Loading...
HomeMy WebLinkAbout11/21/2024 Agreement Monroe County Purchasing Policy and Procedures COUNTY ADMINISTRATOR t,ONTRA(C',,J GJ14 l It _FOR CONWI I + .I (tI,C (l ) .,tuin Effective Date: Expiration Date. Contract Purpose/Description: 5 .ta Ali i l60 u( � .` ;'; I ���ki,�i ra w� Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: V414( t; /sfl ; iClti In0 ;'� p; CONTRACT COSTS Total Dollar Value of Contract: $ Current Year Portion: $ `"(must be$100,000.00 or less) (if mrdtiyear agreement then requke,s]�OCC approval,audess the Egxatll ce°tnuu0ative urmu,unt is 100,000 00 og Oe "'y. Budgeted? Yes# No Grant: $ County Match: Ftind/Cost Center/S,elid Cates ,'III I 4 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) Insurance l3ec tailed: YES FA NO ❑ COI is attached CONTRACT REVIEW Reviewer Date In Department Head Signature: William Desantis044R mmITITYmmmmmmmmIT W w - -µw -m County Attorney Signature: Patricia Eables _ _ .._._DaW.�2 4,1120 y ,pod by r�ntlua�����a'00' r>vk: ruur7tvu�:��aae a�,a�r• Risk Management Signature: Jaclyn Flatt __OM::202, 011:32:by r'°° Y ra��a aoan o s ur,resa.,a ae°uu Purchasing Signature: Lisa Abreu r°,W.24,1nm"'Y°A7:5'-a° Denoa:s an.iu.r9 ua:arsGu-G°'aura D,OVOMB Signature: John Quinn 04Ab i2 4 11 211124:3 05 Comments: Revised BOCC 4/1.9/2023 Page 84 of 105 MONDE COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR SERVICES FOR UPPER KEYS PEST CONTROL October 2024 - September 2025 Ij BOARD OF COUNTY COMMISSIONERS Mayor Holly Merrill Raschein, District 5 Mayor Pro Tom James K. Scholl, District 3 Craig Cates,District I Michelle Lincoln,District 2 David Rico, District 4 COUNTY ADMINISTRATOR Christine Hurley Clerk of the Circuit Court Facilities Maintenance Director Kevin Madok William DeSantls October,2024 PREPARED EIY: Monroe County Facilities Maintenance Department yo�! Page 1 of 32 Monroe County Facilities Maintenance General Scope of Work Job Name:Upper Keys Pest Control Services Job Location: Multiple locations in the Upper Keys area,Monroe County,Florida Contact:Kevin Dillon or Nestor Torra Kevin Dillon nt�NiaaKm lwr,rn ' Iaaawaa^t aadwrbNw, I t qua 105-3 3 9200 Nestor Torre Raar�x�m���aa� �w Nrna�aw,rawa�aaNan"� Nl��t�. 3�15-509-1tS22 PROJECT OVERVIEW PROJECT INTENT AND SCOPE GENERAL REQUIREMENTS 1. Project Overview A) Inter into a contract with a qualified Contractor to provide pest control services for various facilities throughout the Upper Keys. The term of this contract shall commence within Ten(10)calendar clays after the date of issuance to the undersigned by Owner of the Notice to Proceed/Purchase Order/Task Order. Once commenced, the undersigned shalt diligently continue performance until completion of the 'Prospect. The undersigned shall accomplish final Completion of the'Project within one(l)year,with an expiration date of October 30,2025,for the contract term. The Contractor shall be required to secure and pay for all required permits and approvals to perform the work which may include. Monroe County Building Department,the''Village of lslamorada,and any other permitting or regulatory agencies, if applicable. Contractor shall include those permit fees as a part of the Contractor's bid. 8) All quotes are due by Monday,November 4,2024,at 12:00 P.M.,via email to Torra- Nestor@monroecounty-fl,gov. All Quotes must state they will be good for one hundred twenty(120)calendar days from submittal due date. Page 2 of 32 2. Project Intent and Scope Scope of Work: The Contractor shall provide the following 'Scope of Work and provide all labor and materials to complete pest control services at various facilities in the Lipper Keys: 1) Perform interior and exterior perimeter General Household Pest Control Services for Facilities,with Rat Monitoring as needed. 2) Facilities are listed on Attachment A showing addresses and frequency of Applications. 3) Complete and post approved spray notices at all locations at least twenty-four (24) hours prior to spraying-see Attachment B. 3. General Requirements A) The Contractor shall coordinate all activities with the Monroe County Facilities Maintenance Department contact: Monroe County Health Department—Andrea,Diaz,305-676-3935 Plantation Key Courthouse-Cindy Shepherd-Wike,305-853-7356 Monroe County Fleet—Ronald Redding,305-394-5133 Ellis Building-Ivette Chao,305.853.7350 Key Largo DMV/Tax Office Jessica Sanders,305-869.6436 Key Largo Social Service—Lisset Bautista,305-853-7355 Murray Nelson Government Center—Leo Morin,305-206-3458 Tavernier Fire Station#22—Zully Hemeyer,305-289-6336 islamorada Library—Naomi Tervino,240-575-4129 Key Largo Library—Christina Tensley,305-451-2396 Plantation Key Old Courthouse-Naomi Pagides,305-453.8748 Key Largo(Magnolia)Public Works-Nestor Tors,305-509-1622 Roads and Bridges(Magnolia)—Kimberly Kelley,305-394-5071 B) The Contractor is required to provide protection for_4U existing surfaces including, but not limited to: i. Existing fixtures ii. Personal Items iii. Floors iv. Vehicles and Personal Property V. Landscaping Page 3 of 32 C) The Contractor shall ensure that all non-eetrzpt employees for this effort are compensated in accordance with all State and Local Laws, D) The Contractor shall load,haul,and properly dispose of all construction debris and materials. E) The Contractor shall provide and maintain appropriate (OSHA required) construction warrung signs and barriers. F) The Contractor shall furnish all required work site safety equipment. G) The Contractor shall furnish and maintain on-site material safety data sheets (MSDS)for all materials used in the construction. H) Construction work times shall be limited to; Specified by the County n All materials must be approved by submittal prior to commencement of work. J) The Contractor shall provide a lump sum price by Monday,November 4,2024,at 12:00 P.M.,via email as noted herein. K) The Contractor needs to be aware of weather and location and plan accordingly. L) The Contractor needs to be aware of the facility,its residents,and staff with unusual schedules and plan accordingly. M) The Contractor shall provide a schedule for all phases of the project. N) The Contractor shall coordinate all activities with concurrent site work being performed,if any. O) Insurance Requirements: Workers Compensation Statutory Limits Employers'Liability $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease,policy limits $100,000 Bodily Injury by Disease,each employee General Liability $200,000 per Person $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit Vehicle: $200,000 per Person Page 4 of 32 (Owned,non-owned, $300,000 per Occurrence and hired vehicles) $200,000 Property Damage or $300,000 Combined Single Limit Builders Risk Not Required Construction Bond Not Required The Monroe County Board of County Commissioners,Its employees and offidals, 1100 Simonton Street, Key West,Florida 33040,shall,ben as Certificate Holder and Additional Insured on General Liability and Vehicle policies. A"Sample"Certificate of Insurance is attached,which may not be reflective of the insurance amounts required for this project,but is provided for"informational purposes"only, P) The Contractor is required to have all current licenses necessary to perform the work and shall submit the Contractor's License and Monroe County Business Tax Receipt along with its Proposal. If the Contractor is not a current registered Monroe County Vendor,then it shall also submit a properly completed and executed W- Form, Q) INDENUOFICAInON, HOLD HARMLESS, AND DEFENSE. Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement,the Contractor shall defend,indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against(i)any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine,penalty or business interruption,:and(iii)any costs or expenses that may be asserted against,initiated with respect to,or sustained by,any indemnified party by reason of,or in connection with,(A)any activity of the Contractor or any of its employees,agents, contractors or other inviteea during the term of this Agreement, (B) the negligence or recklessness,intentional wrongful misconduct.,orrors,or other wrongful act or omission of the Contractor or any of its employees,agents,sub-contractors or other invitees,or(C)the Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agoement, except to the extent the claims, actions, causes of action, litigation, proceedings,costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than the Contmetor). The monetary limitation of liability under this contract shall be equal to the dollar value of the contract and not less than$1 million per occurrence pursuant to Section 725.06, 111orida Statutes. The limits of liability shall be as set forth in the insurance requirements included in Paragraph 3 0.herein. Insofar as the claims,actions,causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the tam 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 Page 5 of 32 insurance,the Contractor shall indemnify the County fivm any and 411 increased expenses resulting front 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 f1arthet defend any claim or action on the County's behalf The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement. This indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the County's sovereign immunity. R) NON-COLLUSION.By signing this proposal,the undersigned swears,according to taw on his/her oath,and under penalty of perjury,that their firm executes this proposal with prices arrived at independently without collusion,consultation, corrununication, or agreement for the purpose of restricting competition,as to any matter relating to such prices with any other bidder or with any competitor.[Jnless otherwise required by law,the prices which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to proposal opening, directly or indirectly,to any other proposer or to any competitor,No attempt has been made or will be made by the proposer to induce any other person,partnership or corporation to submit, or not to submit a pro for the purpose of restricting competition, The statements contained in this paragraph are true and correct, and made with the full knowledge that Monroe County relies upon the truth.of the statements contained in this paragraph in awarding contracts for this project. S) EMPLOYMENT OR RETENMON OF FORMER COUNTY OFFICERS OR EMPLOYEES.By signing this proposal,the undersigned warrants that he/she/it has not employed,retained,or otherwise had act on his/hers/its,behalf any former County officer or employee in violation of Section 2 of Ordinance No.0 10-1"0 or any County officer or employee in violation of Section 3 of Ordinance No.WOW. For broach 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. 1) CODE OF ETHICS. County agrees that officors,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 t 12,313,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. Page 6 of 32 U) DRUG-FREE WORKPLACE.By signing this proposal,the undersigned certifies that the contractor complies fully watt, and in accordance with Florida Statute, Section 287.087,the requirements as follows, 1) They will publish a statement notifying employees that the unlawful manufacture,distribution,dispensing,possession,or use of a controlled substance is probibited in the workplace and specify the actions that will be taken against employees for violations or 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 that ,may be imposed upon employees for drug abuse violations, 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection 1, 4) In the statement specified in subsection 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the to of the statement and will notify the employer of any conviction of, or plea of guilty or nolo conten,dote to, any violation of Chapter 893 (Florida Statutes)or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5) days after such conviction. 5)Impose a sancrion on,or require the satisfactory participation In a drug abuse assistance or rehabilitation program if such is available in the employee's community,for any employee who is so convicted, 6)Make a good faith effort to continue to maintain a drug-free workplace through implementation ofthis section, ADDITIONAL CONTRACT PROVISIONS The Contractor and County agree that there will be no discrimination against any person,and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred,this Agreement automatically terminates without any ftulher action on the put of any party,effective the date of the court order. Contractor 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 VII of the Civil Rights Act of t964(PL 88-352)which prohibits discrimination in employment on the basis of moo, color, religion, sex, 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 disability-,4) The Age Discrimination Act of 1975,as amended(42 USC ss.6 10 1-6107)which prohibits discrimination on the basis ofage;5)The Drug Abuse Office and Treatment Act of 1972(PI,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 Page 7 of 32 ............ or alcoholism;7)The public Health Service Act of 1912,ss. 521 and 527(42 USC as. 690dd-3 and 290ec-3), as amended, relating to confidentiality of alcohol and drug abuse patient records-, 8)Title V111 of the Civil !tights Act of 1968(42 USC s.3601 et seq.), as amended, retating to nondiscrimination in the sale, rental or financing of housing,9)'rhe Americans with Disabilities Act of 1"0(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 it, which prohibits discrimination on the basis ofrace,color,sex,religion,national origin,ancestry,sexual orientation, gender identity or expression, familial status or age; and 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to,or the subject matter of,this Agreement. n) -'-- kaimblim A. In the event that the Contractor shall be found to be negligent in any aspect of service, the County shall have the right to terminate this agreement after five (5) days'written notification to the Contractor. B. Fither of the parties hereto may canoe!this Agreement without cause by giving the other party sixty(60)days'written notice of its intention to do so. C, in the event of breach ofany contract terms, the County retains, the right to terminate this Agreement. The County may also terminate this agreement for cause with Contractor should the Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination,prior to termination,the County shall provide Contractor with five(5)calendar days'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 Wmirtation,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,oftket for damages caused by the breach. The maximum amount due to Contractor shall not in any event exceed the spending cap in this Agreement. In addition, the County reserves all tights available to recoup monies paid under this Agreement,including the riot to sue for breach of con and including the right to pursue a claim for violation ofthe County's False Claims Ordinance,located at Section 2-721 et al.of the Monroe County Code, D. Jmnju.4fw&_fQr . ► The County Puy terminate this Agreement for convenience,at any time,upon seven(7)days'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 fivuls remaining in the contract. The maximum amount due to Contractor shall not exceed the, spending cap in this Agreement. In addition,the County reserves all rights available to recoup monies paid under this Agreements including the Tight 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 Art, EX,Section 2-721 et al,of the Mortme County Code. Page 8 of 32 F, Set I 'Pli" I-T For Contracts of any amount,, if the County determines that the Contrac(or/Con,odtant ha.i submineda false certification under Section 287,135(1), Honda Statutes or, his been f0aecd on the Scrutinized (`0111panics that Boycotl Israel tist.or is angagod in a boycott ol'Israel,the County shah have the option of (1)terminating the Agreenterit,after it has given the Corunictov4X'onsultant written notice and an opportunity to demonstrate the agency's detcrinaration of false ect-fitication was in error pursuant to Section 287,115(5)(a), I'lorida Statutes,or(2) maintaining the Agreenwrit if the conditions of' Se0ion 287,135(4), Florida Swaim are nret, fit) L)f E(J.0 s. The Contractor shall maintain A hooks, rccor&, and documents directly pertinent to peribrinance under,th6 Agreement in at; ordarwe with generally accepted accourning applied Records shall beretained for period ofseven(7),years from the termination of this agreement or in accordance with the State of 11(,rrrda retention schedules whichever ii greater, FAch party w this Agreentent or as authorized tqxcsentatives shall have reasonable and urnely access to such revords of each other party to this Agreement for public records purposes during tho terni o�'the Agreement and for seven (7)years trMowing the termination ofthts Agrecrnento 4vailabih(y of Records, The records of the parties to this Agreenient 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 tuisuccessful bidders, bid recaps, bidding instructions, bidders list, etc,); original estimates,estimating work sheets; crorespondence; change order tiles (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 Owner or the Monroe County Office of'the Clerk of(,(>art 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 Owner's or the County Clerk's reasonable judgment have any beating on or pertain to any matters, rights,duties,, or obligations tinder or covered by any contract document (all foregoing hereinafter referred to as "Records") shall he open to inspection and subject to audit and/or reproduction by Owner's representative and/or agents of Owner or the County Clerk, Owner or County Clerk may also conduct verifications such as, but not limited to,counting employees at the lob 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 Page 9 of 32 shall be kept (or ten(10) years after Final Completion, The County Clerk possesses the independent authority to conduct an audit of'record5,assets,and activities relating to this Project, If any auditor cruployed by the County or Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement,or were wrongfully retained by the Contractor,the Contractor shall repay the monies together with interest calculated pursuant to See, 55,03 ofthe Florida Statutes,running front the date the monies were paid to Contractor. 'rherigh(m cat dif provisions survive the termination or expiration of this Agreement. V) 1, County shall pay pursuant to the Florida Local Government Prompt Payment Act,Fla, Stat.,Sec.219.70,upon receipt of a Proper Invoice from the Contractor, Payments due and unpaid under the Contract shall bear interest pursuant to the Florida Local Government Prompt Payment Act, The Contractor is to submit to the County invoices with supporting documentation that are 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. Invoices shall be submitted to Monroe County Facilities Maintenance Department, Attention Nestor Torra, via email at toriii. The County is exempt from sales and use taxes. A copy of the tax exemption certificate will be provided upon request, Final payment shall be made by the County,as the Owner,to the Contractor when the Contract has been fully performed by the Contractor and the work has been accepted by the County, VI)Public RccorALLgMQ_haft v The Contractor must comply with Florida public records laws,including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to,and inspection of,all documents,records,papers,letters or other"public record"materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes,and made or received by the County and Contractor in conjunction with this contract and related to contract perfortnance, 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 attorneys 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. Page 10 of 32 ... ........ Pursuant to Fla.Stat.,See. 119-0701 and the terms and conditions of this contract,the Contractor is required to: (t) Keep and maintain public records that would be required by the County to perform the service. (2) Upon request from the County's custodian of records,provide the County with a copy of the requested records or allow the records to he 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 an 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 die contract,the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt fitim,public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of records, in a format that is compatible with the information technology systems of the County. (5) A request to inspeet 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 c;oruply 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 anilatemlly 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. 1"he Contractor shall not transfer custody,release, alter,destroy or otherwise dispose of any, public records unless or otherwise'Provided in this provision sion or as otherwise provided by law. JE j[HE QLAf-RACTOR IJA�S QVENTIONS REGAMMN!9 THL,- ARPLIMIM QE CLIAPTF,jR 119 F14,01MDA STAHIM, TQ THE. PROV"IN TO IDY, PPRIA RELATING TO TUIN CQN'[HALJ,CQNIM]:"E&LajQR1AN QF P!Q8LjC RB!QQLRj)Ss 9R. IAN BRADLEY Nr ]!HQNLNQJM- Page 11 of 32 2�92-3470. RRADLEV-SRIAN&MONRQEC0tJ1 NTY-14,GOV MONROE, j,'OUNTV AT TOR NE"Y'S oi;n] SUITE 409, KEY WEST, FL 33040, V11)E-Ytdfv&Item, Beginning January 1, 2021, in accordance with Fla. Star., Sec, 448,095, as may be amended from time to time, the Contractor and any subcontractor shall register with and shall utilize the U.S,Mpartment of Homeland Security's B-Verity system to verify the work authorization status of all new ernployees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status,of all now 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 maintain a copy of such affidavit for the duration of the contract. The contractor shall comply with and be subject to the provisions of Fla.Stat,Sec.448.095. Pursuant to Section 448,095: t. A public agency, Bidder, or subcontractor who has a good faith belief that a person or an entity with which it is contracting has knowingly violated,;.448.09(1) shall terminate the contract with the person or entity, 2. A public agency that has a good faith belief that a subcontractor knowingly violated this subsection, but the Bidder otherwise complied with this subsection, shall promptly notify the Bidder and order the Bidder to immediately terminate the contract with the subcontractor. 3. A contract terminated under this paragraph is not a breach of contract and may not be considered as such. If a public agency terminates a contract with Bidder under this paragraph,the Bidder may not be awarded a public contract for at least, one(1)year after the date on which the contract was terminated.A Bidder is liable for any additional costs incurred by a public agency as a result of the termination of a contract,„" Vill) Notice kegulr&gLent Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail, certified,return receipt requested,postage prepared,or by courier with proof of delivery. 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. 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 shall be sent to the following persons: For Contractor: IVA Nto_ Page 12 of 32 eo"S For Owner: Facilities Maintenance Department Attention: Kevin Dillon 300 Magnolia Street Key Largo,FL 33037 And Monroe County Attorney's Office I I H 12"Street Suite 408 Key West,Florida 33040 IX) .. ...................... Any delay or failure of efther 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 unavoidablc: (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),umdat threats or acts, riot,or other civil unrest in the geographic azea of the Project-,(d)government order or law in the geographic area of the Project,(e)actions,embargoes,or blockades in effect on or after the date of this Agreement(0 action by any governmental authority prohibiting work in the geographic area of the Projoct;(each, a"Uncontrollable Circurnstam"). CONTRAC`TOR'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, or as soon as possible after such Uncontrollable Circumstance has occurred if reasonably anticipated,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 Agreemen0be County will not pay additional cost as a result ofan Unc4mtrollable Circumstance.Tbe Con or may only seek a no cost Change Order or Amendment for such reasonable time as the Owners Representative may detemine, I IS 2E X) or County and Contractor agree that all disputes and disagreements shall he attempted to be resolved by meet and confer sessions betwoon representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties,then any party shall have the right to seek such relief or remedy as, may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions of Sections 1,Nondiscrimination,or Section 11,concerning termination or cancellation. Page 13 of 32 rR0PQ5AL,F0_RM PROPOSAL TO: Monroe County Facilities Maintenance Department 300 Magnolia Street Key Largo,FL 33037 PROPOSAL FROM: 41"V- 1 ov- 0 "AbOlIx.µ...�... The undersigned, having carefully examined the Work and reference Drawings, Specifications, Proposal, and Addenda thereto and other Contract Documents for the construction of: UPPER KEYS PEST CONTROL October 2024 - September 2025 and having carefully examined the site where the Work is to be performed,having become familiar with all local conditions including labor affecting the cost thereof, and having familiarimd himself with material availability,Federal,State,and Local laws,ordinances, rules and regulations affecting performance of the Work, does hereby propose to furnish all labor I mechanics,superintendents,tools,material,equipment,transportation set-vices, and all incidentals necessary, to perform and complete said Work and work incidental hereto,in a workman-like nianner,in conformance with said Drawings,Specifications,and other Contract Documents including Addenda issued thereto. The undersigned further certifies that he/she has personally inspected the actual location of where the Work is to be performed,together with the local sources of supply and that he/she understands the conditions under which the Work is to be performed. The proposer shall assume the risk of any and all costs and delays arising from the existence of any subsurface or other latent physical condition which could be reasonably anticipated by reference to documentary information provided and made available, and from inspection and examination of the site. The undersigned agrees to commence performance of this Project within Ten (10) calendar days after the date of issuance to the undersigned by Owner or the Notice to Procced/Purchase Ordertrask Order, Once commenced, undersigned shalt diligently continue performance until completion of the Project, The undersigned shall accomplish Final Completion of the Project within one (1) year, with an expiration date of September 30,2025, Page 14 of 32 The Bus Proposal shell be furnished below to words and numbers. It there is an Inconsistency between the two,the Proposal to words shall control. w aol k m,, of l e I'"oa. c r y l (Total Base Proposal--numbers I aelmowledge Alternates as follows;N/A I acknowledge receipt of Addenda.No.