Party's control, without such Party's fault or negligence and that, by its nature, could not have been foreseen by such Party or, if it could have been foreseen, was unavoidable: (a) acts of God; (b) flood, fire, earthquake, explosion, tropical storm, hurricane or other declared emergency in the geographic area of the Project; (c) war, invasion, hostilities (whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the geographic area of the Project; (d) government order or law in the geographic area of the Project; (e) actions, embargoes, or blockades in effect on or after the date of this Agreement; (f) action by Page 2 of 17 TURF BLOCK PERMEABLE PAVER REPLACEMENT any governmental authority prohibiting work in the geographic area of the Project; (each, a "Uncontrollable Circumstance"). The 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 the Contractor under this Section. The Contractor shall give the County written notice within seven (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. The 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 additional time at no cost to the County as the Owner's Representative may determine. ARTICLE 4 Contract Sum 4.1 The owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of Three Hundred, Seventy -Four Thousand, Five Hundred Dollars ($374,500.00), subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: N/A 4.3 Unit prices, if any, are as follows: N/A ARTICLE 5 Progress Payments 5.1 Based upon Applications for Payment submitted by the Contractor to the Director of the Department of Facilities Management, and upon approval for payment issued by the Director of the Department of Facilities Management and Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. 5.2 The period covered by each Application for payment shall be one (1) calendar month ending on the last day of the month. 5.3 Payment will be made by the Owner, upon receipt of a proper invoice from the Contractor, in accordance with the Florida Local Government Prompt Payment Act (Section 218.735, Florida Statutes) and Monroe County Code. The Contractor is to submit to the Owner invoices with supporting documentation that are acceptable to the Monroe County Office of Clerk and Comptroller (County Clerk). Acceptability to the County Clerk is based upon generally accepted accounting principles and such laws, rules and regulations as may govern the disbursal of funds by the County Clerk. The Owner is exempt from sales and use taxes. A copy of the tax exemption certificate will be provided by the Owner upon request. 5.4 Each Application for Payment shall be based upon the Schedule of Values submitted by the Contractor in accordance with the Contract Documents. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Director of the Department of Facilities Management may require. This schedule, unless objected to by the Director of the Department of Facilities Management, shall be used as a basis for reviewing the Contractor's Applications for Payment. Page 3 of 17 TURF BLOCK PERMEABLE PAVER REPLACEMENT 5.5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.6 Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 5.6.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the Schedule of Values, less retainage of five percent (5%). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included in Applications for Payment. The amount of credit to be allowed by the Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be the net cost to the Owner, less Overhead, Profit and Documented Costs incurred prior to the change Request, as indicated in the corresponding line item in the Approved Schedule of Values for that line item as confirmed by the Director of the Department of Facilities Management. When both additions and credits covering related Work or substitutions are involved in a change, the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. 5.6.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage; 5.6.3 Subtract the aggregate of previous payments made by the Owner; and 5.6.4 Subtract amounts, if any, for which the Director of the Department of Facilities Management has withheld or nullified a Certificate for Payment as provided in Paragraph 9.5 of the General Conditions. 5.7 The progress payment amount determined in accordance with Paragraph 5.6 shall be further modified under the following circumstances: 5.7.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to Ninety-five percent (95%) of the Contract Sum, less such an amount equal to 150 percent (150%) of the estimated cost to complete the items in accordance with Subparagraph 9.8.2 of the General Conditions as the Owner recommends and determines for incomplete Work and unsettled claims, including the assessment of liquidated damages; and 5.7.2 Within 20 business days after the list of incomplete Work is created, the Owner must pay the Contractor the remaining Contract Sum that includes all retainages previously withheld by the Owner less an amount equal to 150 percent (150%) of the estimated cost to complete the incomplete Work (i.e., "punch" list items). 5.7.3 If final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Subparagraph 9.10.3 of the General Conditions. Page 4 of 17 TURF BLOCK PERMEABLE PAVER REPLACEMENT ARTICLE 6 Final Payment 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 and the work has been accepted by the Owner except for the Contractor's responsibility to correct nonconforming Work as provided in Subparagraph 12.2.2 of the General Conditions and to satisfy other requirements, if any, which necessarily survive final payment, and (2) a final approval for payment has been issued by the Director of the Department of Facilities Management. Such final payment shall be made by the Owner not more than twenty (20) days after the issuance of the final approval for payment. The following documents (Samples in Section 01027, Application for Payment) are required for Final Payment: 1. Application and Certificate for Payment 2. Continuation Sheet 3. Certificate of Substantial Completion 4. Contractor's Affidavit of Debts and Claims 5. Contractor's Affidavit of Release of Liens 6. Final Release of Lien 7. Contractor shall provide one (1) saved electronically tabbed and indexed in Adobe Acrobat file (.PDF) format delivered on a common form (i.e. flash drive) of all the following, but not limited to: a. Project Record Documents (As Built Documents). b. Operating and maintenance data, instructions to the Owner's personnel. c. Warranties, bond and guarantees. d. Keys and keying schedule. e. Spare parts and maintenance materials. f. Electronic copies of approved submittals. g. Evidence of payment and final release of liens and consent of surety to final release (includes final release from all utilities and utility companies). h. Copies of either a Certificate of Completion or Certificate of Occupancy issued by the City of Key West Building Department. Page 5 of 17 TURF BLOCK PERMEABLE PAVER REPLACEMENT ARTICLE 7 Miscellaneous Provisions 7.1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 7.2 Payment shall be made according to the Florida Local Government Prompt Payment Act and Monroe County Code. 7.3 Temporary facilities and services: As described in Section 01500, Temporary Facilities, of the General Conditions. 7.4 Annual Appropriation. Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. In the event that the County 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 tennination date. 7.5 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, proposal, or reply on a contract to supply any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any 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 list. 7.6 The following items are included in this contract: a) 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 in accordance with the State of Florida retention schedules (https://dos.fl.gov/library-archives/records-mana eg ment/general-records- schedules/), 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. If an auditor employed by the County or County Cleric determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Section 55.03, Florida Statutes, running from the date the monies were paid by the Owner. 