04/10/2024 Agreement Monroe County Purchasing Policy and Procedures
ATTACHMENT D.5
COUNTY ADMINISTRATOR
CONTRACT SUMMARY FORM FOR CONTRACTS $1,00,000.00 and Under
contract with- ANTHONY CULVER C n tra ct g NA
DBA CULVER'S CLEANING COMPANY Effective Date: 10-1-2023
Expiration Date: 9-30 2025
Contract Purpose/Description:
Janitorial and Cleaning Services at The Florida Keys Marathon International Airport'
Contract is Original Agreement Contract Amendment/Extension Renewal
Contract Manager: Miehael,Legere 6302 Marathon Airport/ Stoll#15
CONTRACT COSTS
Total Dollar Value of Contract: $ 41,600.00 Current Year Portion: $ 207800.00
(must be$100,000.00 or less) (If multiyear agreement then
requires BOCC approval,unless the
iowl ainni.hliir c is
1 00.000.00 or Iw ss).
Budgeted? Yes ■❑ No ❑
Grant: $ County Match: $
Fund/Cost Center/Spend Cate o : 403-63501-530310-sc 00036
ADDITIONAL COSTS
Estimated Ongoing Costs: $ 3000 /yr For: additional tasks outside of scope of work,if needed
(Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.)
Insurance Required: YES M NO ❑
CONTRACT REVIEW
Richard Reviewed Date In
Department Head Signature: Strickland
County Attorney Signature: `"'
Jaclyn Flatt Digitally signed by Jadyn Flatt
Risk Management Signature: Date 2024.04.24 09 32 06-04'00'
Purchasing Signature: Lisa Abreu Digitally 20240424ned yLisa Abreu
Date'.2024.04.24 10'.14'.28-04'00'
John Quinn Digitally signed by John Quinn
OMB Signature: Date 2024.04.24 10 56 31-04'00'
Comments:
Revised BOCC 4/19/2023
Page 84 of 105
AGREEMENT
FOR
JANITORIAL AND CLEANING SERVICES
AT THE FLORIDA KEYS MARATHON INTERNATIONAL AIRPORT, FLORIDA
THIS AGREEMENT is made and entered into this loth day of April, 2024, between
MONROE COUNTY, FLORIDA ("COUNTY"), a political subdivision of the State of Florida,
whose address is 1100 Simonton Street, Key West, Florida 33040, and ANTHONY CULVER
DBA CULVER'S CLEANING COMPANY, a Florida Corporation, authorized to do business in
the State of Florida, ("CONTRACTOR"), whose principal address is 190 41st Street Gulf,
Marathon, Florida 33050, but whose mailing address for purposes of this Agreement is PO Box
500333, Marathon, Florida 33050.
WHEREAS, COUNTY desires to contract for the performance of the work or services
described in Exhibit"A" for the Florida Keys Marathon International Airport; and
WHEREAS, CONTRACTOR desires to and is able to perform the work or services
described in the attached Exhibit"A"; and
WHEREAS,it serves a legitimate public purpose for CONTRACTOR to perform the work
or services described in attached Exhibit"A" for Monroe County.
NOW, THEREFORE, IN CONSIDERATION of the mutual promises and covenants
contained herein, it is agreed as follows:
1. THE AGREEMENT
The Agreement consists of this document and any exhibits or attachments made a part
hereof.
2. SCOPE OF WORK
The Scope of Work shall include,but not be limited to, all work and/or services shown and
listed in Exhibit "A",which is attached hereto and made a part hereof. The Contractor is
required to provide a complete job as contemplated by this Scope of Work. The Contractor
shall furnish all labor, supervision, , and any other means of work necessary or proper for
performing and completing the Scope of Work, unless otherwise specifically stated, or as
amended throughout the term of this Agreement. The Contractor shall be responsible for
the scheduling of services required per the Scope of Work, so as each task is satisfactorily
completed. The Florida Keys Marathon International Airport will provide all paper
products, cleaning supplies, and other items or equipment required to perform the Scope
of Work.
3. PERSONNEL
1
The Contractor must assure that at least one(1)of its personnel per site and/or location can
communicate well in the English language with the County Representative. Any employee
hired by the Contractor will be the Contractor's employee and in no way has any
association with the County. The Contractor shall insure that its employees are trained in
all appropriate safety regulations, including but not limited to, OSHA regulations, DEP
regulations, and all other applicable local, State, and Federal regulations.
Uniforms and photo identification cards are preferred for Contractor's personnel in order
to clearly identify personnel as employees of the Contractor. This shall apply upon
entering County property and at all times while on Marathon Airport premises.
5. CONTRACT SUM AND PAYMENTS TO CONTRACTOR
A. Monroe County's performance and obligation to pay under this Agreement is
contingent upon an annual appropriation by the Board of County Commissioners
("BOCC"). County shall pay in accordance with the Florida Local Government Prompt
Payment Act and Monroe County Code; payment will be made after delivery and
inspection by County and upon submission of a proper invoice by Contractor.
B. Contractor shall submit to County invoices with supporting documentation
acceptable to the Clerk. The Monthly costs shall include the Weekly Janitorial and
Cleaning Services. Such invoices shall be submitted monthly in arrears, with supporting
documentation acceptable to the Clerk. Additional items or services not included in the
Weekly Scope of Work, but performed at the request of Airport Staff, shall be invoiced
upon completion,with supporting documentation acceptable to the Clerk. Acceptability to
the Clerk is based on generally accepted accounting principles and such laws, rules, and
regulations as may govern the Clerk's disbursal of funds. Monroe County's Fiscal Year is
October 1st through September 301h. All outstanding invoices must be submitted for
payment within ten (10) days of the end of the Fiscal Year to avoid non-payment for those
services.
Weekly Janitorial and Cleaning Services - $400.00 per week, billed monthly in
arrears
Additional items or services as requested by Airport Staff—costs to be determined
prior to performance of services.
6. TERM OF AGREEMENT
This two(2)year Agreement shall commence retroactively on October 1, 2023 and end on
September 30, 2025, unless terminated earlier under paragraph 21 of this Agreement.
The County shall have the option to renew this Agreement for up to an additional three (3)
one-year periods on terms and conditions mutually agreeable to the parties, exercisable
upon written notice given at least thirty(30)days prior to the end of the initial term. Unless
the context clearly indicates otherwise, references to the "term" of this Agreement shall
mean the initial term of two (2) years. The County is not required to state a reason if it
elects not to renew.
The Contract amount may be adjusted annually in accordance with the percentage change
in the U.S. Department of Commerce Consumer Price Index (CPI-U) for all Urban
2
w
Consumers as reported by the U.S. Bureau of Labor Statistics and shall be based upon the
CPI-U computation on December 31 of the previous year.
7. LICENSES
Contractor has, and shall maintain throughout the term of this Agreement, appropriate
licenses. Proof of such licenses shall be provided upon request.
