HomeMy WebLinkAbout06/14/2000 AgreementBRANCH OFFICE
3117 OVERSEAS HIGHWAY
MARATHON, FLORIDA 33050
TEL. (305) 289-6027
FAX (305) 289-1745
CLERK OF THE CIRCUIT COURT
MONROE COUNTY
500 WHITEHEAD STREET
KEY WEST, FLORIDA 33040
TEL. (305) 292-3550
FAX (305) 295-3660
BRANCH OFFICE
88820 OVERSEAS HIGHWAY
PLANTATION KEY, FLORIDA 33070
TEL. (305) 852-7145
FAX (305) 852-7146
MEMORANDUM
DATE:
October 13, 2000
TO:
Dent Pierce, Director
Public Works Division
FROM:
Beth Leto, Administrative Assistant
Public Works Division
Pamela G. Hancg~
Deputy Clerk Q_~
At the June 14, 2000, Board of County Commissioner's meeting the Board granted
approval and authorized execution of a Contract between Monroe County and Culver's Cleaning
Company for providing janitorial service to include opening/closing of restrooms at Veteran's
Memorial Park (AKA Little Duck Key) in the amount of $1,500.00 per month.
Enclosed please find a copy of the above for your handling. Should you have any
questions please do not hesitate to contact this office.
Cc:
County Administrator w/o document
Risk Management w/o document
County Attorney
Finance
File ~"
SECTION THREE
CONTRACT
THISJ AGREEMENT, made and entered into this /~t! day of
()r~~ ~' A.D., by and between MONROE COUNTY, FLORIDA,
party of the", I first part (hereinaftA=.f, vometimes called the
"OWNER"), and "U.!v~e.l~M~~ - ~t P.~Xrty of the second part
(hereinafter sometimes c Ie he "CONTRACTOR").
WITNESSED: That the parties hereto, for the consideration
hereinafter set forth, mutually agree as follows:
3.01
SCOPE OF THE WORK
The CONTRACTOR shall provide janitorial and openin~and lockup
services, including all necessary supplies an~ ~u~m~t
required in the performance of same, and perfor~aJq; @ trhe
work described in the Specification entitled: :2g;~ ("") fT'}
"I~;_< -4 0
C'")'._ _ ......
C;1",: ,.... '1
c::: --:: ....., C)
=<: ?:' :3 ;::0
-!("')r- ~ :::0
:"(~.- . ::: r71
r:" ? ~ ("")
/.- n, _ 0
. \0 ~
MOnrOe"County Public Works
Contract Specifications
Rest Room Janitorial Service
Veteran's Memorial Park
Also known as Little Duck Key
Marathon Key
Monroe County, Florida
and his bid dated fV\A~ ~ I 02J{)ro , each attached hereto and
incorporated as part of this contract document. The manual
shall serve as minimum contract standards, and shall be the
basis of inspection and acceptance of all the work.
3.02
THE CONTRACT SUM
The County shall pay to the CONTRACTOR for the faithful per-
formance of said service on a per month in arrears basis on or
before the 30th day of the following month in each of twelve
(12) months. The CONTRACTOR shall invoice the County monthly
for services performed under the Specifications contained
herein. The Contract amount shall be as stated by the
contractors bid as follows: ~1500.DO per month.
3,03 CONTRACTOR'S ACCEPTANCE OF CONDITIONS
A. The CONTRACTOR hereby agrees that he has carefully examined
the sites and has made investigations to fully satisfy himself
that such sites are correct and sui table ones for this work
and he assumes full responsibility therefore. The provisions
of the Contract shall control any inconsistent provisions
contained in the specifications. All Specifications have been
read and carefully considered by the CONTRACTOR, who
Section 3 - Page I
understands the same and agrees to their sufficiency for the
work to be done. Under no clrcumstances, conditions, or
situations shall this Contract be more strongly construed
against the OWNER than against the CONTRACTOR and his Surety.
B. Any ambiguity or uncertainty in the Specifications shall be
interpreted and construed by the OWNER, and his decision shall
be final and binding upon all parties~
C. The passing, approval, and/or acceptance of any part of the
work or material by the OWNER shall not operate as a waiver by
the OWNER of strict compliance with the terms of this
Contract, and Specifications covering said work. Failure on
the part of the CONTRACTOR, immediately after Notice to Cor-
rect workmanship shall entitle the OWNER, if it sees fit, to
correct the same and recover the reasonable cost of such
replacement and/or repair from the CONTRACTOR, who shall in
any event be jointly and severally liable to the OWNER for all
damage, loss, and expense caused to the OWNER by reason of the
Contractor I s breach of this Contract and/or his failure to
comply strictly and i~ all things with this Contract and with
the Specifications.
D. Contractor recognizes that time is of the greatest importance
and agrees to reimburse County $50.00 per day for each day of
delay in providing the services under this Agreement unless
said delay is caused by acts or omissions of the County or
Acts of God. The County shall have sole authority to determine
if a condition for non-payment under this paragraph has
Occurred.
3.04 TERM OF CONTRACT/RENEWAL
A. This contract shall be for a period of one (1) year, commenc-
ing on the day first written above. This Contract term shall
be renewable in accordance with Article 3.04B.
B. The OWNER shall have the option to renew this agreement after
the first year, and each succeeding year, for two additional
one year periods. The contract amount agreed to herein may be
adjusted annually in accordance with the percentage change in
the Consumer Price Index (CPI) for Wage Earners and Clerical
Workers in the Miami, Florida area index, and shall be based
upon the annual average CPI computation from January 1 through
December 31 of the previous year. Increases in the contract
amount during each option year period shall be extended into
the Succeeding years.
3.05 CANCELLATION
A. The County may cancel this contract for cause with seven (7)
days notice to the Contractor. Cause shall constitute a
breach of the obligations of the Contractor to perform the
Section 3 ~ Page 2
services enumerated 1S the Contractor's obligations under this
contract.
B. Except for the County's termination because of
nonappropriation (Article 3.12), either of the parties hereto
may cancel this agreement '.vi thout cause by giving the other
party sixty (60) days wri t ten notice of its intention to do
so.
3.06 HOLD HARMLESS
The CONTRACTOR shall defend, indemnify and hold the County,
its officials, employees and agents harmless, from any and all
claims, liabilities, losses and causes of action which may
arise out of the performance of the Contract except such
claims, liabili ties, losses and causes of action which may
arise because of the County's negligent actions or omissions.
Compliance with the insurance requirements shall not relieve
the CONTRACTOR from the obligations imposed by this article.
3.07
INDEPENDENT CONT~CTOR
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 for Monroe County. No
statement contained in this agreement shall be construed so as
to find the contractor or any of his/her employees, con-
tractors, servants, or agents to be employees of the Board of
County Commissioners for Monroe County.
3.08
ASSURANCE AGAINST DISCRIMINATION
The CONTRACTOR shall not discriminate against any person on
the basis of race, creed, color, national origin, sex, age, or
any other characteristic or aspect which is not job related,
in its recruiting, hiring, promoting, terminating, or any
other area affecting employment under this agreement or with
the provision of services or goods under this agreement.
3.09
ASSIGNMENT
The CONTRACTOR shall not assign or subcontract this agreement,
except in writing and with the prior written approval of the
Board of County Commissioners for Monroe County and
CONTRACTOR, which approval shall be Subject to such conditions
and provisions as the OWNER and CONTRACTOR may deem necessary.
This agreement shall be incorporated by reference into any
assignment or subcontract and any assignee or subcontractor
shall comply with all of the provisions of this agreement.
Unless expressly provided for therein, such approval shall in
no manner or event be deemed to impose any obligation upon the
OWNER in addition to the total agreed-upon price of the
services/goods of the contractor.