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 successful and unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc); original estimates; Page 6 of 17 TURF BLOCK PERMEABLE PAVER REPLACEMENT estimating work sheets; correspondence; change order files (including documentation covering negotiated settlements); backcharge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance rebates and dividends; any other supporting evidence deemed necessary by the Owner or by the County Clerk to substantiate charges related to this Agreement, and all other agreements, sources of information and matters that may in Owner's or the County Clerk's reasonable judgment have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any contract document (all foregoing hereinafter referred to as "Records") shall be open to inspection and subject to audit and/or reproduction by the Owner's representative and/or agents of the Owner or the County Clerk. The Owner or County Clerk may also conduct verifications such as, but not limited to, counting employees at the job site, witnessing the distribution of payroll, verifying payroll computations, overhead computations, observing vendor and supplier payments, miscellaneous allocations, special charges, verifying information and amounts through interviews and written confirmations with employees, Subcontractors, suppliers, and contractors' representatives. All records shall be kept for ten (10) years after Final Completion of the Project. The County Clerk possesses the independent authority to conduct an audit of records, assets, and activities relating to this Project. If an auditor employed by the County or County Clerk deterinines that monies paid to the Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Section 55.03, Florida Statutes, running from the date the monies were paid to the Contractor. The Right to Audit provisions survive the termination or expiration of this Agreement. b) 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. 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 proceeding. c) 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. d) 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 court costs in appellate proceedings. Page 7 of 17 TURF BLOCK PERMEABLE PAVER REPLACEMENT e) 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. f) 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 to submit this Contract to legal counsel of its choice and enters into this Agreement freely, voluntarily and with advice of counsel. g) Claims for Federal or State Aid. The 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 the funding that affect the Project will be provided to each party. h) Adjudication of Disputes or Disagreements. The County and Contractor agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions of Section 7.4, Section 7.6 or Article 8 concerning termination or cancellation. i) 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, the County and Contractor agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. The County and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. j) Nondiscrimination/Equal Employment Opportunity. The parties 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. The parties 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 Vll of the Civil Rights Act of 1964 (PL 88-352), which prohibits discrimination in employment on the basis of race, color, religion, sex, and national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC §§ 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 § 794), which prohibits discrimination on the basis of disability; 4) The Age Discrimination Act of 1975, as amended (42 USC §§ 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, §§ 523 and 527 (42 USC §§ 690dd- 3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patent records; 8) Title VT1T 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 Page 8 of 17 TURF BLOCK PERMEABLE PAVER REPLACEMENT Disabilities Act of 1990 (42 USC §§ 12101 Note), as may be amended from time to time, relating to nondiscrimination in employment 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; and 11) any other nondiscrimination provisions in any federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. lc) Covenant of No Interest. The 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. 1) Code of Ethics. The County agrees that officers and employees of the County recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. in) 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. n) Employment or Retention of Former County Officers or Employees. The Contractor warrants that it has not employed, retained or otherwise had act on its behalf any former County officer or employee in violation of Section 2-149, Monroe County Code of Ordinances or any County officer or employee in violation of Section 2-150, Monroe County Code of Ordinances. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee pursuant to Subsection 2-152(b), Monroe County Code of Ordinances. o) Public Records Compliance. The 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 "public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. Page 9 of 17 TURF BLOCK PERMEABLE PAVER REPLACEMENT The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to Section 119.0701, Florida Statutes 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. (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'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. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor. A Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. 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 QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS Page 10 of 17 TURF BLOCK PERMEABLE PAVER REPLACEMENT RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: MONROE COUNTY ATTORNEY'S OFFICE, 111112TH ST., SUITE 408, KEY WEST, FL 33040, publierecords(al,,mnroecounty-fl.gov, (305) 292-3470. p) Non -Waiver of Immunity. Notwithstanding the provisions of Section 768.28, Florida Statutes, the participation of the Contractor and the County 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 contract entered into by the County be required to contain any provision for waiver. q) 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. r) Legal Obligations and Responsibilities: This Agreement is not intended to relieve, 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. s) Non -Delegation of Constitutional or Statutory Duties: This Agreement is not intended to authorize, 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. t) 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. u) Attestations. The 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. v) 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. Page 11 of 17 TURF BLOCK PERMEABLE PAVER REPLACEMENT w) 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. x) Hold Harmless, Indemnification, and Defense. Notwithstanding any minimum insurance requirements prescribed elsewhere in this Agreement, the Contractor shall defend, indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of the 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 the Contractor or any of its employees, agents, sub -contractors or other invitees, or (C) the Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, 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 the Contractor). The monetary limitation of liability under this contract shall be equal to the dollar value of the contract and not less than $1 million per occurrence pursuant to Section 725.06, Florida Statutes. The limits of liability shall be as set forth in the insurance requirements included in this Agreement. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. In the event 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 resulting 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 indemnify 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. This indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the County's sovereign immunity. y) 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. z) Disadvantaged Business Enterprise (DBE) Policy and Obligation. 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 whole or in part with County funds under this Agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The County and Contractor agree to ensure that DBE's have the Page 12 of 17 TURF BLOCK PERMEABLE PAVER REPLACEMENT opportunity to participate in the performance of the Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that DBE's have the opportunity to compete and perform contracts. The County and Contractor and subcontractors shall not discriminate on the basis of race, color, national origin or sex in award and performance of contracts, entered pursuant to this Agreement. aa) 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 its subcontractors shall include the County as additional insured. bb) Florida Green Building Coalition Standards. Monroe County requires its buildings to conform to Florida Green Building Coalition standards. Special Conditions, if any, are detailed in Section 00100 of the Project Manual for this Project. cc) Independent Contractor. At all times and for all purposes under this Agreement, the 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 the Contractor or any of its employees, subcontractors, servants, or agents to be employees of the Board of County Commissioners of Monroe County. dd) E-Verify System. Beginning January 1, 2021, in accordance with Section 448.095, Florida Statutes, 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 Section 448.095, Florida Statutes. Pursuant to Section 448,095: 1. A public agency, Bidder, or subcontractor who has a good faith belief that a person or an entity with which it is contracting has knowingly violated Subsection 448.09(1), Florida Statutes shall terminate the contract with the person or entity. 