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