8. MAINTENANCE OF RECORDS
Contractor shall maintain all books, records, and documents directly pertinent to
performance under this Agreement in accordance with generally accepted accounting
principles consistently applied. Records shall be retained for a period of seven (7) years
from the termination of this Agreement or five (5) years from the submission of the final
expenditure report as per 2 CFR §200.33, if applicable, whichever is greater. Each party
to this Agreement or their authorized representatives shall have reasonable and timely
access to such records of each other party to this Agreement for public records purposes
during the term of the Agreement and for seven (7)years following the termination of this
Agreement.
9. RIGHT TO AUDIT
Availability of Records.The records of the parties to this Agreement relating to the Project,
which shall include but not be limited to accounting records(hard copy,as well as computer
readable data if it can be made available; subcontract files (including proposals of
successful and unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc.);
original estimates; estimating work sheets; correspondence; change order files (including
documentation covering negotiated settlements); back charge logs and supporting
documentation; general ledger entries detailing cash and trade discounts earned, insurance
rebates and dividends; any other supporting evidence deemed necessary by County or the
Monroe County Office of the Clerk of Court and Comptroller (hereinafter referred to as
"County Clerk")to substantiate charges related to this agreement,and all other agreements,
sources of information and matters that may in County's or the County Clerk's reasonable
judgment have any bearing on or pertain to any matters, rights, duties or obligations under
or covered by any contract document (all foregoing hereinafter referred to as "Records")
shall be open to inspection and subject to audit and/or reproduction by County's
representative and/or agents or the County Clerk. County or County Clerk may also
conduct verifications such as, but not limited to, counting employees at the job site,
witnessing the distribution of payroll, verifying payroll computations, overhead
computations, observing vendor and supplier payments, miscellaneous allocations, special
charges, verifying information and amounts through interviews and written confirmations
with employees, Subcontractors, suppliers, and contractors' representatives. All records
shall be kept for ten (10) years after Final Completion of the Project. The County Clerk
possesses the independent authority to conduct an audit of Records, assets, and activities
relating to this Project. If any auditor employed by Monroe County or County Clerk
determines that monies paid to Contractor pursuant to this Agreement were spent for
3
purposes not authorized by this Agreement or were wrongfully retained by the Contractor,
the Contractor shall repay the monies together with interest calculated pursuant to Section
55.03, Fla. Stat., running from the date the monies were paid to Contractor. The right to
audit provisions survive the termination of expiration of this Agreement.
10. PUBLIC RECORDS COMPLIANCE
Contractor must comply with Florida public records laws, including but not limited to
Chapter 119, Florida Statutes and Section 24 of Article I of the Constitution of Florida.
The County and Contractor shall allow and permit reasonable access to, and inspection of,
all documents, records, papers, letters or other "public record" materials in its possession
or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or
received by the County and Contractor in conjunction with this contract and related to
contract performance. The County shall have the right to unilaterally cancel this contract
upon violation of this provision by the Contractor. Failure of the Contractor to abide by the
terms of this provision shall be deemed a material breach of this contract and the County
may enforce the terms of this provision in the form of a court proceeding and shall, as a
prevailing party, be entitled to reimbursement of all attorney's fees and costs associated
with that proceeding. This provision shall survive any termination or expiration of the
contract.
The Contractor is encouraged to consult with its advisors about Florida Public Records
Law in order to comply with this provision.
Pursuant to Fla. Stat., Sec. 119.0701 and the terms and conditions of this contract, the
Contractor is required to:
(1) Keep and maintain public records that would be required by the County to perform
the service.
(2) Upon receipt from the County's custodian of records, provide the County with a copy
of the requested records or allow the records to be inspected or copied within a reasonable
time at a cost that does not exceed the cost provided in this chapter or as otherwise provided
by law.
(3) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the
duration of the contract term and following completion of the contract if the contractor
does not transfer the records to the County.
(4) Upon completion of the contract, transfer, at no cost, to the County all public records
in possession of the Contractor or keep and maintain public records that would be required
by the County to perform the service. If the Contractor transfers all public records to the
County upon completion of the contract, the Contractor shall destroy any duplicate public
records that are exempt or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon completion of the
contract,the Contractor shall meet all applicable requirements for retaining public records.
All records stored electronically must be provided to the County, upon request from the
County's custodian of records, in a format that is compatible with the information
technology systems of the County.
4
(5) A request to inspect or copy public records relating to a County contract must be
made directly to the County, but if the County does not possess the requested records, the
County shall immediately notify the Contractor of the request, and the Contractor must
provide the records to the County or allow the records to be inspected or copied within a
reasonable time.
If the Contractor does not comply with the County's request for records, the County shall
enforce the public records contract provisions in accordance with the contract,
notwithstanding the County's option and right to unilaterally cancel this contract upon
violation of this provision by the Contractor. A Contractor who fails to provide the public
records to the County or pursuant to a valid public records request within a reasonable time
may be subject to penalties under Section 119.10, Florida Statutes.
The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of
any public records unless or otherwise provided in this provision or as otherwise provided
by law.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119 FLORIDA STATUTES TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT CONTACT THE CUSTODIAN
OF PUBLIC RECORDS BRIAN BRADLEY AT PHONE NO. 305-292-
3470 BRADLEY-BRIAN MONROECOUNTY-FL.GOV MONROE
COUNTY ATTORNEY'S OFFICE 1111 12TH STREET SUITE 408
KEY WEST, FL 33040.
11. HOLD HARMLESS INDEMNIFICATION DEFENSE AND INSURANCE
Notwithstanding any minimum insurance requirements prescribed elsewhere in this
agreement, Contractor shall defend, indemnify, and hold the County and the County's
elected and appointed officers and employees harmless from and against (i) any claims,
actions or causes of action, (ii) any litigation, administrative proceedings, appellate
proceedings, or other proceedings relating to any type of injury (including death), loss,
damage, fine, penalty or business interruption, and (iii) any costs or expenses that may be
asserted against, initiated with respect to,or sustained by, any indemnified party by reason
of, or in connection with, (A) any activity of Contractor or any of its employees, agents,
contractors, or other invitees during the term of this Agreement, (B) the negligence,
recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of
Contractor or any of its employees, agents, sub-contractors, or other invitees, or (C)
Contractor's default in respect of any of the obligations that it undertakes under the terms
of this Agreement, except to the extent the claims, actions, causes of action, litigation,
proceedings,costs or expenses arise from the intentional or sole negligent acts or omissions
of the County or any of its employees, agents, contractors, or invitees (other than
Contractor). The monetary limitation of liability under this Agreement shall be equal to
the dollar value of the contract and not less than $1 million per occurrence pursuant to
Section 725.06, Florida Statutes. The limits of liability shall be as set forth in the insurance
requirements included in this paragraph. Insofar as the claims, actions, causes of action,
5
litigation, proceedings, costs or expenses relate to events or circumstances that occur
during the term of this Agreement, this section will survive the expiration of the term of
this Agreement or any earlier termination of this Agreement.
In the event that the completion of the project (to include the work of others) is delayed or
suspended as a result of the Contractor s failure to purchase or maintain the required
insurance, the Contractor shall indemnify the County from any and all increased expenses
resulting from such delay. Should any claims be asserted against the County by virtue of
any deficiency or ambiguity in the plans and specifications provided by the Contractor,the
Contractor agrees and warrants that the Contractor shall hold the County harmless and shall
indemnify it from all losses occurring thereby and shall further defend any claim or action
on the County's behalf.