2. A public agency that has a good faith belief that a subcontractor knowingly violated this subsection, but the Bidder otherwise complied with this subsection, shall promptly notify the Bidder and order the Bidder to immediately terminate the contract with the subcontractor. A contract terminated under this paragraph is not a breach of contract and may not be considered as such. If a public agency terminates a contract with a Bidder under this paragraph, the Bidder may not be awarded a public contract for at least 1 year after the date on which the contract was terminated. A Bidder is liable for any additional costs incurred by a public agency as a result of the termination of a contract. Page 13 of 17 TURF BLOCK PERMEABLE PAVER REPLACEMENT ee) Entire Agreement. This writing embodies the entire agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written, 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. 7.7 Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail, certified, return receipt requested, postage prepaid, 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 the 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 Contractor: Anthony N. Galvan, President 19 Bluewater Drive Key West, FL 33040 For Owner: Director of Facilities Mana eg ment 123 Overseas HighwaX Key West, Florida 33040 County AttorneX Assistant County Administrator, PW & E 1111 12th Street, Suite 408 1100 Simonton Street Key West, Florida 33040 Key West, Florida 33040 ARTICLE 8 Termination or Suspension 8.1 The Contract may be terminated by the Owner as provided in Article 14 of the General Conditions. 8.2 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) calendar days' written notification to the Contractor. 8.3 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. 8.4 Ternination for Cause and Remedies: In the event of breach of any contract terms, the County retains the right to terminate this Agreement. The County may also terminate this Agreement for cause with the Contractor should the Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, prior to tennination, the County shall provide the Contractor with seventy-two (72) hours' written 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, the County shall pay the Contractor the sum due the Contractor under this Agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract. However, the County reserves the right to assert and seek an offset for damages caused by the breach. The maximum amount due to the Contractor shall not in any event exceed the spending cap in this Agreement. hi 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 Page 14 of 17 TURF BLOCK PERMEABLE PAVER REPLACEMENT 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. 8.5 Tennination for Convenience: The County may terminate this Agreement for convenience, at any time, upon thirty (30) days' written notice to the Contractor. If the County terminates this Agreement with the Contractor, the County shall pay the 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 the Contractor shall not exceed the spending cap in this Agreement. 8.6 For Contracts of any amount, if the County determines that the Contractor/Consultant has submitted a false certification under Subsection 287.135(5), Florida Statutes or has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County shall have the option of (1) terminating the Agreement after it has given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Subsection 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement if the conditions of Subsection 287.135(4), Florida Statutes, are met. 8.7 For Contracts of S1,000,000 or more: a) If the County determines that the Contractor/Consultant submitted a false certification under Subsection 287.135(5), Florida Statutes, the County shall have the option of (1) immediately terminating the Agreement after it has given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Subsection 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement if the conditions of Subsection 287.135(4), Florida Statutes, are met. b) If the Contractor/Consultant has been placed on the Scrutinized Companies with Activities in the Sudan List, or if the Contractor/Consultant has been placed on a list created pursuant to Section 215.473, Florida Statutes relating to scrutinized active business operations in Iran, or been engaged in business operations in Cuba or Syria, the County shall have the option of (1) terminating the Agreement, or (2) maintaining the Agreement, at the County's option, if the conditions of Subsection 287.135(4), Florida Statutes, are met. ARTICLE 9 Enumeration of Contract Documents 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: N/A 9.1.1 The Agreement is this executed Standard Form of Agreement Between the Owner and Contractor. 9.1.2 The General Conditions are the General Conditions of the Contract for Construction and can be found at the following link on the Monroe County web page: http://fl-monroecounty.civicplus.com/Bids.aspx?CatlD=l 8 9.1.3 The Supplementary and other Conditions of the Contract are those contained in the Request for Proposals: N/A 9.1.4 The Addenda, if any, are as follows: Page 15 of 17 TURF BLOCK PERMEABLE PAVER REPLACEMENT Number Date # of Pages 1 1 /6/26 2 1 /7/26 3 1/14/26 This Agreement is entered into as of the day and year first written above and is executed in at least one (1) original copy. BALANCE OF PAGE INTENTIONALLY LEFT BLANK SIGNATURE PAGE TO FOLLOW Page 16 of 17 Execution by the Contractor must be by a person with authority to bind the entity. SIGNATURE OF THE PERSON EXECUTtNG THE DOCUME (SEAL) Attest: Kevin Madok, Clerk 0 MR IT( CONTRACTOR: J Signature . . ....... . . Print Name: Title: T1-11--�""')' Date: -ze 0 Mayor/Chairman MONROE COUNTY ATTORNEYS OFFICE APPROVED AS TO FOMIA " Timm STATE OF COUNTY OF J� vt On this day of 20-9L, before me, the undersigned notar or 0 online, personally app o eared y means of ublic' p L V t) known t•me to be the person whose name it subscn�d �above� 0 p nced as identification, and acknowledged that he/she is the person who executed the above contract with Monroc County for TURF BLOCK PERMEABLE�TER REPLACEMENT for the purposes therein contained. Notary Public Print Name My commission expires: (Seal) 6'VV'V%M^M"0%rvVVVVVV% MARILJSKA S1 MM� HI 1-367474 eT M-MERM TURF BLOCK PERMEABLE PAVER REPLACEMENT PROPOSAL FORM BID TO: MONROE COUNTY BOARD OF COUNTY COMMISSIONERS C/O PURCHASING DEPARTMENT GATO BUILDING ROOM 2-213 1100 SIMONTON STREET, KEY WEST, FLORIDA 33040 PROPOSAL FROM: FL Keys Contracting LLC 19 Blue Water Drive Key West, FL 33040 The undersigned, having carefully examined the Work and reference Drawings, Specifications, Proposal, and Addenda thereto and other Contract Documents for the construction of. TURF BLOCK PERMEABLE PAVER REPLACEMENT, GATO BUILDING and having carefully examined the site where the Work is to be performed, having become familiar with all local conditions including labor affecting the cost thereof, and having familiarized himselFherself with material availability, Federal, State, and Local laws, ordinances, rules and regulations affecting performance of the Work, does hereby propose to furnish all labor, mechanics, superintendents, tools, material, equipment, transportation services, and all incidentals necessary to perform and complete said Work and work incidental hereto, in a workman -like manner, in conformance with said Drawings, Specifications, and other Contract Documents including Addenda issued thereto. The undersigned further certifies that he/she has personally inspected the actual location of where the Work is to be performed, together with the local sources of supply and that he/she understands the conditions under which the Work is to be performed. The successful proposer shall assume the risk of any and all costs and delays arising from the existence of any subsurface or other latent physical condition which could be reasonably anticipated by reference to documentary information provided and made available, and from inspection and examination of the site. CONTRACT SUM AMOUNT: The Base Proposal shall be furnished below in words and numbers. If there is an inconsistency between the two, the Proposal in words shall control. Three hundred seventy four thousand and five hundred (Total Base Proposal- words) $ 374,500.00 Base Proposal — numbers) I acknowledge Alternates as follows: N/A Unit prices, if any, are as follows: N/A Page 20 of 60 Dollars Dollars (Total TURF BLOCK PERMEABLE PAVER REPLACEMENT I acknowledge receipt of Addenda No.(s) No. 1 Dated 1 /7/2026 No. 2 Dated 1 /7/2026 No. 3 Dated 1 /14/2026 No. Dated Page 21 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT Proposer, states by his/her check mark in the blank beside the form and by his/her signature that he/she has provided the following requirements: I, Proposal Form 2, Proposal Security (Bid Bond) .3. County Forms Affidavit 4. Non -Collusion Affidavit 5. Lobbying and Conflict of Interest Clause 6, Drug -Free Workplace Form 7, Local Preference Forin and requirements (Wapplicable) 8. Public Entity Crime Statement 9, Vendor Certification Regarding Scrutinized Companies I.Jsts 10. Affidavit Attesting to Noncoercive Conduct tm- Labor or Services 11. Subcontractor List Form 11 Proposer's Insurance turd Indemnification Statement 13. Insurance Agents Statement (signed by agent) 14. Answered Required Questions 15, Provided three (3) Customer Rel"erencesand three (3) Credit References 16. Provided three (3) years ofFitiancial Statements marked "CONFIDENTIAL" by separate upload to Bonfire 17. Certified copy ol'Valid Florida Contractor's License 18. Current Monroe County Occupational License Business Name, . :(DrO 4 DBA. Business Ij EIN4 Business Address: V City, State, zip Phone: Mailing Address: A City'stite'Zip /XtA fv"" Local Phone: 7?