Loading...
HomeMy WebLinkAboutItem C18 COUNTY of MONROE BOARD OF COUNTY COMMISSIONERS � Mayor Michelle Lincoln,District 2 The Florida Keys Mayor Pro Tern David Rice,District 4 y Craig Cates,District 1 James K. Scholl,District 3 � « Holly Merrill Raschein,District 5 Regular Meeting April 15, 2026 Agenda Item Number: C18 26-0777 BULK ITEM: Yes DEPARTMENT: Project Management TIME APPROXIMATE: N/A STAFF CONTACT: Suzi Rubio AGENDA ITEM WORDING: Approval of an Agreement with Marino Construction Group, Incorporated in the amount of$408,213.00, which was the highest ranked responsible proposer to the Key West Lighthouse Giftshop Renovations project. This project is funded by a TDC grant. ITEM BACKGROUND: The Project Management Department applied for and was awarded a grant by the Tourist Development Council (TDC) in the amount of $520,000 for the renovation of the Key West Lighthouse Giftshop including replacement of the flooring, electrical upgrades, and improvements to the restrooms to make them ADA compliant. A selection-based Request for Proposals (RFP) was advertised and posted to Bonfire in February 2026 with bids due March 12,2026.A total of three(3)bids were received,and a selection committee meeting was held on March 30, 2026. Marino Construction Group, Incorporated, was selected as the highest ranked responsible proposer by the selection committee members. In addition to the base bid, the RFP included an Additional Alternate bid price request for the replacement of four (4) existing doors. There is sufficient budget to allow for this addition. Therefore, the County is electing to add the additional work to the Agreement. Marino's base bid is $377,631.00 and the Additional Alternate #1 is $30,582.00 for a total contract price of$408,213.00. Staff is asking for approval to award the Agreement for the Key West Lighthouse Giftshop Renovations project to Marino Construction Group,Incorporated,which was the highest ranked responsible proposer to the RFP. PREVIOUS RELEVANT BOCC ACTION: 10/19/2022 — BOCC approved report of County Capital Project funded by TDC (including KW Lighthouse Giftshop Renovations) INSURANCE REQUIRED: Yes—insurance statement attached— COI upon contract approval CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: Approval of Agreement DOCUMENTATION: FINANCIAL IMPACT: Effective Date: 4/15/2026 Expiration Date: 240 days after NTP issued Total Dollar Value of Contract: $408,213.00 Total Cost to County: $0.00 Current Year Portion: $0.00 Budgeted: Yes Source of Funds: 117 - 77038 CPI: N/A Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: N/A Revenue Producing: No If yes, amount: N/A Grant: Yes - TDC County Match: No Insurance Required: Yes—insurance statement attached—COI upon contract approval 18. Approval of an Agreementit i Construction , Incorporated in amount of which was the highestk s si ie proposer tote Key West Lighthouse 1ftS e ovatl S project. This project 1S funded y a TDC grant. Agreement Between Owner and Contractor Where the basis of payment is a STIPULATED SUM AGREEMENT Made as of the 15t" Day of April 2026 BETWEEN the Owner: Monroe County Board of County Commissioners 500 Whitehead Street Key West, Florida 33040 And the Contractor: Marino Construction Group, Incorporated 3100 Overseas Highway Key West, Florida 33040 For the following Project: KEY WEST LIGHTHOUSE GIFTSHOP RENOVATIONS Scope of the Work The Contractor is required to provide a complete job as contemplated by the drawings and specifications, which are a part of this bid package. The Contractor shall furnish all 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. The Contractor shall supply all of the needed materials and hardware to complete the project and properly dispose of debris. Scope of Work shall include the renovation of the Key West Lighthouse Giftshop Building. Work includes demolition and reconfiguration of interior walls, demolition of the flooring and replacement with new epoxy flooring, demolition and replacement of existing plumbing and lighting fixtures, and relocation of existing electrical panels. The Contractor shall follow the attached Schematic Drawings from Bender & Associates Architects, P.A. Any and all City of Key West Building Department and Historic Architectural Review Commission (HARC) approvals and permitting shall be the responsibility of the Contractor, including permitting fees. The attached drawings are schematic only and are not for construction. It will be the responsibility of the Contractor to prepare and supply the necessary additional construction documents required for review, approval, and permitting of the work. Page 1 of 19 The Key West Lighthouse is a fully functioning museum open to the public seven (7) days a week. The museum shall remain open to the public during execution of the work. The