The extent of liability is in no way limited to, reduced, or lessened by the insurance
requirements contained elsewhere within this agreement. Failure of Contractor to comply
with the requirements of this section shall be cause for immediate termination of this
Agreement.
Prior to execution of this agreement, CONTRACTOR shall furnish the COUNTY
Certificates of Insurance indicating the minimum coverage limitations in the following
amounts:
WORKERS COMPENSATION AND EMPLOYER'S LIABILTIY INSURANCE.
Where applicable, coverage to apply for all employees at minimum statutory limits as
required by Florida Law, and Employer's Liability coverage in the amount of$100,000.00
bodily injury by accident, $500,000.00 bodily injury by disease, policy limits, and
$100,000.00 bodily injury by disease, each employee.
COMPREHENSIVE AUTOMOBILE VEHICLE LIABILITY INSURANCE. Motor
vehicle liability insurance, including applicable no-fault coverage, with limits of liability
of not less than $300,000.00 per occurrence, combined single limit for Bodily Injury
Liability and Property Damage Liability. Coverage shall include all owned vehicles, all
non-owned vehicles, and all hired vehicles. If single limits are provided, the minimum
acceptable limits are $200,000.00 per person, $300,000.00 per occurrence, and
$200,000.00 property damage. Coverage shall include all owned vehicles, all non-owned
vehicles, and all hired vehicles.
COMMERCIAL GENERAL LIABILITY. Commercial general liability coverage with
limits of liability of not less than $300,000.00 per occurrence combined single limit for
Bodily Injury Liability and Property Damage Liability.
CERTIFICATES OF INSURANCE.Original Certificates of Insurance shall be provided
to the County at the time of execution of this Agreement and certified copies provided if
requested.Each policy certificate shall be endorsed with a provision that not less than thirty
(30) calendar days' written notice shall be provided to the County before any policy or
coverage is canceled or restricted. The underwriter of such insurance shall be qualified to
do business in the State of Florida. If requested by the County Administrator,the insurance
coverage shall be primary insurance with respect to the County, its officials, employees,
agents, and volunteers.
6
e °
MONROE COUNTY BOARD OF COUNTY COMMISSIONERS 1100 SIMONTON
STREET, KEY WEST, FLORIDA 33040, MUST BE NAMED AS CERTIFICATE
HOLDER AND ADDITIONAL INSURED ON ALL POLICIES EXCEPT
WORKER'S COMPENSATION.
12. NON-WAIVER OF IMMUNITY
Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the
County and Contractor in this Agreement and the acquisition of any commercial liability
insurance coverage, self-insurance coverage, or local government liability insurance pool
coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor
shall any Agreement entered into by the County be required to contain any provision for
waiver.
13. INDEPENDENT CONTRACTOR
At all times and for all purposes under this Agreement, Contractor is an independent
contractor and not an employee of the Board of County Commissioners of Monroe County.
No statement contained in this Agreement shall be construed so as to find Contractor or
any of its employees, subcontractors, servants, or agents to be employees of the Board of
County Commissioners of Monroe County.
14. NONDISCRIMINATION/ E UAL EMPLOYMENT OPPORTUNITY
CONTRACTOR agrees that there will be no discrimination against any person, and it is
expressly understood that upon a determination by a court of competent jurisdiction that
discrimination has occurred, this Agreement automatically terminates without any further
action on the part of any party, effective the date of the court order. CONTRACTOR and
COUNTY agrees to comply with all Federal and Florida statutes, and all local ordinances,
as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title
VIl of the Civil Rights Act of 1964(PL 88-352)which prohibits discrimination on the basis
of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as
amended (20 USC ss. 1681-1683, and 1685-1686), which prohibits discrimination on the
basis of sex; 3)Section 504 of the Rehabilitation Act of 1973,as amended(20 USC s. 794),
which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act
of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis
of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended,
relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol
Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970(PL 91-616),
as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7)
The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-
3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8)
Title VIII of the Civil Rights Act of 1968 (42 USC s. 3601 et seq.), as amended, relating
to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with
Disabilities Act of 1990 (42 USC s. 12101 Note), as may be amended from time to time,
relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter
14, Article I1, which prohibits discrimination on the basis of race, color, sex, religion,
7
national origin, ancestry, sexual orientation, gender identity or expression, familial status
or age; 11) Any other nondiscrimination provisions in any Federal or state statutes which
may apply to the parties to, or the subject matter of, this Agreement.
During the performance of this Agreement, the CONTRACTOR, in accordance with
Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965
Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order
11246 Relating to Equal Employment Opportunity, and implementing regulations at
41 C.F.R.Part 60(Office of Federal Contract Compliance Programs, Equal Employment
Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II,¶C, agrees as
follows:
1) The Contractor will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, sexual orientation, gender
identity,or national origin.The Contractor will take affirmative action to ensure
that applicants are employed, and that employees are treated during
employment, without regard to their race, color, religion, sex, sexual
orientation, gender identity, or national origin. Such action shall include, but
not be limited to the following: Employment, upgrading, demotion, or transfer,
recruitment or recruitment advertising; layoff or termination; rates of pay or
other forms of compensation; and selection for training, including
apprenticeship. The Contractor agrees to post in conspicuous places, available
to employees and applicants for employment, notices to be provided setting
forth the provisions of this nondiscrimination clause.
2) The Contractor will, in all solicitations or advertisements for employees placed
by or on behalf of the Contractor, state that all qualified applicants will receive
consideration for employment without regard to race, color, religion, sex,
sexual orientation, gender identity, or national origin.
3) The Contractor will not discharge or in any other manner discriminate against
any employee or applicant for employment because such employee or applicant
has inquired about, discussed, or disclosed the compensation of the employee
or applicant or another employee or applicant. This provision shall not apply to
instances in which an employee who has access to the compensation
information of other employees or applicants as a part of such employee's
essential job functions discloses the compensation of such other employees or
applicants to individuals who do not otherwise have access to such information,
unless such disclosure is in response to a formal complaint or charge, in
furtherance of an investigation, proceeding, hearing, or action, including an
investigation conducted by the employer, or is consistent with the Contractor's
legal duty to furnish information.
4) The Contractor will send to each labor union or representative of workers with
which it has a collective bargaining agreement or other contract or
understanding, a notice to be provided advising the said labor union or workers'
representative of the Contractor's commitments under this section and shall post
8
copies of the notice in conspicuous places available to employees and applicants
for employment.
5) The Contractor will comply with all provisions of Executive Order 11246 of
September 24, 1965, and of the rules, regulations, and relevant orders of the
Secretary of Labor.
6) The Contractor will furnish all information and reports required by Executive
Order 11246 of September 24, 1965, and by the rules, regulations, and orders
of the Secretary of Labor, or pursuant thereto, and will permit access to his
books, records, and accounts by the administering agency and the Secretary of
Labor for purposes of investigation to ascertain compliance with such rules,
regulations, and orders.