(s)or None 'd o.— Datod .... No. __ Dated P..., ry �oUun� Page 15 of 32 eN In addition, Proposer states that he/she has provided or will provide:the County,along with this Proposal, a certified copy of Contractor's License, Monroe County Business Tax Receipt, and Certificate of Insurance showing the minimum insurance requirements for this project. Execution by the Contractor must be by a person with authority to bind the entity. By signing this agreement below,the Contractor has read and accepts the terms and conditions set forth by the Monroe County Goneral ReqUirClUentS for COUS111"(106011 f(lUnd III the link on the Monroe County web page,- I ttp-,t"(J- A; AND accepts all of the terms and conditions and all Federal required contract provisions herein, IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their duly authorized representatives,as follows: Contractor: .......... Mailing Address: Phone Number: E.1.N.: Email: Date: Signed: ........... -V-1m, Na c Title Contractor's Witness signature: Witness name: - ........... Date: The County accepts the above proposal: MONROE COUNTY, FT ORrDA y Digitally signed by Christine Hurley Christine Hurle Date 2024.11.21 15 16 57-05'00' Date: By:-County Administrator or Designee MQNFICIC COUNTY ATICIFINEY'S OFFICE Page 16 of 32 NIEV OATS. NON-COLLUSION AFFIDAVIT the city-pt...µ..mm. __.d . according to law on my oath,andunder enaljy p of erjury, depose and say that: 1, G am t of the firm o(_.mm....o. .. ..� the proposer making the Proposal for the project described in the notice for calling for proposals fo and that I executed the said proposal with full authority to d � � o so; 2. The prices in this proposal have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other proposer or with any competitor;and 3. Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to proposal opening,directly or indirectly,to any other proposer or to any competitor; and 4. No attempt has been made or will be made by the proposer to induce any other person, partnership or corporation to submit, or not to submit, a proposal for the purpose of restricting competition; and 5. The statements contained In this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained /1041 In this affidavit in awarding contracts for said project, poi ti (Signe a 6POe ) (Date) STATE OF; COUNTY OF: .. _......._� �., . . . Subscribed and swom to(or affirmed)before me, by means of Kphysicai presence or O online notarization, on �� ` �.. � %4(date)by __....ms (name of affant} He/ is pa it known to me or has produced (type of identification)as identification. r N0`01 U LIC My commission expires: (SEAL) Page 17 of 32 , MOBTREVIWI . MYCCMMIeSIONOMMT991 `` EXE+IRE&:January 30,2027 v , 116� SWORN STATEMENT UNDER ORDINANCE NO.010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE (Company) warrants that helsho/It has not employed, retained or otherwise had act on his/her/ its behalf any former County officer or employee In violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, In its discretion, terminate this contract without liability and may also, In its discretion, deduct from the contract or purchase price,or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee". (Signature) Date: STATE OF: TA COUNTY Subscribed and sworn to (or jffl�m d)b flora me,by means owfopohysical presence or Don nenotartzatlon,on--VRoei Q bq 20 (date)by (name of afflant). He/She is porsonaily known to me or has produced a T s C16iitl-fl—ca-t on. (Type of Identification) N�C UBL.C My commission expires, (SEAL) Page IS of 32 DRUG-FREE WORKPLACE FORM The undersigneti vendor in aaccor(hmce watt 11orida simnte,see.287,097 hereby certifies chats (Name of Business) 1, Publishes a statement notifying employees that the unlawlial manutiacture, distribution, dispensing,possession,or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against eattployce�s for kwkttions of' such prohibition, 2. Infoarns employees about the dangers of drug abuse in the workplace,that business's policy of maintaining a drug-lyee workplace, any available drug counseling, rehabilitation,and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations, 3. Hives each employee, engaged in providing the conamoditiea or contractual services that are under proposal a copy of the statement specified in subsection(I), 4. In the statement specified in subsection(1),notifies the employees that,,as a condition of woriting on(lie commodities:or contractual services(list are tinder proposal,the ornployce will abide by the terms of the statement and will notify the employer of arty conviction of, or plea ol"guilty or nolo contenders to,any violation of Chapter 893 i 1(n idaa statutes)or of any controlled substance paw of the tknoed States air any state,for it violation,occurring in the workplawe no later than live(5)clays alter such conviction. 5, Imposes a sanction on,or requires the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, for any employee who is so convicted, 6. Makes 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 firma complies fully with the above requirements. Uva V-1p lira aaasa:r s Si as lure Date STATE,OF: COUNTY OIr° Subscribed and sworn to(or affirmed)before ane,by meaaas of Nei"' physical presence or 0 online notarizAtion,on (date)by s r i % ._ __..f rf (name ofaffiant). UlelShe is personally known to me or has produced t�,p d" Sri-' aart)as adrrata "acauun.tafi Ity (SEAL) My 7ontnatssion Expired: ..171.. _ JOROETREVILLA Page 19 of 32 "s taty coo rift"O NH 31 M . Q�MIl:B: aJO,2D21 ,:x" PUBLIC ENTITY GRIME 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, 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, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity,and may not transact business with any public entity In excess of the threshold amount provided In Section 287.017, Florida Statutes, for CATEGORY TWO for a period of thirty-six ( 6) months from the date of being placed on the convicted vendor list," I have read the above and state that neither has been laced t e co jt ndor 11st... ,_h (P he' last rt name)nor any Affiliate nwictad vo�placed ithin the lest thirty-six(36) months. ( i nalure) Date: .. _... Oil`b1 ! ._.._...... STATE OF; COUNTY OF: ,, hXk.