Contractor shall complete the work with as minimal impact to the public who may be utilizing other areas and features within the museum during construction. As such, Contractor should plan the staging of materials and work areas with safety of the public in mind. The Work area shall be cordoned off from the public with safety barriers. Work areas and laydown areas must be cleaned and secured at the end of every workday. The Contractor must also coordinate construction activities with the Key West Art and Historical Society (KWAHS) who manage the property and museum. The work of this project involves a significant historic site. All work activities must be undertaken with sufficient care to protect this historic resource and must be supervised by personnel who are familiar with the Secretary of Interior's Standards for Rehabilitation. All work must comply with the Secretary of the Interiors Standards for Rehabilitation. ARTICLE 1 The Contract Documents The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Proposal Documents, Addenda issued prior to execution of this Agreement, together with the response to RFP 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 3.1 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 Two Hundred Forty (240) 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 Page 2 of 19 of Facilities and Project 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 SECOND 31 ST DAY & CONTRACT AMOUNT 15 DAYS 15 DAYS THEREAFTER Under$50,000.00 $50.00/Day $100.00/Day $250.00/Day $501000.00-997999.00 100.00/Day 200.00/Day 750.00/Day $1007000.00-4997999.00 200.00/Day 500.00/Day 2,000.00/Day $500,000.00 and Up 500.00/Day 1,000.00/Day 3,500.00/Day The Contractor's recovery of damages and sole remedy for any delay 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 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 Four Hundred Eight Thousand, Two-Hundred Thirteen and 00/100 Dollars ($408,213.00), subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon and includes the following alternates, which are described in the Contract Documents and are hereby accepted by the Owner: Add Alternate #1: Replacement of four (4) existing doors (match existing) per attached Schematic Design Drawings pages A1.1 and A1.2. 4.3 Unit prices, if any, are as follows: N/A Page 3 of 19 ARTICLE 5 Progress Payments 5.1 Based upon Applications for Payment submitted by the Contractor to the Director of the Department of Facilities and Project Management, and upon approval for payment issued by the Director of the Department of Facilities and Project 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 and Project Management may require. This schedule, unless objected to by the Director of the Department of Facilities and Project Management, shall be used as a basis for reviewing the Contractor's Applications for Payment. 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 and Project 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. Page 4 of 19 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 and Project 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. 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 and Project 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 two (2) hard copies in tabulated divided binders and one (1) saved electronically tabbed and indexed in Adobe Acrobat file (.PDF) Page 5 of 19 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. 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 termination 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 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 Page 6 of 19 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 ( w im i,i eme n,,ire i . , u i ), 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 Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Section 55.03, 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; 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 determines 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. Page 7 of 19 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. 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. 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. Page 8 of 19 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 VII of the Civil Rights Act of 1964 (PL 88-352), which prohibit 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 VIII of the Civil Rights Act of 1968 (42 USC §§ 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 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. k) 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, Page 9 of 19 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. m) 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. 