7) In the event of the Contractor's noncompliance with the nondiscrimination
clauses of this contract or with any of the said rules, regulations, or orders,this
contract may be canceled, terminated or suspended in whole or in part and the
Contractor may be declared ineligible for further Government contracts or
federally assisted construction contracts in accordance with procedures
authorized in Executive Order 11246 of September 24, 1965, and such other
sanctions may be imposed and remedies invoked as provided in Executive
Order 11246 of September 24, 1965, or by rule, regulation, or order of the
Secretary of Labor, or as otherwise provided by law.
8) The Contractor will include the portion of the sentence immediately preceding
paragraph (1) and the provisions of paragraphs (1) through (8) in every
subcontract or purchase order unless exempted by rules, regulations, or orders
of the Secretary of Labor issued pursuant to section 204 of Executive Order
11246 of September 24, 1965, so that such provisions will be binding upon each
subcontractor or vendor. The Contractor will take such action with respect to
any subcontract or purchase order as the administering agency may direct as a
means of enforcing such provisions, including sanctions for non-compliance;
provided, however, that in the event a contractor becomes involved in, or is
threatened with, litigation with a subcontractor or vendor as a result of such
direction by the administering agency, the contractor may request the United
States to enter into such litigation to protect the interests of the United States.
15. ASSIGNMENT/SUBCONTRACT
Contractor shall not assign or subcontract its obligations under this Agreement to others,
except in writing and with the prior written approval of the Board of County
Commissioners of Monroe County,which approval shall be subject to such conditions and
provisions as the Board may deem necessary. This paragraph shall be incorporated by
reference into any assignment or subcontract and any assignee or subcontractor shall
comply with all of the provisions of this Agreement. Unless expressly provided for therein,
9
such approval shall in no manner or event be deemed to impose any additional obligation
upon the Board.
16. COMPLIANCE wI'I"II LAW AND LICENSE REQUIREMENTS
In providing all services/goods pursuant to this Agreement, Contractor shall abide by all
laws of the Federal and State government, ordinances, rules, and regulations pertaining to,
or regulating the provisions of, such services, including those now in effect and hereinafter
adopted. Compliance with all laws includes,but is not limited to,the immigration laws of
the Federal and State government. Any violation of said statutes, ordinances, rules, and
regulations shall constitute a material breach of this Agreement and shall entitle the Board
to terminate this Agreement. Contractor shall possess proper licenses to perform work in
accordance with these specifications throughout the term of this Agreement.
17. DISCLOSURE AND CONFLICT OF INTEREST
Contractor represents that it, its directors, principals and employees, presently have no
interest and shall acquire no interest, either direct or indirect, which would conflict in any
manner with the performance of services required by this contract, as provided in Sec.
112.311,et.seq.,Florida Statutes.County agrees that officers and employees of the County
recognize and will be required to comply with the standards of conduct for public officers
and employees as delineated in Section 112.313,Florida Statutes,regarding,but not limited
to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized
compensation; misuse of public position; conflicting employment or contractual
relationship; and disclosure or use of certain information.
No Solicitation/Payment. County and Contractor warrant that, in respect to itself, it has
neither employed nor retained any company or person, other than a bona fide employee
working solely for it, to solicit or secure this Agreement and that it has not paid or agreed
to pay any person, company, corporation, individual, or firm, other than a bona fide
employee working solely for it, any fee, commission, percentage, gift, or other
consideration contingent upon or resulting from the award or making of this Agreement.
For the breach or violation of the provision, the Contractor agrees that the County shall
have the right to terminate this Agreement without liability and, at its discretion, to offset
from monies owed, or otherwise recover, the full amount of such fee, commission,
percentage, gift, or consideration.
18. NO PLEDGE OF CREDIT
Contractor shall not pledge the County's credit or make it a guarantor of payment or surety
for any contract, debt, obligation,judgment, lien, or any form of indebtedness. Contractor
further warrants and represents that it has no obligation or indebtedness that would impair
its ability to fulfill the terms of this contract.
19. NOTICI, REQUIREMENT
10
All written correspondence to the COUNTY shall be dated and signed by an authorized
representative of the COTRACTOR. Any written notices or correspondence required or
permitted under this Agreement shall be sent by United States Mail,certified,return receipt
requested, postage pre-paid, or by courier with proof of delivery. The place of giving
Notice shall remain the same as set forth herein until changed in writing in the manner
provided in this paragraph. Notice is deemed received by CONTRACTOR when hand
delivered by national courier with proof of delivery or by U.S. Mail upon verified receipt
or upon the date of refusal or non-acceptance of delivery. Notice shall be sent to the
following persons:
FOR COUNTY: FOR CONTRACTOR:
Florida Keys Marathon International Airport Anthony Culver
9400 Overseas Highway, Suite#200 DBA Culver's Cleaning Company
Marathon, FL 33050 PO Box 500333
(305)289-6060 Marathon, Fl. 33050
(305) 393-0684
and
Monroe County Attorney
1111 12t" Street, Suite 408
Key West, FL 33040
(305) 292-3470
20. TAXES
County is exempt from payment of Florida State Sales and Use taxes. Contractor shall not
be exempted by virtue of the County's exemption from paying sales tax to its suppliers for
materials used to fulfill its obligations under this contract, nor is Contractor authorized to
use the County's Tax Exemption Number in securing such materials. Contractor shall be
responsible for any and all taxes, or payments of withholding, related to services rendered
under this Agreement.
21. TERMINATION
A. Termination for Cause and Remedies: In the event of breach of any contract terms,
the COUNTY retains the right to terminate this Agreement. The COUNTY may also
terminate this Agreement for cause with CONTRACTOR should CONTRACTOR fail to
perform the covenants herein contained at the time and in the manner herein provided. In
the event of such termination, prior to termination, the COUNTY shall provide
CONTRACTOR with five (5) calendar days' written notice and provide the
CONTRACTOR with an opportunity to cure the breach that has occurred. If the breach is
not cured, the Agreement will be terminated for cause. If the COUNTY terminates this
Agreement with the CONTRACTOR, COUNTY shall pay CONTRACTOR the sum due
the CONTRACTOR under this Agreement prior to termination, unless the cost of
completion to the COUNTY exceeds the funds remaining in the contract; however, the
COUNTY reserves the right to assert and seek an offset for damages caused by the breach.
11
The maximum amount due to CONTRACTOR shall not in any event exceed the spending
cap in this Agreement. In addition, the COUNTY reserves all rights available to recoup
monies paid under this Agreement, including the right to sue for breach of contract and
including the right to pursue a claim for violation of the COUNTY's False Claims
Ordinance, located at Section 2-721 et al. of the Monroe County Code.
B. Termination for Convenience: The COUNTY may terminate this Agreement for
convenience, at any time, upon ninety(90)days' written notice to CONTRACTOR. If the
COUNTY terminates this Agreement with the CONTRACTOR, COUNTY shall pay
CONTRACTOR the sum due the CONTRACTOR under this Agreement prior to
termination, unless the cost of completion to the COUNTY exceeds the funds remaining
in the contract. The maximum amount due to CONTRACTOR shall not exceed the
spending cap in this Agreement.