Section 3 ~ Page 3
3.10
COMPLIANCE WITH ~AW
In providing all services/goods pursuant to this agreement,
the contractor shall abide by all statutes, ordinances, rules
and regulations pertaining to, or regulating the provisions
of, such services, including those now in effect and hereinaf-
ter adopted. Any violat ion of said statutes, ordinances,
rules and regulations shall constitute a material breach of
this agreement and shall entitle the OWNER to terminate this
contract immediately upon delivery of written notice of termi-
nation to the contractor.
3.11
INSURANCE
Prior to execution of this agreement, the Contractor shall
furnish the Owner Certificates of Insurance indicating the
minimum coverage limitations as indicated by an "X" on the
attached forms identified as INSCKLST 1-4, as further detailed
on forms WC1, GL1, VL1, ED1, each attached hereto and
incorporated as part of this contract document.
3.12
FUNDING AVAILABILITY
In the event that funds from Parks and Beaches Unincorporated
Contractual Services are partially reduced or cannot be
obtained or cannot be continued at level sufficient to allow
for the purchase of the services/goods specified herein, this
agreement may then be terminated immediately at the option of
the OWNER by written notice of termination delivered in person
or by mail to the contractor. The OWNER shall not be
obligated to pay for any services provided by the contractor
after the contractor has received written notice of
termination.
3.13
PROFESSIONAL RESPONSIBILITY
The CONTRACTOR warrants that it is authorized by law to engage
in the performance of the activities encompassed by the
project herein described, subject to the terms and conditions
set forth in the Public Works Manual entitled "Monroe County
Public Works Contract Specifications/Rest Room Janitorial
Service/Veteran's Memorial Park/Also Known As Little Duck
Key" I which is attached heret:o and incorporated herein as a
part of this contract/agreement. The provider shall at all
times exercise independent, professional judgement and shall
assume professional responsibility for the services to be
provided. Continued funding by the OWNER is contingent upon
retention of appropriate local, state, and/or federal
certification and/or licensure of contractor.
Section 3 ~ Page 4
3.14
PERFORMft~CE & OBLIGATION
Monroe County's performance and obligation to pay under this
contract is contingent upon an annual appropriation by the
BOCC.
3.15
NOTICE REQUIREMENT
Any notice required or permitted under this agreement shall be
in writing and hand delivered or mailed, postage prepaid, to
the other party by certified mail, returned receipt requested,
to the following:
FOR COUNTY
Monroe County Public Works
Facilities Maintenance Department
3583 S. Roosevelt Boulevard
Key West, FL 33040
FOR CONTRACTOR
Culver's C\aln\~ Cb
~ eat see-up'
N'Qrn-\-t\cn, r=L '3'&>50 - D'" CoI
IN WITNESS WHEREOF the parties hereto have executed this Agreement
on the day and date first above written in four (4) counterparts,
each of which shall, without proof or accounting for the other
counterparts, be deemed an original Contract.
KOLHAGE, Clerk
COUNTY OF MONROE, STATE OF
FLORIDA
By cJ'4v:~'l:~h.-~
Mayor/c airman
"D.c. .
CONTRACTOR
BY~~
Attest:
~if!lJt!/d~
W TNESS
Corporate Seal if Corporation
~IT~
~
R a'fiR N F
DATE~
Section 3 I Page ~
1<)% Edition
MONROE COUNTY, FLORIDA
RISK MANAGEMENT
POLICY AND PROCEDURES
CONTRACT ADMINISTRATION MANUAL
Indemnification and Hold Harmless
For
Other Contractors and Subcontractors
The Contractor covenants and agrees to indemnify and hold harmless Monroe County
Board of County Commissioners from any and all claims for bodily injury (including
death), personal injury, and property damage (including property owned by Monroe
County) and any other losses, damages, and expenses (including attorney's fees) which
arise out of, in connection with, or by reason of services provided by the Contractor or
any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other
wrongful act of omission of th.e Contractor or its Subcontractors in any tier, their
employees, or agents.
In the event the completion of the project (to include the work of others) is delayed or
suspended as a result of the Contractor" failure to purchase or maintain the required
insurance, the Contractor shall indemnify the County from any and all increased expenses
resulting from such delay.
The first ten dollars ($10.00) of remuneration paid to the Contractor IS for the
indemnification provided for above.
The extent of liability is in no way limited to, reduced, or lessened by the insurance
requirements contained elsewhere within this agreement.
Administration Instruction
#4709.2
TCS
1996 Edition
INSl'R..\NCE '-\GENT'S STATE\fENT
/
I
I have reviewed the above requirements with the bidder named helow. The following deductibles
apply to the corresponding policy.
POLICY
PAC) JILtl03CZ
DEDUCTIBLES
~,~qJ~oD
Liability policies are ~urrence
Claims Made
~<In~~~ot:
\t-v-- Insuran~ A:;;enc:t . ----r- YV""
, , lOnr-o e ~lA.K\..-I ,-+f ~.
BIDDERS STATEMENT
Signature
I understand the insurance that will 'be mandatory if av,:arded the Contract and will comply in full
with all the requirements.
-CJ~~~ ~l tuniC) 0.~.t
Bidder I
.~e~
\.
Administration Instruction
#4709.2
INSCKLST 5
NON-COLLUSION AFFIDA VIT
L Rn+hlN'\II ::D. QJv W
1'i\00t, +hor\ J F I(,)(':dcu
of perjury. deposc arid say that:
1.) I am (hhU:.s
project dcscribcd as follows:
, of the citv of
according to law on my oath. and undcr penalty
CltCO')j3 ~O/'l" the Qidder making thc Proposal for the
. I
2.) the prices in this bid have been arrived at independcntly without collusion,
consultation, communication or agrccment for the purpose of restricting
competition, as to any mattcr relating to such prices with any other bidder or with
any competitor;
3.) unless otherwise requircd by law, the prices which have been quotcd in this bid
havc not been knowjngly 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
4.) no attempt has been made or will bc made by the bidder to induce any other
person, partnership or corporation to submit. or not to submit, a bid for thc
purpose of restricting competition:
5.)
the statements contained in this affidavit arc true and correct, and made with full
knowledge that Monroe County relies upon the truth of the statements contained
in this affidavit in awarding contracts for said project.
4I~~~
Signature of Bidder)
~/r/(){]
DATE
STATE OF -tlnvldr^
COUNTY OF m'Cf)(9e-
PERSONALLY APPEARED BEFORE ME. the undersigned authority.
A--rdi0....~ ell J ~ ".r who, after first being sworn by me,
(name ohndivilual signing)
affixed hislher signature in the space provided above on this
o
day of InW-(
20M.
My Commission Expires: LINDA A. REGAN
Notary Public, State of Florida
My Commission Expires June 8. 2001
Comm. No. CC644052
NOTARY PUBLIC
SWORN STATEMENT UNDER ORDINANCE NO. 10-1990
MONROE COUNTY. FLORIDA
ETHICS CLAUSE
~v' J). (k,\v lit' - QJVe-r-'-.) (l.,(~~ warrants that helit has not employed, retained
I ~~ Y .
or otherwise had act on hislits behalf any former County officer or employee in violation of
Section 2 of Ordinance No. 10-1990 or any County officer or employee in violation of
Section 3 of Ordinance No. 10-1990. 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 con~!deration paid to the former County \}fficer or employee.
~L-?
~ (signature)
Date:3C1-Gn
~
STATE OF -BnYld.ll
COUNTY OF jyy)~ro~_
PERSONALL Y APPEARED BEFORE ME, the undersigned authority,
An ~ (lJue Y who, after first being sworn by me, affixed hislher
signature (name of individual signing) in the space provided above on this ~ day of
,~fbC?
UBLlC
<~"'''''''.._~.,~.. .