___Wk Subscribed and sworn to(or affirmed)before me, by means of rphyslcal presence or 11 online notarization,on the20_1* erso `lbyitnor+rn to m or has producedWM` �mm mm (name of afFiant). He/She is (type of identification)as Identification. My Commis n Expiry �2� 1,..._._ OT Y'° UB3 (SEAL) KMSTPNU.A �,� 4xw NI'lC�i`A1A188tpg�M31t ,r Page 20 of 32 VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Project Doacnptfon(s) Respondent Vendor Name .. Vendor FEIN ° .. Vandor's Authorized�RoprosenlatiNamNa a mT9tt Address: Phone Number.. . .."..,. ,..._, Email�Addraas . tom. w.... ,..,.. "Caaf9:.(„rl Section 287-135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount If, at the time of contracting or renewal,the company is on the Scrutinized Companies that Boycott Israel List,created pursuant to Section 215,4726, 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 enlaring into or renewing a contract for goods or services of$1,000,000 or more, that are on either the ScnAmized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List which were created pursuant to Section 215.473, Florida Statutes,or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of Respondent, I hereby certify that the company Identified above in the Section entitled"Respondent Vendor Name"is not listed on the Scrutinized Companies that Boycott Israel Liat or engaged in a boycott of Israel and Projects of$1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List,the Scrutinized Companies with Activities in the Iran Terrorism Sectors List,or engaged in business operations in Cuba or Syria. I understand that pursuant to Section 287.135,Florida Statutes,the submission of a false carlification may subject company to civil penalties,attorney's fees,andlor 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 Wool or placed an the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in (tie Iran Petroleum "Terrorism Sectors List or been engaged in business operations in Cuba or Syria. Vendor has reviewed Section 287.135,Florida Statutes,and in accordance with such provision of Florida law, is eligible to bid on, submit a proposal for, or enter into or renew a contract with Monroe County for goods or services. Cartifled By. ....uM___.. ...,,,. ,_.._ 1. .._.... . who is authorized to sign on behalf of the above referenced co an Authorized Signature _ .. Print Name L Note:The List are available at the following Department of Management Services Site: cr r Page 21 of 32 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT Enti JVendor Name: ...... � _.... w ... VICES R LABOR R ER ty VendorFEIN: Vendor's Authorized Representativw ...,..... . i. .1 ....,.. �d"....t.. .. . ._.,, . ._Title) ill (3*t le} Address:_ . ..,.� .... .. .:. ame and Tit .......... .... City: m,..a.� ��. .. State ..n.. � .. .._...,. .. . . �..Zip .. . ---- -..... Phone Number: Email Address: .,a �.i91111e . . _.. �... As a nongovernmental entity executing, renewing, or extending a contract with a gove lent entity, Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor does not use coercion for labor or services in accordance with Section 787.p6,Florida Statutes. As defined in Section 787.06(2)(a),coercion means: 1. Using or threating to use physical force against any person; 2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed Is not applied toward the liquidation of the debt,the length and nature of the labor or service are not respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport,visa, or other Immigration document,or any other actual or purported government identification document,of any person; 5. Causing or threating to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit;or 7. Providing a controlled substance as outlined in Schedule I or Schedule II of Section 893.03 to any person for the purpose of exploitation of that person. As a person authorized to sign on behalf of Vendor,I certify under penalties of perjury that Vendor does not use coercion for labor or services in accordance with Section 787.06. Additionally, Vendor has reviewed Section 787.06,Florida Statutes,and agrees to abide by same. Certified]3y: ._...._�._. . __.. ,�_...�._,��..®... ..........�..��,.�,who is authorized to sign on behalf of the a o �e referenced company. Authorized Signature: _n Print Name , Title: , . ._...w, .W... ...... � ,�.. _....... .�.,..__ Page 22 of 32 4 . .i.....�...�.. ..:. .' .:�..«.,..w. �': �.w 11 of the cl0f. _„ 01 e ,4,". CO cording to lave on my oulb.ad under penalty of perjury,depose and say that: a. I am V of the firth of the bidder making the prukuanl ful UW Iuj"L da:se:tibed in Ott: RCyuwi fui Frupusals fur Upper Keys Pest�ontrol and that I executed the said proposal with full authority to do so; b the Entity 15 not owned by the government of to foreign country of coocem as defined in Section 297 138,Florida SGUutes.(Source:§2H7 138(2)(s),Florida Statutes), o- The government of a foreign country of concern does not have a controlling interest in Entity, (Source: §2H7 1.18(2)(b),Florida Statutes): d. F.nlit) is not owned or controlled by the government of a futeign country of concern,its defined in Section 692.201,Florida Statutes.(Source: §2gH.007(2),Florida Statutes); C. F-11 ti) I.,out a tam it,Cl]llil-,dibMili oil,l.Utputalluit,ulgallitAiiVil,VI udlel I mill,wailun lot 1ielbolah organised under the laws of or having its principal place of huaiucss in a foreign country of concern. as defined in Section 692 201,Florida Statutes,or a subsidiary of such entity.(Source:§2HH.007(2), Florida SialutCs); f. Entity is not a foreign principal, as defined in Section 692.201, Florida Statutes. (Source: § 692.202(5)(a)(I),Florida Statutes); g. Entity is in compliance with all applicable requirements of Sections 692.202,692,103.and 692,204, Florida Statutes. h. (Only applicable if purchasing real property) Entity is not a foreign principal prohibited from puwIlLLsitug Olt subja:l teal pruperty.Eutiiy is dillict(a)rlol r persuu ur eulily described in SCeliun 692,204(I)(a), Florida Statutes, or(b)authorized under Section 692.204(2), Florida Salutes, to purchase the subject property.Entity is in compliance with the requirements of Section 692.204, Florida Statutes.(Source: §§692.203(6)(a),692.204(6)(a),Florida Statutes) t The statements contained in this affidavit are 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, , l`�tg,iiitltnt' Date: STATE OF: COUNTY OF: Subscribed and sworn to(or affirmed)before the,by means tar` Ilhysical presence or®online notarization, en w n date)by (name of atTient). [it/She is pemmilily known to sie or has prodwed (typ� tdt Itrtot as identification, NOTARY PUBLIC L Vol My t aaiiiiit: lltin Expil". . JOW 7REVILM Page 23 of 32 i WoolilMION810131MI �� JONY30,2W INSURANCE REQUIREMENTS AND FORMS MONROE COUNTY,FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES General Insurance Requirements For Other Contractors,Subcontractors and Professional Services As a, prea•requrisite of the work and services governed, or the goods supplied under this contract (including the pre-staging of personnel and material), the Contractor shall obtain, at his/her own expense,insurance as specified in any attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Subcontractors engaged by the Contractor. Alternatively, the Contractor may require all Subcontractors to obtain insurance consistent with the attached schedules. The Contractor will not be permitted to commence work governed by this contract(including pre- staging of personnel and material) until satisfactory evidence of the required insurance has been furnished to the County as specified below,Delays in the commencement of work,resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time,except for the Contractor's failure to provide satisfactory evidence, The Contractor shall maintain the required insurance throughout the entire term of this contract and any extensions specified in the attached schedules,Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines speciflod in this contract and any penalties and failure to perform assessments shall be imposed as ifthe work had not been suspended,except for the Contractors Wore to maintain the required insurance. The Contractor will he held responsible for all deductibla5 and self-insured retentions that may he contained in the Contractor's Insurance policies. The Contractor shall provide,to the County,as satisfactory evidence of the required insurance,either. •Certificate of Insurance or •A Certified copy of the actual insurance policy. The County,at its sole option,has the tight to request a certified copy of any or all insurance policies required by this contma All insurance policies must specify that they are not subject to cancellation, non-renewal,material changc,or reduction in coverage unless a minirmun of thirty(30)days prior notification is given to the County by the inauser. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed by law, Page 24 of 32 IU Monroe County Board of County Cornmissiorim, its employees and officials, at 1100 Simonton Street,fey West"Florida 33040,will be inclu as'"A "tional tasured"on all policies, except for Workers"Compensation. Any deviations Prow there General Insurance Requirements must be requested in writing on the County prepared forma entitled"Request for Waiver of Insurance Requirements"and Approved by Monroe County Frisk Managemtettt.Depubnent. eN Page 25 of 32 PROPOSER'S INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIREMENTS Workers Compensation Statutory Limits Employers Liability $1001000/$500,000/$100,000 Bodily Injury by Accident/Bodily Injury by Disease,policy I imit&13*dily Injury by Disease each employee General Liability $200,000 per Person $300,000 per Occurrence $200,000 Property Damage or$300,000 Combined Single Limit Vehicle $200,000 per Person (Owned,non-owned,and hired vehicles) $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit Builders Risk Not Required Construction Bond Not Required The Monroe County Board of County Commissioners,its employees and officials, I 100 Simonton Street,Key West,Florida 33040,shall be named as Certificate Holder and Additional Insured on General Liability and Vehicle policies, INDEMNIFICA11ON,HOLD HARMLESS,AND DEFV.NSE.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 mason 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,(it)the negligence or rocklessuess,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 oftiability under this Page 26 of 32 contract shall be equal to the dollar value of the contract and not less than$1 million per occurrence pursuant to Section 725,06, Florida Statutes, I'lie limits of liability shall be as set forth in the insurance requirements included in Paragraph 3,0. herein. Insorar as the claims,actions,causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term or 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 front 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. M(RQNU' I understand the insurance that will be mandatory if awarded the contract and will comply in full with all of the requirements herein. I fully accept the indemnification and hold harmless and duty to,defend as set out in this proposal. PROPOSER Page 27 of 32 AMMENI I have reviewed the above requirements wfth the proposer named above. The following deductibles apply to the corresponding polky. POLICY AECIUCTISLES w, L1ebAl are- occurrence ... ... .�..�. ,. �. '____.W,� . tY policies _... __. Ala ado Insurance Agency Signature Page 28 of 32 . TOWERPE001 .,^DATED 21 N� CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION. ..ONLY AND D CONFERS ... ,..., __. .. e .__.H.... ON 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 pollcy(les ..w.a �.....�.�. _ INSURED provisions � end must have ADDITIONAL INSURED provleiona or be endorsed. If SUBROGATION IS WAIVED„ subject to the terms and conditions of the policy,certain polllcles may require an endomemont. A statement on thisCgdptillcate does ITot�� a � d+orsorraont(a�„ n or r is to �c�grtlPlclwstw of ern u o auoh on PRODUCER Ague Wr William Gil)ow, ...... Rlemor Insurance Group,Inc. PadEwt 754 202 0824 rr„, P O Bala'250 i „ , U { )'„,. Hallaodalo,FL 33008 w�as w1a Illy Sri mGrinsurance c0n1. ..... 1d3t#fl I kIL01 AUV' lk4 04,40YE Rr11ll INSURED . aR .F,ainfN IN Y. !c►.la !I a ampap+ Tower Pest Control,Inc. JN Atltq Technology jfloUrafnce,Cr,}„,_ - , 7760 West 201h Ave,Bay 14 ,r Hialeah,FL 33016 easuREA.k.» INSUftA P .� w TINS IS 70 CERTIFY THAT THF POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO n TC"INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY RFOUIRFMYFNT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOOLIMENT'WITH RESPECT TO 041CH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN YS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CON041IONS OF SUCH POLICIES,LIMi TS 1+t1'4'1M MAY HAVE BEEN REDUCED BY PAID CLAIMS GAG, TYPE Of NRU ppRN C AItlI'Ik,.�a�a.Ilyd� POLICY POLICY ISrP POLtV t xP &;/+t„. JiwCaVt Ip LIMITS I IIYTtyl 1 . ._ .. AXOMMERCIALGENERALLIABILITV „ 0000 7/2212024 7/22/2025gLrgINI aIa N la. . 100,000 a 6,000 L�I1.4TINL minv.p' anyw. 11000,000 M,rfoPlu.�,allarl' �9'r ' �u rui��. a rw1lll€ L^�4irHL4�tfi_._ _ 1 2000„000 x, �'talaa �,,..� ��l I ....��....,,� ��..._..,,. . ro',rc,_._.. . .._...................... . .. ,. ,. ...,..� _,..... ',,.......,._� _AQ14. ;t... �__,.,.... ..� .._,0 AUTOMOBILE LIABILITY ssagt@ Iruaia r,`aa�Lauro 5,,... 1,000,000 X ANY AIJT0 X 50011426101 712112024 712112025 IgOBIpI k.JCr11 3!la „E„U„awl t �r)uvNE0 SCHEDULED . z AUTOF,ra,ILY AUIUSR" 19C,u? 41lY laFPr IYII t_� .,m vaa�Nrc I' PdCIPCRgqY{,YAp Clr X Ad t ONLY (X Aaq OU IM, Ta�CrruCdl l *� UMBRELLALIA9 X ,r4lYr IA pa K;„�01IraiC,I„, ,a.. 40000Q0 CE33 LIAe tva d+a No',7a uCEXB102003 7122/2024 7122/2025 ✓I I9Ib.�.0 1.,. rlaa XImarNuserwx B Aggrogato 4„000,000 C 1lITKERSCt,'NPENS TI .._. ,_....„... ..... --�--- ...,.,.. X ' t "' cesaba a�Taaada al°le r� TWC4450272 .,.w..........._. _.m.0.7,...... i 000 000.... N'YP r1wI V Ya�c1.GItFw1,,xa�:cunvr wI N!A X 6 CA44„�0lai,I, ... .i_, /2212024 ' ?/22/2026 L 11000,000V Iv' f �r was„�trblaw„r+�ou„.arr � �T L L 4'4�i: �C LAJ 4T Cl'+I,u� 4„000 000 �,....S��.EL4?!'C C64'.8��. E„Iu.I �RRi:�+�x��_.... .. .,.,.,.w,_�.. ......,.w ��Y . x . m _, w• w u� �4i1 T .0 OL°SCRIPTION Of OP'ERATIONS I LOCATIONS I VEHICLES tACORO 101,Addlflonal Ramuks Schedule,may be attechap If more spew Is required) Post Control Operations Monroe County Board of County Commissioners„Its amployaes and officals Is incllldod as Addlhonal hlsurod with mspscts to General Liability&Auto Liaiallfly,Walvar of Subr000tlon with respects to Iha General Liability 4 Workors Coanponsahon,applies as requirad by written contract,subject to policy Corms,condillons and oxclusions with roilards to Iho Named lnsrlrod"s oporations, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIN ATE THEREOF, Monroe County Board of County Commissioners ACCORDANCAE TIO WITH THE POLICY PR VISIONSCE WILL BE DELIVERED IN t100 Simonton Street Key West,FL 33040 AUTHORIZED REPRESENTATIVE The ACORD name and logo are registered marks of ACORD r4N MONROE COUNTY,FLORIDA REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS ft is requested that the insurance requirements,as&pacifled in the County's Schedule of Insurance Requirements,be waived or modified on the following contract, Cont metor/Vendor: Project or Service: Contractor/Vendor Address&Phone#: General Scope of Work: Reason for Waiver or Modification: Policies Waiver or Modification will apply to: Signature of ContractorNendor: Data:_ Approved Risk Management Signature: Date: County Administrator appeal: Approved: Not Approved:- Date: B04W of County Commissioners appeal: Approved: Not Approved:- Meeting Date: Page 30 of 32 Attachment A MIDDLE KEYS PEST CONTROL FACILITY ADDRESS FREQUENCY Munro*,(.o I Health )gLpttr�q!t.... h F l wglafar t qr�, I svernier Monthl p. Plnntrn 4oarnusn 88770 Overseas Highway. Conthlv... .. � .: Ellis_ Building Monthl1'�. SPYt# pMV 1 s n ..... . ,...._�®. _.... 101463 WM..,_on_t.. ___...V,.. e ,a .. e a89- oci lSe ice 101491 Overseas Highway Monthly t �A.1 ....... lulurraY Nefsan fwrrrrunt t` M�tr... 1C20C„+ re11a! I. _.._Glonthly ....... . .... Tave ier Fire Station#22 �..m 151 Marine Avenue IVionthly ntorj4 l,lbray! � _.__. 81830 Overseas ahvrn hn�nth�. KeY 1 ! r. ... ...... 101485 Overseas Highway �tlOnthl «� 0 �. —, � .__ � _......1-1 �a�w. ,. n9tatnzor �� .... ..._ �� ._Road Monthly, ��.. Ke Id 53141 Pornt��.�...m._� ..... onrra otut, ,,,... Overseasartert �' tY 1 ieeti 7531 �y Key Largo(Magnolia)Public Works& 300 Magnolia Street Chad and Brdg .,.�. .� � �rterLX. 58 � Page 31 of 32 Attachment B NOTICE PESTICIDE FERTILIZER TREATMENT Our Integrated Pest Management (IPM) policy requires that problems with pests such as weeds,rodents,or insects on County properties be solved by using the lowest risk methods. Where pesticides must be used, only the least toxic products are permitted. TARGET PEST: OTHER ACTIONS ATTEMPTED: AREA TREATED: PESTICIDE/FERTILIZER NAME(S): ACTIVE INGREDIENT: SIGNAL WORD: CAUTION WARNING DANGER EPA NUMBER: ,.-,-,, PM CONTACT INFO: Monroe County Facilities Maintenance Dept.(305)295.4385 DATE/TIME OF APPLICATION: DATE COMPLETED: TREATMENT POSTPONTED UNTIL: Page 32 of 32 ATTACHMENT A TOWER PEST CONTROL PROPOSAL f'OR UPPER KEYS PEST CONTROL TOWER PEST CONTROL Estimate 7760 W 20 Avenue Bay 14 Hialeah, FL 33016 US +13058213888 Tower jessica@towerpestcontrolmiami.com pest control ADDRESS SHIP TO Monroe County Monroe County 1100 Simonton Street 1100 Simonton Street Key West, A 33040 Key West, FI 33040 ESTIMATE* DATE 189472 10/29/2024 ACTIVITY OTY RATE AMOUNT monroe 12 87.55 1,050.60 Pest Control Services provided to MC Health Dept Monthly Service monroe 12 108.15 1,297.80 Pest Control Services provided to Plantation Key Courthouse Monthly Service monroe 4 77.25 309.00 Pest Control Services provided to MC Fleet Garage Quarterly Service monroe 12 77.25 927.00 Pest Control Services provided to Ellis Bldg, Monthly Service monroe 12 51.50 618.00 Pest Control Services provided to Key Largo DMV Monthly Service February thru September 2024 monroe 12 72.10 865.20 Pest Control Services provided to Social Services,Monthly Service monroe 12 108.15 1,297.80 Pest Control Services provided Murray Nelson Govt Center, Monthly Service monroe 4 87.55 350.20 Pest Control Services provided Public Works Complex,Quarterly Service monroe 12 56.65 679.80 Pest Control Services provided Tavernier Fire Station, Monthly Service monroe 12 51.50 618.00 Pest Control Services provided to Islamorada Library, Monthly Service monroe 12 51.50 618.00 Pest Control Services provided Key Largo Library, Monthly Service ACTIVITY OTY RATE AMOUNT monme 12 87,65 1,050.60 Pest Control Services provided Plantatlon Key Old Courthouse, Monthly Service REVISED Monthly Services from October 2024 thru September 2025 SUBTOTAL 9,682.00 TAX 0.00 TOTAL dhf% W,682.00 Accepted By Accepted Date ATTACHMENT C ADDITIONAL BID REQUESTS CHARTER PEST CONTROL ESTIMATE FOR PEST CONTROL AT THE FOLLOWING LOCATIONS MONTHLY SERVICE TA VERNIER Health Department 50 High Point Road 10.00 Ellis Building 88800 Overseas Highway $ 66.00 Tavernier Fire Station#22 151 Marine Avenue $ 10.00 Plantation Key Old Courthouse 53 High Point Road $ 150.00 I KEY LARGO 47 D Key Largo DMV/Tax Office 101463 Overseas Highway 65.00 Key Largo Social Service 101491 Overseas Highway $ 65.00 r Ud Murray Nelson Government CTR 102060 Overseas Highway $ 200.00 Key Largo Library 101485 Overseas Highway $ 150.00 r QUARTERLY KEY LARGO L 3 j),?o Key Largo(Magnolia) PW 300 Magnolia Street $ 110.00 ISLAXORAVA Plantation Key Courthouse 88770 Overseas Highway $200.00 Islamorada Library 81830 Overseas Highway $ 200.00 QUARTERL Y ISLAMOR40A Monroe County Fleet 87831 Overseas Highway $ 86.00 � 3 1