C. For Contracts of any amount, if the County determines that the
Contractor/Consultant has submitted a false certification under Section 287.135(5),
Florida Statutes, or has been placed on the Scrutinized Companies that Boycott Israel List,
or is engaged in a boycott of Israel, the County shall have the option of(1)terminating the
Agreement after it has given the Contractor/Consultant written notice and an opportunity
to demonstrate the agency's determination of false certification was in error pursuant to
Section 287.135(5)(a), Florida Statutes, or(2)maintaining the Agreement if the conditions
of Section 287.135(4), Florida Statutes, are met.
D. For Contracts of $1,000,000 or more, if the County determines that the
Contractor/Consultant submitted a false certification under Section 287.135(5), Florida
Statutes, or if the Contractor/Consultant has been placed on the Scrutinized Companies
with Activities in the Sudan List, the Scrutinized Companies with Activities in the Iran
Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria,
the County shall have the option of(1) terminating the Agreement after it has given the
Contractor/Consultant written notice and an opportunity to demonstrate the agency's
determination of false certification was in error pursuant to Section 287.135(5)(a), Florida
Statutes, or(2)maintaining the Agreement if the conditions of Section 287.135(4), Florida
Statutes, are met.
22. GOVERNING LAW, VENUE,AND INTERPRETATION,
This Agreement shall be governed by and construed in accordance with the laws of the
State of Florida applicable to Agreements made and to be performed entirely in the State.
In the event that any cause of action or administrative proceeding is instituted for the
enforcement or interpretation of this Agreement, the County and Contractor agree that
venue will lie in the appropriate court or before the appropriate administrative body in
Monroe County, Florida. The Parties waive their rights to trial by jury. The County and
Contractor agree that, in the event of conflicting interpretations of the terms or a term of
this Agreement by or between any of them the issue shall be submitted to mediation prior
to the institution of any other administrative or legal proceeding.
12
23. MEDIATION
The County and Contractor agree that, in the event of conflicting interpretations of the
terms or a term of this Agreement by or between any of them the issue shall be submitted
to mediation prior to the institution of any other administrative or legal proceeding.
Mediation proceedings initiated and conducted pursuant to this Agreement shall be in
accordance with the Florida Rules of Civil Procedure and usual and customary procedures
required by the circuit court of Monroe County.
24. SEVERABILITY
If any term, covenant, condition or provision of this Agreement(or the application thereof
to any circumstance or person) shall be declared invalid or unenforceable to any extent by
a court of competent jurisdiction, the remaining terms, covenants, conditions and
provisions of this Agreement, shall not be affected thereby; and each remaining term,
covenant,condition and provision of this Agreement shall be valid and shall be enforceable
to the fullest extent permitted by law unless the enforcement of the remaining terms,
covenants,conditions and provisions of this Agreement would prevent the accomplishment
of the original intent of this Agreement. The County and Contractor agree to reform the
Agreement to replace any stricken provision with a valid provision that comes as close as
possible to the intent of the stricken provision.
25. ATTORNEY'S FEES AND COSTS
County and Contractor agree that in the event any cause of action or administrative
proceeding is initiated or defended by any party relative to the enforcement or
interpretation of this Agreement, the prevailing party shall be entitled to reasonable
attorney's fees, court costs, investigative, and out-of-pocket expenses, as an award against
the non-prevailing party, at all levels of the court system, including in appellate
proceedings.
26. ADJUDICATION OF DISPUTES OR DISAGREEMENTS
County and Contractor agree that all disputes and disagreements shall be attempted to be
resolved by meet and confer sessions between representatives of each of the parties. The
Contractor and County Representative shall try to resolve the claim or dispute with meet
and confer sessions. If the issue or issues are still not resolved to the satisfaction of the
parties,then any party shall have the right to seek such relief or remedy as may be provided
by this Agreement or by Florida law. This Agreement is not subject to arbitration. This
provision does not negate or waive the provisions of Paragraph 14 or Paragraph 21
concerning termination or cancellation.
27. COOPERATION
In the event any administrative or legal proceeding is instituted against either party relating
to the formation, execution, performance, or breach of this Agreement, County and
Contractor agree to participate,to the extent required by the other party, in all proceedings,
hearings, processes, meetings, and other activities related to the substance of this
13
Agreement or provision of the services under this Agreement. County and Contractor
specifically agree that no party to this Agreement shall be required to enter into any
arbitration proceedings related to this Agreement.
28. BINDING EFFECT
The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to
the benefit of the County and Contractor and their respective legal representatives,
successors, and assigns.
29. AUTHORITY
Each party represents and warrants to the other that the execution, delivery, and
performance of this Agreement have been duly authorized by all necessary County and
corporate action, as required by law. Each party agrees that it has had ample opportunity
to submit this Contract to legal counsel of its choice and enters into this agreement freely,
voluntarily, and with advice of counsel.
30. CLAIMS FOR FEDERAL OR STATE AID
Contractor and County agree that each shall be, and is, empowered to apply for, seek, and
obtain federal and state funds to further the purpose of this Agreement. Any conditions
imposed as a result of funding that affect the Project will be provided to each party.
31. PRIVILEGES AND IMMUNITIES
All of the privileges and immunities from liability, exemptions from laws, ordinances, and
rules and pensions and relief, disability, workers' compensation, and other benefits which
apply to the activity of officers, agents, or employees of any public agents or employees of
the County, when performing their respective functions under this Agreement within the
territorial limits of the County shall apply to the same degree and extent to the performance
of such functions and duties of such officers, agents, volunteers, or employees outside the
territorial limits of the County.
32. LEGAL OBLIGATIONS AND RESPONSIBILITIES
Non-Delegation of Constitutional or Statutory Duties. This Agreement is not intended to,
nor shall it be construed as, relieving any participating entity from any obligation or
responsibility imposed upon the entity by law except to the extent of actual and timely
performance thereof by any participating entity, in which case the performance may be
offered in satisfaction of the obligation or responsibility. Further, this Agreement is not
intended to, nor shall it be construed as, authorizing the delegation of the constitutional or
statutory duties of the County, except to the extent permitted by the Florida constitution,
state statute, and case law.
33. NON-RELIANCE BY NON-PARTIES
No person or entity shall be entitled to rely upon the terms, or any of them, of this
Agreement to enforce or attempt to enforce any third-party claim or entitlement to or
14
benefit of any service or program contemplated hereunder, and the County and the
Contractor agree that neither the County nor the Contractor or any agent, officer, or
employee of either shall have the authority to inform, counsel, or otherwise indicate that
any particular individual or group of individuals, entity or entities, have entitlements or
benefits under this Agreement separate and apart, inferior to, or superior to the community
in general or for the purposes contemplated in this Agreement.
34. ATTESTATIONS
Contractor agrees to execute such documents as the County may reasonably require to
include, but not limited to, a Public Entity Crime Statement, an Ethics Statement and a
Vendor Certification Regarding Scrutinized Businesses.
35. NO PERSONAL LIABILITY
No covenant or agreement contained herein shall be deemed to be a covenant or agreement
of any member, officer, agent, or employee of Monroe County in his or her individual
capacity, and no member, officer, agent, or employee of Monroe County shall be liable
personally on this Agreement or be subject to any personal liability or accountability by
reason of the execution of this Agreement.