-7 6? 7 7 The physical business address must be registered as its principal place ol'busin—s with the Florida Department of State for at least one (1) y r prior to the notice of request for bid or proposal Date: 7 xySigned: I printed: 4 Title: J Witness: Page 22 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT BID (PROPOSAL) BOND KNOW ALL MEN BY THESE PRESENTS, that we FL Keys Contracting 19 Blue Water Dr Key West, FL 33040 as Principal, hereinafter called the Principal, and RLI Insurance Company 9025 N Lindbergh Dr Peoria, IL 61615 a corporation duly organized under the laws of the State of Illinoisas Surety, hereinafter called the Surety, are held and firmly bound unto Monroe County Building Dept 1100 Simonton St Key West, FL 33040 as Obligee, hereinafter called the Obligee, in the sum of 5%of Total AmountBid Dollars ($__), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Removal & Replacement of Permeable Pavers The Gato Building Key West, FL NOW, THEREFORE, if the Obligee shall accept the bid of the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another parry to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Any action instituted by a claimant under this bond must be in accordance with the notice and time limitations provisions in Section 255.05(2), Florida Statutes. (Witness) (Witness) FL Keys Contracting LLC (Principal) (Seal) RLI Insurance Company (Seal)' SEAL,,. Avden Phillips. Attornev in Fact (Title) Page 23 of 60 RLI Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Bond No. LSM1359758 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That the RLI Insurance Company , a corporation organized and existing under the laws of the State of Illinois , and authorized and licensed to do business in all states and the District of Columbia does hereby make, constitute and appoint: Ayden Phillips in the City of Key West , State of Florida , as it's true and lawful Agent and Attorney In Fact , with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, specifically for the following described bond. Principal:FL Ke s Contractin LLC Obligee: Monroe County Building Dept Bond Amount: 5% of Total Amount Bid The acknowledgement and execution of such 'bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. The RLI Insurance Company further certifies that the following is a true and exact copy of a Resolution adopted by the Board of Directors of RLI Insurance Company , and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in )tact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Sr. Vice President with its corporate seal affixed this 27th day of January, 2026 �t,4 We uro eY"" »'4N Gc ^ &uuORA " SEAL. - State of Ohio SS yRpy �.d NP G"FV 4�0NlWW1i County of Cuyahoga On this 27th day of January , 2026 , before me, a Notary Public, personally appeared Eric Raudins , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: t Gt' Jill A. Scott Notary Public �rll m ,rr7r[ t Id i;,NC kN IaP 'f 41P'irv.� RLI Insurance Company G By: Eric Raudins Sr. Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Comnanv this 27th day of RLI Insurance Company By: Christina Dean Corporate Secretary A0006221 R SUBS _BID TURF BLOCK PERMEABLE PAVER REPLACEMENT COUNTY FORMS AFFIDAVIT PROJECT: Turf Block Permeable Paver Replacement, Gato Building, Key West, Florida I, Anthony N Galvan (Name), President (Position/Title) according to law on my oath, and under penalty of perjury, depose and say that: I am 100 ner/ President of the company of FI Keys Contraetina I I G. ("CONTRACTOR"), the bidder making the Proposal for the services described in the Request for Proposals and that I executed the said proposal with full authority to do so. By signing this Affidavit, CONTRACTOR has sworn or affirmed to the following requirements as set forth in the Public Entity Crime Statement, Lobbying and Conflict of Interest Statement, Drug -Free Workplace Statement, Vendor Certification Regarding Scrutinized Companies List, Non -Collusion Statement, Foreign Countries of Concern, and Common Carrier as set forth below. Public Entitv Crime Statement 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, proposal, or reply on a contract to provide goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity; and may not transact business with any public entity. 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, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for aperiod of 36 months from the date of being placed on the convicted vendor list. By executing this Affidavit, CONTRACTOR represents that the execution of this Affidavit will not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes). Violation of this section shall result in termination of the Agreement and recovery of all monies paid hereto and may result in debarment from COUNTY'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 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether CONTRACTOR has been placed on the convicted vendor list. The CONTRACTOR certifies and agrees that CONTRACTOR nor any Affiliate has been placed on the convicted vendor list within the last 36 months. Ethics Clause By signing this Affidavit, the CONTRACTOR warrants that he/it has not employed, retained or otherwise had act on his/her behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee. Drug -Free Workplace In accordance with the Section 287.087, Florida Statutes, preference shall be given to businesses with drug -free workplace programs. Whenever two or more bids or replies that are equal with respect to price, quality and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid, or reply received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing the bids will be followed if none of the Page 24 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT tied vendors have a drug -free workplace program. The CONTRACTOR, in accordance with Section 287.087, Florida Statutes, hereby certifies that the CONTRACTOR shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Subsection (1). 4. In the statement specified in Subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. The person authorized to sign this Affidavit certifies that CONTRACTOR/CONSULTANT complies fully with the above requirements. Vendor Certification Regarding Scrutinized Companies Lists CONTRACTOR agrees and certifies compliance with the following: Vendor/Contractor has reviewed Section 287.135, Florida Statutes, and in accordance with such provision of Florida law, is eligible to bid on, submit a proposal for, or enter into or renew a contract with Toho for goods or services. Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of $1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List which were created pursuant to Section 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of CONTRACTOR, I hereby certify that the company identified above as "CONTRACTOR" is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of $1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, or engaged in business operations in Cuba or Syria. I understand that, pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the County may be terminated immediately, at the option of the County, if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List or been engaged in business operations in Cuba or Syria. Page 25 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT Vendor has reviewed Section 287.135, Florida Statutes and, in accordance with such provision of Florida law, is eligible to bid on, submit a proposal for, or enter into or renew a contract with Monroe County for goods or services. Note: The List(s) is/are available at the following Department of Management Services Site: http://www.dms.myflorida.com/business operations/state purchasing/vendor information/convicted_ suspended_dis criminatory_complaints _vendor _lists Non -Collusion Affidavit The CONTRACTOR, by signing this Affidavit, according to law on my oath, and under penalty of perjury, depose and say that I am 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 restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; unless otherwise required by law, the prices which have been quoted in this 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. Foreign Countries of Concern The Contracting with Entities of Foreign Countries of Concern Prohibited Affidavit is required by Section 287.138, Florida Statutes, which is deemed as being expressly incorporated into this Form. The Affidavit must be completed by a person authorized to make this attestation on behalf of the Bidder/Proposer for the purpose of submitting a bid, proposal, quote, or other response, or otherwise entering into a contract with the County. If being awarded the Contract, or otherwise entering into the Contract, would grant Contractor access to an individual's personal identifying information, pursuant to Section 287.138, Florida Statutes, the undersigned, on behalf of Contractor, hereby certifies, represents, and warrants that the Contractor is not affiliated with a foreign country of concern, as such countries are identified in Subsection 287.138(1), Florida Statutes. The undersigned additionally certifies, represents, and warrants that: (A) the Contractor is not owned by a foreign country of concern; (B) the government of a foreign country of concern does not have a controlling interest in Contractor; and (C) the Contractor is not organized under the laws of nor has its principal place of business in a foreign country of concern. Common Carrier If the Contractor is a common carrier, as defined by Section 908.111, Florida Statutes, then Contractor hereby certifies that it is not willfully providing and will not willfully provide any service during the Contract term in furtherance of transporting a person into this state knowing that the person is an Unauthorized Alien, except to facilitate the detention, removal, or departure of the person from this state or the United States. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] Page 26 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT THE STATEMENTS CONTAINED IN THIS AFFIDAVIT ARE TRUE AND CORRECT, AND MADE WITH FULL KNOWLEDGE THAT MONROE COUNTY RELIES UPON THE TRUTH OF TILE STATEMENTS CONTAINED IN THIS AFFIDAVIT IN AWARDING CONTRACTS FOR SAID PROJECT. UNDER PENALTIES OF PERJURY, I HEREBY CERTIFY AND DECLARETHAT I HAVE READ AND UNDERSTAND THE FOREGOING AFFIDAVIT "'AND THAT THE: FA'(,,rs STATED IN IT ARE TRUE. PURSUANTTO THE AUTHORITY GRANTED TO THE UNDERSIGNED BY THE CONTRACTOR, THE UNDERSIGNED HEREBY ACKNOWLEDGES, AFFIRMS, AND MAKES THE ABOVE SWORN CERTIFICATIONS ON B HA OF THE CONTRACTOR. (Signature of Res o cent/Contractor) ate) (Title) - - - .... . -- .. .. . ............ STATE OF o ri d P, COUNTY OF The foregoing, instrument was sworn to (or affirmed) and subscribed before me by means of ,'physical presence or online notarization this day of 202 by ��of SigNotat�y „ lor� eT State �f I da Personally known__ me of Nt, aro OR Produced a y My commission expires: Identircation NolarY PubHo State of Ponds Er Young Type of Identification Produced &111L My COMM�WOM HH 2992$0 Expires 817/2026 m Page 27 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT NON -COLLUSION AFFIDAVIT 1, Anthony N Galvan of the city Key West law on my oath, and under penalty of perjury, depose and say that: 1. 1 am President according to of the firm of FL Keys Contracting LLC the proposer making the Proposal for the project described in the notice for calling for proposals for: Gato Building Turfbiock Replacement and that I executed the said proposal with full authority to do so-, 1 'rhe prices in this proposal have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other proposer or with any competitor; and 1 Unless otherwise required by, law, the prices which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to proposal opening, directly or indirectly, to any, other proposer or to any competitor; and 4. No attempt has been made or will be made by the proposer to induce any other person, partnership or corporation to submit, or not to submit, a proposal for the Purpose of restricting competition; and S. The statements contained in this affidavit are true and correct, and made with full knowledge of said project. ol (Signature of Proposer) (Dae) . 4, STATf,"OF: F-londa. COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of 9physical presence or 0 online notarization, on_41Da Ab (date) by Q (name of affiant). She is personally known to me or has prod u -pc ofidentification) as identification. Notary, Public State of Florida V EMHY YOUng NJWZ,PUBL..Ic My Commission HIH 298280 (S Expires 81712026 My commission expires: 010-7 12 1,04 Page 28 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT LOBBYING .AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS Cl.,A[.JSE ,, FL Keys Contracting LLC (Company) "...warrants that lie/it has not employed, retained or otherwise had act on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee". (Signature) Date: I (� STATE OF: F1 0 YJ d Q-1 COUNTY CIF: Subscribed and sworn to or affirmed) before me, by means of by presence or ®online notarization, on (date) by (name of affiant). 0 -1 /She is personNally knew, to me or has produced ication) as identification. (type of identif .......... . . . ..... . . . ... . ..... . ... . .... . V NO'l-X-R3tdPUl3lAC'---�) tl M A&Notary Public State of Florlds �� roung My, commission expires: 010-212.4— I11L, Notary 1$61 n HH 208280 I; X01`8$ 8/712026 Page 29 of'60 TURF BLOCK PERMEABLE PAVER REPLACEMENT DRUG -FREE WORKPLACE FORM The undersigned vendor, in accordance with Section 287,087, Florida Statutes, hereby certifies that it: FL Keys Contracting LLC (Name of Business) 1. Publishes a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition, 2. Infonris employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-ftee workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Gives each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in Subsection ( I). 4. In the statement specified in Subsection (1), notifies 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 contenders 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. Imposes a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Makes a good faith effort to continue to maintain a drug-fi-ee workplace through implementation of this section. As the person authorized to sign the statement, I certify that th is firrn con , ies tu with the above requirements in 00711-Is I �ww... . .. .. . . Proposer's Signature Date STATE OF: COUNTY OF: .._Id of)),Vv Subscribed and sworn to (or affirmed) before me, by means of i physical presence or 0 online notarization, on ...:.._date) by V941, (name ofaf ant) /She is personally known to me or has produced (type of identification) as identification. Notary Public State of Flo]r6da 11 Emily Young Milli My comrnlsCon Hip 298280 NOTARY PUBLIC Im A. Expires (SEAL) Expires 8012026 My commission expires: 111 Page 30 ol.'60 TURF BLOCK PERMEABLE PAVER REPLACEMENT LOCAL PREFERENCE FORM A. Vendors claiming a local preference according to Ordinance 023-2009, as amended by Ordinance No. 004-2015 and 025-20 15, must complete this form. Name of Bidder/Responder Anthony N Galvan Date: 1/28/2026 1. Does the vendor have a valid receipt for the business tax paid to the Monroe County Tax Collector dated at least one (I) year prior to the notice of request forbids or proposals? Yes (Please furnish copy.) 2. Does the vendor have a physical business address located within Monroe County from which the vendor operates or performs business on a day-to-day basis that is a substantial component of the goods or services being offered to Monroe County? Yes (The physical business address must be registered as its principal place of business with the Florida Department of State for at least one ( I ) year prior to the notice of request for bid or proposal.) List Address: 19 Blue Water Drive, Ke West, FL 33040 . ..... . ...... . . ... . ...... Telephone Number: 305 797 6779 . . . .... . ..... . ..... --- ....... . .. . ...... B. Does the vendor/prime contractor intend to subcontract 50% or more of the goods, services or construction to local businesses meeting the criteria above as to licensing and location? Yes ..... . ........ . ......... . . ..... — If yes, please provide: 1. Copy of Receipt of the business tax paid to the Monroe County Tax Collector by the subcontractor dated at least one (I ) year prior to the notice or request for bid or proposal. 2. Subcontractor's physical business address within Monroe County from which the subcontractor operates: (The physical business address must be registered as its principal place of business with the Florida Department of State for at least one ( I ) year prior to the notice of request for bids or proposals) PO BOX 1341, Key West, FL 33041 Tel.Nurnber: 3053408094 Address Anthony N Galvan .. . .... ........ . ....... e_ P -o 1&n ­4 Print Name: -146 - A Signature and Title of Authorized Signatory for Bidder/Responder STATE OF: COUNTY OF: 640?104 Subscribed and sworn to (or affirmed) before me, by means of tIp'hysical presence or ED online notarization, on by ___4y t iant).