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 Page 10 of 19 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 RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: MONROE COUNTY ATTORNEY'S OFFICE, 1111 12 T" ST., SUITE 408, KEY WEST, FL 33040, pubricrecords ibrnon�roecou�nt�4�1. �oy, (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 Page 11 of 19 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, Scrutinized Companies List Certification, Noncoercive Conduct for Labor or Services Affidavit, Non-Collusion 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. 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. Page 12 of 19 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 its Contractor Page 13 of 19 agree to ensure that DBE's have the 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. 3. A contract terminated under this paragraph is not a breach of contract and may not be considered as such. If a public agency terminates a contract with a Bidder under this paragraph, the Bidder may not be awarded a public contract for at least 1 year Page 14 of 19 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. 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 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: Marino Construction Group, Incorporated Matah Persaud, CEO 3100 Overseas Highwav Key West, Florida 33040 For Owner: Director of Facilities and Project Management 1100 Simonton St., Room 2-216 Key West, Florida 33040 County Attorney Assistant County Administrator, PW & E 1111 12th Street, S u ite 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 Termination for Cause and Remedies: In the event of breach of any contract terms, the County retains the right to terminate this Agreement. The County may also terminate this Agreement for cause with the Contractor should the Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event Page 15 of 19 of such termination, prior to termination, 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. In addition, the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. 8.5 Termination 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$1,000,000 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 Subsection 215.473, Florida Statutes relating to scrutinized active business operations in Iran, or has 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. Page 16 of 19 ARTICLE 9 Enumeration of Contract Documents 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: a) Schematic Design Drawings titled Key West Lightstation Gift Shop Renovations dated 10125125 by Bender&Associates Architects, P.A.;pages A0.0, A 1.0, A 1.1,A 1.2, A 1.3, A2.1, and A3.1. 9.1.1 The Agreement is this executed Standard Form of Agreement Between Owner and Contractor. 9.1.2 The General Conditions are the General Conditions of the Contract for Construction. 9.1.3 The Supplementary and other Conditions of the Contract are those contained in the Request for Proposals. 9.1.4 The Addenda, if any, are as follows: Number Date #of Pages 1 March 5, 2026 2 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 17 of 19 Execution by the Contractor miust be by a person with authority to blind the entity. SIGNATURE OF THE PERSON EXECUTING THE" DOCUMENT MUST BE NOTARIZED, (SEAL) BOARD, OF COUNTY COMMISSIONERS Attesta, Kevin Ma , Clerk O ONROE COUNTY, FLORIDA B y-0 By: As Deputy Clerk Mayo r/'Cha i rma n,, Date MONROE COUNTY ATTOANEYS OFFICE APPROVED A6 TO FORM ,TAB"COUNTY ATTORNEY TRACT CON DATE:OR-, MARINO CONSTRUCTION GROUP, Io NC, 001, Signature,,,, Print Name: W" P66 Q Title:_, CE: Date.- Li STATE OF _10tidti COUNTY OF ra c) On this day of 720 before me, the undersigned notary public,, by means of ID/ physical presence or 0 online, personally appea,red, ,rsPwwmwww"­"� 4ow"Mow- ic, QLAd, (name of affiant) known to me to be! the person whose name is, subiscri�bed above or who produced as identification, and acknowledged that she is the person who executed the above contract with Monroe County for Key' West Lighthouse Giftshop Renovations for the purposes therein contained. Notary Publ. A� AMIL,_jftL -AWL--..ftL _102 011,1110ma-, c JENWFER SOCHA N�otalry Pubilic State of Plorida OX Az 01 f, Print Name--_ n, -C 00\44. CommisSion H�H 6923 12 pr my Comm.Expiresjun 26,2029My cmmission expires# (Seal) Sonded through National Notary Assn, -FV Page 18 of 19 GENERAL REQUIREMENTS Where the Department of Facilities and Project Management is Not a Constructor Section 00750 General Conditions Section 00970 Project Safety and Health Plan Section 00980 Contractor Quality Control Plan Section 01015 Contractor's Use of the Premises Section 01027 Application for Payment Section 01030 Alternates Section 01040 Project Coordination Section 01045 Cutting and Patching Section 01050 Field Engineering Section 01200 Project Meetings Section 01301 Submittals Section 01310 Progress Schedules Section 01370 Schedule of Values Section 01385 Daily