36. EXECUTION IN COUNTERPARTS
This Agreement may be executed in any number of counterparts, each of which shall be
regarded as an original, all of which taken together shall constitute one and the same
instrument and any of the parties hereto may execute this Agreement by signing any such
counterpart.
37. SECTION HEADINGS
Section headings have been inserted in this Agreement as a matter of convenience of
reference only, and it is agreed that such section headings are not a part of this Agreement
and will not be used in the interpretation of any provision of this Agreement.
38. PUBLIC ENTITY CRIME STATEMENT
"A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid, proposal, or reply on a contract
to provide any goods or services to a public entity,may not submit a bid, proposal,or reply
on a contract with a public entity for the construction or repair of a public building or public
work,may not submit bids on leases of real property to a public entity,may not be awarded
or perform work as a contractor, supplier, subcontractor, or consultant under a contract
with any public entity, and may not transact business with any public entity in excess of
the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY
TWO for a period of thirty-six(36)months from the date of being placed on the convicted
vendor list."
39. MUTUAL REVIEW
15
This Agreement has been carefully reviewed by Contractor and the County. Therefore,
this Agreement is not to be construed against either party on the basis of authorship.
40. ANNUAL APPROPRIATION
The County's performance and obligation to pay under this Agreement is contingent upon
an annual appropriation by the Board of County Commissioners. In the event that the
County funds on which this Agreement is dependent are withdrawn, this Agreement is
terminated, and the County has no further obligation under the terms of this Agreement to
the Contractor beyond that already incurred by the termination date.
41. COVENANT OF NO INTEREST
County and Contractor covenant that neither presently has any interest, and shall not
acquire any interest, which would conflict in any manner or degree with its performance
under this Agreement, and that only interest of each is to perform and receive benefits as
recited in this Agreement.
42. AGREEMENTS WITH SUBCONTRACTORS
In the event that the Contractor subcontracts any or all of the work in this project to any
third party, the Contractor specifically agrees to identify the County as an additional
insured on all insurance policies required by the County. In addition, the Contractor
specifically agrees that all agreements or contracts of any nature with his/her
subcontractors shall include the County as an additional insured.
43. FLORIDA E-VERIF"'lu" SVSTEM —Beginning January 1, 2021, in accordance with Fla.
Stat., Sec. 448.095, the Contractor and any subcontractor shall register with and shall
utilize the U.S. Department of Homeland Security's E-Verify system to verify the work
authorization status of all new employees hired by the Contractor during the term of the
Contract and shall expressly require any subcontractors performing work or providing
services pursuant to the Contract to likewise utilize the U.S. Department of Homeland
Security's E-Verify system to verify the work authorization of all new employees hired
by the subcontractor during the Contract term. Any subcontractor shall provide an
affidavit stating that the subcontractor does not employ, contract with, or subcontract with
an unauthorized alien. The Contractor shall comply with and be subject to the provisions
of Fla. Stat., Sec. 448.095.
44. UNCONTROLLABLE CIRCUMSTANCE
Any delay or failure of either Party to perform its obligations under this Agreement will be
excused to the extent that the delay or failure was caused directly by an event beyond such
Party's control, without such Party's fault or negligence and that by its nature could not
have been foreseen by such Party or, if it could have been foreseen, was unavoidable: (a)
acts of God; (b) flood, fire, earthquake, explosion, tropical storm, hurricane or other
declared emergency in the geographic area of the Project; (c) war, invasion, hostilities
(whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the
geographic area of the Project; (d) government order or law in the geographic area of the
Project; (e) actions, embargoes, or blockades in effect on or after the date of this
16
Agreement; (f) action by any governmental authority prohibiting work in the geographic
area of the Project;(each, a "Uncontrollable Circumstance"). CONTRACTOR'S financial
inability to perform, changes in cost or availability of materials, components, or services,
market conditions, or supplier actions or contract disputes will not excuse performance by
Contractor under this Section. Contractor shall give County written notice within seven(7)
days of any event or circumstance that is reasonably likely to result in an Uncontrollable
Circumstance, and the anticipated duration of such Uncontrollable Circumstance.
Contractor shall use all diligent efforts to end the Uncontrollable Circumstance,ensure that
the effects of any Uncontrollable Circumstance are minimized and resume full
performance under this Agreement. The County will not pay additional cost as a result of
an Uncontrollable Circumstance. The Contractor may only seek a no cost Change Order
for such reasonable time as the Owners Representative may determine.
45. WARRANTY OF PERFORMANCE
Contractor represents and warrants that it possesses the knowledge, skill, experience, and
financial responsibility required to perform and provide all services set forth in the Scope
of Work and that each person and entity that will provide services is duly qualified to
perform such services by all appropriate governmental authorities, where required, and is
sufficiently experienced and skilled in the area(s) for which such person or entity will
render such services. Contractor represents and warrants that the services in the Scope of
Work shall be performed in a skillful and respectful manner,and that the quality of all such
services shall equal or exceed prevailing industry standards for the provision of such
services.
46. ENTIRE AGREEMENT
This writing embodies the entire agreement and understanding between the parties hereto,
and there are no other agreements and understandings, oral or written,with reference to the
subject matter hereof that are not merged herein and superseded hereby. Any amendment
to this Agreement shall be in writing, approved by the Board of County Commissioners,
and signed by both parties before it becomes effective.
47. FINAL UNDERSTANDING
This Agreement is the parties' final mutual understanding. It replaces any earlier
agreements or understandings, whether written or oral. This Agreement cannot be
modified or replaced except by another written and signed agreement.
[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]
[SIGNATURE PAGE TO FOLLOW]
17
IN WITNESS WHEREOF, COUNTY and CONTRACTOR hereto have executed this
Agreement on the day and year first written above in one (1) counterpart, each of which shall,
without proof or accounting for other counterparts, be deemed an original contract.
(SEAL) BOARD OF COUNTY COMMISSIONERS
Attest: KEVIN MADOK, CLERK OF MONROE COUNTY, FLORIDA
By: By: 04.29.2024
As Deputy Clerk Kevin Wilson, Acting County Administrator
Date:
Witnesses for CONTRACTOR: CONTRACTOR: ANTHONY CULVER
DBA CULVER'S CLEANING COMPANY
Signature of person authorized to
Si aLe legally bind CONTRACTOR
Date Print Name Print N e and Title
.........................
N—i811'ui re 1)
�)J�L Telephone Ntiiilbej-
Date Print Nat"
14 NFIOE COUNTY ATTOnNEY C
A71 F 3OV7E�4
0
ORM
PE� HO J MERCA:=
S 'DWOUJ_MMaCA
ASI �' �UNTY ATMRNEY
Date 4/10/24
18
EXHIBIT "A"
SCOPE OF WORK
JANITORIAL AND CLEANING SERVICES
THE FLORIDA KEYS MARATHON INTERNATIONAL AIRPORT,FLORIDA
Introduction:
The Contractor will provide all labor, supervision, and any other means of work necessary or
proper for performing and completing the Scope of Work, unless otherwise specifically stated, or
as amended throughout the term of this Agreement, and will be responsible for the scheduling of
services requested per the Scope of Work.
Additional items or services not included in the Weekly Scope of Work, but performed at the
request of Airport Staff, shall be invoiced upon completion, with supporting documentation
acceptable to the Clerk.
Scope of Work:
MAWtIQ14 AjRPQ8jANI D CLEAN1,1MGU"I E
Cleaning - 3 times per week(Mondays, Wednesdays, and Fridays or TBD):
• Clean insides and outsides of glass doors, glass panels, metal trim, and metal doors at
Main Terminal Front Entrance
• Clean and disinfect all upstairs and downstairs bathrooms and surfaces using provided
disinfectant spray cleaner and floor cleaner meeting CDC recommendations for use
against COVID-19, to include:
o Toilets, urinals, sinks, counters, faucets, mirrors, stall locks, grab rails, paper
towel and toilet paper dispensers, and trash receptacles
o Wet mop and disinfect floors
• Clean and disinfect all high-touch surfaces using provided disinfectant spray cleaner
meeting CDC recommendations for use against COVID-19, to include:
o Door handles and knobs, elevator buttons and doors, water fountains, rental car
counters, stair handrails
• Dry sweep Main Terminal floors, including behind rental counters
• Vacuum and remove trash and recycling in Airport Manager's Offices, and dust and
clean desks, tables, and counters.
• Remove trash and recycling from upstairs and downstairs bathrooms, lobby trash cans,
and front walkway trash cans and dispose of in Airport trash and recycling dumpsters.
• Clean outside ashtrays and remove any debris or spills on outside front walkways.
Cleaning - 1 time per week:
• Wet mop Main Terminal floors
• Vacuum stairs and landings.
SUPPLIES AND ADDITIONAL SCOPE:
All paper products, cleaning supplies, and other required items or equipment will be provided by
Airport.
Other items or services outside this scope will be as requested and billed separately (such as
carpet cleaning, cleaning terrazzo floors with floor scrubber machine, washing outside front
walkway surfaces, etc.).
PUBLIC ENTITY 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 CONTRACTOR
under a contract with any public entity, and may not transact business with any public entity in
excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period
of 36 months from the date of being placed on the convicted vpn r list.""
,a� �� ,. °✓
have read the above and state that w eill�er�, � �� � � (Respondent's name)
nor any Affiliate has been placed on the convicted vendor list v�rthe�t 36 months.
r
(Sid a wrIr �
Date:
STATE OF: � '
COUNTY OF: ell
Subscribed and sworn to (or affirmed) before me, by means of A hysical presence or ❑ online
notarization, on 'Al (date) by
�A�11�� w � (name of afFiant) Fie he is personally known to
me or has produced �.. ._...�Awwww_ wwwwww ww (type of identification) as
._. _....
identification.
NOTARY PUBLIC
My Commission Expires: ........
GRIMI,LDA BET COURT'
NOTARY PUBLIC
STATE OF FLORIDA
NO.HH38519
Y C1 'MM13SILIN EXPIRES SEP.E1,
SWORN STATEMENT UNDER ORDINANCE NO. 010-1990
MONROE COUNTY, FLORIDA
ETHICS CLAUSE
(Company)
"...warrants that he/it has not employed, retained or otherwise had act on his/her behalf any
former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any
County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or
violation of this provision the County may, in its discretion, terminate this Agreement without
liability and may also, in its discretion,deduct from the Agreement or purchase price,or otherwise
recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the
former County officer or employee."
r
Date: _..
STATE OF:
COUNTY OF:
Subscribed and sworn to (or affirmed) before me, by means of I*0fiysical presence or ❑ online
notarization, on - .._—__..... ...... ....
(date) by r' (name of affiant). I She is
personally known to me or has produced (type of
identification) as identification.
My Commission Expires: � .
0RI iILIA BET COURT
NOTARY PUBLIC
STATE OF FLORIDA
NO.HH38519
Y COMMISSION EXPIRES SE'P. 1
VENDOR C.I�14TIFI' "ATIO REGARDING I SCRUTINIZED COMPANIES LISTS
Project esc tion(s)_, It_.1 "lye s�?J1 c,, a A w mw. a "I; _ '_� 'y a i& b ., r yr r
m ° �� ����
„r
RespondentorName:
Vendor FE e I u j
Vendor's Authorized Representative Name and Title-
Address: l�, U U
_..P.............................. ............... ...... ..................................................................................................................................................................................................................................m.w
ty:Ci i �A`°'.� .. ...., State: —_ .._. -._ — - - - zip:
Phone Number: .3 t "
_ .. - _ -------------------------------
Email Address: d✓
Section 287.135, Florida Statutes prohibits a company from bidding o , submitting a proposal for, or
entering into or renewing a contract for goods or services of any amount if, at the time of contracting or
renewal,the company is on the Scrutinized Companies that Boycott Israel List,created pursuant to Section
215.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also
prohibits a company from bidding on,submitting a proposal for,or entering into or renewing a contract for
goods or services of$1,000,000 or more, that are on either the Scrutinized Companies with Activities i
Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which
were created pursuant to s.215. 73,Florida Statutes,or is engaged in business operations in Cuba or Syria.
s the person authorized to sign on behalf of Respondent, I hereby certify that the company identified
above in the Section entitled"Respondent Vendor e"is not listed on the Scrutinized Companies that
Boycott Israel List or engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on
either the Scrutinized Companies with Activities in Sudan List,the Scrutinized Companies with Activities
in the Iran Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria.
I understand that pursuant to Section 287.135,Florida Statutes,the submission of a false certification may
subject company to civil penalties,aoey's fees,and/or costs.I further understand that any contract with
the County may be terminated, at the option of the County, if the company is found to have submitted a
false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in a
boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations
in Cuba or Syria,
Certified By: rr _ °t k IV _........................ m_ ...,..m who is authorized
A
nO
to sign on behalf of the a1)o , r� cr arced company.
Authorized i gtiature:
PrintName: e:�. ..
Title:. NN�mt. ..... J. .
Note: The List are available at the following Department of Management Services Site:
&uq;,ilr:d r ^ br.uju r .,jrryNlu.uu`ualr c,u tl_l urw,uul ss 011c,_�°r��r01IS/ tat .�jrtt�_�Nq Jq r��;�,�ra "��1ti g rar� �r rswG;;�� N s u .
�o.
1m, xl di,Nn-° uNrrtoi!Fy a7pl�uutsveulo lists
, .- ,W� _t ' ,
ANTHCUL-01 LED
ACORO CERTIFICATE OF L DATE(MM/DDlYYYY)IABILITY INSURANCE 11412024
.....................
.,_�.�� -._ —....__....__�..�_�__a ............_���. ��..............�..... . _.mm�._. ,,,_......_ _ m �.—
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must have�........��....._-µµWIT m
ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the temp and conditions of the policy,certain policies may require an endorsement A statement on
this certificate does not confer rights to the csrtificats holder In lieu of such endorsements)
PRODUCER WCT
Insurance Office of America PHONE FAx �p7 788
1S55 West State Road 434 _ J 7933
Longwood,FL 32760 � 40T 788�3000 inrc ae
-e
— — . .... w.. ...... ... n Ohio Securit l Insurance Company ........ 24082�.....
e Mestem Surety,Company
INSURED IN ...,
1_�
Anthony Culver dba Culvers Cleaning Company �,e.�_. .,..._._....
PO Box SM333 INSUF R,(1_
Marathon,FL 33050-0761
INSURER F
....._ ,.,..... .� w � . ...... ........�. - .._.._
hS�1ER .......... ... .............. NVISICIiYIJI!FIEb _
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
COMAffJiCIALLFGENERAL LUU38J.. ,. ..... ....._._, .... .-a....,..,,- _... .. w..... ,,,....,..
tlNSRTYPE ATIrYN.. lUY3r1�. .,.�.�P _,..Y 4 aFcli ei tti UCYY I
�� EXP LIMITS
n L6�a� YL . accuRa�NCF 1,000,000
BL36.. rar H �,...
cwMs-MADE oX OCCUR X WW772 W=2023 81=2024 L k� T. T 31k1,Cgy0
M C� a..4 p asla e�atl1 ... 15,
000
m�i,p�uAL aA ,QAa I raw .000,000
LN",hCff"zREOr'k.TE...LIMIT APPLIES PER: C,EN, RAL;A(` i�,,;FTE......... ........._.,,_,,. �IIOO,WO'
X PCMkT6:Y PE PT
LOC PR,C3�UCTS-COMP/OP AGG...... 2,000,W01
,,,,. -,,,. _...
AU TOMIOBd..LF LIABILITY C'MMNBIME,O STI,E I IIMII
ANY AUTO SLY IN, ARYPer,personl,, _ .
AUTOS ONLY AUTOS _ &Ift WJ r4tl b§18C�'(R�rr�+t�aatd"dMpali uIJr -..
OWNED SCHEDULED q�
.. . AU 05 ONLY A�II OT SONLY rt',.a MdWN,AA"v£� ... ..... _,,....w..,,,. ..._
MSJdADE EACH Q(:CIRRNC,,E,,,,, f-
UMeltEL LU16 OCCUR
O(CE63 LIMB CLAI ..�.....,...�._..4-.,.,�.;...... .,.,,�,.»,» .-- -..,
r.DED RETENTION f, .._��_. .,.._.,�..,.,,,
WORKERS COMPENSATION .T .. ........... .. .., ..
AND EMPLOYERS'UA8 LrTY V 1 N
ANY PROPAIEd'+.!"6'a✓AARTNERIEXECUTIVE 6 8 9"ya„'Pa dNC V Flhl .,m,.
=12=0 EXCLUDED? ❑ NIA G E ....,-, ..�. .... ._
N F DISEASE FA E�rIPLOKIFE S
B Fidelity Bond
OPERAn -� °° 68634953 713012023 713012024 Limit F P �. �.
If yes dootde under
10,000
Cerrt is ate H derAdditional lnanrad With ras ct to Goneral Llabili
..,. .OPERATIONS A LOCATIONS I VEIRCLE�r(ACORD IM,A Wonsr Romano,SuYllaeli^moy am stl4ab and M mom opwo ure required)
( ky Vrirsn required by written ceniract perform 11 CGt181011413
ES I) r T l{LDg CAIwI L;P ,T1 N(.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED ED BEFORE
THE EXP4RATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
.............---. a........................... ........................ ..,......----...---__---............w.
AUTHORIZED REPRESENTATIVE
Monroe County Board of Commissioners
1111-12th Street Suite 408 {
... ... .� ... —--..ww�www
ACORD 25(2016103) m 1986-2016 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
I
i"A ni�uwAr .. .,, mivamnrrorr�r >✓
G3E:I C0 GEICO GENERAL INSURANCE COMPANY
Washington DC VERIFICATION OF COVERAGE
(SEE BELOW UNDER CAUTIONARY NOTE)
MAILING ADDRESS Policy Number: 0403890809
ANTHONY D AND ANGELA D CULVER Effective Date: 12-04-23
_ --------------.
PO BOX 500333 Expiration Date: 06-04-24
MARATHON FL 33050 0333 Registered State: FLORIDA
To whom it may concern:
This letter is to verify that we have issued coverage under the above policy number for the dates indicated in the
effective and expiration date fields for the vehicle listed. This should serve as proof that the below mentioned vehicle
meets or exceeds the financial responsibility requirement for your state.
This verification of coverage does not amend, extend or alter the coverage afforded by this policy.
Vehicle Year: 2021
Make: NISSAN
Model: TITAN
VIN: 1 N6AA1 EF9MN513967
COVERAGES LIMITS DEDUCTIBLES
Bodily Injury Liability
Each Person/Each Occurrence $100,000/$300,000
Property Damage Liability $50,000
Personal Injury Protection Non-Ded/Insd&Rel
Uninsured Motorist/Stacked
Each Person/Each Occurrence Insured Rejects
Comprehensive(Excluding Collision) $1,000 Ded
Collision $1,000 Ded
Emergency Road Service ERS FULL
Rental Reimbursement $30 Per Day/$900 Max
Mechanical Breakdown $250 Ded
Lienholder Additional Insured X Interested Party
Monroe County BOCC
As Certificate Holder
1100 Simonton St tK
KEY WEST,FL 33040
OAT 2 14.24 .
Additional Information
Issue Date: 02-14-24 WAMF
........
If you have any additional questions, please call 1-800-841-3000.
CAUTIONARY NOTE:THE CURRENT COVERAGES,LIMITS,AND DEDUCTIBLES MAY DIFFER FROM THE COVERAGES,LIMITS AND DEDUCTIBLES IN EFFECT AT
OTHER TIMES DURING THE POLICY PERIOD.THIS VERIFICATION OF COVERAGE REFLECTS THE COVERAGES,LIMITS,AND DEDUCTIBLES AS OF THE ISSUED
DATE OF THIS DOCUMENT WHICH IS SHOWN UNDER"ADDITIONAL INFORMATION"OR IF AN ISSUED DATE IS NOT SHOWN,THE DATE OF THIS FACSIMILE OR
EMAIL.
U33 12-17
2018 Edition
MONROE COUNTY,FLORIDA
REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS
it is requested that the insurance requirements,as specified in the County's Schedule of Insurance
Requirements,be waived or modified on the following contract
Contractorlvendor: Anthony Culver DBA Culver's Cleaning Company
Project or Service: Janitorial Cleaning Services at the Florida Keys Marathon International Airport
ContractorfVendor PO Box 500333,Marathon,FL 33050
Address&Phone N:
305-393-0684
General Scope of Work,
Janitorial Cleaning Services at the Florida Keys Marathon International Airport
Reason for Waiver or Exempt from Workers Compensation
Modification: a �
Policies Waiver or Workers Compensation and Employers Liability
Modification will apply to:
Signature of ConlractorlYeodoITM
rA-4qr
Date:
�_-.. Approved x Not Approvcvi
Risk Management Signature; ,. .. ,.
Dqge.- 2.12.24
County Administrator appeal:
Approved: Not.Approved:
Date:
Board of County Commissioners appeal:
Approved. ...__........................._- dot Approved: ._...._,_.......,........ -,
Meeting Date:
Administrative Instruction 7500.7
lfli