My commission expires:
LaNDA A. REGAN
Notary Public, State of Florida
My Commission Expires June 8, 2001
Comm. No. CC644052
OMB - MCP FORM #4
.,)..
" .,
.',
. :..'
"I<)fI Fdll,""
EMPLOYEE DISHOJ\ESTY
INSURANCE REQUIREMENTS
FOR
CONTRACT
BETWEEN
MONROE COUNTY, FLORIDA
AND
The Contractor shall purchase and maintain, throughout the term of the ('ontract, Employee
Dishonesty Insurance which will pay for losses to County property or mc.:ey caused by the
fraudulent or dishonest acts of the Contractor's employees or its agents. whether acting alone or
in collusion of others.
The minimum limits shall be:
$10,000 per Occurrence
)
EDl
Administration Instruction
#4709.2
44
1'1'/(, hJIl'"n
.
')
WORKERS' COMPENSA TIO:\T
INSURANCE REQUIREMENTS
FOR
CONTRACT
BET'VEEN
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 Florida Statute 440.
In addition. the Contractor shall obtain Employers' Liability Insurance with limits of not less
than:
$ I 00,000 Bodily Injury by Ac~ident
$500,000 Bodily Injury by Disease, policy limits
$100,000 Bodily Injury by Disease, each employee
Coverage shall be maintained throughout the entire tenn 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 Depanment 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 ofInsurance will be required.
In addition. the Contractor may be required to submit updated financial statements from the fund
upon request from the County.
~
wel
":.'f)
,j
Administration Instruction
#4709.2
88
I ')'1/, I eI,III'"
GENERAL LIABILITY
INSURANCE REQUIREMENTS
FOR
CONTRACT
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 '.
· Expanded Definition of Property Damage
The minimum limits acceptable shall be:
$300,000 Combined Single Limit (CSL)
If split limits are provided, the minimum limits acceptable shall be:
$100,000 per Person
$300,000 per Occurrence
$ 50,000 Property Damage
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 abov~ requirements.
)
-/
GLI
Administration Instruction
#4709.2
49
I 'Nfl Edilion
J
I
.\10NROE COUNTY, FLORIDA.
INSURANCE CHECKLIST
FOR
VENDORS SUBMITTING PROPOSALS
FOR WORK
To assist in the development of your proposal, the insurance coverages marked with an "X" will
be required in the event an award is made to your finn, Please review this fonn with your
insurance agent and have himlher sign it in the place provided. It is also required that the bidder
sign the fom1 and submit it with each proposal.
WORKERS' COMPENSATION
AND
EMPLOYERS'LIABILITY
WCI
WC2
WC3
WCUSLH
x
X
Workers' Compensation
Employers Liability
Employers Liability
Employers Liability
US Lonl:!:shoremen &
Harbor \\' orkers Act
Federal Jones Act
Statutory Limits
$] 00,000/$500.000/$1 00,000
$500,000/$ 5 00,000/$ 5 00,000
$] .000.000/$1.000.000/$1 ,000,000
Same as Employers'
Liability
Same as Employers'
Liability
\VClA
~
\
INSCKLST 1
Administration InstructIOn
#4709.2
19'/(. I t.I,llI.n
VEHICLE LIABILITY
INSl:RANCE REQUIREMENTS
FOR
CO;\TTRACT
BET'VEEN
MO:\ROE 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-O\\ned, and Hired Vehicles
The minimum limits acceptable shall De:
$100,000 Combined Single Limit (CSL)
If split limits are provided, the minimum limits acceptable shall be:
$ 50,000 per Person
$100,000 per Occurrence
$ 25,000 Property Damage
The Monroe County Board of Count\' Commissioners shall be named as Additional Insured on
all policies issued to satisfy the above requirements.
.J
VLl
Administration Instruction
#4709.2
81
GENERAL Ll:\1311 IT-l
':\s a minimum. the rCLJulr(~d general liability coverages will include:
.
Premises Operations
Blanket Contractual
Expanded Ddinilion
of Property Damage
.
Products and Completed Operations
Personal Injury
.
.
.
Required limits:
GLl
'"
$ I 00.000 per Person; $300.000 per Occurrence
$50.000 Property Damage
or
$300.000 Combined Single Limit
Gl.2
$250.000 per Person: $500.000 per Occurrence
$50.000 Property Dan1age
or
$500.000 Combined Single Limit
$500.000 per Person: $1.000.000 per Occurrence
$ I 00,000 Property Damage
or
$ I .000.000 Combined Single Limit
GL3
GL4
$5.000.000 Combined Single Limit
Required Endorsement:
GLXCU
GLLIQ
GLS
Underground, Explosion and Collapse (XCV)
liquor Liability
Security Services
All endorsements are required to have the same limits as the basic policy.
INSCKLST 2
Administration Instruction
#47092
j I)(J(, f-.dllion
V El-HCL E UABII ITY
As a minimum. coverage should extend to liability for:
/
· Owned; Non-o\\.'I1ed: and Hired VehicJes
Required Limits:
x
VLl
$50,000 per Person: $100,000 per Occurrence
$25,000 Property Damage
or
$100,000 Combined Single Limit
$100,000 per Person; $300,000 per Occurrence
$50,000 Property Damage
or
$300,000 Combined Single Limit
$500,000 per Person; $1,000,000 per Occurrence
$100,00.0 Property Damage
. or
$1,000.000 Combined Single Limit
$5,000,000 Combined Single Limit
VL2
VL3
VL4
MISCELLANEOUS COVERAGES
BRl
MVC
PROl
PR02
PR03
POLl
POL2
POL3
EDl X
ED2
GKl
GK2
GK3
Builders'
Risk
Limits equal to the
completed project.
Motor Truck
Cargo
Limits equal to the maximum
value of anyone shipment.
Professional
Liability
$ 250,000 per Occurrence/$ 500.000 Agg.
$ 500,000 per Occurrence/$l ,000,000 Agg.
$] ,000,000 per Occurrence/$2,000,000 Agg.
$ 500,000 per Occurrence/$1.000,000 Agg.
$1,000,000 per Occurrence/$2,000,000 Agg.
$5,000,000 per Occurrence/$l 0.000,000 Agg.
$ 10,000
$100,000
$ 300,000 ($ 25,000 per Veh)
$ 500.000 ($100,000 per Veh)
$] ,000.000 ($250,000 per V eh)
Pollution
Liability
Employee
Dishonesty
Garage
Keepers
INSCKLST 3
Administration Instruction
#4709.2
MEDI
MED2
MED3
MED4
IF
VLPl
VLP2
VLP3
BLL
HKLl
HKL2
HKL3
AIRl
AIR2
AIRJ
AEOl
AE02
AE03
EOl
E02
E03
Administration Instruction
#47092
i\'1 edi cal
Professional
InstallatioI1
Floater
Hazardous
Cargo
Transporter
Bailee Liab.
Hangarkeepers
Liability
Aircraft
Liability
Architects Errors
& Omissions
Engineers Errors
& Omissions
INSCKLST 4
J 991; Ed",nn
$ 250,000/$ 750.000 Agg.
$ 500.000/$ 1.000.000 Agg.
$1,000,000/$ 3,000.000 Agg.
$5.000.000/$10,000.000 Agg.
Maximum value of Equipment
Installed
$ 300.000 (Requires MCS-90)
$ 500,000 (Requires MCS-90)
$1.000,000 (Requires MCS-90)
Maximum Value of Property
$ 300.000
$ 500,000
$ 1,000.000
$ 1.000,000
$ 5,000,000
$50,000,000
$ 250,000 per Occurrence/$ 500,000 Agg.
$ 500,000 per Occurrence/$1 ,000.000 Agg.
$ 1.000,000 per Occurrence/$3.000.000 Agg.
$ 250,000 per Occurrence/$ 500,000 Agg.
$ 500.000 per Occurrence/$ 1 .000.000 Agg.
$ 1 ,000.000 per Occurrence/$3.000.000 Agg.
DRUG-FREE WORKPLACE FORM
The undersigned vendor in accordance with Florida Statute 287.087 hereby certities that:
~.lv';' c'lt4.ni'2) ~..o(Y)p4n f
(Name of Business)
1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that
will be taken against employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of
maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance
programs, and the penalties 1hat may be imposed upon employees for drug abuse violations.
"
3. Give each employee engaged in proVIding 1he commodities or contractual services that are under bid a
copy of the statement specified in subsection (I).
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 atier such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community, or any employee who is so
convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this
section.
As the person authorized to sign the statement, I certify that this tirm complies fully with the above
requirements.
Bii.~r-
Date
/fJ;; I 1; o2-OfAJ
PUBLIC ENTIn' CRIME STATEMENT
"A person or affiliate who has been placed on the convicted vendor list
following a conviction for public entity crime may not submit a bid on a
contract to provide any goods or services to a public entity, may not submit a
bid on a contract with a public entity for the construction or repair of a public
building or public work, may not submit bids on leases of real property to
public entity, may not be awarded or perform work as a contractor, supplier,
subcontractor, or 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, for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list."
Q
2000-2001
iLlTIES
HINES
ROOMS
,e OF
NESS
NESS
iESS
NG
,l:SS
MO CTY
05 - MARATHON
ANTHONY CULVER
CULVER ANTHONY
POBOX 500761
MARATHON FL
ACCOUNT
OCCUPATIONAL TAX
M 0 N ROE STATE OF FLORIDA
MUST BE DISPLAYED IN CONSPICUOUS PLACE
SEATS EMPLOYEES
3ECOMES A TAX
!f'T WHEN VALIDATED H A R R Y F. K N I G H T (. C Fe, T A X CO L LEe TOR
PO BOX 1129, KEY WEST FL 33041-1129
29240 COMMERCIAL CLEANING ~~~
,~~/~ Ti'~1 ~1?~'\
1/;(6,/"/;>. ./? 18 24 ~ '~?f,\
f!i,~il{~'!,~ ~ ~
.~?~~fJ::,:" .,~::.~,~j;~J \\~ ~
CLEANING ci:: '(tJ'.\ !~Jlt
ti,i'o-C ()%
33050 ~.:~ " J pJ
'%~\-s-<", / :;~I
~~
~'
0000000000 0000002500 0000292400069597 1001 6
\
...
.'
..,. ....'.
29240-0069597
SEPT. 30, 2001
EXPIRES
SUPPLEMENTAL
RENEWAL
NEW TAX
TRANSFER
ORIGINAL TAX
25.00
AMOUNT
PENALTY
COLLECTION COST
TOTAL
......
~
-v-tao'='---!:J:
o -."0 :x....~ D:D-
'-'.!--II'D -t-..oX:::iJ
CL .........., [T1 0--. 7-'
..f~ .;:.-<
.0
ell""
-..oC'I-
........ I:;) rr1
t..:. t..:.........;:.:;<::
.~'l ...o-tz
. t..:.::I......O 0......
c;..=,:::-::::o-::. :::r:wCl
I:J C~ J-&. .=. :J:
......
THIS IS ONLY A ;:fAX. YOU MUST
MEET ALL COuNTY PLANNING
AND ZONING REQUIREMENTS.
25.00
NOTICE OF ELECTION TO BE EXEMPT
Please refer to the written instructions prepared by the
Division of Workers' Compensation before completing this form.
Effectivellssue Date:
Expiration Date:
By filing this application, you eiect to be es.empt from the provisions of Chapter 440,
Florida Statutes and waive any right you may have to worken' compensation benefits In Control Number:
the State of Florida should you become Injured on the Job. Anv oerson who knowlnll!lv and
with lnlent to Inlure. defra::ud. or dece:lv~_ the Division or anv emDlover. emBlovee. or Postmark Date:
IlWIrance comnanv or BUrno nro!!!!!!.. !!!!! a Notice of Election to be EnmBt contatglnt!
anv 7.~:: :; . :;;1~;'dIDI! Ini~rmatlon Is nU" of a felonv of the third de2ree. Certain Received Date:
documentation Is required by law to be attached to this application-refer to the Instruction
sheet for more detaUs.
I am applying for exemption as a (check only one box in this section):
~}lSTRUcrION INDUSTRY ($ 50.00 FEE REQUIRED)
~ Sole Proprietor 0 Partner 0 Corporate Officer (your corp. title:
NON-CONSTRUcrION INDUSTRY (NO FEE REQUIRED)
Co rate Officer our co . title:
CORPORATE OFFICERS AND PARTNERS: List the registration number of your business on file with the Division of Corporations,
Department of State's Office (NOTE~ Yf:r partnership may not have one, but all corporations must have one. If your partnership doesn't
have one, state "N/A"): ~
THIS EXEMPTION APPLICATION APPLIES ONLY TO THE PERSON SIGNING THE APPLICATION
AND ONLY FOR THE BUSINESS ENTITY LISTED IN THE IN SEcrION
TeN e; d/b/a' or a/kIa:
d I IWlr
City: State:
F 1"-.
)
-OR-
Business Name:
Business Mailing Address:
.0.
County:
Unemployment Compensation
Yes: list all certified or registered
Are you or a qualifier for your business required by the county or the municipality in which your business mailing address is
located to have an occupational license for the business which is the $~bject of this application? 0 No lJ1 Yes:
yOU MUST ATTACH A COpy OF A CURRENT OCCUPATIONAL LICENSE r<
Are you e ployed ~ any sole proprietorship, partnership, corporation or business entity other than the business to which this application
applies? NO U YES list the name of all other businesses in which you are employed:
Has the above-referenced business entity been in 0 ration long enough to have filed with or be required to file by the IRS,
an annual Federal Income Tax Return? No Yes You must attach tax records. See instruction sheet for details.
AFFIDAVIT OF APPLICANT: I bereby certify that the Information contained herein is true and correct to the best of my
knowledge and belief; that this election does not exceed exemption limits for corporate officen or partnen u provided In 1440.01
Florida Statutes; and that I will secure the payment of workers' compensation benefits, punuant to Chapter 440, Florida Statutes,
for any employee I now have or may hereinafter acquire, for which my businelsls required by florida law to secure sucb benefits.
~"lha''\J GuN' lK ~ /~~
~iP ~. N....~ "'7PLYING FORI!XEMrTION SOCIAL SECURITY NO.
~ ~ ~""T ...!1-, 26 1 60
'Li LlC 's SIGNATURE m DATE SIGNED
NOTARYSTATEOFFLORIDA,COUNTYOF If ,Dnr(Je~
Swom to ... "",,,,rib<d I><fo m ~ do, of ~. .2.. OCD , by j) K\ 't1..istt...4 C'.ii-J. d
Personally Known roduced I n Type of Identification Produced -----uMOA ~ REQ~tlFI rlda
Notary puDllo, Iblbl 0 0
Commission Expires tt COIaP..lan =ne 8,2001
VERS FO~J. IWbRMA nON)
:-, I ~ tl.i; I
mo. day yr.
DATE OF BIRTH
NOTARY SIGNATURE
LES FORM BCM-Z50 Rev
ACORQM CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYY)
10/02/2000
PRODUCER (305) 743-0494 (05) 743-0582 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Keys Insurance Agency of Monroe County, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O. Box 500280 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Marathon, FL 33050-0280 INSURERS AFFORDING COVERAGE
INSURED Heart of the Keys Recreatlon Assn Inc INSURER A: Progressive Companies
Marathon Recreation Center INSURER B:
P. O. Box 500836 INSURER C:
Marathon Shores, FL 33052 INSURER D:
I INSURER E:
COVERAGES
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
1~1~ TYPE OF INSURANCE POLICY NUMBER P~l+~~~~j6g,wf Pg~!fl{~~=N LIMITS
GENERAL LIABILITY EACH OCCURRENCE $
-
COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Anyone fire) $
! CLAIMS MADE D OCCUR ~lED F.XP (Any OM person) $
- PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
-
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $
'I .nPRO- n
POLICY JECT LOC
AUTOMOBILE LIABILITY [)46145540 09/08/2000 09/08/2001 COMBINED SINGLE LIMIT
- (Ea accident) $
ANY AUTO
-
ALL OWNED AUTOS BODILY INJURY
- $
X SCHEDULED AUTOS (Per person) 100,000
A I--
HIRED AUTOS BODILY INJURY
I-- $
NON-OWNED AUTOS (Per accident) 300,000
I--
I-- '<~l!fr'll(} f\ PROPERTY DAMAGE $
(Per accident) 50,OOC
RRAGE LIABILITY ~,Y 1\ . , I '-L/ V ~ AUTO ONLY - EA ACCIDENT $
v -iDfll 1
ANY AUTO '0_ OTHER THAN EA ACC $
DATE AUTO ONLY: AGG $
EXCESS LIABILITY \~','.'\Tq: \.':'. LvrS EACH OCCURRENCE $
tJ OCCUR D CLAIMS MADE ,,,,,. "'.'" ", 1--......-
AGGREGATE $
$
R DEDUCTIBLE $
RETENTION $ $
WORKERS COMPFNSATION ANn ! TVX~~ IfJNs I IO~H-
FR
EMPLOYERS' LIABILITY
E.L EACH ACCIDENT $
E,L DISEASE - EA EMPLOYEE $
EL DISEASE - POLICY LIMIT $
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
>river: Anthony Culver c--:lRCEI' D
ertificateholder is additional insured as their interest may appear neT 0,3 ZOCil)
I
i nV~ ~ )(,Y J..' (t -/
CERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION ..
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
10 "''' _'m" ~ c,""""'n; "'"'''' ."""'0 "" ""'.
Monroe County Board of County Commissioners BUT FAILURE TO r.fAIL SUCH SHALL IMPOSE NO OBLIGATION OR LIABILITY
3583 S Roosevelt Blvd OF ANY KIND UPON THE C ITS AGENTS OR REPRESENTATIVES.
Key West, FL 33040 AUTHORIZED REPRESENTP / '-
- ..
ACORD 25 S (7/97)
@ACORDCORPORATION 1988
ACDRQM CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDNY)
07/31/2000
PRODUCER (305)743-0494 (305) 743-0582 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Keys Insurance Agency of Monroe County, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O. Box 500280 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Marathon, FL 33050-0280 INSURERS AFFORDING COVERAGE
INSURED Anthony Culver INSURER A: Penn America Ins Co
Culver's Cleaning CO INSURER B: Western Surety Company
P.o. Box 500761 INSURER C:
Marathon, FL 33050-0761 INSURER 0:
I INSURER E:
COVERAGES
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I~f: TYPE OF INSURANCE POLICY NUMBER P6'.HE'IMMiDD~\E I Pg~!fJ,~rXt~~N LIMITS
~NERAL LIABILITY PAC6141038 03/01/2000 03/01/2001 EACH OCCURRENCE $ 300,000
X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Anyone fire) $ 50,000
1 CLAIMS MADE 0 OCCUR MEO EXP (Anyone person) $ 5,000
A PERSONAL & ADV INJURY $ 300,000
GENERAL AGGREGATE $ 600,000
n'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 300,000
.nPRO- n
POLICY JECT LOC
~TOMOBILE LIABILITY COMBINED SINGLE LIMIT $
ANY AUTO (Ea accident)
-
ALL OWNED AUTOS l~:-"rrr PrO I~ ~ BODILY INJURY
- $
SCHEDULED AUTOS (Per person)
-
HIRED AUTOS 'oy . BODILY INJURY
- $
NON-OWNED AUTOS . lOu I ~ (Per accident)
- CD _
- DinE PROPERTY DAMAGE
----- (Per accident) $
~RAGE LIABILITY \", 'I. it '-I: ~, c" ..'......- YES AUTO ONLY - EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $
:=J OCCUR D CLAIMS MADE AGGREGATE $
$
=i DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSATION AND I TORY LIMITS I lOJF
ER
EMPLOYERS' LIABILITY
E.L EACH ACCIDENT $
E.L DISEASE - EA EMPLOYEE $
E.L DISEASE - POLICY LIMIT $
OTH,R . ~8634853 07/30/2000 07/30/2001 $10,000.
~mp oyee Olshonesty
B Bond
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
ertificateholder is additional insured as their interest may appear
...- - - ,. .
.Lt"1' , . -- ..-
,"II \\Y~.L
lEI? / IJ/) ;JJ]
CERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION 17
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY W1L ENDEAVOR TO MAIL
~ DAYS WRITTEN NOTICE T<; T~ERTIFIC H DER NAMED TO THE LEFT,
Monroe County Board of County Commissioners BUT FAILURE TO MAIL SUC)~SHAL OS OBLIGATION OR LIABILITY
3583 S Roosevelt OF ANY KIND UPON THE CO Y, .J S OR REPRESENTATIVES.
Key West, FL 33040 AUTHORIZED REPRESENT~ L------"
ACORD 25-S (7/97)
FAX: (305)295-3672
@ACORD CORPORATION 1988
KEYS INSURANCE AGENCY OF MONROE COUNTY,INC.
E-MAIL: KIA@KEYSINSURANCE.COM
September 12,2000
Monroe County Board of County Commissioners
Facilities Maintenance Dept
3583 S Roosevelt Blvd
Key West FL 33040
RE: Heart of the Keys Recreation Center/Anthony Culver
Policy: 046145540
Carrier: Progressive Companies
To whom it may concern:
Anthony Culver of Heart of the Keys Recreation Center and Culver's Cleaning is
authorized to use the vehicle owned by Heart of the Keys Recreation Center to drive
to/from Veterans Memorial Park to open/close restrooms.
Attached is a certificate of insurance naming the Monroe County BOCC as additional
insured, as their interest may appear.
.1
. I
Sin~~y,
//1//
./.~ _.~/'
~- ~-
Linda Regan
Keys Insurance Agency
RErFr'T~D
SEP 1 J ZOOO
BY:~
o
P.O. BOX 541
KEY LARGO, FLORIDA 33037
305/852-0494 · FAX: 305/852-5678
P.O. B X 500280
MARATHON, LOR IDA 33050-0280
305/743-0494 · FAX: 305/743-0582
o
805 PEACOCK PLAZA
KEY WEST, FLORIDA 33040
305/294-4494 · FAX: 305/294-0772
ACORQM CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYY)
09/12/2000
PRODUCER (305)743-0494 (305)743-0582 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Keys Insurance Agency of Monroe County, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O. Box 500280 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Marathon, FL 33050-0280 INSURERS AFFORDING COVERAGE
INSURED Heart of the Keys Recreatlon Assn Inc INSURER A: Progressive Companies
Marathon Recreation Center INSURER B:
P. O. Box 500836 INSURER c:
Marathon Shores, FL 33052 INSURER D:
I INSURER E:
COVERAGES
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
'~f~ TYPE OF INSURANCE POLICY NUMBER P~l+~~~~~g8,wIE Pgk!f:(~~~~N LIMITS
COMMERCIAL GENERAL LIABILITY
I CLAIMS MADE D OCCUR
EACH OCCURRENCE $
FIRE DAMAGE (Anyone fire) $
MED EXP (Anyone person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
PRODUCTS - COMPIOP AGG $
GENERAL LIABILITY
-
-
-
GEN'L AGGREGATE LIMIT APPLIES PER:
--, nPRO- n
I POLICY JECT LOC
AUTOMOBILE LIABILITY
-
-
~46145540
09/08/2000
09/08/2001
COMBINED SINGLE LIMIT
(Ea accident)
$
ANY AUTO
ALL OWNED AUTOS
BODILY INJURY
(Per person)
$
100,000
X
A _ SCHEDULED AUTOS
HIRED AUTOS
-
NON-OWNED AUTOS
BODILY INJURY
(Per accident)
$
300,000
-
-
. .~'t<OO\\~'E!O R~~ ','~' ~~Lt""~.
';~m "( i ( u' ~
Y ~ U/.I\..J.L A l1J
... ~ f '-"'"
DATE JD- ' I oD
ji(,? ...,Lv_s
PROPERTY DAMAGE
(Per accident)
$
50,000
GARAGE LIABILITY
=i ANY AUTO
EXCESS LIABILITY
:=J OCCUR D CLAIMS MADE
I DEDUCTIBLE
I RETENTION $
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
AUTO ONLY - EA ACCIDENT $
W~lV[R:
EACH OCCURRENCE
AGGREGATE
EA ACC $
AGG $
$
$
$
$
$
OTHER THAN
AUTO ONLY:
I TORY LIMITS I IUJ~-
EL EACH ACCIDENT $
EL DISEASE - EA EMPLOYEE $
EL DISEASE - POLICY LIMIT $
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
ertificateholder is additional insured, as their interest may appear
RRC'RT'TRD
I S E P 1 3 2000
IBY: H C' .,v' ; 0
CERTIFICATE HOLDER
I I ADDITIONAL INSURED; INSURER LETTER:
CANCELLATION
Monroe County Board of County Commissioners
Facilities Maintenance Dept
3583 S Roosevelt Blvd
Key West, FL 33040
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE TH2REOF' THE liNG COMPANY WILL ENDEAVOR TO MAIL
~ DAYS WRITTEN NOTI 0 E CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TP MAIL S NO E SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND ~PON]I 0 ANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REI'\lES6iUIM'\VE
T( ~
I ~D CORPORATION 1988
ACORD 25-5 (7/97)
PROGRESSIVE
PO BOX 94739
CLEVELANO OH 44101
PROGRE.fIIVE@
05360
1..11...11.11....1..111....1.1...1.111...1.1..1..1...11...11.1
MONROE COUNTY BOARD
3583 S ROOSEVEL
KEY WEST FL 33040
If you have any questions on the enclosed documents, please call Progressive. Be prepared to specify the
policy type (Auto, Motorcycle, etc.), state and policy number.
RECJ~~TVl~D
SfP ~S?OOO
BY:~'7i2bv
..-..... .,,~....
BNRFOLDL
PMFL0915988000BNRFOLDL
PROGREJIIVE@
COMMERCIAL VEHICLE INSURANCE
ADDITIONAL INSURED
The person or organization named below is a person insured with respect to such liability coverage as is afforded
by the policy but this insurance applies to said insured only as a person liable for the conduct of another insured and
then only to the extent of that liability. We also agree with you that insurance provided by this agreement will be
excess insurance over any other valid and collectible insurance.
NAME OF PERSON OR ORGANIZATION:
MONROE COUNTY BOARD
3583 S ROOSEVEL
KEY WEST
FL 33040
LIMIT OF LIABILITY
Bodily Injury
$100,000
$300,000
$50,000
each person/
each accident
each accident
each accident
Property Damage
Combined Liability
All other parts of this policy remain unchanged.
This endorsement changes Policy No.: 04614554-0
Issued to (Name of Insured): ANTHONY CULVER
Endorsement Effective: 09/08/00
Expiration: 09/08/01
Form No. 1198 (4-97)
CVFL0415971607L119801
08/.07/2000 11:40
3052953572
MONROE COUt~TV PFMIL T
PAGE 03
INDEMNIFICATION/HOLD HARMLESS AGREEMENT
Heart of the Keys Recreation Association Inc. authorizes Culver's Cleaning Company
to utilize their vehicle while providing janitorial services and o~ning/c1osing of
Veteran's Memorial Park (o.k.a. Little Duck Key) as described in Contract between
Culver's Cleaning Company and Monroe County approved by the Board of County
Commissioners at their regular June 14,2000 Meeting.
Heart of the Keys Recreation Association Inc. covenants and agrees to indemnify
and hold harmless Monroe County Board of County Commissioners from any and all
claims for bodily injury (including death), personal injury, and property damage
(including property owned by Monroe County) and any other losses, damages. and
expenses (including attorney's fees) which arise out of, in connection with, or by
reason of the Contractor/Individual utilizing the property governed by this
Contract .
j/t;/ oIla JL/rftm~ ;Jf;;t/:dth ;be,
Organization
,
By; ~
Of the ve and duly aut"
this agreement.
State of Florida
County of Monroe
SUBSCIUIED AND SWORN to
SO e/J 1&'fI15er ,2000.
I
By /P~y /r;T&1e;'l(e~
knowfPto me or has produced
identificotion.
Jf
(or affirmed before me on J:L. day of
(Contact
g~ i! JJ/~
Notary Public
NOTARY SEAL
MARIA J SUESZ
NOrARY PUBOC Sf ATE OF FLORIDA
COMMISSION r..'O. CC1S5'S77
ONEXP. LY26 2
t':'W1~I"",*\M<llNlvatCll-l.~\P~I(.'ONTRA('TSWElf,R"'SS MlMOR1N, I'AR~\HoIclll.('",I_ "sr-ncnt. VMI'-/JAr1 ~f
k~.lIIc
03f07/2000 11:40
3052953572
MONROE COUNTY PFMILT
PAGE 04
INDEMNIFICATION/HOLD HARMLESS A&REEMENT
This contract enter~d into by and between MONROE COUNTY, FLORIDA a political
subdivision of the State of Florida, herein "COUNTV" ANt) Cutver's Cleoni.ng
Comoonv, hereinafter "CONTRACTOR".
The Contractor, "Culver's Clmning Compal'!Y" will provide janitorial services and
opening/closing of Veteran's Memorial Park (a.k,a. little Duck Key) as described in
the Contract between Culver's Cteaning Company and Monroe County approved by the
Board of County Commissioners at their regular June 14th, 2000 Meeting.
The Contractor covenants and agrees to indemnify and hold harmless Monroe County
Board of County Commissioners from any and all claims for bodily injury (including
death), personal injury, and property damage (including property owned by Monroe
County) and any other losses, damages, and expenses (including attorney's fees)
which arise out of, in connection with, or by reason of the Contractor/Individual
utilizing the property governed by this Contract.
t;Ji/I/..( /'1t~rj;J~/
Organization 1
8y:~,4~
Of the above and duly authorized to execute
this agreement.
State of Florida
County of Monroe
I RECEIVED
DC:r 0 2 2000
IBY: 'i2\cKU-
7'A
SUBSCRIBED AND SWORN to (or affirmed before me on d day of
seplePl8e~ , 2000.
I
By FJ/lrlnM/ !?v/veJ:...... (Contract Contact Person), he/she is
{'Personaliyj<now{ to me or .. ,~ (type of
"'itkAtiftcdffon) os identification
r' FFI LNOTARYSEAL
! MARIA I SUESZ
i:TARYPUBtIC Sf ATE OF FLORIDA
. COMMJ:S!0N NO. CC1555Tl
"I-. -".'Y~'''()N
kir-. ~.tl~ .
J1(~.J rJ. ~fJ.~ '
Notary Public
(..:'WISDUWll.............. II'.... ..J ....1'<_1'<.( '''' I R \( !' VfTt.M .\."''' ~ >>II \J. r,\IU.\I'" J~ l\g1'Iltln~nl . VMV.d.K
MONROE COUNTY PUBLIC WORKS DIVISION
FACILITIES MAINTENANCE DEPARTMENT
JANITORIAL SERVICE SPECIFICATIONS
FOR
VETERAN'S MEMORIAL PARK RESTROOMS
AIKIA LITTLE DUCK KEY
MARATHON, MONROE COUNTY FLORIDA
BOARD OF COUNTY COMMISSIONERS
Mayor Shirley Freeman, District 3
Mayor Pro Tem George Neugent, District 2
Mayor Emeritus Wilhelmina G. Harvey, District I
Nora Williams, District 4
Mary Kay Reich, District 5
COUNTY ADMINISTRATOR
James L. Roberts
DIRECTOR OF PUBLIC WORKS
C. Dent Pierce
FACILITIES MAINTENANCE DIRECTOR
Carlos Zarate
March. 2000
. ~~,~~~
SECTION ONE
INSTRUCTIONS TO BIDDERS
1.01 INSURANCE/INDEMNIFICATION/HOLD HARMLESS
A. The CONTRACTOR shall defend, indemnify and hold harmless the
County as outlined on the attached form identified as TCS.
B. The CONTRACTOR will be responsible for all necessary insurance
coverage as indicated by an "X" on the attached forms
identified as INSCKLST 1-4, as further detailed on forms ED1,
GL1, VL1, WC1.
C. If the bidder is exempt from Workers Compensation under Flori-
da Statute 440, a copy of the exemption certificate is to be
submi t ted wi th the bid. Workers Compensation Insurance will
only be waived for those companies that demonstrate that they
are exempt employers.
D. Certificates of Insurance must be provided to Monroe County
within fifteen days after award of bid/proposal. If the
proper insurance forms are not received within the fifteen
days, bid/proposal may be awarded to the next selected bidder.
1.02 DISQUALIFICATION OF BIDDERS
A. One Bid: Only one bid from an individual, firm, partnership
or corporation under the same or under different names will be
considered. If it is discovered that a bidder is interested
in more than one bid for the work involved, all bids in which
such a bidder is interested may be rejected.
B. NON-COLLUSION AFFIDAVIT: Any person submitting a bid or
proposal in response to this invitation must execute the
enclosed NON-COLLUSION AFFIDAVIT. If it is discovered that
collusion exists among the bidders, the bid or proposals of
all participants in such collusion will be rej ected, and no
participants in such collusion will be considered in future
bids or proposals for the same work.
C. PUBLIC ENTITY CRIME: 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 contact to
provide any goods or services to a public entity, may not
submit a bid on a contract with a public entity for the con-
struction 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,
for CATEGORY TWO for a period of 36 months from the date of
being placed on the convicted vendor list.
Section I - Page I
D. ETHICS CLAUSE: Any person submitting a bid or proposal in
reSDonse to this invitation must execute the enclosed ETHICS
CLAUSE and submit it with his bid or proposal. F'ailure to
complete this form in every detail and submit it with your bid
or proposal may resul t in disqual if icat ion of your bid or
proposal.
E. Failure to attend the mandatory site inspection as stipulated
in Article 1.03A will result in the immediate disqualification
of your bid or proposal.
1.03 EXAMINATION OF SITE CONDITIONS
A. There will be a mandatory site inspection of the facility on
Thllrsday, April /.oth. /.000 at 10'00 am. Failure to attend the
site inspection will result in the immediate disqualification
of your bid or proposal.
B. Each bidder, by and th~ough the submission of his bid, agrees
that he shall be held responsible for having examined the
sites, the location of all proposed work, and knowledge and
experience or professional advice as to the character and
location of the sites and any other conditions surrounding and
affecting the work, any obstructions, the nature of any
existing construction, and all other physical characteristics
of the job, in order that he may include in the prices which
he bids all costs pertaining to the work and thereby provide
for the satisfactory completion thereof.
1.04 EXAMINATION OF CONTRACT DOCUMENTS
A. Each bidder shall carefully examine the specifications and
other contract documents, and inform himself thoroughly re-
garding any and all condi tions and requirements that may in
any manner affect cost, progress, or performance of the work
to be performed under the contract. Ignorance on the part of
the CONTRACTOR will in no way relieve him of the obligations
and responsibilities assumed under the contract.
B. Should a bidder find discrepancies or ambiguities in, or
omissions from, the specifications, or should he be in doubt
as to their meaning, he shall at once notify the OWNER.
1.05 INTERPRETATIONS, CLARIFICATIONS, AND ADDENDA
No oral interpretations will be made to any bidder as to the
meaning of the contract documents. Any inquiry or request for
interpretation received seven (7) or more days prior to the
date fixed for opening of bids will be given consideration.
All such changes or interpretations will be made in writing in
the form of an addendum and, if issued, will be mailed or sent
by available means to all known prospective bidders prior to
Section 1 - Page 2
the established bid opening date. Each bidder shall
acknowledge receipt of such addenda in the space
provided therefore in the bid form. In case any bidder fails
to acknowledge receipt of such addenda or addendum, his bid
will nevertheless be construed as though it had been received
and acknowledged and the submission of his bid will consti-
tute acknowledgment of the receipt of same. All addenda are
a part of the contract documents and each bidder '.vi II be
bound by such addenda, whether or not received by him. It is
the responsibility of each bidder to verify that he has re-
ceived all addenda issued before bids are opened.
1. 06
GOVERNING LAWS AND REGULATIONS
A.
The bidder is required to be
sponsible for complying wi th
laws, ordinances, rules, and
affect the work.
familiar with and shall be re-
all federal, state and local
regulations that in any manner
B. The bidder shall include in his bid prices all sales, consum-
er, use, and other taxes required to be paid in accordance
with the law of the State of Florida and the County of Monroe.
1.07 PREPARATION OF BIDS
A. Signature of the bidder: The bidder must slgn the Bid forms ln
the space provided for the signature. If the bidder is an
indi vidual, the words "doing business as ,
or "Sole Owner" must appear beneath such signature. In the
case of a partnership, the signature of at least one of the
partners must follow the firm name and the words "Member of
the Firm" should be written beneath such signature. If the
bidder is a corporation, the title of the officer signing the
bid in behalf of the corporation must be stated and evidence
of his authority to sign the bid must be submitted. The
bidder shall state in the bid the name and address of each
person interested therein.
B. Basis for Bidding: The bid prlce for each item shall be on a
uni t price basis according to the form of the bid. The bid
prices shall remain unchanged for the duration of the contract
and no claims for cost escalation during the progress of the
work will be considered.
1. 08
SUBMISSION OF BIDS
Two (2) signed originals and one (1) copy of each bid shall be
submitted in a sealed envelope which shall be marked so as to
clearly indicate its contents and the name of the bidder. If
~orwarded by mail, the above mentioned envelope shall be
enclosed in another envelope addressed to the entity and
address stated in the Notice of Calling For Bids, and prefera-
bly by special delivery, registered mail; if for warded other-
wise than by mail, it shall be delivered to the same address.
Section I - Page 3
Bids '.'1111 be received until the date and hour :3lated in the
Notice of Calling For Bids.
1. 09
WITHDRAWAL OF BID
Any bid may be withdrawn prior to the time scheduled in the
Notice of Calling For Bids for the opening thereof. All bids
shall remain valid for a period of 90 days.
1.10 MODIFICATION OF BIDS
A. Written bid modification will be accepted from bidders if
addressed to the entity and address indicated in the Notice of
Calling For Bids and received prior to bid due date and time.
B. A bidder may modify his bid by telegraphic communication at
any time prior to the scheduled closing time for receipt of
bids, provided such telegraphic communication is received
prior to the closing time, and provided further, the OWNER is
satisfied that a written confirmation of the telegraphic
modification over the'.~ignature of the bidder was mailed prior
to the closing time. The telegraphic communication should not
reveal the bid price, but should provide the addition or
subtraction or other modification so that the final prices or
terms will not be known until the sealed bid is opened. If
written confirmation is not received within two days from the
closing time, no consideration will be given to the
telegraphic modification.
1.11
RECEIPT AND OPENING OF BIDS
Bids will be received until the designated time and will be
publicly opened and read aloud at the appointed time and place
stated in the Notice of Calling For Bids. The person whose
duty it is to open them will decide when the specified time
has arri ved and no bids received thereafter will be
considered. No responsibility will be attached to anyone for
the premature opening of a bid not properly addressed and
identified. Bidders or their authorized agents are invited to
be present.
1.12
DETERMINATION OF SUCCESSFUL BIDDER
Until the final award of the contract, the OWNER does not bind
to accept the minimum bid, but reserves the right to rej ect
any and all bids and to waive technical errors and
irregularities as may be deemed best for the interests of the
OWNER. Bids which contain modif icat ions, are incomplete,
unbalanced, conditional, obscure, or which contain additions
not requested or irregularities of any kind, or which do not
comply in every respect with the Instructions to Bidders, and
the contract documents, may be rejected at the option of the
OWNER.
Sectloll I - Page 4
L. ~~ AWARD OF CONTRACT
A. The OWNER reserves the right to reject any or all bids, or any
part of any bid, to waive any informal i ty in any bid, or to
re-advertise for all or part of the work contemplated. If
bids are found to be acceptable by the OWNER, written notice
will be given to the selected bidder of the acceptance of his
bid and of the award of the contract to him.
B. If the award of the contract is annulled, the OWNER may award
the contract to another bidder or the work may be re-adver-
tised or may be performed by day labor as the OWNER decides.
C. The contract will be awarded only to a qualified bidder com-
plying with the applicable conditions of the contract docu-
ments.
D. The OWNER also reserves the right to rej ect the bid of a
bidder who has previously failed to perform properly or to
complete contracts of a similar nature on time.
1.14 EXECUTION OF CONTRACT
The bidder to whom a contract is awarded will be required to
return to the OWNER four (4) executed counterparts of the
prescribed contract together with the required certificate of
insurance within fifteen (15) days from the date of notice of
acceptance of the bidder's bid.
1.15
BID FORM
Any person submitting a bid in response to this invitation
shall utilize the attached Bid Form.
Section 1 - Page 5
SECTION TWO
SPECIFICATIONS
2.01 DESCRIPTION
A. The Contractor shall furnish j ani torlal services, including
all necessary supplies and equipment required in the perfor-
mance of same, for the rest room facilities located at
Veteran's Memorial Park, also known as Little Duck Key, Mile
Marker 40, Marathon Key, Florida.
B. The Contractor shall be responsible for unlocking the rest
room facilities seven (7) days per week promptly at 7:30 a.m.
C. The Contractor shall be responsible for locking the rest room
facilities seven (7) nights per week promptly at sunset.
2.02
WORK HOURS
A. The Contractor shall open and unlock all rest rooms (men IS,
women's & handicap) seven (7) days per week at 7:30 am.
B. The Contractor shall clean all required rest room facilities
seven (7) nights per week.
C.
The Contractor shall close and lock all
facilities seven (7) nights per week
completion of cleaning.
required rest
at sunset,
room
upon
2.03
REST ROOM SANITATION
Rest room sanitation shall include the following serVlces each
night:
A. All floors, concrete surfaces and ramps must be swept with a
straw broom & loose dirt removed.
B. Wash and disinfect floor and upon completion, floor is to be
mopped to a damp dry condition.
C. Stall partitions damp cleaned.
D. All commodes, urinals, basins and vanities shall be Scoured
and disinfected.
E. All urinal traps shall be specially cleaned and disinfected.
F. All sanitary napkin receptacles shall be cleaned, waste dis-
posed, and disinfected.
G. All paper products shall be replaced/replenished, to include
toilet paper, paper towels & sanitary products.
H. All Soap Dispensers are to be filled with hand soap.
I. All slop sink closets are to be cleaned completely each week
and mops, buckets, etc., removed to storerooms after usage.
J. All trash receptacles are to be emptied on a daily basis.
K. All other work necessary to maintain a clean and sanitary
condition in these rest rooms shall be accomplished, whether
it is specifically noted in these specifications or not.
Section 2 - Page 1
2.04 COORDINATION OF THE WORK
A. Contractor shall provide maximum amount of Janitorial Services
with the minimum amount of interference to rest room occu-
pants.
B. Coordination of the work with the County area representative
shall be the responsibility of the Contractor. The Contractor
shall perform the work during hours and times as specified.
C. Keys shall be issued to the Contractor by the area representa-
tive at the start of the Contract. Written confirmation of
receipt of keys shall be signed by the Contractor. The Con-
tractor shall return all keys as issued upon expiration of the
Contract or termination.
D. The Contractor shall be responsible for the cost of changing
locks, etc., for all keyed secured areas for which the Con-
tractor does not return the keys.
E. The Contractor shall report any problems regarding open doors
and/or vandalism to Robert Stone, Facilities Maintenance Area
Representative immediately via digital beeper (305)334-3553.
F. The Facilities Maintenance Area Representative's contact
number Monday through Friday, 8:00 a.m. - 5:00 p.m. excluding
holidays, is (305)289-6077.
2.05 PAPER PRODUCTS AND SUPPLIES
A. The Contractor shall provide all supplies necessary for the
cleaning performance of his work. All supplies, including but
not limi ted to, hand soap, paper towels, toilet paper, and
trash can liners, shall be supplied by the Contractor.
B. The Contractor shall maintain stock in each facility ln an
amount sufficient to last through the next cleaning day.
2.06 INSPECTION OF THE WORK
A. Random inspections shall be performed by County Representa-
tives from the Public Works Division administering the con-
tracts.
B. Deficiencies shall be corrected within a twenty-four (24) hour
period of notification to the Contractor. Failure of the
Contractor to correct such deficiencies shall result in
prorated deduction from the monthly invoice.
SectIOn 2 - Page 2
BID FORM
JANITORIAL SERVICE
RESTROOM OPENING AND LOCK UP
VETERAN'S MEMORIAL PARK
ALSO KNOWN AS LITTLE DUCK KEY
MARATHON KEY
MONROE COUNTY, FLORIDA
Fif1tL~ ~tJ
($ Amount in
..j 1500. u..
($ Amount in numbers)
~().l f) ~ovD
db \\lVS CLrvl 00 j,/J.)
writing)
and
Date
/100
PER MONTH
Acknowledgement is hereby made of the following Addenda received
since issuance of the Spec~fications:
Addendum No.
Dated:
Addendum No.
Dated:
ri.()+~l ]), QJyW
(NAME OF BIDDER' PLEASE PRINT)
~~-/
(SIGNAT RE OF BIDDER)
Address: 'P.0. ~x:. 3D'\(.D I
City:
~Q/)
State:
The full names and residences of persons and firms interested In
the foregoing bid, as principals, are as follows:
F" JtU,
~+h(h t D. CuJ..t w
~'0. Q>o~&1u'
~~~) ~\L\., 0(3/J5\)
Name of the executive who will give personal attention to the
work:
~nJ :1), ChJvw
J
SectIOn 2 - Page 3