Loading...
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