Construction Reports Section 01395 Request for Information— (RFI) Section 01410 Testing Laboratory Services Section 01421 Reference Standards and Definitions Section 01500 Temporary Facilities Section 01520 Construction Aids Section 01550 Access Roads and Parking Areas Section 01560 Temporary Controls Section 01590 Field Offices and Sheds Section 01595 Construction Cleaning Section 01600 Material and Equipment Section 01630 Post-Proposal Substitutions Section 01640 Product Handling Section 01700 Contract Closeout Section 01710 Final Cleaning Section 01720 Project Record Documents Section 01730 Operation and Maintenance Data Section 01740 Warranties Page 19 of 19 dnoagl 1 01 ro 1 ml ro 1 0l ml M1MIM 1 1 rl l 1 1 1 1 1 rl l 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 juawdopnaal 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 sjapling ja1seA: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 001 NI 1 Q�1 rll 1 �1 NI r-II LnIN sAaN epljolj1 1 I on I 1 1 1 1 1 1 1 1 1 1 N I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 L.L 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 -----------------------4--+---- ---a---F----+----1---+------4----+-- ----F--�-- dnoa I I �i ri i 0i Ni i �i �i �i�i� ✓1 1 m 1 1 1 Q)1 1 1 Q)1 1 M 1 1 N I 1 1 1 1 1 1 1 1 1 1 1 1 1 uoll�njlsuoD: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 O ou1jeA: VU 1 1 1 1 1 1 1 1 1 1 1 1 LU 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 = 1 1 1 1 1 1 1 1 1 1 1 1 Q c./) ----------------------i--i----�----i---L----i----L--i---^ ----i-- ----L--J--- O rrnn 1 1 1 1 1 N I 1 1 }'1 1 1 1 0 m V 1 1 4--i 1 1 1 1 1 1 c 1 1 1 1 0 O �_ O In z 1 1 1 1 1 1 1 1 •-1 1 1 1 1 1 -1 1 1 1 1 1 Q I 1 1 1 O o 1 1 •Q cu 1 1 1 - Y 1 1 1 1 1 •Q 1 1 1 1 1 1 1 O O rn 7 1 1 1 1 1 1 1 1 1 1 1 1 a o 0 7a)-ti 1 1 1 1 1 1 1 1 1 1 1 1 o N ro 1 1 1 1 1 1 1 o 1 1 1 4--J 1 1 1 O I 1 1 1 0 � cM L U LO L 1 1 Q I 1 1 J 1 1 1 1 1 Q I 1 1 1 1 1 1 o 2i M c Q� Q 1 1 1 1 1 1 1 1 1 1 1 1 -t C: v a--+ 1 1 1 1 1 1 1 1 1 1 1 1 j E o E o E 1 1 1 1 1 1 1 1 1 1 1 1co 1 1 1 1 1 1 1 1 1 1 1 1 -0 o� v M � . Q) �••L 1 1 1 1 1 1 1 1 1 1 1 1 0 m r° N CD o CO 1 1 1 1 1 1 1 1 1 1 1 1CD J 1 1 1 1 1 1 1 1 1 1 1 1 m-► (U N ( cn N m � SP� 2 1 1 1 1 1 L I 1 1 1 1 1 1 T� �- 1 1 1 1 1 (�1 1 1 1 1 1 1 ���; MCD CD In 1 1 1 1 1 1 1 1 1 1 1 1 �� q w �+�N a �'+N 1 1 L I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 ( o 4-J 4-J CO � 1 1 1 1 1 0 1 1 1 1 1 1 1 c@ N - - 1 =1 1 1 ��1 1 1 1 .� c j •� _O) o m •� �_ m •E 1 1 1 1 1 1 1 1 1 1 1 1 ���'00 0 2 0 Q 1 1 m 1 1 1 1 1 1 �1 1 1 1 1 1 V I 1 1 3 1 1 1 1 1 1 1 E E E 1 1 1 1 1 1 1 1 1 1 1 1 O O •- O 1 1 1 1 1 1 1 1 1 1 1 1 a--� �--� 1 1 1 1 1 1 1 1 1 1 1 1 U U V u 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ■ - 1 1 1 1 1 1 1 1 1 1 1 I Y 1 1 1 1 1 1 1 1 1 1 N I I Z L I-1 1 ••1 1 1 ••1 1 1 ••1 1 F-1 1 r4 1 1 M I 1 I Y I Q zi i ii i ii i i *ki i W zipC O O O 1 1 1 1 1 1 1 1 1 1 Q I Q I 1 1 1 1 1 1 1 1 1 1 1 1 QI 1 3 1 1 1 3 1 1 1 3 1 1 J I J I Q 1 1 � 4-'� '��+ �- 4-'� •>i •�i •�i i F-:F- LI v W >I 1 1 1 1 1 1 1 1 1 Q I Q 1 CC r--1 v CIA _ � 00 CIN — N 00 M M N 0. CD CD 0 0 0 n a o\ o ■ . .® AMA CD • i i w. — co U➢ �� ■ ■ u n (1) o a a 4— a) au 0 ._ m m v -� � ) m Key West Lighthouse Giftshop Renovations PROPOSER'S INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIREMENTS Worker's Compensation Statutory Limits Employers Liability $1,000,000 Bodily Injury by Accident $1,000,000 Bodily Injury by Disease Policy Limits $1,000,000 Bodily Injury by Disease, each employee General Liability, including $500,000 Combined Single Limit Premises Operations Products and Completed operations Blanket Contractual Liability Personal Injury Liability Vehicle Liability(Owned, non-owned, and hired vehicles) $300,000 Combined Single Limit If split limits are preferred: $200,000 per Person $300,000 per occurrence $200,000 Property Damage Builders Risk: 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, INSURANCE REQUIREMENTS AND FORMS 00130-Page 44 of 222 i Key West Lighthouse,Giftshiop Renovations aictions,, causes of action, litigation, pr ings, costs, or expenses relate to events or circumstances that occur during the term of thlis 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 a,ll increased expenses resulting from such delay. Should any claims be asserted against the County by virtue of any deficiency or amibiguit,y in the plans and specifications provided by the Contractor, the Contra,ctoir agirees, and warrants that the Contractor shall hold" the County harmless and shall indemnify it from all losses occu�rring thereby and shall further defend any claim or action on the County 11 s blehalf. The extent of liabil�ity is in no way limited tol, reduced, or lessened by the insurance requirements contaIn ed elsewhere within thi's AG:RE'E'MENT. PROPOSER'S STATEMENT I understand the i�nsurance that will be mandatory if awarded the contract, and will comply in full with all of the requirements, herein. I fully accept the indernnification and hold harmless and duty to defend as set out in its proposal., Ma,rin�o Construction Group, Inc PROPOSER Siginatuire INSURANCE REQUIREMENTS AND FORMS 00130-Page 45 of 222 Key West Lighthouse Ciftshop Renovations INSURANCE AGENT'S STATEMENT I have reviewed the above requirements With the proposer named above. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES Commercial Auto:Progressive Comp/Collision:$1,000/$1,000 General Liability/Workers Comp:NA Liability policies are Occurrence Claims Made Insurance Agency Signature End of Section 00120 INSURANCE REQUIREMENTS AND FORMS 00130-Page 46 of 222 Client#:1930344 MARINCON4 ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MM1DD1YYYY) 7/1112025 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(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder In lieu of such endorsement(s). PRODUCER Amanda Starcher USI insurance Services,LLC per"o :352-390-2768 1.FAxa� 352-732-0132 4600 Touchton Rd E pAIL . Arnanda.Starcherusi.com Building 100,Suite 275 INSURER s)AFFORDING COVERAGE NAIC s Jacksonville,FL 32246 INSURER A:Security National Insurance Company 19879 INSURED INSURER 9:Insurance Company of the West 27847 Marino Construction Group,Inc. INSURER C:Ohio Casualty Insurance Company 24074 P.O.Box 1706 Progressive Express Insurance Company 10193 INSURER D: P P Y Key West,FL 33041 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 1S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUSR POLICY EFF POLL LTR TYPE OF INSURANCE INSR POLICY NUMBER MMIDR= IMMIODNYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY SES1814945 7/12/2025 0711212026 EACH OCCURRENCE $1 000 000 CLAIMS-MADE 1X OCCUR RaTE I°s s� EaEo"cx arm°rlee $100 000 X BIIPD Ded:5,000 MED EXP(Any one parson} S 10 000 PERSONAL&ADV INJURY S 1 10001000 GEN'L AGGREGATE LIMIT APPLIES PER: GEN ERAL AGGREGATE s21000,000 POLICY a PELT LOC PRODUCTS-COMPIOP AGO s2,000,000 OTHER: $ D AUTOMOBILE LIABILITY 997807642 5/22/2026 0512212026 COMBINED SINGLE LIMIT 1 00o OOa ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED AUTOS ONLY X AUTOS BODILY INJURY{Per acrydent) S HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY r if S S q X UMBRELLA LlAB X OCCUR EXS1809701 7112/2025 07112.12026 EACH OCCURRENCE s5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE S5 000 000 DED I X1 RETENTION S10000 S B WORKERS COMPENSATION WF L507889701 7112/2026 07112/202 X PERJOTH,EEt AND EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE Y`N E.L.EACH ACCIDENT $1 000 000 OFFICERtMEMBER EXCLUDED? � N I A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1 000 000 under DESC PsTIION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S1,000 000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks 8chodule,may be attached If more space Is required) The General Liability policy Includes endorsements that provide Additional Insured status on a Primary and Noncontributory basis for both ongoing and completed operations to any person or entity when required by written contract or agreement.The Automobile Liability policy Includes endorsements that provide Additional Insured status on Primary and Noncontributory basis to any person or entity when required by written (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION For Information Purposes OnlySHOULD ANY OF TIME ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE �.l 01988-2015 ACORD CORPORATION.Ali rights reserved. ACORD 25(2016103) 1 of 2 The ACORD name and logo are registered marks of ACORD #S500882771MS0087225 M LKZP Key West,Lighthouse s oRenovations SIECTION 00120 NONI-COLLUSION AFFIDAVIT' 1,.Matah Persaudcity Key West,-F"I"o"'r''i ca r i to I �, and under penalty of perjury, N I am CEO, f the firm of MarinoConstruction r proposerthe i Proposal fordescribed in the notice for c,al,lin,g for props I r: li r and that I cl id, proposal ith full authority Z. The ricer in this, proposal have been arrivedi� ithout collusion, consulitation, co,m ication or agreement for the purposerestricting ii ,, as to any relating i i r proposer or ith any competitor; I Unless otherwise required it law, the pricesis n quoted in this, proposal have not been knowingly disclosedr i11 not knowingly, disclosed by the proposer prior to proposal i , d'irectly or indirectly, n r proposer or to n competitor,* and of r will be made by the proposer to, induce any other person, partnership r corporation to su�bmilt,, ornot to submit, a proposal fortplurpose of restricting competitiom and 5. The statements contained in this affidavit aretrue and correct ih full knowledge i r , 3 22 (S,ignature Proposer) (Date) STATE F: Florida COUNTY OR role Subscribed n rn r itmed) before me, by means of V �p sic I presence or 0 online notarization,, by CA IC� (name o� of affiant).,�,,,!�e)She known to, me or has produced (type, of identification) as, identification. .ft,4 m, r�Public. e ofF�orldia NO'T, PUBLIC my comm.Expires x 26, 2029 Bonded through Natiorai NotariAss Y,a e PROPOSAL 'FORM 00 20- Page 31 of 222 Key'West Lighthouse Gliftshop Renovations LOBBYING AND CONFLICTOF INTEREST CL,AUSE, SWORN STATEMENT UNDER ORDINANCE NO. 010-1990, MONROE COUNTY, FLORIDA ETHICS CLAUSE Marino Construction Group, Inc ('Company) of At, wa,r,rants that he/it has not employed, retained or otherwise had act on h,is/its, behalf any former County officer or employee, in viollation of Section 2, of Ordinance No., 0101-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-19190. For breach or violation o h sI rovision the County may, in its discretion, terminate ct,without liability and may alsol, in its, discretion, deduct from the contract or purchase proc ,, or otherwise recover the full amount of any fee, commission, percentage, glift, or consideration plaid to the former County officer or employee". 09" (Signature) D - 3/12/26 ate. STATE OF*, Florida COUNTY OF.- Monroe Subscribed' and sworn to (or affirmed), before me, by means of phys,ic nce or 1:1 online notarization,, o � gyI (date) by (name of affiant). (H��She is personally known to me or has, produced (type of identification) as identific Lion. k gal I FER SCCH,A If I Ncta�Public,-state of Florjda, HA o F[ nda f 23 2 n 2_29 ']A -)72 t a�.,V Corrrmissior#HH 6923 1 2 NC�tA�Y PUBLIC My Comm.Expirens jur,26.20 29 OF P Bonded through Nabors!Notary A.1s,r. 7S-EAL)—' My commission expires.. JLAV)j,,cf�-,Qjjl 0-1 PROPOSAL FORM 00 120-Page 32 of 222 t Lighthouse GlIftshopRenovations DRUG-FREE WORKPLACE FORM The undersigned vendor in accordancewith FloridaStatute tion . '7 hereby certifies that-that- Marino ConstructionGroup, Inc. uslrm 1 Publishes a statement notifying employees,that the unlawful manufacture, distribution, possession,, r use of a controlleda st nc ro lbite in r lace and specifying the actionsthat will be taken against emiployees for violations such rol i ition. 2. Informs, employees about the dangers of' drug abuse, in, the irl 1 , the business'solio of maintaininga drug-,f'ree workplace, any availabler counseling,, r h lit tion, and ploye asis,istance programs, the penaltiesthat may be i:m,plosed upon employees for d,rug abuse viol ti . 3. iiveeeach employee engaged in providing the commodities contractual se,r is e s that are under proposal a copy of the staternent specified in subsection (1). 4. In the statement specified in subsection , n tlt'les the employees that, as a cl rm �itlon of working ,on the commodities or contractual,services that are under,proposal,the employee will abide by the terms, the statement and will notify the, employer any conviction ', or plea of guilty or n l c nt,endere 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. Imposes a sanction on or require the satisfactory participation iini, 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 o faith effort to,continue to maintain a drug-free workplace through implementation of t l is section. As the person authorized to sign the statement, 1 certify that this firm complies fully with the! above qi u re rn ie n ts. a Pr oser's Signature re 3' 2 26 Date STATE OF.Florida COUNTY - Monroe Su scribled and sworn t ( r afirrrmed) before me, by means of &physical presence or 0 online „notarization, on date, y 11 (name of af'ian,t). personally(Hq�She is . known to me or has produced (type of identification) a m Y of � �� ocxa., V r i 7+fi� °irk 2 4 2 v my mr r-n.Expires� r� 5� 0 PUBLIC ­,jB � rough N ti r al a Assn. " y i ���n � it : PROPOSAL FORM 00 20-,Page 33 of 222 Key West Lighthouse Gliftshopi Renovations LOCAL PREFERENCE FOW A.Vendors,c1lairning a loicali preference according to Ordinance 023-2009, as,amen�ded by Ordi . 004-2,10,15 and 025-2015, must complete this,form. r Maoup, Inc 3/12/26 Name of Bidde/Respon�der rino Construction Gr I Date. 1. Does the vendor have a valid receipt for the business tax plaid to the MIon,roe County Tax Collector dated at least one(1)year prior to the notice of request for bids or proposals? Yes (Please furnish copy.) 2. Does the vendor have a physic business,address located!within nr ounty from which the vendor operates or perfor s 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(1),year prior to the notice of request for bid or pirolposal.) List Address. 310:0,Overseas, Highway, Key West, FL, 33040 Telephone Number: 31051-359-5269 B. Does the vendo,r/prime contractor intend to subcontract 50% or more of the goods, services or construction to local businesses meeting the,criteria abiove as:to liceni,sing and location? No If yes, pilease provide. 1. Copy of Receipt of the business tax paid to the Monrolei Couinty Tax Collector by the subcontractor dated at least one(1)year prior to the notice or request for bid or pro poisa,l. 1 2.Subcontractor's physical business address within Monroe Colunty from which the subcontractor operates'. (The physical! busirs, dregs must be regisitered as its principal place of blusin ss with thle Florida Department of State for at least one(1)year prior to the notice of'r,eqnest for bids or proposals), Tel.Number Address, ,ol Print Name. Matah Persaud Signature and Tit'le of Authorized Signatory for B,i,dder/Res,ponder STATE OF Florida COUNTYOF Monroe Subscribed and sworn to(or affirmed) before me, by meians of Erphysicial presen�ce or 0 online notarization, on a ric/vi'l I a 0 (date) by, atC4.!2,, pif�(S a LA d (name of affiant). tLe jShe is personally known to me or hq� Al "o ugi ANA (type of identification) as identification, jENN�;�R SOCHA Note pub�jc•state of C orni pip issior HH 693- t my comirr. ­x�ires j N0,17AR'i P'UBLI,C S Ir Bonded through Natior,,al tarp*ssr, ( ar—11- Ill' I — ' SEAL) My commission expires'- .0 PROPOSAL FORM 00 120- Page 3,4,of 222 ......................----__ ............................... ...... Key West Lighthouse enovations PUBLIC TIC"' CR,IME STATEMENT "A Person or a,ffiliate who has been placed, on the convicted vendor list following a conviction for pugblic entity crime may not submit a bid on a contract to provide any goods,or services,to a pu�blic entity, may, not submit a bid on a contract with a public entity for the construction or r air of a public building or public work, may not submit bids on leases,of real property to public entit , may not be awarded or perform work as,a,contractor, supplier,, subcontractor,, or CONTRACTOR under a contract with any public ent,ity, and may not transact business with any public entity in excess of the threshold amount provided in Section 2817.,017, Florida Statutes, for CATEGORY TWO for a pleriod" of 36, months from the date ofbeing placed on the convicted vendor list., I have r rino, Construction Group, I (Pro poser's name) nor any Affiliate has been placed on the convicted vendor list,within the last thirty-six (316) months. (Signature) D - 3/12/26 ate. . Florida STATE OF COUNTY OF. Monroe Subscribed and' sworn:to (or affirmed) before me, by means of[Y"physical prelsenice or El online notarization, on IM (date) by (A L A (name of affiant) She is, person ly known to me or has produced (type of identification) as i'dienlitifi cation. -AWL AWL _ML 0 V PUBLIC JENYFER SOCHA, NO ws.t Notary Pub�jc-State of'locida COMMission HH 692312, 'A Y Y Comm, Expires JLr 26,2029 My commission: expires v�t,,ud throus,h National NotaryAssn% III I IWO 1W PROPOSAL FORM 00120-Page 35 of 222 Key West,Li�g,ht,h,ouse Giftshop Re,n�ovations 'i VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS . Key, West Lighthouse Giftshop Renovations Project,Description(s). Respondent Vendor Name: Marino Construction Group�, Inc Vendor FEIN. 65-0823279 Vendor S Authorized Representative Name;and'Titlie�� Matah Per'sau�d, CEO Address-. 3100 Overseas Hi�ghway city I Key West State,* Florida Zip: 330401 Phone Number 3105-3591-52691 Email Address., mper'saud@m�,arin,o-construction.com Section 287.135, Flor�ida Statutes, prohibits a company from bidding on, submitting a piropoisal for�, or entering into or, renewing a contract for goods, or services, of any amoun�t, if, at the firne 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$11,,0010,0010 or more, that are on either the Scrutinized Compan�ies with Acti,viti�es 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 Respondentp 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,l�isted on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities,in! the Iran T'err�or�ils,m Sectors List, or engaged in business operations in Cuba or Syria. ion may I understand that pursuant to,Section 287.1'35,, Florida Statutes, the submission of'a false certificati subject company,to,civil penalties, attorney)s,fees, and/or costs. I further understand that any contract with i 01 'the County may, be terminated, at the option of the County,, if the company i's f un�d to have submitted: a false certification or has been placed on the, Scrutinized Companies that Boycott Israel List or,engaged in a boycott of Israell or p�laced on the Scrutinized Companies with Activities in Sudan L,ist or the Scrutinized Companies 'with Activities in the Iran Terr�orismi, Sectors List or been engaged in business, operatiloins, in Cuba or Syria. Certified By: Marino, Construction Group�, I'nc who is authorized to sign, on behalf of the above referenqe4.company.,.,1 PON Authorized Signature* Print Name., Matah Persaucl Title: CEO N�oltel- The List are availab�le at the following, Department of Mlanagem�en�t Services Site- t- ,a e "Cl si�i,,,,,2(vef,,',i�dot- d sus 1-11"", IvNiv, IS S ............ et"i�ded 1,aii",it,,,s venidic x" 'kc::,;ts, PROPOSAL FORM 00120-Page 36 of 222 Key West Lighthouse Giftshop Renovations AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT I FOR LABOR OR SERVICES Entity/Vendor Nanw. Marino,Construction Group, Inc - 65-0823279 Vendor FEIN. Vendor's Authorized Representative: Matah Persauld, CEO (Name,and "I"itle) Address:3100 Overseas Highway C- Key' West, Z 33040 ItY0. ----State*Florida AP:__ Phone Nun iberru- 305-359-5269 E`.mail Address. m,pers,auIid�I@marino-con strut tio;n.,com exte',nding a,contract with a goverrimeilit entity,Vendor As a non-goverriniental entity executing,renewing,ot I is required to provide an affidavit Urider penalty of perjury, attesting that Vendor does not use, coercion for labor or services in accordance with Section 787.06,Flor'da Statutes. As defined, in Section 787.06(2)(a), coercion means: 1. Using or threatening to use physical force against any,person; 2. R,estraining,isolating,or conflinflig,or threating to restrain.,isolate,or confine any person withOLI't lawful allthorit and a 1,I I gainst er or h"s,will; Y 3. Usinglending or other credit methods to establish adebt by any person when labor or services are pledged as a security fior the debt, if't,he valLie of the labor -services asr s sessed is not applied toward the liquidation of the debt,the length arid lint of the labor or service are ,riot respectively limited and define& 4. Destroying, concealing,, jenioving, confiscating, withholding", or posses's.'ing any actual or purported passport, Nr i sa, or other ininligration doCtIment, or any other aCtUal or purported government(dentification,doculnent, of any person-I 5. Causing or t"hreateningto cause financial harni 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 11 of Section 893.03, Florida Statutes to an I y person for the J)Ltrpose of exploitation,of that person. As a pet-son authorized to s,ig,n on,behaff of'Vendor.1,I certify Lfilider penaltiles of plegury ttiat Vendor does not i use coe'rclon for labor, or servicies in accordance with Section '7817.06. Additionally, Viendor has reviewed, Section 787,061, Florida Statutes, and agrees to abide by sarne. Certified By.- Mar'inIo Construction Group, Inc who is authorized to sign on behalf of the above referenced compan, ............ Authorized Signature.* _ I , Print Name.- Match Pe sand 1-itle.- CEO PROPOSAL FORM: 010 120-Piage 3,7 of 2,22 Client#: 1930344 MARINCON4 ACORDTm CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 7/11/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Amanda Starcher NAME: USI Insurance Services, LLC PHONE 352-390-2768 FAx 352-732-0132 A/C,No,Ext: A/C,No): 4600 Touchton Rd ADDRIL Amanda.Starcher@usi.com Building 100,Suite 275 INSURER(S)AFFORDING COVERAGE NAIC# Jacksonville, FL 32246 INSURER A:Security National Insurance Company 19879 INSURED INSURER B:Insurance Company of the West 27847 Marino Construction Group, Inc. Ohio Casualty Insurance Company 24074 INSURER C: y p Y P.O. Box 1706 Progressive Express Insurance Company 10193 INSURER D: 9 p p Y Key West, FL 33041 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY SES1814945 07/12/2025 07/12/2026 EACH OCCURRENCE $1,000,000 CLAIMS-MADE "I OCCUR PREMISES(Ea occurrence) $1007000 X BI/PD Ded:5,000 MED EXP(Any one person) $1 ONO PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY X JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 F_]OTHER: $ D AUTOMOBILE LIABILITY 997807642 05/22/2025 05/22/202 Ea acciden SINGLE LIMIT $1,000,000 ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY X AUTOS X HIRED X NON-OWNEDPROPERTY a c den DAMAGE $ AUTOS ONLY AUTOS ONLY Pe A X UMBRELLA LIAB X OCCUR EXS1809701 07/12/2025 07/12/2026 EACH OCCURRENCE $5 000 000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5 000 000 DED X RETENTION$10000 $ B WORKERS COMPENSATION WFL507889701 07/12/2025 07/12/202 X PERFTEROTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $130005000 OFFICER/MEMBER EXCLUDED? N� N/A (Mandatory in NH) I, T E.L.DISEASE-EA EMPLOYEE $13000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 7.21.25 . DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: EYW CBP Phase 3 Project Monroe County BOCC is additional insured under the terms and conditions of the General Liability policy and Auto Liability policy when required by written contract.The Umbrella policy follows form of the underlying General Liability and Auto Liability coverage. CERTIFICATE HOLDER CANCELLATION Monroe Count BOCC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1100 Simonton St. ACCORDANCE WITH THE POLICY PROVISIONS. Key West, FL 33040 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S50088291/M50087225 MLKZP