(H onajj��L'Mn (Ui 1 s (name of affi _9She is p ELt _t � or has produced . . ....... . ...... . _­ (type of identifica jon- identification, Notary Public Stater of Florid* emiiy Young My Commission KH 209290 N6TAB_Y,-,J5lUBLIC CAM Expires 81112026 My commission expires: Page 31 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list fiollowing a conviction for public entity crime may not subs -nit 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 oil leases ofreal 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 amount provided in Section 287.017, Florida Statutes, for CATEGORY IVO for a period of 36 months from the date of being placed on the convicted vendor list." I have read the above and state that neither FL Keys Contracting LLC (Proposer's name) nor any Affiliate has been placed oil the convicted vendor list within the last thirty-six (36) months. (Signature) Date: STATE OF: ri d A, COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of Uphysical presence or 0 online notarization, on 0 (date) by . ..... & (Warne of affiant), 60 /She is personally kn wtx to me or has produced . ...... . . ...... . . . ...... ication) as identification. _ftype of identif Notary Public State of Florida OTAVY-W B Ll C Emily Young M PAy s n CommissioHH 298280 6 Expires 8/71202026 My commission expires: 71 1p Page 32 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Project Pescription(s):Gato Building Turf Block Paver Rplacement Respondent Vendor Name: FL Keys Contracting LLC Vendor FEIN: Vendor's Authorized Representative Name and Title: Anthony N Galvan - President Address: 19 Blue Water Drive City: Key West State: FL Phone Number: 305 797 6779 Zip: 33040 Email Address: agalvan(cD_flkeyscontractinq.com Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of $1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors Lists which were created pursuant to Section 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the Section entitled "Respondent Vendor Name" is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of $1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, or engaged in business operations in Cuba or Syria. I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the County may be terminated, at the option of the County, if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List or been engaged in business operations in Cuba or Syria. Certified By: Anthony N Galvan who is authorized to sign on behalf of the above referenced Sompany. Authorized Signature: Print Name: Anthony N Galvan Title: President Note: The List are available at the following Department of Management Services Site: http://www.dms.myflorida.com/business_operations/state purchasing/Vendor _information/convicted _sus pended_discriminatory complaints_ vendor lists Page 33 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES Entity/Vendor Name: FL Keys Contracting LLC Vendor FEIN: 87-3111091 Vendor's Authorized Representative: Anthony N Galvan - President (Name and Title) Address: 19 Blue Water Drive City: Key West State: FL Zip. 33040 Phone Number: 305 - 797 - 6779 Email Address: agalvan@flkeyscontracting.com As a nongovernmental entity executing, renewing, or extending a contract with a government entity, Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor does not use coercion for labor or services in accordance with Section 787.06, Florida Statutes. As defined in Subsection 787.06(2)(a.), coercion means: 1. Using or threatening to use physical force against any person; 2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or service are not respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or purported government identification document, of any person; 5. Causing or threatening to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit; or 7. Providing a controlled substance as outlined in Schedule I or Schedule II of Section 893.03 to any person for the purpose of exploitation of that person. As a person authorized to sign on behalf of Vendor, I certify under penalties of perjury that Vendor does not use coercion for labor or services in accordance with Section 787.06. Additionally, Vendor has reviewed Section 787.06, Florida Statutes, and agrees to abide by same. Certified By: Anthony N Galvan who is authorized to sign on behalf of the above referenced �comny. Authorized Signature: Print Name: Anthony N Galvan Title: President Page 34 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT SUBCONTRACTOR LISTING FORM Division Subcontractor 32 hade Tree Contact Person ohn Cole Ph # w/area code 305-340-8094 Page 35 of 60 Fax: Cell: Address 2327 arris Avenue TURF BLOCK PERMEABLE PAVER REPLACEMENT INSURANCE REQUIREMENTS AND FORMS MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES General Insurance Requirements for Construction Contractors and Subcontractors Prior to the commencement of work governed by this contract (including the pre -staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in the attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Sub -Contractors engaged by the Contractor. As an alternative, the Contractor may require all Subcontractors to obtain insurance consistent with the attached schedules. The Contractor will not be permitted to continence work governed by this contract (including pre -staging of personnel and material) until satisfactory evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of work, resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time, except for the Contractor's failure to provide satisfactory evidence. The Contractor shall maintain the required insurance throughout the entire term of this contract and any extensions specified in any attached schedules. Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work had not been suspended, except for the Contractor's failure to maintain the required insurance. The Contractor will be held responsible for all deductibles and self -insured retentions that may be contained in the Contractor's Insurance policies. The Contractor shall provide, to the County, as satisfactory evidence of the required insurance, either: Certificate of Insurance or A Certified copy of the actual insurance policy. The County, at its sole option, has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation, non -renewal, material change, or reduction in coverage unless a minimum of thirty (30) days prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed by law. The Monroe County Board of County Commissioners, its employees and officials will be included as "Additional Insured" on all policies, except for Workers' Compensation. Page 36 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled "Request for Waiver of Insurance Requirements" and approved by Monroe County Risk Management. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] Page 37 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT WORKERS' COMPENSATION INSURANCE REQUIREMENTS FOR TURF BLOCK PERMEABLE PAVER REPLACEMENT BETWEEN MONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract, the Contractor shall obtain Workers' Compensation Insurance with limits sufficient to respond to the applicable state statutes and the requirements of Florida Statutes, Chapter 440. In addition, the Contractor shall obtain Employers' Liability Insurance with limits of not less than: $500,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $500,000 Bodily Injury by Disease, each employee Coverage shall be maintained throughout the entire term of the contract. Coverage shall be provided by a company, or companies authorized to transact business in the state of Florida. If the Contractor has been approved by the Florida's Department of Labor, as an authorized self -insurer, the County shall recognize and honor the Contractor's status. The Contractor may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the Contractor's Excess Insurance Program. If the Contractor participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the Contractor may be required to submit updated financial statements from the fund upon request from the County. Page 38 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT GENERAL LIABILITY INSURANCE REQUIREMENTS FOR TURF BLOCK PERMEABLE PAVER REPLACEMENT BETWEEN MONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract, the Contractor shall obtain General Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum: • Premises Operations • Products and Completed Operations • Blanket Contractual Liability • Personal Injury Liability The minimum limits acceptable shall be: $500,000 Combined Single Limit An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the County. The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. Page 39 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT VEHICLE LIABILITY INSURANCE REQUIREMENTS FOR TURF BLOCK PERMEABLE PAVER REPLACEMENT BETWEEN MONROE COUNTY, FLORIDA AND Recognizing that the work governed by this contract requires the use of vehicles, the Contractor, prior to the commencement of work, shall obtain Vehicle Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum, liability coverage for: • Owned, Non -Owned, and Hired Vehicles The minimum limits acceptable shall be: $300,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $200,000 per Person $300,000 per Occurrence $200,000 Property Damage The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. Page 40 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT PROPOSER'S INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIREMENTS Worker's Compensation Employers Liability Statutory Limits $500,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease Policy Limits $5000,00 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 Builder's Risk: If split limits are preferred: $200,000 per Person $300,000 per Occurrence $200,000 Property Damage Not Required The contract shall require a Public Construction bond equal to the contract cost. The bond must be issued by an A rated surety company doing business in the State of Florida. The Contractor shall provide a certified copy of the recorded payment and/or performance bond to the Owner pursuant to Fla. Stat. Sec. 255.05. Hold Harmless, Indemnification, and Defense. Notwithstanding any minimum insurance requirements 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, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of 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 default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or 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 Sl million per occurrence pursuant to Section 725.06, Florida Statutes. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. Page 41 of 60 TURF BLOCK PERMEABLE PAVER REPLACEMENT 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 resulting 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 indemnify 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. FL Keys Contracting LLC PROPOSER Signature Page 42 of 60 Docusign Envelope ID: 7FA22A00-EB6B-4CCE-BC60-7810AD74A3E8 TURF BLOCK PERMEABLE PAVER REPLACEMENT INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the proposer named above. The following deductibles apply to the corresponding policy. POLICY 001280263 Liability policies are The Porter Allen Compa Insurance Agency Occurrence 1,000 DEDUCTIBLES Claims Made rjDocuSigned by: At & h t,t,wtGU� Slgna W 12F7DF340034C0... Page 43 of 60 Docusign Envelope ID: 7FA22A00-EB6B-4CCE-BC60-7810AD74A3E8 TURF BLOCK PERMEABLE PAVER REPLACEMENT PROPOSER'S INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIREMENTS Worker's Compensation Employers Liability Statutory Limits $500,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease Policy Limits $5000,00 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 Builder's Risk: If split limits are preferred: $200,000 per Person $300,000 per Occurrence $200,000 Property Damage Not Required The contract shall require a Public Construction bond equal to the contract cost. The bond must be issued by an A rated surety company doing business in the State of Florida. The Contractor shall provide a certified copy of the recorded payment and/or performance bond to the Owner pursuant to Fla. Stat. Sec. 255.05. Hold Harmless, Indemnification, and Defense. Notwithstanding any minimum insurance requirements 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, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of 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 default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or 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 Section 725.06, Florida Statutes. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. Page 41 of 60 70 Z O c (U Q a) J o N D w VI LD cc a w w Lfi J Q m Z �Z o �mv r f „/f �, / /i % ii ai/,�1110/O / CVLu U �pp N �^ O � ac�U�21 v' J 4-1 LL CN O +� s O1 // / \ L LL U O 19i j �� ,/ / r, I' 1 fW O O LL �i�� �% i O (/� , ra r f , ,0///%�!%ir/rr i l i/r,r,✓' Y..I it f,�i� r llll r, 0 O ate-J �p�i/ f,� , /, 1 � ll�/ U� � i � f Ln �/ rill 'rD/ �'J.e�ii 'r it fB Q W r / �,�, �ii //air //, , / ° 1, N L t 4/ % / j/ '�/i/, ra a/O/� t � / fir 4 � / r r / /ri Or ! �// wr /� !aD// / 1 L ui / Ill LL./ry ; •" �j -qr, ' W Q — O m cu V F f %ii fi r rrr U � 7 LL % �%j l% �% fJl ' �,; /''� rLLJ Ln W H z > a Z Z LU W 0 O w _ N ~ V ~ 0 V) Q •`� :E o W H p�'RiCW 'dIBR%hGk4,;p o-dtiN _ M�� ❑� ' Mil 2025 / 2026 MONROE COUNTY BUSINESS TAX RECEIPT EXPIRES SEPTEMBER 30, 2026 Business Name: FL KEYS CONTRACTING LLC Owner Name: ANTHONY N GALVAN Mailing Address: 19 BLUE WATER DR KEY WEST, FL 33040 RECEIPT# 30140-132228 19 BLUE WATER DR Business Location: KEY WEST, FL 33040 Business Phone: Business Type: CONTRACTOR (CERTIFIED GENERAL) Employees 1 STATE LICENSE: CGC1531280 Tax Amount Transfer Fee --------- Sub -Total Penalty Prior Years Collection Cast Total Paid 20.00 0.00 20.00 0.00 0.00 0.00 20.00 Paid WRB-24-00105776 09/30/2025 20.00 THIS BECOMES A TAX RECEIPT Sam C. Steele, CFC, Tax Collector WHEN VALIDATED PO Box 1129, Key West, FL 33041 THIS IS ONLY A TAX. YOU MUST MEET ALL • � a ,! •' MUNICIPALITY REQUIREMENTS.LICENSING MONROE COUNTY BUSINESS TAX RECEIPT P.O. Box 1129, Key West, FL 33041-1129 EXPIRES SEPTEMBER 30, 2026 Business Name: FL KEYS CONTRACTING LLC RECEIPT# 30140-132228 19 BLUE WATER DR Business Location: KEY WEST, FL 33040 Owner Name: ANTHONY N GALVAN Mailing Address: Business Phone: 19 BLUE WATER DR Business Type: CONTRACTOR (CERTIFIED GENERAL) KEY WEST, FL 33040 Employees i STATE LICENSE: CGC1531280 ---[---------------- - Tax Amount Transfer Fee Sub -Total Penalty Prior Years Collection Cost Total Paid [ 20.00 0.00 20.00 0.00 0.00 0.00 20.00 Paid WRB-24-00105776 09/30/2025 20.00 o� JIMMY PATRONIS CHIEF FINANCIAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION '' " CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW " CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. EFFECTIVE DATE: 3/7/2024 PERSON: ANTHONY N GALVAN FEIN: 873111091 BUSINESS NAME AND ADDRESS: FL KEYS CONTRACTING LLC 19 BLUE WATER DRIVE KEY WEST, FL 33040 EXPIRATION DATE: 3/7/2026 EMAIL: AGALVAN@FLKEYSCONTRACTING.COM This certificate of election to be exempt is NOT a license issued by the Department of Business and Professional Regulation. To determine if the certificate holder is required to have a license to perform work or to verify the license of the certificate holder, go to www.myfloridalicense.com. IMPORTANT: Pursuant to subsection 440.05(131. F.S.. an officer of a corooration who elects exemotion from this chacter bv filina a certificate of election under �,. * * .. � . fw . •.i M` 1 ♦ ♦,' .IF ` + * if ' • 1..� � ^' i ` N ` fI 11. . n' n DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT E01888869 QUESTIONS? (850) 413-1609 RULE 69L-6.012, F.A.C. REVISED 01/2023 a DATE (MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 02/10/2.026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGFrrs UPON THE CERTIRICATE HOLDER, THIS CERT$FlCATE DOES NOT AFFiRMATIVELY OR NEGATiVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POIJOIES BELOW. TH* CERTIRCATE OF INSURANCE DOES NOT CONSTITuTE A CONTRACT' BETWEEN'THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. iMPOIRTAINT. if the cerrificate holder, Na an ADDITiONAL iNSURED, the poilcy(iies)russet be endorsed, If SUBROGATION iS WAlVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on Mis certificate does not confer rights to the cerfificate, holder in fieu of such endorsernent(s). PRODUCER NAME: Ayden Phillips Island Insurance Agency, Inc. 3229 Fiagler Ave #112 Key West FN—SURED Shade Tree Tree Service, Inc. P.0, Box 1341 NASKIDW, INSURIER B INSURER C INSURER D: H4SURER E: NSUREIR(S) AFFORDING COVERAGE Northfield Insurance Cornpany RER F COVERAGES CERTIFICATE NUMBER: REVIISION NUMBER: "THIS IS TO CERTIFYTHAT' TFIE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTI11E INSURED NAMEDABOVE FORTHE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOLAREMENT, TERM OR CONDITION OFANY CONTRACT OR OTHER DOCUMENT WITH RESPECTTO WHICH THIS CERTIFICATE MAY BE I SSLJED OR MAY PERTAIN, THE INSURANCE AFFORDED BY T1+E POLICIES DESCR lB ED HE REIN IS SUBJ ECT TO ALL THE TERMS, EXCLUSIONS AND CONDl'TIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. A= MER _r0IZr7Trr_ TYPE O� INSURANCE INSIR WVD POLICY NUMBER JMMIDD�Y�)�YY MM/DDtYYYY M 'Yy I 7DD7 LIWTS GENERAL LIA811LITY EACH OCCU IRRENCE $ 1,000,000 COMMERCIAL GENERAL LIABILTIN 'or rA PREMISES (Ea OCO Wrence '' 0 $ 100,000 CLAIMS-IMADE 0 OCCUR ML 1) Xp ih, MED E X P A i y come person) $ 5,000 X WS692392 12/17/2025 '12/17/2026 PERSONAL & ADV INJUR Y $ 1,000,0E,0-- GENERALAGGREGATE $ 2,000,000 GENTAGGREGArE LIM17APPI IES PER: PRODUCTS - COMPIOP AGG $ 2,000,000 K al OLI C_1Y lailm"(12—T L $ _0(1 —ID AUTOMOBILE LIABILITY MwRrTT7Mnn-nMT­-�­---- acdje2�._ ANYAUTO _ffa BODILY INJURY (Pw person) $ ALL A Nf D I-IE I)LE-1) ALL OWNE- ' D SM-1EDI.)LED CI` -730D LY INJURY w acdderq) $ AUTOS AUTOS A ()S A _0 NON WiqE NON -OWNED $ HIRED ALD_ ALT _ HIREDAL)"I'OS AUTOS G'� 22�__ RE 13 OCCUR EACH OCCURRENCE: $ E r XCESS LIAS C L A I IM IS, -MAIDE AGGREGATE $ DED RE I E WrION $ TAW $ WORKERS COMPENSATION AND EMPLOYERS' LIABiLITY YIN TORY LIMITS ER ANY PROFIRIEIORII-IAR'I'NE,IRIE--XE.CU'rIVE E.A. EACHACCIDENT $ OFI, ICERIMEMBER EXCIAJDED'k 14 /A (Mavidatory in NIIQ E.L.IDISEASE EAE!�ffq.�..OY�FE if yes, describe under DESCRIPTION OF OPERATIONS bcJow _IC Y MT EA. DISEASE -POLICY Limi"r $ DESCRIPTiON OF OPERATIONS I LOCATIONS 1 VEMCLES (Aftach ACORD 101, AddibonaI Remarks Scheduie, R more space is requirpd) Job Description: Gato Building'Turf Block Permeable Paver Replacement Projetc APPROVED BY RISK MANAGEMENT By UAIh WAIVER N/A _X YES ­"'Cerfificate Holder is Additional IDSUred—­ L_ CERTIRGATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Monroe County BOCC ACCORDANCE WITHTHE POLICY PROV00INS. 1100 Simonton St AUTHORIZED REPR SE Key West FL. 33040 02/10/2026 _'0 " 1988`20 ACORD CORPORATION, All r',gt -ORD 25 (2010106 ACORD CORPORATION, All rights reserved. 0 198 'The ACORD name and logo are registered marks of ACORD A� " CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 02/12/2026 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 Chris Bogue 11380 Prosperity Farms Rd Suite 107 CONTACT Chris Bo ue NAME: g A/� No Ext: 561-693-4494 Fvc No: E-MAIL g ADDRESSchris.bo ue.mmhz statefarm.com : INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: State Farm Fire and Casualty Company 25143 Palm Beach Gardens FL 33410 INSURED INSURER B INSURERC: SHADETREE-TREE SERVICES INC INSURER D : PO BOX 1341 INSURER E : INSURERF: KEY WEST FL 330411341 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 LTR TYPE OF INSURANCE ADD INSD SUB WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE1:1 OCCUR EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: PRO- POLICY1:1 JECT LOC OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/OPAGG $ $ A AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED ANONLY /� AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY �, �, K404844-F01-59A 12/01/2025 06/01/2026 COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ 1,000,000 BODILY INJURY (Per accident) $ 1,000,000 Per accident $ 1,000,000 UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y I N OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA PER OTH- STATUTE ER $ E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 1D1, 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 Monroe County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 123 Overseas Highway AUTHORIZED REPRESENTATIVE Rockland Key FL 33040 ' This form was system -generated on 02112/2026 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 1001486 2005 155279 205 01-19-2023 ,. CERTIFICATE OF LIABILITY INSURANCE Acct#: 3061643 DATE (MM/DD/YYYY) 02/10/2026 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 AON RISK SERVICES SOUTH, INC 3550 LENOX ROAD NORTHEAST, SUITE 1700 ATLANTA, GA 30326 CONTACT NAME: FAX PHONE 844-398-0470 'C /C No Ext : A/C No (A/C. ADDRESS: certs@peoplease.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Indemnity Insurance Company of North America 43575 INSURED Shade Tree Tree Service Inc INSURER B : INSURER C : 2915 Riviera Dr KEY WEST, FL 33040 INSURER D 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 LTR TYPE OF INSURANCE ADDL I SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MMIDD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGES( RENTED PREMISES Ea occurrence) ccurrence)$ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑ PRO - POLICY ❑ LOC PRODUCTS - COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ NON -OWNED HIRED AUTOS AUTOS UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? F_N] (Mandatory in NH) NIA C7430381A 01/01/2026 01/01/2027 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 1D1, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Monroe County Public Works 123 Overseas Highway Rockland Key FL 33040 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD ACCiR as CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDiYYYY) 02/10/2026 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 Porter -Allen Company 513 Southard Street Key West FL 33040 CONTACT Luz Fuentes NAME: PHONE (305) 294-2542 FAX (305) 296-7985 AIC No Ext A/C No): E-MAIL luz@porterallencompany.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC N INSURERA: James River Insurance Company INSURED FI Keys Contracting LLC 19 Blue Water Drive Key West FL 33040 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: CL2522811257 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 LTR TYPE OF INSURANCEADOLSUBR p POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MMIDD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE � OCCUR PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 A Y N 001280263 02/25/2025 02/25/2026 GEN'LAGGREGATELIMIT APPLIES PER '. GENERAL AGGREGATE $ 2,000,000 PRO LOC X POLICYFIJEF PRODUCTS -COMP/OPAGG S 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) _ S ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY BODILY INJURY (Per accident) S PROPERTY DAMAGE Per accident S S UMBRELLA LIAR OCCUR EACH OCCURRENCE S HCLAIMS-MADE AGGREGATE $ EXCESS LIAB DED I I RETENTION S $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN STATUTE I ERH_ ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED?El NIA —� (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ E.L DISEASE - POLICY LIMIT S It yes. describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached It more space Is required) CERTIFIED GENERAL CONTRACTOR CERTIFICATE HOLDER IS LISTED AS ADDITIONAL INSURED APPROVED BY RISK MANAGEMENT BY CIa '.aian�CJiasi&ad �Z� 8%Lr DATE �7 WAIVER N/A YES X Monroe County BOCC 1100 Simonton Street, Key West, FL 33040 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 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. FL Keys Contracting, LLC Contractor/Vendor: Gato Building Turf Block Permeable Paver Replacement Project or Service: Contractor/Vendor 19 Blue Water Drive Address & Phone #: Key West, FL 33040 1. Remove and place existing block pavers into Monroe County furnished dumpster General Scope of Work: 2. Remove and place existing subsurface into Monroe County furnished dumpster 4. Install approximately 22,000 square feet of Turf Block. 5. Install P-Rock finish for maximum permeability , is i�ro o r t be —nirked o • ith barricades and caution tape Reason for Waiver or Anthony Galvan is sole employee of Contractor performing work on this project. Contractor has obtained WC Exemption Modification: for himself and will use a single personal vehicle in performance of work. Subcontractors will provide all required insurance coverage prior to commencement. No vehicles owned, leased, or rented by FL Keys Contracting or any of its officers, or employees shall be used in performance of work. Policies Waiver or Modification will apply to: Worker's Compensation (waived for FL Keys Contracting, but not subcontractors) Auto Liability (waived for FL Keys Contracting, but not subcontractors) Digitally signed by d735d2c3-ea22-45c2-bge2- Signature of Requestor: f4e8a9d70f71 Date: 2026.02.18 14:06:46-05'00' Date: 2/18/2026 Approved Not Approved ❑ Gaelan P Jones Digitally signed by Gaelan P Jones Risk Management Signature:_ Date: 2026.02.18 14:15:00-05'00' Date: County Administrator appeal: Approved: Not Approved: Date: Board of County Commissioners appeal: Approved: 11 Not Approved: —� Meeting Date: CONSTRUCTION I w w w w on EFFECTIVE DATE: 3/7/2024 PERSOW ANTHONY N GALVAN k � w w ee FL KEYS CONTRACTING LLC Regulation, Tw determine if the certificate holderrequired to have a license to perform w or w verify Y he license of w w4 ww to www.myflondalicense,com, IMPORTANT Pursuant to subsection 440.05(13), F,S an offior of a corporalon who elects exemption from this chapter by Fknp a oerUkcate of Olectm under this section may not recover beriefits, or compansatbon under thbs chapter Pursuant to subsection 440 05(11), F S., Certificates of election to be exempt issued under sub (3) appty only to the corporate officer named on the notice of atection to be exempt. Pursuant to subsection 440 (1 F S , notdoes of election to be exempt and certificates of election to be exempt shall be sublect to revocation 4, at any time after the fiknq of the notice or the issuance of the certificate, than person named on the notice or certificate no longar meets the requirwrierft of this sectson for issuance of a carkfttate The deperfinent shall revroke a certificate at any time for fatfurs of the person named on the certificate to meet the requirements of this section DF5-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT E01888869 OUE rTION ? (850) 413.1W RULE 69L-6.012, F.A.C. REVISED 08/2025 ,. CERTIFICATE OF LIABILITY INSURANCE Acct#: 3061643 DATE (MM/DD/YYYY) 02/10/2026 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 AON RISK SERVICES SOUTH, INC 3550 LENOX ROAD NORTHEAST, SUITE 1700 ATLANTA, GA 30326 CONTACT NAME: FAX PHONE 844-398-0470 'C /C No Ext : A/C No (A/C. ADDRESS: certs@peoplease.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Indemnity Insurance Company of North America 43575 INSURED Shade Tree Tree Service Inc INSURER B : INSURER C : 2915 Riviera Dr KEY WEST, FL 33040 INSURER D 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 LTR TYPE OF INSURANCE ADDL I SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MMIDD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGES( RENTED PREMISES Ea occurrence) ccurrence)$ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑ PRO - POLICY ❑ LOC PRODUCTS - COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ NON -OWNED HIRED AUTOS AUTOS UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? F_N] (Mandatory in NH) NIA C7430381A 01/01/2026 01/01/2027 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 1D1, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Monroe County Public Works 123 Overseas Highway Rockland Key FL 33040 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD