HomeMy WebLinkAboutItem C24 C24
BOARD OF COUNTY COMMISSIONERS
COUNTY of MONROE Mayor James K.Scholl,District 3
The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2
Craig Cates,District 1
David Rice,District 4
Holly Merrill Raschein,District 5
Board of County Commissioners Meeting
February 19, 2025
Agenda Item Number: C24
2023-3660
BULK ITEM: Yes DEPARTMENT: Solid Waste
TIME APPROXIMATE: STAFF CONTACT: Cheryl Sullivan
AGENDA ITEM WORDING: Approval to enter into an agreement with FP Tire Disposal, Inc. for
the removal and disposal of tires from Monroe County transfer stations. The cost will be $255.00 per
ton, and .55 cents per mile fuel charge. The tires will be disposed at a tire recycling center in Miami,
Florida.
ITEM BACKGROUND:
Until about a year ago the county's recycling haul-out contractor was able to dispose of tires at a waste-
to-energy plant in South Florida, but that plant was destroyed by fire and is no longer available for
disposal of tires. The current recycling hauler can no longer dispose of tires within the recycling
category under the contract due to the unavailability of this disposal facility.
In order to implement a cost effective and environmentally safe method to dispose of tires, FP Tire
Disposal has agreed to haul tires from Monroe County Transfer Stations (located on Cudjoe Key, Long
Key and Key Largo) to American Tire Recycling Center in Miami. The cost will be $255.00 per ton,
and .55 cents per mile fuel charge.
The county's current contracted recycling hauler, has no objection to the County using FP Tire Disposal,
Inc. as an alternative hauler for tine disposal as they are unable to continue to process the tires at the rate
of a recyclable material due to the unavailability of the disposal facility as explained above.
In accordance with Sec. 2-347(e)(5)(£) of the Monroe County Code, all solid waste service such as this
tine disposal services are not required to be competitively bid.
PREVIOUS RELEVANT BOCC ACTION:
None
INSURANCE REQUIRED:
Yes
CONTRACT/AGREEMENT CHANGES:
1156
GPJ 2.4.25 - Per discussion with CLB, Risk approval subject to provision of COI with required
coverage before BOCC meeting
STAFF RECOMMENDATION: Approval
DOCUMENTATION:
Agenda Contract signed by FP Tires.pdf
FP proposal (004).pdf
2025 02 COI FP Tire Disposal GL POL exp 9.16.25 ALIT exp 11.1.25 TENTATIVE.pdf
FINANCIAL IMPACT:
Effective Date: 2/19/25
Expiration Date: After initial I year period, upon termination.
Total Dollar Value of Contract: The total value will vary depending tonnage, but it is estimated at
$7,000/month
Total Cost to County: Estimated $7,000 per month
Current Year Portion: Approximately $49,000
Budgeted: Yes.
Source of Funds: Solid Waste Enterprise Fund
CPI: No
Indirect Costs: No.
Estimated Ongoing Costs Not Included in above dollar amounts: N/A
Revenue Producing: No. If yes, amount:
Grant: No
County Match: No
Insurance Required: Yes, Certificates of Insurance or waivers to be provided upon approval of the
agreement.
1157
AGREEMENT FOR TIRE DISPOSAL
This Agreement ("Agreement") is made and entered into this _19th_day of_February_, 2025
by and between Monroe County Board of County Commissioners, whose address is 1100
Simonton Street, Suite 2-231, Key West, Florida, 33040, its successors and assigns, hereinafter
referred to as "County", AND FP Tire Disposal, Inc., 2595 NW 141st St., Opalocka, FL 33054 its
successors and assigns, hereinafter referred to as "Contractor",
WHEREAS, the County is in need of tire disposal services; and
WHEREAS, Contractor is able to provide the tire disposal services, as set forth in more detail in
Attachment A which shall collectively be referred to as the "Project"; and
WHEREAS, in accordance with Monroe County Code Sec. 2-347(e)(5)(f.), the services are not
required to be competitive bid;
NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated
herein, and for other good and valuable consideration, the sufficiency of which is hereby
acknowledged, COUNTY and CONTRACTOR agree as follows:
ARTICLE 1
1.1 REPRESENTATIONS AND WARRANTIES
1.2 By executing this Agreement, CONTRACTOR makes the following express
representations and warranties to the COUNTY:
1.3 The CONTRACTOR shall maintain all necessary licenses, permits or other authorizations
necessary to act as CONTRACTOR for the Project until the CONTRACTOR'S duties
hereunder have been fully satisfied;
1.4 The CONTRACTOR has become familiar with the site(s) and the local conditions under
which the Project is to be completed.
1.5 The CONTRACTOR shall prepare all documentation required by this Agreement in such
a manner that they shall be accurate, coordinated and adequate for use in verifying work
completed and shall be in conformity and comply with all applicable law, codes and
regulations. The CONTRACTOR warrants that the documents will be adequate and
sufficient to document costs in a manner that is acceptable for reimbursement by
government agencies.
1.6 The CONTRACTOR assumes full responsibility to the extent allowed by law with regards
to his performance and those directly under his employ.
1.7 The CONTRACTOR'S services shall be performed as expeditiously as is consistent with
professional skill and care and the orderly progress of the Project. In providing all services
pursuant to this agreement, the CONTRACTOR shall abide by all statutes, ordinances,
rules and regulations pertaining to, or regulating the provisions of such services, including
those now in effect and hereinafter adopted. Any violation of said statutes, ordinances,
rules and regulations shall constitute a material breach of this agreement and shall entitle
1158
COUNTY to terminate this contract immediately upon delivery of written notice of
termination to the CONTRACTOR.
1.8 At all times and for all purposes under this agreement the CONTRACTOR is an
independent contractor and not an employee of COUNTY, the TDC or the Board of County
Commissioners for Monroe County. No statement contained in this agreement shall be
construed so as to find the CONTRACTOR or any of his/her employees, contractors,
servants, or agents to be employees of the Board of County Commissioners for Monroe
County.
1.9 The CONTRACTOR shall not discriminate against any person on the basis of race, creed,
color, national origin, sex, age, or any other characteristic or aspect which is not job
related, in its recruiting, hiring, promoting, terminating, or any other area affecting
employment under this agreement or with the provision of services or goods under this
agreement.
ARTICLE II
SCOPE OF BASIC SERVICES
2.1 DEFINITION
CONTRACTOR'S Scope of Basic Services consist of those described in Attachment A.
The CONTRACTOR shall commence work on the services provided for in this Agreement
promptly upon his receipt of a written notice to proceed from COUNTY.
2.2 NOTICE REQUIREMENT
All written correspondence to the COUNTY shall be dated and signed by an authorized
representative of the CONTRACTOR. Any notice required or permitted under this
agreement shall be in writing and hand delivered or mailed, postage pre-paid, to COUNTY
by certified mail, return receipt requested, to the following:
Cheryl Sullivan
Monroe County Solid Waste
1100 Simonton Street, suite 2-231
Key West, FL 33040
AND
Christine Hurley
County Administrator
1100 Simonton Street
Key West, FL 33040
For the Contractor:
Francisco Pujol
2695 NW 141st Street
Opalocka, FL 33054
1159
ARTICLE III
INDEMNIFICATION AND HOLD HARMLESS
3.1 The CONTRACTOR covenants and agrees to indemnify and hold harmless COUNTY,
its officers and employees from third party liabilities, damages, losses and reasonable
costs, including but not limited to, reasonable attorneys' fees, to the extent caused by the
negligence, recklessness, or intentional wrongful conduct of the CONTRACTOR,
subcontractor(s) and other persons employed or utilized by the CONTRACTOR in the
performance of the contract.
3.2 The extent of liability is in no way limited to, reduced, or lessened by the insurance
requirements contained elsewhere within this agreement.
3.3 This indemnification shall survive the expiration or early termination of the Agreement.
ARTICLE IV
COMPENSATION and TERM
4.1 COMPENSATION BASED ON SPECIFIED RATES
4.1.1 The COUNTY shall pay the CONTRACTOR for the CONTRACTOR'S performance of this
Scope of Work as outlined in Attachment A.
4.2 PAYMENTS
4.2.1 For its assumption and performances of the duties, obligations and responsibilities set
forth herein, the CONTRACTOR shall be paid monthly. Payment will be made pursuant
to the Local Government Prompt Payment Act 218.70, Florida Statutes.
As a condition precedent for any payment due under this Agreement, the
CONTRACTOR shall submit 2-3 times on a monthly basis, unless otherwise agreed in
writing by the COUNTY, a proper invoice to COUNTY requesting payment for services
properly rendered. The CONTRACTOR'S invoice shall describe with reasonable
particularity the service rendered. The CONTRACTOR'S invoice shall be accompanied
by such supporting documentation or data in support of expenses for which payment is
sought that is acceptable to the Monroe County Clerk of court and Comptroller (Clerk)
based on generally accepted account principles and such laws, rules and regulations as
may govern the Clerk's disbursal of funds.
4.3 BUDGET AND REIMBURSEABLE EXPENSES
The CONTRACTOR may not be entitled to receive, and the COUNTY is not obligated to
pay, any fees or expenses in excess of the amount budgeted for this contract in each fiscal
year (October 1 - September 30) by the Monroe County Board of County Commissioners.
The budgeted amount may only be modified by an affirmative act of the Monroe County
Board of County Commissioners.
1160
COUNTY's performance and obligation to pay under this Agreement is contingent upon
an annual appropriation by the Board of County Commissioners and the approval of the
Board members at the time of contract initiation and its duration.
Expenses will only be reimbursed if authorized by COUNTY in writing in advance and to
the extent and in the amount authorized by Section 112.061, Florida Statutes, Monroe
County Code (Chapter 2, Art. II, Div. 3), Monroe County Policies and Procedures and
Monroe County Travel Guidelines, as amended.
4.4 TERM OF AGREEMENT
The initial term of this Agreement is for will begin on February 19, 2025,for a 1-year period.
This agreement will automatically renew after the initial term and will remain in effect,
unless terminated as set forth herein.
ARTICLE V
INSURANCE
5.1
As a pre-requisite 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 Attachment B which is hereby
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 specified in this contract and any penalties and failure to perform assessments
shall be imposed as if the work had not been suspended, except for the Contractor's
failure to maintain the required insurance.
The Contractor will be held responsible for all deductibles and self insured
retentions that may be contained in the Contractor's Insurance policies.
1161
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 right to request a certified copy of any or all
insurance policies required by this contract.
All insurance policies must specify that they are not subject to cancellation, non-renewal,
material change, or reduction in coverage unless a minimum of thirty (30) days prior
notification is given to the County by the insurer.
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.
The Monroe County Board of County Commissioners, its employees and officials will be
included as "Additional Insured" on all policies, except for Workers' Compensation.
Any deviations from these General Insurance Requirements must be requested in
writing on the County prepared form entitled "Request for "Waiver of Insurance
Requirements" and approved by Monroe County Risk Management Department.
ARTICLE VI
MISCELLANEOUS
6.1 SECTION HEADINGS
Section headings have been inserted in this Agreement as a matter of convenience of
reference only, and it is agreed that such section headings are not a part of this Agreement
and will not be used in the interpretation of any provision of this Agreement.
6.2 SUCCESSORS AND ASSIGNS
The CONTRACTOR shall not assign or subcontract its obligations under this agreement,
except in writing and with the prior written approval of COUNTY and the CONTRACTOR,
which approval shall be subject to such conditions and provisions as COUNTY may deem
necessary. This paragraph shall be incorporated by reference into any assignment or
subcontract and any assignee or subcontractor shall comply with all of the provisions of
this agreement. Subject to the provisions of the immediately preceding sentence, each
party hereto binds itself, its successors, assigns and legal representatives to the other and
to the successors, assigns and legal representatives of such other party.
6.3 NO THIRD PARTY BENEFICIARIES
Nothing contained herein shall create any relationship, contractual or otherwise, with or
any rights in favor of, any third party.
6.4 TERMINATION
1162
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 days
written notification to the CONTRACTOR.
B. Either of the parties hereto may cancel this Agreement without cause by giving the
other party thirty (30) days written notice of its intention to do so.
C. Termination for Cause and Remedies: In the event of breach of any contract terms,
either Party retains the right to terminate this Agreement. Either Party may also
terminate this agreement for cause with the other Party should that Party 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 terminating Party shall provide other
Party with thirty (30) calendar days' notice and provide the Party with an opportunity
to cure the breach that has occurred. If the breach is not cured, the Agreement will be
terminated for cause. If the COUNTY terminates this agreement with the
CONTRACTOR, COUNTY shall pay CONTRACTOR the sum due the CONTRACTOR
under this agreement prior to termination, unless the cost of completion to the
COUNTY exceeds the funds remaining in the contract; however, the COUNTY
reserves the right to assert and seek an offset for damages caused by the breach. The
maximum amount due to CONTRACTOR shall not in any event exceed the total
contract amount as set forth in this Agreement. In addition, the COUNTY reserves all
rights available to recoup monies paid under this Agreement, including the right to sue
for breach of contract and including the right to pursue a claim for violation of the
Monroe County's False Claims Ordinance, located at Section 2-721 et al. of the
Monroe County Code.
D. Termination for Convenience: Either Party may terminate this Agreement for
convenience, at any time, upon thirty (30) days' notice to other Party. If the COUNTY
terminates this agreement with the CONTRACTOR, COUNTY shall pay
CONTRACTOR the sum due the CONTRACTOR under this agreement prior to
termination, unless the cost of completion to the COUNTY exceeds the funds
remaining in the contract. The maximum amount due to CONTRACTOR shall not
exceed the total contract amount as set forth in this Agreement. In addition, the
COUNTY reserves all rights available to recoup monies paid under this Agreement,
including the right to sue for breach of contract and including the right to pursue a claim
for violation of Monroe County's False Claims Ordinance, located at Section 2-721 et
al. of the Monroe County Code.
6.5 MAINTENANCE OF RECORDS
CONTRACTOR shall maintain all books, records, and documents directly pertinent to
performance under this Agreement in accordance with generally accepted accounting
principles consistently applied. Each party to this Agreement or their authorized
representatives, shall have reasonable and timely access to such records of each other
party to this Agreement for public records purposes during the term of the Agreement
and for five years following the termination of this Agreement. If an auditor employed by
COUNTY, Monroe County or the Clerk determines that monies paid to CONTRACTOR
pursuant to this Agreement were spent for purposes not authorized by this Agreement,
CONTRACTOR shall repay the monies together with interest calculated pursuant to Sec.
55.03; FS, running from the date the monies were paid to CONTRACTOR.
1163
6.6 GOVERNING LAW, VENUE, INTERPRETATION, COSTS, AND FEES
This Agreement shall be governed by and construed in accordance with the laws of the
State of Florida applicable to contracts made and to be performed entirely in the State. In
the event that any cause of action or administrative proceeding is instituted for the
enforcement or interpretation of this Agreement, COUNTY and CONTRACTOR agree that
venue shall lie in the 161h Judicial Circuit, Monroe County, Florida, in the appropriate court
or before the appropriate administrative body. This agreement shall not be subject to
arbitration. Mediation proceedings initiated and conducted pursuant to this Agreement
shall be in accordance with the Florida Rules of Civil Procedure and usual and customary
procedures required by the circuit court of Monroe County.
6.7 SEVERABILITY
If any term, covenant, condition or provision of this Agreement (or the application thereof
to any circumstance or person) shall be declared invalid or unenforceable to any extent
by a court of competent jurisdiction, the remaining terms, covenants, conditions and
provisions of this Agreement, shall not be affected thereby; and each remaining term,
covenant, condition and provision of this Agreement shall be valid and shall be
enforceable to the fullest extent permitted by law unless the enforcement of the remaining
terms, covenants, conditions and provisions of this Agreement would prevent the
accomplishment of the original intent of this Agreement. The COUNTY and
CONTRACTOR agree to reform the Agreement to replace any stricken provision with a
valid provision that comes as close as possible to the intent of the stricken provision.
6.8 ATTORNEYS FEES AND COSTS
The COUNTY and CONTRACTOR agree that in the event any cause of action or
administrative proceeding is initiated or defended by any party relative to the enforcement
or interpretation of this Agreement, the prevailing party shall be entitled to reasonable
attorney's fees, court costs, investigative, and out-of-pocket expenses, as an award
against the non-prevailing party, and shall include attorney's fees, courts costs,
investigative, and out-of-pocket expenses in appellate proceedings.
6.9 BINDING EFFECT
The terms, covenants, conditions, and provisions of this Agreement shall bind and inure
to the benefit of the COUNTY and CONTRACTOR and their respective legal
representatives, successors, and assigns.
6.10 AUTHORITY
Each party represents and warrants to the other that the execution, delivery and
performance of this Agreement have been duly authorized by all necessary corporate
action, as required by law.
6.11 ADJUDICATION OF DISPUTES OR DISAGREEMENTS
COUNTY and CONTRACTOR agree that all disputes and disagreements shall be
attempted to be resolved by meet and confer sessions between representatives of each
of the parties. 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 provision does not negate or waive the provisions
concerning termination or cancellation.
1164
6.12 COOPERATION
In the event any administrative or legal proceeding is instituted against either party relating
to the formation, execution, performance, or breach of this Agreement, COUNTY and
CONTRACTOR agree to participate, to the extent required by the other party, in all
proceedings, hearings, processes, meetings, and other activities related to the substance
of this Agreement or provision of the services under this Agreement. COUNTY and
CONTRACTOR specifically agree that no party to this Agreement shall be required to
enter into any arbitration proceedings related to this Agreement.
6.13 NONDISCRIMINATION
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 further action on the part of any party, effective the date of the court order.
CONTRACTOR or COUNTY agrees to comply with all Federal and Florida statutes, and
all local ordinances, as applicable, relating to nondiscrimination. These include but are
not limited to: 1) Title VII of the Civil Rights Act of 1964 (PL 88-352) which prohibits
discrimination on the basis of race, color or national origin; 2) Title IX of the Education
Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which
prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of
1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of
handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107)
which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and
Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the
basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention,
Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to
nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health
Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended,
relating to confidentiality of alcohol and drug abuse patient records; 8)Title VIII of the Civil
Rights Act of 1968 (42 USC s. et seq.), as amended, relating to nondiscrimination in the
sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42
USC s. 12101 Note), as may be amended from time to time, relating to nondiscrimination
on the basis of disability; 10) Monroe County Code Chapter 14, Article II, which prohibits
discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual
orientation, gender identity or expression, familial status or age; 11) Any other
nondiscrimination provisions in any Federal or state statutes which may apply to the
parties to, or the subject matter of, this Agreement.
6.14 COVENANT OF NO INTEREST
CONTRACTOR and COUNTY covenant that neither presently has any interest, and shall
not acquire any interest,which would conflict in any manner or degree with its performance
under this Agreement, and that only interest of each is to perform and receive benefits as
recited in this Agreement.
6.15 CODE OF ETHICS
COUNTY agrees that officers and employees of the Monroe County recognize and will be
required to comply with the standards of conduct for public officers and employees as
delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation
or acceptance of gifts; doing business with one's agency; unauthorized compensation;
1165
misuse of public position, conflicting employment or contractual relationship; and
disclosure or use of certain information.
6.16 NO SOLICITATION/PAYMENT
The CONTRACTOR and COUNTY warrant that, in respect to itself, it has neither
employed nor retained any company or person, other than a bona fide employee working
solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay
any person, company, corporation, individual, or firm, other than a bona fide employee
working solely for it, any fee, commission, percentage, gift, or other consideration
contingent upon or resulting from the award or making of this Agreement. For the breach
or violation of the provision, the CONTRACTOR agrees that the COUNTY shall have the
right to terminate this Agreement without liability and, at its discretion, to offset from
monies owed, or otherwise recover, the full amount of such fee, commission, percentage,
gift, or consideration.
6.17 PUBLIC RECORDS COMPLIANCE.
Public Records Compliance: Contractor must comply with Florida public records laws,
including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the
Constitution of Florida. The County and Contractor shall allow and permit reasonable
access to, and inspection of, all documents, records, papers, letters or other "public
record" materials in its possession or under its control subject to the provisions of Chapter
119, Florida Statutes, and made or received by the County and Contractor in conjunction
with this contract and related to contract performance. The County shall have the right to
unilaterally cancel this contract upon violation of this provision by the Contractor. Failure
of the Contractor to abide by the terms of this provision shall be deemed a material breach
of this contract and the County may enforce the terms of this provision in the form of a
court proceeding and shall, as a prevailing party, be entitled to reimbursement of all
attorney's fees and costs associated with that proceeding. This provision shall survive any
termination or expiration of the contract.
The Contractor is encouraged to consult with its advisors about Florida Public Records
Law in order to comply with this provision.
Pursuant to F.S. 119.0701 and the terms and conditions of this contract, the Contractor is
required to:
(1) Keep and maintain public records that would be required by the County to perform
the service.
(2) Upon receipt from the County's custodian of records, provide the County with a
copy of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided in this chapter or as
otherwise provided by law.
(3) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the
duration of the contract term and following completion of the contract if the contractor does
not transfer the records to the County.
1166
(4) Upon completion of the contract, transfer, at no cost, to the County all public
records in possession of the Contractor or keep and maintain public records that would be
required by the County to perform the service. If the Contractor transfers all public records
to the County upon completion of the contract, the Contractor shall destroy any duplicate
public records that are exempt or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon completion of
the contract, the Contractor shall meet all applicable requirements for retaining public
records. All records stored electronically must be provided to the County, upon request
from the County's custodian of records, in a format that is compatible with the information
technology systems of the County.
(5) A request to inspect or copy public records relating to a County contract must be
made directly to the County, but if the County does not possess the requested records,
the County shall immediately notify the Contractor of the request, and the Contractor must
provide the records to the County or allow the records to be inspected or copied within a
reasonable time.
If the Contractor does not comply with the County's request for records, the County shall
enforce the public records contract provisions in accordance with the contract,
notwithstanding the County's option and right to unilaterally cancel this contract upon
violation of this provision by the Contractor. A Contractor who fails to provide the public
records to the County or pursuant to a valid public records request within a reasonable
time may be subject to penalties under section119.10, Florida Statutes.
The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of
any public records unless or otherwise provided in this provision or as otherwise provided
by law.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS, AT PHONE# 305-292-3470
PUBLICRECORDS(a,MONROECOUNTY-FL.GOV, MONROE COUNTY
ATTORNEY'S OFFICE, 1111 12TH STREET, SUITE 408, KEY WEST, FL
33040.
6.18 NON-WAIVER OF IMMUNITY
Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the
CONTRACTOR and COUNTY in this Agreement and the acquisition of any commercial
liability insurance coverage, self-insurance coverage, etc. or local government liability
insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability
coverage.
1167
6.19 NON-COLLUSION AFFIDAVIT
CONTRACTOR by signing this Agreement, according to law on my oath, and under
penalty of perjury, depose and say that the person signing on behalf of the
CONTRACTOR, the bidder making the Proposal for the project described in the Scope
of Work and that I executed the said proposal with full authority to do so; the prices in
the bid 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 bidder or with any competitor; unless otherwise
required by law, the prices which have been quoted in this bid have not been knowingly
disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid
opening, directly or indirectly, to any other bidder or to any competitor; and no attempt
has been made or will be made by the bidder to induce any other person, partnership or
corporation to submit, or not to submit, a bid for the purpose of restricting competition;
the statements contained in this affidavit are true and correct, and made with full
knowledge that COUNTY and Monroe County relies upon the truth of the statements
contained in this affidavit in awarding contracts for said project.
6.20 NON-RELIANCE BY NON-PARTIES
No person or entity shall be entitled to rely upon the terms, or any of them, of this
Agreement to enforce or attempt to enforce any third-party claim or entitlement to or
benefit of any service or program contemplated hereunder, and the CONTRACTOR and
the COUNTY agree that neither the CONTRACTOR nor the COUNTY or any agent,
officer, or employee of either shall have the authority to inform, counsel, or otherwise
indicate that any particular individual or group of individuals, entity or entities, have
entitlements or benefits under this Agreement separate and apart, inferior to, or superior
to the community in general or for the purposes contemplated in this Agreement.
6.21 ATTESTATIONS AND TRUTH IN NEGOTIATION
CONTRACTOR agrees to execute such documents as COUNTY may reasonably require.
Signature of this Agreement by CONTRACTOR shall act as the execution of a truth in
negotiation certificate stating that wage rates and other factual unit costs supporting the
compensation pursuant to the Agreement are accurate, complete, and current at the time
of contracting. The original contract fee and any additions thereto shall be adjusted to
exclude any significant sums by which the agency determines the contract price was
increased due to inaccurate, incomplete, or concurrent wage rates and other factual unit
costs. All such adjustments must be made within one year following the end of the
Agreement.
6.22 NO PERSONAL LIABILITY
No covenant or agreement contained herein shall be deemed to be a covenant or
agreement of any member, officer, agent or employee of COUNTY or Monroe County in
his or her individual capacity, and no member, officer, agent or employee of COUNTY or
Monroe County shall be liable personally on this Agreement or be subject to any personal
liability or accountability by reason of the execution of this Agreement.
6.23 EXECUTION IN COUNTERPARTS
1168
This Agreement may be executed in any number of counterparts, each of which shall be
regarded as an original, all of which taken together shall constitute one and the same
instrument and any of the parties hereto may execute this Agreement by signing any such
counterpart.
6.24 E-VERIFY SYSTEM
In accordance with F.S. 448.095, the CONTRACTOR and any subcontractor shall
register with and shall utilize the U.S. Department of Homeland Security's E-Verify
system to verify the work authorization status of all new employees hired by the
CONTRACTOR during the term of the Contract and shall expressly require any
subcontractors performing work or providing services pursuant to the Contract to
likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the
work authorization status of all new employees hired by the subcontractor during the
Contract term. Any subcontractor shall provide an affidavit stating that the subcontractor
does not employ, contract with, or subcontract with an unauthorized alien. The
Contractor shall comply with and be subject to the provisions of F.S. 448.095.
6.25 UNCONTROLLABLE CIRCUMSTANCE
Any delay or failure of either Party to perform its obligations under this Agreement will be
excused to the extent that the delay or failure was caused directly by an event beyond
such Party's control, without such Party's fault or negligence and that by its nature could
not have been foreseen by such Party or, if it could have been foreseen,was unavoidable:
(a) acts of God; (b) flood, fire, earthquake, explosion, tropical storm, hurricane or other
declared emergency in the geographic area of the Project; (c) war, invasion, hostilities
(whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the
geographic area of the Project; (d) government order or law in the geographic area of the
Project; (e) actions, embargoes, or blockades in effect on or after the date of this
Agreement; (f) action by any governmental authority prohibiting work in the geographic
area of the Project;(each, a "Uncontrollable Circumstance"). CONTRACTOR'S financial
inability to perform, changes in cost or availability of materials, components, or services,
market conditions, or supplier actions or contract disputes will not excuse performance by
Contractor under this Section. Contractor shall give COUNTY written notice within ten (10)
business days of any event or circumstance that is reasonably likely to result in
an Uncontrollable Circumstance, and the anticipated duration of such Uncontrollable
Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable
Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized
and resume full performance under this Agreement. The COUNTY will not pay additional
cost as a result of an Uncontrollable Circumstance. The Contractor may only seek a no
cost extension for such reasonable time as the Owners Representative may determine.
6.26 Public Entity Crime Statement
The CONTRACTOR certifies and agrees that CONTRACTOR nor any Affiliate has been
placed on the convicted vendor list within the last 36 months.
In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been
placed on the Discriminatory Vendor List, kept by the Florida Department of
Management Services, may not submit a bid, proposal or reply on a contract to provide
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
1169
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.
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 contracts 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 public entity,
may not be awarded or perform work as a contractor, supplier, subcontractor,
CONTRACTOR or subcontractor 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 of the Florida Statutes, for CATEGORY TWO for a period of 36 months
from the date of being placed on the convicted vendor list.
By signing this Agreement, CONTRACTOR represents that the execution of this
Agreement will not violate the Public Entity Crimes Act(Section 287.133, Florida Statutes).
Violation of this section shall result in termination of this Agreement and recovery of all
monies paid hereto, and may result in debarment from COUNTY's competitive
procurement activities.
In addition to the foregoing, CONTRACTOR further represents that there has been no
determination, based on an audit, that it or any subcontractor has committed an act
defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not
been formally charged with committing an act defined as a"public entity crime" regardless
of the amount of money involved or whether CONTRACTOR has been placed on the
convicted vendor list.
CONTRACTOR will promptly notify the COUNTY if it or any subcontractor is
formally charged with an act defined as a "public entity crime" or has been placed
on the convicted vendor list.
6.27 Ethics Clause
By signing this Agreement, the CONTRACTOR warrants that he/it has not employed, retained or
otherwise had act on his/her behalf any former County officer or employee in violation of Section
2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of
Ordinance No. 010-1990. For breach or violation of this provision the County may, in its
discretion, terminate this Agreement without liability and may also, in its discretion, deduct from
the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission,
percentage, gift, or consideration paid to the former County officer or employee.
6.28 VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS
CONTRACTOR agrees and certifies compliance with the following:
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 215.4725, Florida Statutes, or is engaged
in a Boycott of Israel. Section 287.135, Florida Statutes, also prohibits a company from
bidding on, submitting a proposal for, or entering into or renewing a contract for goods or
1170
services of $1,000,000 or more, that are on either the Scrutinized Companies with
Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism
Lists which were created pursuant to s. 215.473, Florida Statutes, or is engaged in
business operations in Cuba or Syria.
As the person authorized to sign on behalf of Company, I hereby certify that the company
identified above is not listed on the Scrutinized Companies that Boycott Israel List or
engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on either
the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with
Activities in the Iran Terrorism List, or engaged in business operations in Cuba or Syria.
I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false
certification may subject company to civil penalties, attorney's fees, and/or costs. I further
understand that any contract with the County may be terminated, at the option of the
County, if the company is found to have submitted a false certification or has been placed
on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or
placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Terrorism List or been engaged in business
operations in Cuba or Syria.
I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false
certification may subject company to civil penalties, attorney's fees, and/or costs. I further
understand that any contract with the County may be terminated, at the option of the
County, if the company is found to have submitted a false certification or has been placed
on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or
placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Terrorism List or been engaged in business
operations in Cuba or Syria.
Note: The List are available at the following Department of Management Services Site:
hrIIU? //wwclin°isin°�, ..[,,.��,rliclaoin°i/I.......u........s.......line ,s..........r........................................,..1..o.........n........s......./.....s........t....a.........g........
. hasin /vendor infoirin°cation/ on
, w , ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ,, a� ur ,,,,,,,,,,,,,
s ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,..........................
irvict ; sus... n .. . . iin°�i..na� � �.n.. .a.in�s v ;noir lists
..........................................................
6.29 Non-Collusion Affidavit
CONTRACTOR by signing this Agreement, according to law on my oath, and under penalty of
perjury, depose and say that the person signing on behalf of the firm of CONTRACTOR, the
bidder making the Bid/Proposal for the project described in the Scope of Work and that I executed
the said bid/proposal with full authority to do so; the prices in this bid/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 bidder or with any
competitor; unless otherwise required by law, the prices which have been quoted in this
bid/proposal have not been knowingly disclosed by the bidder and will not knowingly be disclosed
by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor;
and no attempt has been made or will be made by the bidder to induce any other person,
partnership or corporation to submit, or not to submit, a bid/proposal for the purpose of restricting
competition; 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.
6.30 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES
1171
As a nongovernmental entity executing, renewing, or extending a contract with a government
entity, CONTRACTOR is required to provide an affidavit under penalty of perjury attesting that
CONTRACTOR does not use coercion for labor or services in accordance with Section 787.06,
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 CONTRACTOR, I certify under penalties of perjury
that CONTRACTOR does not use coercion for labor or services in accordance with Section
787.06. Additionally, CONTRACTOR has reviewed Section 787.06, Florida Statutes, and agrees
to abide by same.
IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly
authorized representative on the day and year first above written.
COUNTY
(SEAL) Board of County Commissioners
Attest: Kevin Madok, Clerk of Monroe County
As Deputy Clerk Mayor/Chairman
CONTRACTOR
BY:
Signature
Print Name:
Title:
Date:
END OF AGREEMENT
1172
Attachment A
Scope of Work
The CONTRACTOR will remove, haul and properly dispose of tires & rims to American
Tire Recycling from the County's Transfer Stations (Cudjoe, Long Key, and Key Largo).
Itemized Costs.
IN IN IBM
01:=iiiii
r x,
Wst per Teal ( avg. pidbe sllllll toiires with riiMs in dudes) QTY 1 = 255. $255.00
Fudl (,;I argo ut per rnHb tlNm�iraini 0.55 0..55x.Ipper mils
1173
ATTACHMENT B
Required Insurance
GENERAL LIABILITY
Prior to the commencement of work governed by this contract, the Contractor will obtain
Commercial General Liability Insurance. Coverage will be maintained throughout the life of the
contract and include, as a minimum:
• Premises Operations
• Products and Completed Operations
• Blanket Contractual Liability
• Personal Injury Liability
The minimum limits acceptable is:
$500,000 Combined Single Limit (CSL)
An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy,
its provisions should include coverage for claims filed on or after the effective date of this
contract. In addition, the period for which claims maybe reported should extend for a minimum
of twelve
(12) months following the acceptance of work by the County.
The Monroe County Board of County Commissioners will be named as Additional Insured on
all policies issued to satisfy the above requirements.
1174
POLLUTION LIABILITY
Recognizing that the work governed by this contract involves the storage, treatment,
processing, or transporting of hazardous materials, the Contractor will purchase and maintain,
throughout the life of the contract, Pollution/Environmental Liability Insurance which will
respond to bodily injury, property damage,environmental damage,contamination, remediation,
restoration, clean up costs, and defense caused by, as a result of, or arising from a pollution
incident.
The minimum limits of liability are:
$1,000,000 per Occurrence/$2,000,000
Aggregate
If coverage is provided on a claims made basis, an extended claims reporting period of four
(4) years will be required.
The Monroe County Board of County Commissioners will be named as Additional Insured on all
policies issued to satisfy the above requirements.
1175
BUSINESS AUTOMOBILE LIABILITY
Recognizing that the work governed by this contract requires the use of vehicles, the
Contractor, prior to the commencement of work, shall obtain Business Automobile Liability
Insurance. Coverage will be maintained throughout the life of the contract and include, as a
minimum, liability coverage for:
• Owned, Non-Owned, and Hired
Vehicles The minimum limits acceptable is:
$300,000 Combined Single Limit (CSL)
If split limits are provided, the minimum limits acceptable are:
$200,000 per Person
$300,000 per Occurrence
$100,000 Property Damage
The Monroe County Board of County Commissioners will be named as Additional Insured on
all policies issued to satisfy the above requirements.
1176
WORKERS' COMPENSATION
Prior to the commencement of work governed by this contract,the Contractor will obtain Workers'
Compensation Insurance with limits sufficient to respond to applicable Workers' Compensation
state statutes and the requirements of Chapter 440, Florida Statutes.
In addition, the Contractor will obtain Employers' Liability Insurance with limits of not less
than:
$500,000 Bodily Injury by Accident
$500,000 Bodily Injury by Disease, policy limits
$500,000 Bodily Injury by Disease, each employee
Coverage will be maintained throughout the entire term of the contract.
Coverage will be provided by a company or companies authorized to transact business in the
State of Florida.
If the Contractor has been approved by the Florida's Department of Labor, as an authorized
self- insurer, the County may recognize and honor the Contractor's status. The Contractor
may be required to submit a Letter of Authorization issued by the Department of Labor and a
Certificate of Insurance, providing details on the Contractor's Excess Insurance Program.
If the Contractor participates in a self-insurance fund, a Certificate of Insurance will be required.
In addition, the Contractor may be required to submit updated financial statements from the
fund upon request from the County.
1177
AGREEMENT FOR TIRE DISPOSAL
This Agreement ("Agreement") is made and entered into this day of 2025 by
and between Monroe County Board of County Commissioners, whose address is 1100 Simonton
Street, Suite 2-231, Key West, Florida, 33040, its successors and assigns, hereinafter referred to
as "County"', AND FP Tire Disposal, Inc., 2595 NW 141 11 St., Opalocka, FL 33054 its successors
and assigns, hereinafter referred to as "Contractor",
WHEREAS, the County is in need of tire disposal services; and
WHEREAS, Contractor is able to provide the tire disposal services, as set forth in more detail in
Attachment A which shall collectively be referred to as the "Project"; and
WHEREAS, in accordance with Monroe County Code Sec, 2-347(e)(5)(f.), the services are not
required to be competitive bid;
NOW, THEREFORE, in consideration of the mutual promises, covenants andl agreements stated
herein, and for other good and valuable consideration, the sufficiency of which is hereby
acknowledged, COUNTY and CONTRACTOR agree as follows:
ARTICLE 1
1.1 REPRESENTATIONS AND WARRANTIES
1.2 By executing this Agreement, CONTRACTOR makes the following express
representations and warranties to the COUNTY:
1.3 The CONTRACTOR shall maintain all necessary licenses, permits or other authorizations
necessary to act as CONTRACTOR for the Project until the CONTRACTOR'S duties
hereunder have been fully satisfied;
1.4 The CONTRACTOR has become familiar with the site(s) and the local conditions under
which the Project is to be completed.
1.5 The CONTRACTOR shall prepare all documentation required by this Agreement in such
a manner that they shall be accurate, coordinated and adequate for use in verifying work
completed and shall be in conformity and comply with all applicable law, codes and
regulations. The CONTRACTOR warrants that the documents will be adequate and
sufficient to document costs in a manner that is acceptable for reimbursement by
government agencies,
1.6 The CONTRACTOR assumes full responsibility to the extent allowed by law with regards
to his performance and those directly under his employ.
1.7 The CONTRACTOR'S services shall be performed as expeditiously as is consistent with
professional skill and care and the orderly progress of the Project. In providing all services
pursuant to, this agreement, the CONTRACTOR shall abide by all statutes, ordinances,
rules and regulations pertaining to, or regulating the provisions of such services, including
those now in effect and hereinafter adopted. Any violation of said statutes, ordinances,
rules and regulations shall constitute a material breach of this agreement and shall entitle
1178
COUNTY to terminate this contract immediately upon delivery of written notice of
termination to the CONTRACTOR.
1.8 At all times and for all purposes under this agreement the CONTRACTOR is an
independent contractor and not an employee of COUNTY,the TDC or the Board of County
Commissioners for Monroe County, No statement contained in this agreement shall be
construed so as to find the CONTRACTOR or any of his/her employees, contractors,
servants, or agents to be employees of the Board of County Commissioners for Monroe
County.
1.9 The CONTRACTOR shall not discriminate against any person on the basis of race, creed,
color, national origin, sex, age, or any other characteristic or aspect which is not job
related, in its recruiting, hiring, promoting, terminating, or any other area affecting
employment under this agreement or with the provision of services or goods under this
agreement.
ARTICLE 11
SCOPE OF BASIC SERVICES
2.1 DEFINITION
CONTRACTOR'S Scope of Basic Services consist of those described in Attachment A.
The CONTRACTOR shall commence work on the services provided for in this Agreement
promptly upon his receipt of a written notice to proceed from COUNTY.
2.2 NOTICE REQUIREMENT
All written correspondence to the COUNTY shall be dated and signed by an authorized
representative of the CONTRACTOR. Any notice required or permitted under this
agreement shall be in writing and hand delivered or mailed, postage pre-paid, to COUNTY
by certified mail, return receipt requested, to the following:
Cheryl Sullivan
Monroe County Solid Waste
1100 Simonton Street, suite 2-231
Key West, FL 33040
AND
Christine Hurley
County Administrator
1100 Simonton Street
Key West, FL 33040
For the Contractor*
Francisco Pujol
2695 NW 141 11 Street
Opalocka, FL 33054
1179
ARTICLE III
INDEMNIFICATION AND HOLD HARMLESS
3.1 The CONTRACTOR covenants and agrees to indemnify and hold harmless COUNTY,
its officers and employees from third party liabilities, damages, losses and reasonable
costs, including but not limited to, reasonable attorneys'fees„ to the extent caused by the
negligence, recklessness, or intentional wrongful conduct of the CONTRACTOR,
subcontractor(s) and other persons employed or utilized by the CONTRACTOR in the
performance of the contract.
3.2 The extent of liability is in no way limited to, reduced, or lessened by the insurance
requirements contained elsewhere within this agreement.
3.3 This indemnification shall survive the expiration or early termination of the Agreement.
ARTICLE IV
COMPENSATION and TERM
4.1 COMPENSATION BASED ON SPECIFIED RATES
4.1.1 The COUNTY shall pay the CONTRACTOR for the CONTRACTOR'S performance of this
Scope of Work as outlined in Attachment A.
4.2 PAYMENTS
4.2.1 For its assumption and performances of the duties, obligations and responsibilities set
forth herein, the CONTRACTOR shall be paid monthly. Payment will be made pursuant
to the Local Government Prompt Payment Act 218.70, Florida Statutes.
As a condition precedent for any payment due under this Agreement, the
CONTRACTOR shall submit 2-3 times on a monthly basis, unless otherwise agreed in
writing by the COUNTY, a proper invoice to COUNTY requesting payment for services
properly rendered. The CONTRACTOR'S invoice shall describe with reasonable
particularity the service rendered. The CONTRACTOR'S invoice shall be accompanied
by such supporting documentation or data in support of expenses for which payment is
sought that is acceptable to the Monroe County Clerk of court and Comptroller (Clerk)
based on generally accepted account principles and such laws, rules and regulations as
may govern the Clerk's disbursal of funds,
4.3 BUDGET AND REAM BURS,EABLE EXPENSES
The CONTRACTOR may not be entitled to receive, and the COUNTY is not obligated to
pay, any fees or expenses in excess of the amount budgeted for this contract in each fiscal
year (October 1 - September 30) by the Monroe County Board of County Commissioners.
The budgeted amount may only be modified by an affirmative act of the Monroe County
Board of County Commissioners.
1180
COUNTY's performance and obligation to pay under this Agreement is contingent upon
an annual appropriation by the Board of County Commissioners and the approval of the
Board members at the time of contract initiation and its duration.
Expenses will only be reimbursed if authorized by COUNTY in writing in advance and to
the extent and in the amount authorized by Section 112,061, Florida Statutes, Monroe
County Code (Chapter 2, Art. 11, Div. 3), Monroe County Policies and Procedures and
Monroe County Travel Guidelines, as amended.
4.4 TERM OF AGREEMENT
The initial term of this Agreement is for will begin on February 19, 2025,fora 1-year period.
This agreement will automatically renew after the initial term and will remain in effect,
unless terminated as set forth herein.
ARTICLE V
INSURANCE,
5.1
As a pre-requisite 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 Attachment B which is hereby
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 specified in this contract and any penalties and failure to perform assessments
shall be imposed as if the work had not been suspended, except for the Contractor's
failure to, maintain the required insurance.
The Contractor will be held responsible for all deductibles and self insured
retentions that may be contained in the Contractor's Insurance policies.
1181
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 right to request a certified copy of any or all
insurance policies required by this contract.
All insurance policies must specify that they are not subject to cancellation, non-renewal,
material change, or reduction in coverage unless a minimum of thirty (30) days prior
notification is given to the County by the insurer.
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.
The Monroe County Board of County Commissioners, its employees and officials will be
included as "Additional Insured" on all policies, except for Workers' Compensation.
Any deviations from these General Insurance Requirements must be requested in
writing on the County prepared form entitled "Request for "Waiver of Insurance
Requirements" and approved by Monroe County Risk Management Department,
ARTICLE VI
MISCELLANEOUS
6.1 SECTION HEADINGS
Section headings have been inserted in this Agreement as a matter of convenience of
reference only, and it is agreed that such section headings are not a part of this Agreement
and will not be used in the interpretation of any provision of this Agreement.
6.2 SUCCESSORS AND ASSIGNS
The CONTRACTOR shall not assign or subcontract its obligations under this agreement,
except in writing and with the prior written approval of COUNTY and the CONTRACTOR,
which approval shall be subject to such conditions and provisions as COUNTY may deem
necessary. This paragraph shall be incorporated by reference into any assignment or
subcontract and any assignee or subcontractor shall comply with all of the provisions of
this agreement. Subject to the provisions of the immediately preceding sentence, each:
party hereto binds itself, its successors, assigns and legal representatives to the other and
to the successors, assigns and legal representatives of such other party.
6.3 NO THIRD PARTY BENEFICIARIES
Nothing contained herein shall create any relationship, contractual or otherwise, with or
any rights in favor of, any third party.
6.4 TERMINATION
1182
A. I'n 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 days
written notification to the CONTRACTOR.
B. Either of the parties hereto may cancel this Agreement without cause by giving the
other party thirty (30) days written notice of its intention to do so.
C. Termination for Cause and Remedies: In the event of breach of any contract terms,
either Party retains the right to terminate this Agreement. Either Party may also
terminate this••.agreement for cause with the other Party should that Party 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 terminating Party shall provide other
Party with thirty (30) calendar days' notice and provide the Party with an opportunity
to cure the breach that has occurred. If the breach is not cured, the Agreement will be
terminated for cause. If the COUNTY terminates this agreement with the
CONTRACTOR, COUNTY shall pay CONTRACTOR the sum due the CONTRACTOR
under this agreement prior to termination, unless the cost of completion to the
COUNTY exceeds the funds remaining in the contract; however, the COUNTY
reserves the right to assert and seek an offset for damages caused by the breach. The
maximum amount due to CONTRACTOR shall not in any event exceed the total
contract amount as set forth in, this Agreement. In addition, the COUNTY reserves all
rights available to recoup monies paid under this Agreement, including the right to sue
for breach of contract and including the right to pursue a claim for violation of the
Monroe County's False Claims Ordinance, located at Section 2-721 et al. of the
Monroe County Code.
D. Termination for Convenience: Either Party may terminate this Agreement for
convenience, at any time, upon thirty (30) days' notice to other Party. If the COUNTY
terminates this agreement with the CONTRACTOR, COUNTY shall pay
CONTRACTOR the sum due the CONTRACTOR under this agreement prior to
termination, unless the cost of completion to the COUNTY exceeds the funds
remaining in the contract. The maximum amount due to CONTRACTOR shall not
exceed the total contract amount as set forth in this Agreement. In addition, the
COUNTY reserves all rights available to recoup monies paid under this Agreement,
including the right to sue for breach of contract and including the right to pursue a claim
for violation of Monroe County's False Claims Ordinance, located at Section 2-721 et
al. of the Monroe County Code.
6.5 MAINTENANCE OF RECORDS
CONTRACTOR shall maintain all books, records, and documents directly pertinent to
performance under this Agreement in accordance with generally accepted accounting
principles consistently applied. Each party to this Agreement or their authorized
representatives, shall have reasonable and timely access to such records of each other
party to this Agreement for public records purposes during the term of the Agreement
and for five years following the termination of this Agreement. If an auditor employed by
COUNTY, Monroe County or the Clerk determines that monies paid to CONTRACTOR
pursuant to this Agreement were spent for purposes not authorized by this Agreement,
CONTRACTOR shall repay the monies together with interest calculated pursuant to Sec.
55.03; FS, running from the date the monies were paid to CONTRACTOR.
1183
6.6 GOVERNING LAW, VENUE, INTERPRETATION, COSTS, AND FEES
This Agreement shall be governed by and construed in accordance with the laws of the
State of Florida applicable, to contracts made and to be performed entirely in the State. In
the event that any cause of action or administrative proceeding is instituted for the
enforcement or interpretation of this Agreement, COUNTY and CONTRACTOR agree that
venue shall fie in the 1V Judicial Circuit, Monroe County, Florida, in the appropriate court
or before the appropriate administrative body. This agreement shall not be subject to
arbitration. Mediation proceedings initiated and conducted pursuant to this Agreement
shall be in accordance with the Florida Rules of Civil Procedure and usual and customary
procedures required by the circuit court of Monroe County.
6.7 SEVERABILITY
If any term, covenant, condition or provision of this Agreement (or the application thereof
to any circumstance or person) shall be declared invalid or unenforceable to any extent
by a court of competent jurisdiction, the remaining terms, covenants, conditions and
provisions of this Agreement, shall not be affected thereby; and each remaining term,
covenant, condition and provision of this Agreement shall be valid and shall be
enforceable to the fullest extent permitted by law unless the enforcement of the remaining
terms, covenants, conditions and provisions of this Agreement would prevent the
accomplishment of the original intent of this Agreement. The COUNTY and
CONTRACTOR agree to reform the Agreement to replace any stricken provision with a
valid provision that comes as close as possible to the intent of the stricken provision.
6.8 ATTORNEY'S FEES AND COSTS
The COUNTY and CONTRACTOR agree that in the event any cause of action or
administrative proceeding is initiated or defended by any party relative to the enforcement
or interpretation of this Agreement, the prevailing party shall be entitled to reasonable
attorney's fees, court costs, investigative, and out-of-pocket expenses, as an award
against the non-prevailing party, and shall include attorney's fees, courts costs,
investigative, and out-of-pocket expenses in appellate proceedings.
6.9 BINDING EFFECT
The terms, covenants, conditions, and provisions of this Agreement shall bind and inure
to the benefit of the COUNTY and CONTRACTOR and their respective legal
representatives, successors, and assigns.
6.10 AUTHORITY
Each party represents and warrants to the other that the execution, delivery and
performance of this Agreement have been duly authorized by all necessary corporate
action, as required by law.
6.11 ADJUDICATION OF DISPUTES OR DISAGREEMENTS
COUNTY and CONTRACTOR agree that all disputes and disagreements shall be
attempted to be resolved by meet and confer sessions between representatives of each
of the parties. 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 provision does not negate or waive the provisions
concerning termination or cancellation.
1184
612 COOPERATION
In the event any administrative or legal proceeding is instituted against either party relating
to the formation, execution, performance, or breach of this Agreement, COUNTY and
CONTRACTOR agree to participate, to the extent required by the, other party, in all
proceedings, hearings, processes, meetings, and other activities related to the substance
of this Agreement or provision of the services under this Agreement. COUNTY and
CONTRACTOR specifically agree that no party to this Agreement shall be required to
enter into any arbitration proceedings related to this Agreement.
6.13 NONDISCRIMINATION
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 further action on the part of any party, effective the date of the court order.
CONTRACTOR or COUNTY agrees to comply with all Federal and Florida statutes, and
all local ordinances, as applicable, relating to nondiscrimination. These include but are
not limited to: 1) Title VII of the Civil Rights Act of 1964 (PIL 88-352) which prohibits
discrimination on the basis of race, color or national origin; 2) Title IX of the Education
Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which
prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of
1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of
handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107)
which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and
Treatment Act of 1972 (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 or alcoholism; 7) The Public Health
Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended,
relating to confidentiality of alcohol and drug abuse patient records; 8)Title Vill of the Civil
Rights Act of 1968 (42 USC s. et seq.), as amended, relating to nondiscrimination in the
sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42
USC s. 12101 Note), as may be amended from time to time, relating to nondiscrimination
on the basis of disability; 10) Monroe County Code Chapter 14, Article 11, which prohibits
discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual
orientation, gender identity or expression, familial status or age; 11) Any other
nondiscrimination provisions in any Federal or state statutes which may apply to the
parties to, or the subject matter of, this Agreement.
6.14 COVENANT OF NO INTEREST
CONTRACTOR and COUNTY covenant that neither presently has any interest, and shall
not acquire any interest,which would conflict in any manner or degree with its performance
under this Agreement, and that only interest of each is to perform and receive benefits as
recited in this Agreement.
6.15 CODE OF ETHICS
COUNTY agrees that officers and employees of the Monroe County recognize and will be
required to comply with the standards of conduct for public officers and employees as
delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation
or acceptance of gifts; doing business with one's agency; unauthorized compensation;
1185
misuse of public position, conflicting employment or contractual relationship; and
disclosure or use of certain information.
6.16 NIO SOLICITATIONIPAYMENT
The CONTRACTOR and COUNTY warrant that, in respect to itself, it has neither
employed nor retained any company or person, other than a bona fide employee working
solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay
any person, company, corporation, individual, or firm, other than a bona fide employee
working solely for it, any fee, commission, percentage, gift, or other consideration
contingent upon or resulting from the award or making of this Agreement. For the breach
or violation of the, provision, the CONTRACTOR agrees that the COUNTY shall have the
right to terminate this Agreement without liability and, at its discretion, to offset from
monies owed, or otherwise recover, the full amount of such fee, commission, percentage,
gift, or consideration.
6.,17 PUBLIC RECORDS COMPLIANCE.
Public Records Compliance: Contractor must comply with Florida public records laws,
including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the
Constitution of Florida. The County and Contractor shall allow and permit reasonable
access to, and inspection of, all documents, records, papers, letters or other "public
record" materials in its possession or under its control subject to the provisions of Chapter
119, Florida Statutes, and made or received by the County and Contractor in conjunction
with this contract and related to contract performance. The County shall have the right to
unilaterally cancel this contract upon violation of this provision by the Contractor. Failure
of the Contractor to abide by the terms of this provision shall be deemed a material breach
of this contract and the County may enforce the terms of this provision in the form of a
court proceeding and shall, as a prevailing party, be entitled to reimbursement of all
attorney's fees and costs associated with that proceeding. This provision shall survive any
termination or expiration of the contract.
The Contractor is encouraged to consult with its advisors about Florida Public Records
Law in order to comply with this provision.
Pursuant to F.S. 119.0701 and the terms and conditions of this contract, the Contractor is
required to:
(1) Keep and maintain public records that would be required by the County to perform
the service.
(21) Upon receipt from the County's custodian of records, provide the County with a
copy of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided in this chapter or as
otherwise provided by law.
(3) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the
duration of the contract term and following completion of the contract if the contractor does
not transfer the records to the County.
1186
(4) Upon completion of the contract, transfer, at no cost, to the County all public
records in possession of the Contractor or keep and maintain public records that would be
required by the County to perform the service. If the Contractor transfers all public records
to the County upon completion of the contract, the Contractor shall destroy any duplicate
public records that are exempt or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon completion of
the contract, the Contractor shall meet all applicable requirements for retaining public
records. All records stored electronically must be provided to the County, upon request
from the County's custodian of records, in a format that is compatible with the information
technology systems of the County.
(5) A request to inspect or copy public records relating to a County contract must be
made directly to the County, but if the County does not possess the requested records,
the County shall immediately notify the Contractor of the request, and the Contractor must
provide the records to the County or, allow the records to be inspected or copied within a
reasonable time.
If the Contractor does not comply with the County's request for records, the County shall
enforce the public records contract provisions in accordance with the contract,
notwithstanding the County's option and right to unilaterally cancel this contract upon
violation of this provision by the Contractor. A Contractor who fails to provide the public
records to the County or pursuant to a valid public records request within a reasonable
time may be subject to penalties under section'!19.10, Florida Statutes.
The Contractor shall not transfer, custody, release, alter, destroy or otherwise dispose of
any public records unless or otherwise provided in this provision or as otherwise provided
by law.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS, AT PHONE# 305-292-3470
PUBLICRECORDS(d)
MONROECOUNTY-FL.GOV MONROE COUNTY,
ATTORNEY'S OFFICE, 1111 12""' STREET, SUITE 408, KEY WEST, FL
33040.
6.18 NON-WAIVER OF IMMUNITY
Notwithstanding the provisions of See. 768.28, Florida Statutes, the participation of the
CONTRACTOR and COUNTY in this Agreement and the acquisition of any commercial
liability insurance coverage, self-insurance coverage, etc. or local government liability
insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability
coverage.
1187
6.,19 NON-COLLUSION AFFIDAVIT
CONTRACTOR by signing this Agreement, according to law on my oath, and under
penalty of perjury, depose and say that the person signing on behalf of the,
CONTRACTOR, the bidder making the Proposal for the project described in the Scope
of Work and that I executed the said proposal with full authority to do so; the prices in
the bid 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 bidder or with any competitor; unless otherwise
required by law, the prices which have been quoted in this bid have not been knowingly
disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid
opening, directly or indirectly, to any other bidder or to any competitor; and no attempt
has been made or will be made by the bidder to induce any other person, partnership or
corporation to submit, or not to submit, a bid for the purpose of restricting competition;
the statements contained in this affidavit are true and correct, and made with full
knowledge that COUNTY and Monroe County relies upon the truth of the statements
contained in this affidavit in awarding contracts for said, project.
6.20 NON-RELIANCE BY NON-PARTIES
No person or entity shall be entitled to rely upon the terms, or any of them, of this
Agreement to enforce or attempt to enforce any third-party claim or entitlement to or
benefit of any service or program contemplated hereunder, and the CONTRACTOR and
the COUNTY agree that neither the CONTRACTOR nor the COUNTY or any agent,
officer, or employee of either shall have the authority to inform, counsel, or otherwise
indicate that any particular individual or group of individuals, entity or entities, have
entitlements or benefits under this Agreement separate and apart, inferior to, or superior
to the community in general or for the purposes contemplated in this Agreement.
6.21 ATTESTATIONS AND TRUTH IN NEGOTIATION
CONTRACTOR agrees to execute such documents as COUNTY may reasonably require.
Signature of this Agreement by CONTRACTOR shall act as the execution of a truth in
negotiation certificate stating that wage rates and other factual unit costs supporting the
compensation pursuant to the Agreement are accurate, complete, and current at the time
of contracting. The original contract fee and any additions thereto shall be adjusted to
exclude any significant sums by which the agency determines the contract price was
increased due to inaccurate, incomplete, or concurrent wage rates and other factual unit
costs. All such adjustments must be made within one year following the end of the
Agreement.
6.22 NO PERSONAL LIABILITY
No covenant or agreement contained herein shall be deemed to be a covenant or
agreement of any member, officer, agent or employee of COUNTY or Monroe County in
his or her individual capacity, and no member, officer, agent or employee of COUNTY or
Monroe County shall be liable personally on this Agreement or be subject to any personal
liability or accountability by reason of the execution of this Agreement.
6.23 EXECUTION IN COUNTERPARTS
1188
This Agreement may be executed in any number of counterparts, each of which shall be
regarded as an original, all of which taken together shall constitute one and the same
instrument and any of the parties hereto may execute this Agreement by signing any such
counterpart.
6.24 E-VERIFY SYSTEM
In accordance with F.S. 448.095, the CONTRACTOR and any subcontractor shall
register with and shall utilize the U.S. Department of Homeland Security's E-Verify
system to verify the work authorization status of all new employees hired by the
CONTRACTOR during the term of the Contract and shall expressly require any
subcontractors performing work or providing services pursuant to the Contract to
likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the
work authorization status of all new employees hired by the subcontractor during the
Contract term. Any subcontractor shall provide an affidavit stating that the subcontractor
does not employ, contract with, or subcontract with an unauthorized alien. The
Contractor shall comply with and be subject to the provisions of F.S. 448.095.
6.25 UNCONTROLLABLE CIRCUMSTANCE
Any delay or failure of either Party to perform its obligations under this Agreement will be
excused to the extent that the delay or failure was caused directly by an event beyond
such Party's control, without such Party's fault or negligence and that by its nature could
not have been foreseen by such Party or, if it could have been foreseen,was unavoidable:
(a) acts of God; (b) flood, fire, earthquake, explosion, tropical storm, hurricane or other
declared emergency in the geographic area of the Project; (c) war, invasion, hostilities
(whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the
geographic area of the Project; (d) government order or law in the geographic area of the
Project; (e) actions, embargoes, or blockades in effect on or after the date of this
Agreement; (f) action by any governmental authority prohibiting work in the geographic
area of the Project;(each, a "Uncontrollable Circumstance"),. CONTRACTOR'S financial
inability to perform, changes in cost or availability of materials, components, or services,
market conditions, or supplier actions or contract disputes will not excuse performance by
Contractor under this Section. Contractor shall give COUNTY written notice within ten (10)
business days of any event or circumstance that is reasonably likely to result in
an Uncontrollable Circumstance, and the anticipated duration of such Uncontrollable
Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable
Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized
and resume full performance under this Agreement. The COUNTY will not pay additional
cost as a result of an Uncontrollable Circumstance. The Contractor may only seek a no
cost extension for such reasonable time as the Owners Representative may determine.
6.26 Public Entity Crime Statement
The CONTRACTOR certifies and agrees that CONTRACTOR nor any Affiliate has been
placed on the convicted vendor list within the last 36 months.
In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been
placed on the Discriminatory Vendor List, kept by the Florida Department of
Management Services, may not submit a bid, proposal or reply on a contract to provide
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
1189
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.
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 contracts 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 public entity,
may not be awarded or perform work as a contractor, supplier, subcontractor,
CONTRACTOR or subcontractor 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 of the Florida Statutes, for CATEGORY TWO for a period of 36 months
from the date of being placed on the convicted vendor list.
By signing this Agreement, CONTRACTOR represents that the execution of this
Agreement will not violate the Public Entity Crimes Act(Section 287.133, Florida Statutes).
Violation of this section shall result in termination of this Agreement and recovery of all
monies paid hereto, and may result in debarment from COUNTY's competitive
procurement activities.
In addition to the foregoing, CONTRACTOR further represents that there has been no
determination, based on an audit, that it or any subcontractor has committed an act
defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not
been formally charged with committing an act defined as a "public entity crime" regardless
of the amount of money involved or whether CONTRACTOR has been placed on the
convicted vendor list.
CONTRACTOR will promptly notify the COUNTY if it or any subcontractor is
formally charged with an act defined as a "public entity crime" or has been placed
on the convicted vendor list.
6.27 Ethics Clause
By signing this Agreement, the CONTRACTOR warrants that he/it has not employed, retained or
otherwise had act on his/her behalf any former County officer or employee in violation of Section
2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of
Ordinance No. 010-1990. For breach or violation of this provision the County may, in its
discretion, terminate this Agreement without liability and may also, in its discretion, deduct from
the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission,
percentage, gift, or consideration paid to the former County officer or employee.
6.28 VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS
CONTRACTOR agrees and certifies compliance with the following:
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 215.4725, Florida Statutes, or is engaged
in a Boycott of Israel. Section 287.135, Florida Statutes, also prohibits, a company from
bidding on, submitting a proposal for, or entering into or renewing a contract for goods or
1190
services of $1,000,000 or more, that are on either the Scrutinized Companies with
Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism
Lists which were created pursuant to s. 215.473, Florida Statutes, or is engaged in
business operations in Cuba or Syria.
As the person authorized to sign on behalf of Company, I hereby certify that the company
identified above, is not listed on the Scrutinized Companies that Boycott Israel List or
engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on either
the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with
Activities in the Iran Terrorism List, or engaged in business operations in Cuba or Syria.
I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false
certification may subject company to civil penalties, attorney's fees, and/or costs. I further
understand that any contract with the County may be terminated, at the option of the
County, if the company is found to have submitted a false certification or has been placed
on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or
placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Terrorism List or been engaged in business
operations in Cuba or Syria.
I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false
certification may subject company to civi:l penalties, attorney's fees, and/or costs. I further
understand that any contract with the County may be terminated, at the option of the
County, if the company is found to have submitted a false certification or has been placed
on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or
placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Terrorism List or been engaged in business
operations in Cuba or Syria.
Note: The List are available at the following Department of Management Services Site:
ell� jgL tatt, tjP information/con
victed su§far�-.)
vendor lists
...........
6.29 Non-Collusion Affidavit
CONTRACTOR by signing this Agreement, according to law on my oath, and under penalty of
perjury, depose and say that the person signing on behalf of the firm of CONTRACTOR, the
bidder making the Bid/Proposal for the project described in the Scope of Work and that I executed
the said bid/proposal with full authority to do so; the prices in this bid/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 bidder or with any
competitor; unless otherwise required by law, the prices which have been quoted in this
bid/proposal have not been knowingly disclosed by the bidder and will not knowingly be disclosed
by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor;
and no attempt has been made or will be made by the bidder to induce any other person,
partnership or corporation to submit, or not to submit, a bid/proposal for the purpose of restricting
competition; 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,
6.30 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES
1191
As a nongovernmental entity executing, renewing, or extending a contract with a government
entity, CONTRACTOR is required to provide an affidavit under penalty of perjury attesting that
CONTRACTOR does not use coercion for labor or services in accordance with Section 787.06,
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 11 of Section
893.03 to any person for the purpose of exploitation of that person.
As a person authorized to sign on behalf of CONTRACTOR, I certify under penalties of perjury
that CONTRACTOR does not use coercion for labor or services in accordance with Section
787.06. Additionally, CONTRACTOR has reviewed Section 787.06, Florida Statutes, and agrees
to abide by same.
IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly
authorized representative on the day and year fiirst above written.
COUNTY
(SEAL) Board of County Commissioners
Attest: Kevin Madolk, Clerk of Monroe County
As Deputy Clerk Mayor/Chairman
CONTRACTOR
BY:
Signature
Print Name:- c) Dc-
Title: t-'k
Date:
END OF AGREEMENT
1192
Attachment A
Scope of Work
The CONTRACTOR will remove, haul and properly dispose of tires & rims to American
Tire Recycling from the County's Transfer Stations (Cudjoe, Long Key, and Key Largo).
Itemized Costs.
.1 =$4 2 5 S 2 5 5,0,C)
F v I 'Ct r n 19 t41 4, ra gie ,0 55 0 fiW11-1
1193
r
1 ON
FP "FIRE DISPOSAL, PROPOSAL: 01/06/2025
2695 NW 141 ST OPALOCKA FL 33054 CELL:786/2034358
r
CHFRYL SULLIVAN Tires disposal & rims,Tires
Monroe County Solid Waste Management Hauled to American Tire
1100 Simonton Street, Room 2-231 Key West FI 33040 (305)50903:Recycling
Cost.per Ton ( avg. price all tires with rims includes) QTY 1 =$255. $255.00
Fuel Charge is per mile the range: $0.55 0.55xper mile
Make all checks payable to Company Narne
This estimated is not a contract It is our best guess at the total price to complete the work stated above bu
Francisco Pujol cell 7862034358
Thank you for your business!
1194
To schedule a time for us to complete the work, or it you have any
questions contact office 3056855600/ fpjunktire@bellsouth.net
1195
it may be subject to charge
1196
ATTACHMENT B
Required Insurance
GENERAL LIABILITY
Prior to the commencement of work governed by this contract, the Contractor will obtain
Commercial General Liability Insurance. Coverage will be maintained throughout the life of the
contract and include, as a minimum:
• Premises Operations
• Products and Completed Operations
• Blanket Contractual Liability
® Personal Injury Liability
The minimum limits acceptable is:
$500,000 Combined Single Limit (CSL)
An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy,
its provisions should include coverage for claims filed on or after the effective date of this
contract. In addition, the period for which claims maybe reported should extend for a minimum
of twelve
(12) months following the acceptance of work by the County.
The Monroe County Board of County Commissioners will be named as Additional Insured on
all policies issued to satisfy the above requirements.
1197
AGREEMENT FOR TIRE DISPOSAL
This Agreement ("Agreement") is made and entered into this day of 2025 by
and between Monroe County Board of County Commissioners, whose address is 1100 Simonton
Street, Suite 2-231, Key West, Florida, 33040, its successors and assigns, hereinafter referred to
as "County"', AND FP Tire Disposal, Inc., 2595 NW 141 11 St., Opalocka, FL 33054 its successors
and assigns, hereinafter referred to as "Contractor",
WHEREAS, the County is in need of tire disposal services; and
WHEREAS, Contractor is able to provide the tire disposal services, as set forth in more detail in
Attachment A which shall collectively be referred to as the "Project"; and
WHEREAS, in accordance with Monroe County Code Sec, 2-347(e)(5)(f.), the services are not
required to be competitive bid;
NOW, THEREFORE, in consideration of the mutual promises, covenants andl agreements stated
herein, and for other good and valuable consideration, the sufficiency of which is hereby
acknowledged, COUNTY and CONTRACTOR agree as follows:
ARTICLE 1
1.1 REPRESENTATIONS AND WARRANTIES
1.2 By executing this Agreement, CONTRACTOR makes the following express
representations and warranties to the COUNTY:
1.3 The CONTRACTOR shall maintain all necessary licenses, permits or other authorizations
necessary to act as CONTRACTOR for the Project until the CONTRACTOR'S duties
hereunder have been fully satisfied;
1.4 The CONTRACTOR has become familiar with the site(s) and the local conditions under
which the Project is to be completed.
1.5 The CONTRACTOR shall prepare all documentation required by this Agreement in such
a manner that they shall be accurate, coordinated and adequate for use in verifying work
completed and shall be in conformity and comply with all applicable law, codes and
regulations. The CONTRACTOR warrants that the documents will be adequate and
sufficient to document costs in a manner that is acceptable for reimbursement by
government agencies,
1.6 The CONTRACTOR assumes full responsibility to the extent allowed by law with regards
to his performance and those directly under his employ.
1.7 The CONTRACTOR'S services shall be performed as expeditiously as is consistent with
professional skill and care and the orderly progress of the Project. In providing all services
pursuant to, this agreement, the CONTRACTOR shall abide by all statutes, ordinances,
rules and regulations pertaining to, or regulating the provisions of such services, including
those now in effect and hereinafter adopted. Any violation of said statutes, ordinances,
rules and regulations shall constitute a material breach of this agreement and shall entitle
1198
COUNTY to terminate this contract immediately upon delivery of written notice of
termination to the CONTRACTOR.
1.8 At all times and for all purposes under this agreement the CONTRACTOR is an
independent contractor and not an employee of COUNTY,the TDC or the Board of County
Commissioners for Monroe County, No statement contained in this agreement shall be
construed so as to find the CONTRACTOR or any of his/her employees, contractors,
servants, or agents to be employees of the Board of County Commissioners for Monroe
County.
1.9 The CONTRACTOR shall not discriminate against any person on the basis of race, creed,
color, national origin, sex, age, or any other characteristic or aspect which is not job
related, in its recruiting, hiring, promoting, terminating, or any other area affecting
employment under this agreement or with the provision of services or goods under this
agreement.
ARTICLE 11
SCOPE OF BASIC SERVICES
2.1 DEFINITION
CONTRACTOR'S Scope of Basic Services consist of those described in Attachment A.
The CONTRACTOR shall commence work on the services provided for in this Agreement
promptly upon his receipt of a written notice to proceed from COUNTY.
2.2 NOTICE REQUIREMENT
All written correspondence to the COUNTY shall be dated and signed by an authorized
representative of the CONTRACTOR. Any notice required or permitted under this
agreement shall be in writing and hand delivered or mailed, postage pre-paid, to COUNTY
by certified mail, return receipt requested, to the following:
Cheryl Sullivan
Monroe County Solid Waste
1100 Simonton Street, suite 2-231
Key West, FL 33040
AND
Christine Hurley
County Administrator
1100 Simonton Street
Key West, FL 33040
For the Contractor*
Francisco Pujol
2695 NW 141 11 Street
Opalocka, FL 33054
1199
ARTICLE III
INDEMNIFICATION AND HOLD HARMLESS
3.1 The CONTRACTOR covenants and agrees to indemnify and hold harmless COUNTY,
its officers and employees from third party liabilities, damages, losses and reasonable
costs, including but not limited to, reasonable attorneys'fees„ to the extent caused by the
negligence, recklessness, or intentional wrongful conduct of the CONTRACTOR,
subcontractor(s) and other persons employed or utilized by the CONTRACTOR in the
performance of the contract.
3.2 The extent of liability is in no way limited to, reduced, or lessened by the insurance
requirements contained elsewhere within this agreement.
3.3 This indemnification shall survive the expiration or early termination of the Agreement.
ARTICLE IV
COMPENSATION and TERM
4.1 COMPENSATION BASED ON SPECIFIED RATES
4.1.1 The COUNTY shall pay the CONTRACTOR for the CONTRACTOR'S performance of this
Scope of Work as outlined in Attachment A.
4.2 PAYMENTS
4.2.1 For its assumption and performances of the duties, obligations and responsibilities set
forth herein, the CONTRACTOR shall be paid monthly. Payment will be made pursuant
to the Local Government Prompt Payment Act 218.70, Florida Statutes.
As a condition precedent for any payment due under this Agreement, the
CONTRACTOR shall submit 2-3 times on a monthly basis, unless otherwise agreed in
writing by the COUNTY, a proper invoice to COUNTY requesting payment for services
properly rendered. The CONTRACTOR'S invoice shall describe with reasonable
particularity the service rendered. The CONTRACTOR'S invoice shall be accompanied
by such supporting documentation or data in support of expenses for which payment is
sought that is acceptable to the Monroe County Clerk of court and Comptroller (Clerk)
based on generally accepted account principles and such laws, rules and regulations as
may govern the Clerk's disbursal of funds,
4.3 BUDGET AND REAM BURS,EABLE EXPENSES
The CONTRACTOR may not be entitled to receive, and the COUNTY is not obligated to
pay, any fees or expenses in excess of the amount budgeted for this contract in each fiscal
year (October 1 - September 30) by the Monroe County Board of County Commissioners.
The budgeted amount may only be modified by an affirmative act of the Monroe County
Board of County Commissioners.
1200
COUNTY's performance and obligation to pay under this Agreement is contingent upon
an annual appropriation by the Board of County Commissioners and the approval of the
Board members at the time of contract initiation and its duration.
Expenses will only be reimbursed if authorized by COUNTY in writing in advance and to
the extent and in the amount authorized by Section 112,061, Florida Statutes, Monroe
County Code (Chapter 2, Art. 11, Div. 3), Monroe County Policies and Procedures and
Monroe County Travel Guidelines, as amended.
4.4 TERM OF AGREEMENT
The initial term of this Agreement is for will begin on February 19, 2025,fora 1-year period.
This agreement will automatically renew after the initial term and will remain in effect,
unless terminated as set forth herein.
ARTICLE V
INSURANCE,
5.1
As a pre-requisite 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 Attachment B which is hereby
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 specified in this contract and any penalties and failure to perform assessments
shall be imposed as if the work had not been suspended, except for the Contractor's
failure to, maintain the required insurance.
The Contractor will be held responsible for all deductibles and self insured
retentions that may be contained in the Contractor's Insurance policies.
1201
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 right to request a certified copy of any or all
insurance policies required by this contract.
All insurance policies must specify that they are not subject to cancellation, non-renewal,
material change, or reduction in coverage unless a minimum of thirty (30) days prior
notification is given to the County by the insurer.
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.
The Monroe County Board of County Commissioners, its employees and officials will be
included as "Additional Insured" on all policies, except for Workers' Compensation.
Any deviations from these General Insurance Requirements must be requested in
writing on the County prepared form entitled "Request for "Waiver of Insurance
Requirements" and approved by Monroe County Risk Management Department,
ARTICLE VI
MISCELLANEOUS
6.1 SECTION HEADINGS
Section headings have been inserted in this Agreement as a matter of convenience of
reference only, and it is agreed that such section headings are not a part of this Agreement
and will not be used in the interpretation of any provision of this Agreement.
6.2 SUCCESSORS AND ASSIGNS
The CONTRACTOR shall not assign or subcontract its obligations under this agreement,
except in writing and with the prior written approval of COUNTY and the CONTRACTOR,
which approval shall be subject to such conditions and provisions as COUNTY may deem
necessary. This paragraph shall be incorporated by reference into any assignment or
subcontract and any assignee or subcontractor shall comply with all of the provisions of
this agreement. Subject to the provisions of the immediately preceding sentence, each:
party hereto binds itself, its successors, assigns and legal representatives to the other and
to the successors, assigns and legal representatives of such other party.
6.3 NO THIRD PARTY BENEFICIARIES
Nothing contained herein shall create any relationship, contractual or otherwise, with or
any rights in favor of, any third party.
6.4 TERMINATION
1202
A. I'n 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 days
written notification to the CONTRACTOR.
B. Either of the parties hereto may cancel this Agreement without cause by giving the
other party thirty (30) days written notice of its intention to do so.
C. Termination for Cause and Remedies: In the event of breach of any contract terms,
either Party retains the right to terminate this Agreement. Either Party may also
terminate this••.agreement for cause with the other Party should that Party 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 terminating Party shall provide other
Party with thirty (30) calendar days' notice and provide the Party with an opportunity
to cure the breach that has occurred. If the breach is not cured, the Agreement will be
terminated for cause. If the COUNTY terminates this agreement with the
CONTRACTOR, COUNTY shall pay CONTRACTOR the sum due the CONTRACTOR
under this agreement prior to termination, unless the cost of completion to the
COUNTY exceeds the funds remaining in the contract; however, the COUNTY
reserves the right to assert and seek an offset for damages caused by the breach. The
maximum amount due to CONTRACTOR shall not in any event exceed the total
contract amount as set forth in, this Agreement. In addition, the COUNTY reserves all
rights available to recoup monies paid under this Agreement, including the right to sue
for breach of contract and including the right to pursue a claim for violation of the
Monroe County's False Claims Ordinance, located at Section 2-721 et al. of the
Monroe County Code.
D. Termination for Convenience: Either Party may terminate this Agreement for
convenience, at any time, upon thirty (30) days' notice to other Party. If the COUNTY
terminates this agreement with the CONTRACTOR, COUNTY shall pay
CONTRACTOR the sum due the CONTRACTOR under this agreement prior to
termination, unless the cost of completion to the COUNTY exceeds the funds
remaining in the contract. The maximum amount due to CONTRACTOR shall not
exceed the total contract amount as set forth in this Agreement. In addition, the
COUNTY reserves all rights available to recoup monies paid under this Agreement,
including the right to sue for breach of contract and including the right to pursue a claim
for violation of Monroe County's False Claims Ordinance, located at Section 2-721 et
al. of the Monroe County Code.
6.5 MAINTENANCE OF RECORDS
CONTRACTOR shall maintain all books, records, and documents directly pertinent to
performance under this Agreement in accordance with generally accepted accounting
principles consistently applied. Each party to this Agreement or their authorized
representatives, shall have reasonable and timely access to such records of each other
party to this Agreement for public records purposes during the term of the Agreement
and for five years following the termination of this Agreement. If an auditor employed by
COUNTY, Monroe County or the Clerk determines that monies paid to CONTRACTOR
pursuant to this Agreement were spent for purposes not authorized by this Agreement,
CONTRACTOR shall repay the monies together with interest calculated pursuant to Sec.
55.03; FS, running from the date the monies were paid to CONTRACTOR.
1203
6.6 GOVERNING LAW, VENUE, INTERPRETATION, COSTS, AND FEES
This Agreement shall be governed by and construed in accordance with the laws of the
State of Florida applicable, to contracts made and to be performed entirely in the State. In
the event that any cause of action or administrative proceeding is instituted for the
enforcement or interpretation of this Agreement, COUNTY and CONTRACTOR agree that
venue shall fie in the 1V Judicial Circuit, Monroe County, Florida, in the appropriate court
or before the appropriate administrative body. This agreement shall not be subject to
arbitration. Mediation proceedings initiated and conducted pursuant to this Agreement
shall be in accordance with the Florida Rules of Civil Procedure and usual and customary
procedures required by the circuit court of Monroe County.
6.7 SEVERABILITY
If any term, covenant, condition or provision of this Agreement (or the application thereof
to any circumstance or person) shall be declared invalid or unenforceable to any extent
by a court of competent jurisdiction, the remaining terms, covenants, conditions and
provisions of this Agreement, shall not be affected thereby; and each remaining term,
covenant, condition and provision of this Agreement shall be valid and shall be
enforceable to the fullest extent permitted by law unless the enforcement of the remaining
terms, covenants, conditions and provisions of this Agreement would prevent the
accomplishment of the original intent of this Agreement. The COUNTY and
CONTRACTOR agree to reform the Agreement to replace any stricken provision with a
valid provision that comes as close as possible to the intent of the stricken provision.
6.8 ATTORNEY'S FEES AND COSTS
The COUNTY and CONTRACTOR agree that in the event any cause of action or
administrative proceeding is initiated or defended by any party relative to the enforcement
or interpretation of this Agreement, the prevailing party shall be entitled to reasonable
attorney's fees, court costs, investigative, and out-of-pocket expenses, as an award
against the non-prevailing party, and shall include attorney's fees, courts costs,
investigative, and out-of-pocket expenses in appellate proceedings.
6.9 BINDING EFFECT
The terms, covenants, conditions, and provisions of this Agreement shall bind and inure
to the benefit of the COUNTY and CONTRACTOR and their respective legal
representatives, successors, and assigns.
6.10 AUTHORITY
Each party represents and warrants to the other that the execution, delivery and
performance of this Agreement have been duly authorized by all necessary corporate
action, as required by law.
6.11 ADJUDICATION OF DISPUTES OR DISAGREEMENTS
COUNTY and CONTRACTOR agree that all disputes and disagreements shall be
attempted to be resolved by meet and confer sessions between representatives of each
of the parties. 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 provision does not negate or waive the provisions
concerning termination or cancellation.
1204
612 COOPERATION
In the event any administrative or legal proceeding is instituted against either party relating
to the formation, execution, performance, or breach of this Agreement, COUNTY and
CONTRACTOR agree to participate, to the extent required by the, other party, in all
proceedings, hearings, processes, meetings, and other activities related to the substance
of this Agreement or provision of the services under this Agreement. COUNTY and
CONTRACTOR specifically agree that no party to this Agreement shall be required to
enter into any arbitration proceedings related to this Agreement.
6.13 NONDISCRIMINATION
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 further action on the part of any party, effective the date of the court order.
CONTRACTOR or COUNTY agrees to comply with all Federal and Florida statutes, and
all local ordinances, as applicable, relating to nondiscrimination. These include but are
not limited to: 1) Title VII of the Civil Rights Act of 1964 (PIL 88-352) which prohibits
discrimination on the basis of race, color or national origin; 2) Title IX of the Education
Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which
prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of
1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of
handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107)
which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and
Treatment Act of 1972 (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 or alcoholism; 7) The Public Health
Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended,
relating to confidentiality of alcohol and drug abuse patient records; 8)Title Vill of the Civil
Rights Act of 1968 (42 USC s. et seq.), as amended, relating to nondiscrimination in the
sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42
USC s. 12101 Note), as may be amended from time to time, relating to nondiscrimination
on the basis of disability; 10) Monroe County Code Chapter 14, Article 11, which prohibits
discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual
orientation, gender identity or expression, familial status or age; 11) Any other
nondiscrimination provisions in any Federal or state statutes which may apply to the
parties to, or the subject matter of, this Agreement.
6.14 COVENANT OF NO INTEREST
CONTRACTOR and COUNTY covenant that neither presently has any interest, and shall
not acquire any interest,which would conflict in any manner or degree with its performance
under this Agreement, and that only interest of each is to perform and receive benefits as
recited in this Agreement.
6.15 CODE OF ETHICS
COUNTY agrees that officers and employees of the Monroe County recognize and will be
required to comply with the standards of conduct for public officers and employees as
delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation
or acceptance of gifts; doing business with one's agency; unauthorized compensation;
1205
misuse of public position, conflicting employment or contractual relationship; and
disclosure or use of certain information.
6.16 NIO SOLICITATIONIPAYMENT
The CONTRACTOR and COUNTY warrant that, in respect to itself, it has neither
employed nor retained any company or person, other than a bona fide employee working
solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay
any person, company, corporation, individual, or firm, other than a bona fide employee
working solely for it, any fee, commission, percentage, gift, or other consideration
contingent upon or resulting from the award or making of this Agreement. For the breach
or violation of the, provision, the CONTRACTOR agrees that the COUNTY shall have the
right to terminate this Agreement without liability and, at its discretion, to offset from
monies owed, or otherwise recover, the full amount of such fee, commission, percentage,
gift, or consideration.
6.,17 PUBLIC RECORDS COMPLIANCE.
Public Records Compliance: Contractor must comply with Florida public records laws,
including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the
Constitution of Florida. The County and Contractor shall allow and permit reasonable
access to, and inspection of, all documents, records, papers, letters or other "public
record" materials in its possession or under its control subject to the provisions of Chapter
119, Florida Statutes, and made or received by the County and Contractor in conjunction
with this contract and related to contract performance. The County shall have the right to
unilaterally cancel this contract upon violation of this provision by the Contractor. Failure
of the Contractor to abide by the terms of this provision shall be deemed a material breach
of this contract and the County may enforce the terms of this provision in the form of a
court proceeding and shall, as a prevailing party, be entitled to reimbursement of all
attorney's fees and costs associated with that proceeding. This provision shall survive any
termination or expiration of the contract.
The Contractor is encouraged to consult with its advisors about Florida Public Records
Law in order to comply with this provision.
Pursuant to F.S. 119.0701 and the terms and conditions of this contract, the Contractor is
required to:
(1) Keep and maintain public records that would be required by the County to perform
the service.
(21) Upon receipt from the County's custodian of records, provide the County with a
copy of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided in this chapter or as
otherwise provided by law.
(3) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the
duration of the contract term and following completion of the contract if the contractor does
not transfer the records to the County.
1206
(4) Upon completion of the contract, transfer, at no cost, to the County all public
records in possession of the Contractor or keep and maintain public records that would be
required by the County to perform the service. If the Contractor transfers all public records
to the County upon completion of the contract, the Contractor shall destroy any duplicate
public records that are exempt or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon completion of
the contract, the Contractor shall meet all applicable requirements for retaining public
records. All records stored electronically must be provided to the County, upon request
from the County's custodian of records, in a format that is compatible with the information
technology systems of the County.
(5) A request to inspect or copy public records relating to a County contract must be
made directly to the County, but if the County does not possess the requested records,
the County shall immediately notify the Contractor of the request, and the Contractor must
provide the records to the County or, allow the records to be inspected or copied within a
reasonable time.
If the Contractor does not comply with the County's request for records, the County shall
enforce the public records contract provisions in accordance with the contract,
notwithstanding the County's option and right to unilaterally cancel this contract upon
violation of this provision by the Contractor. A Contractor who fails to provide the public
records to the County or pursuant to a valid public records request within a reasonable
time may be subject to penalties under section'!19.10, Florida Statutes.
The Contractor shall not transfer, custody, release, alter, destroy or otherwise dispose of
any public records unless or otherwise provided in this provision or as otherwise provided
by law.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS, AT PHONE# 305-292-3470
PUBLICRECORDS(d)
MONROECOUNTY-FL.GOV MONROE COUNTY,
ATTORNEY'S OFFICE, 1111 12""' STREET, SUITE 408, KEY WEST, FL
33040.
6.18 NON-WAIVER OF IMMUNITY
Notwithstanding the provisions of See. 768.28, Florida Statutes, the participation of the
CONTRACTOR and COUNTY in this Agreement and the acquisition of any commercial
liability insurance coverage, self-insurance coverage, etc. or local government liability
insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability
coverage.
1207
6.,19 NON-COLLUSION AFFIDAVIT
CONTRACTOR by signing this Agreement, according to law on my oath, and under
penalty of perjury, depose and say that the person signing on behalf of the,
CONTRACTOR, the bidder making the Proposal for the project described in the Scope
of Work and that I executed the said proposal with full authority to do so; the prices in
the bid 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 bidder or with any competitor; unless otherwise
required by law, the prices which have been quoted in this bid have not been knowingly
disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid
opening, directly or indirectly, to any other bidder or to any competitor; and no attempt
has been made or will be made by the bidder to induce any other person, partnership or
corporation to submit, or not to submit, a bid for the purpose of restricting competition;
the statements contained in this affidavit are true and correct, and made with full
knowledge that COUNTY and Monroe County relies upon the truth of the statements
contained in this affidavit in awarding contracts for said, project.
6.20 NON-RELIANCE BY NON-PARTIES
No person or entity shall be entitled to rely upon the terms, or any of them, of this
Agreement to enforce or attempt to enforce any third-party claim or entitlement to or
benefit of any service or program contemplated hereunder, and the CONTRACTOR and
the COUNTY agree that neither the CONTRACTOR nor the COUNTY or any agent,
officer, or employee of either shall have the authority to inform, counsel, or otherwise
indicate that any particular individual or group of individuals, entity or entities, have
entitlements or benefits under this Agreement separate and apart, inferior to, or superior
to the community in general or for the purposes contemplated in this Agreement.
6.21 ATTESTATIONS AND TRUTH IN NEGOTIATION
CONTRACTOR agrees to execute such documents as COUNTY may reasonably require.
Signature of this Agreement by CONTRACTOR shall act as the execution of a truth in
negotiation certificate stating that wage rates and other factual unit costs supporting the
compensation pursuant to the Agreement are accurate, complete, and current at the time
of contracting. The original contract fee and any additions thereto shall be adjusted to
exclude any significant sums by which the agency determines the contract price was
increased due to inaccurate, incomplete, or concurrent wage rates and other factual unit
costs. All such adjustments must be made within one year following the end of the
Agreement.
6.22 NO PERSONAL LIABILITY
No covenant or agreement contained herein shall be deemed to be a covenant or
agreement of any member, officer, agent or employee of COUNTY or Monroe County in
his or her individual capacity, and no member, officer, agent or employee of COUNTY or
Monroe County shall be liable personally on this Agreement or be subject to any personal
liability or accountability by reason of the execution of this Agreement.
6.23 EXECUTION IN COUNTERPARTS
1208
This Agreement may be executed in any number of counterparts, each of which shall be
regarded as an original, all of which taken together shall constitute one and the same
instrument and any of the parties hereto may execute this Agreement by signing any such
counterpart.
6.24 E-VERIFY SYSTEM
In accordance with F.S. 448.095, the CONTRACTOR and any subcontractor shall
register with and shall utilize the U.S. Department of Homeland Security's E-Verify
system to verify the work authorization status of all new employees hired by the
CONTRACTOR during the term of the Contract and shall expressly require any
subcontractors performing work or providing services pursuant to the Contract to
likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the
work authorization status of all new employees hired by the subcontractor during the
Contract term. Any subcontractor shall provide an affidavit stating that the subcontractor
does not employ, contract with, or subcontract with an unauthorized alien. The
Contractor shall comply with and be subject to the provisions of F.S. 448.095.
6.25 UNCONTROLLABLE CIRCUMSTANCE
Any delay or failure of either Party to perform its obligations under this Agreement will be
excused to the extent that the delay or failure was caused directly by an event beyond
such Party's control, without such Party's fault or negligence and that by its nature could
not have been foreseen by such Party or, if it could have been foreseen,was unavoidable:
(a) acts of God; (b) flood, fire, earthquake, explosion, tropical storm, hurricane or other
declared emergency in the geographic area of the Project; (c) war, invasion, hostilities
(whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the
geographic area of the Project; (d) government order or law in the geographic area of the
Project; (e) actions, embargoes, or blockades in effect on or after the date of this
Agreement; (f) action by any governmental authority prohibiting work in the geographic
area of the Project;(each, a "Uncontrollable Circumstance"),. CONTRACTOR'S financial
inability to perform, changes in cost or availability of materials, components, or services,
market conditions, or supplier actions or contract disputes will not excuse performance by
Contractor under this Section. Contractor shall give COUNTY written notice within ten (10)
business days of any event or circumstance that is reasonably likely to result in
an Uncontrollable Circumstance, and the anticipated duration of such Uncontrollable
Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable
Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized
and resume full performance under this Agreement. The COUNTY will not pay additional
cost as a result of an Uncontrollable Circumstance. The Contractor may only seek a no
cost extension for such reasonable time as the Owners Representative may determine.
6.26 Public Entity Crime Statement
The CONTRACTOR certifies and agrees that CONTRACTOR nor any Affiliate has been
placed on the convicted vendor list within the last 36 months.
In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been
placed on the Discriminatory Vendor List, kept by the Florida Department of
Management Services, may not submit a bid, proposal or reply on a contract to provide
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
1209
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.
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 contracts 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 public entity,
may not be awarded or perform work as a contractor, supplier, subcontractor,
CONTRACTOR or subcontractor 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 of the Florida Statutes, for CATEGORY TWO for a period of 36 months
from the date of being placed on the convicted vendor list.
By signing this Agreement, CONTRACTOR represents that the execution of this
Agreement will not violate the Public Entity Crimes Act(Section 287.133, Florida Statutes).
Violation of this section shall result in termination of this Agreement and recovery of all
monies paid hereto, and may result in debarment from COUNTY's competitive
procurement activities.
In addition to the foregoing, CONTRACTOR further represents that there has been no
determination, based on an audit, that it or any subcontractor has committed an act
defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not
been formally charged with committing an act defined as a "public entity crime" regardless
of the amount of money involved or whether CONTRACTOR has been placed on the
convicted vendor list.
CONTRACTOR will promptly notify the COUNTY if it or any subcontractor is
formally charged with an act defined as a "public entity crime" or has been placed
on the convicted vendor list.
6.27 Ethics Clause
By signing this Agreement, the CONTRACTOR warrants that he/it has not employed, retained or
otherwise had act on his/her behalf any former County officer or employee in violation of Section
2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of
Ordinance No. 010-1990. For breach or violation of this provision the County may, in its
discretion, terminate this Agreement without liability and may also, in its discretion, deduct from
the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission,
percentage, gift, or consideration paid to the former County officer or employee.
6.28 VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS
CONTRACTOR agrees and certifies compliance with the following:
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 215.4725, Florida Statutes, or is engaged
in a Boycott of Israel. Section 287.135, Florida Statutes, also prohibits, a company from
bidding on, submitting a proposal for, or entering into or renewing a contract for goods or
1210
services of $1,000,000 or more, that are on either the Scrutinized Companies with
Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism
Lists which were created pursuant to s. 215.473, Florida Statutes, or is engaged in
business operations in Cuba or Syria.
As the person authorized to sign on behalf of Company, I hereby certify that the company
identified above, is not listed on the Scrutinized Companies that Boycott Israel List or
engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on either
the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with
Activities in the Iran Terrorism List, or engaged in business operations in Cuba or Syria.
I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false
certification may subject company to civil penalties, attorney's fees, and/or costs. I further
understand that any contract with the County may be terminated, at the option of the
County, if the company is found to have submitted a false certification or has been placed
on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or
placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Terrorism List or been engaged in business
operations in Cuba or Syria.
I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false
certification may subject company to civi:l penalties, attorney's fees, and/or costs. I further
understand that any contract with the County may be terminated, at the option of the
County, if the company is found to have submitted a false certification or has been placed
on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or
placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Terrorism List or been engaged in business
operations in Cuba or Syria.
Note: The List are available at the following Department of Management Services Site:
ell� jgL tatt, tjP information/con
victed su§far�-.)
vendor lists
...........
6.29 Non-Collusion Affidavit
CONTRACTOR by signing this Agreement, according to law on my oath, and under penalty of
perjury, depose and say that the person signing on behalf of the firm of CONTRACTOR, the
bidder making the Bid/Proposal for the project described in the Scope of Work and that I executed
the said bid/proposal with full authority to do so; the prices in this bid/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 bidder or with any
competitor; unless otherwise required by law, the prices which have been quoted in this
bid/proposal have not been knowingly disclosed by the bidder and will not knowingly be disclosed
by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor;
and no attempt has been made or will be made by the bidder to induce any other person,
partnership or corporation to submit, or not to submit, a bid/proposal for the purpose of restricting
competition; 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,
6.30 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES
1211
As a nongovernmental entity executing, renewing, or extending a contract with a government
entity, CONTRACTOR is required to provide an affidavit under penalty of perjury attesting that
CONTRACTOR does not use coercion for labor or services in accordance with Section 787.06,
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 11 of Section
893.03 to any person for the purpose of exploitation of that person.
As a person authorized to sign on behalf of CONTRACTOR, I certify under penalties of perjury
that CONTRACTOR does not use coercion for labor or services in accordance with Section
787.06. Additionally, CONTRACTOR has reviewed Section 787.06, Florida Statutes, and agrees
to abide by same.
IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly
authorized representative on the day and year fiirst above written.
COUNTY
(SEAL) Board of County Commissioners
Attest: Kevin Madolk, Clerk of Monroe County
As Deputy Clerk Mayor/Chairman
CONTRACTOR
BY:
Signature
Print Name:- c) Dc-
Title: t-'k
Date:
END OF AGREEMENT
1212
Attachment A
Scope of Work
The CONTRACTOR will remove, haul and properly dispose of tires & rims to American
Tire Recycling from the County's Transfer Stations (Cudjoe, Long Key, and Key Largo).
Itemized Costs.
.1 =$4 2 5 S 2 5 5,0,C)
F v I 'Ct r n 19 t41 4, ra gie ,0 55 0 fiW11-1
1213
r
1 ON
FP "FIRE DISPOSAL, PROPOSAL: 01/06/2025
2695 NW 141 ST OPALOCKA FL 33054 CELL:786/2034358
r
CHFRYL SULLIVAN Tires disposal & rims,Tires
Monroe County Solid Waste Management Hauled to American Tire
1100 Simonton Street, Room 2-231 Key West FI 33040 (305)50903:Recycling
Cost.per Ton ( avg. price all tires with rims includes) QTY 1 =$255. $255.00
Fuel Charge is per mile the range: $0.55 0.55xper mile
Make all checks payable to Company Narne
This estimated is not a contract It is our best guess at the total price to complete the work stated above bu
Francisco Pujol cell 7862034358
Thank you for your business!
1214
To schedule a time for us to complete the work, or it you have any
questions contact office 3056855600/ fpjunktire@bellsouth.net
1215
it may be subject to charge
1216
ATTACHMENT B
Required Insurance
GENERAL LIABILITY
Prior to the commencement of work governed by this contract, the Contractor will obtain
Commercial General Liability Insurance. Coverage will be maintained throughout the life of the
contract and include, as a minimum:
• Premises Operations
• Products and Completed Operations
• Blanket Contractual Liability
® Personal Injury Liability
The minimum limits acceptable is:
$500,000 Combined Single Limit (CSL)
An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy,
its provisions should include coverage for claims filed on or after the effective date of this
contract. In addition, the period for which claims maybe reported should extend for a minimum
of twelve
(12) months following the acceptance of work by the County.
The Monroe County Board of County Commissioners will be named as Additional Insured on
all policies issued to satisfy the above requirements.
1217
BUSINESS AUTOMOBILE LIABILITY
Recognizing that the work governed by this contract requires the use of vehicles, the
Contractor, prior to the commencement of work, shall obtain Business Automobile Liability
Insurance. Coverage will be maintained throughout the life of the contract and include, as a
minimum, liability coverage for:
a Owned, Non-Owned, and Hired
Vehicles The minimum limits acceptable is.
$300,000 Combined Single Limit (CSL)
If split limits are provided, the minimum limits acceptable are:
$200,000 per Person
$300,000 per Occurrence
$100,000 Property Damage
The Monroe County Board of County Commissioners will be named as Additional Insured on
all policies issued to satisfy the above requirements.
1218
BUSINESS AUTOMOBILE LIABILITY
Recognizing that the work governed by this contract requires the use of vehicles, the
Contractor, prior to the commencement of work, shall obtain Business Automobile Liability
Insurance. Coverage will be maintained throughout the life of the contract and include, as a
minimum, liability coverage for:
a Owned, Non-Owned, and Hired
Vehicles The minimum limits acceptable is.
$300,000 Combined Single Limit (CSL)
If split limits are provided, the minimum limits acceptable are:
$200,000 per Person
$300,000 per Occurrence
$100,000 Property Damage
The Monroe County Board of County Commissioners will be named as Additional Insured on
all policies issued to satisfy the above requirements.
1219
WORKERS' COMPENSATION
Prior to the commencement of work governed by this contract,the Contractor will obtain Workers"
Compensation Insurance with limits sufficient to respond to applicable Workers' Compensation
state statutes and the requirements of Chapter 440, Florida Statutes.
In addition, the Contractor will obtain Employers' Liability, Insurance with limits of not less
than:
$500,000 Bodily Injury by Accident
$500,000 Bodily Injury by Disease, policy limits
$500,000 Bodily Injury by Disease, each employee
Coverage will be maintained throughout the entire term of the contract.
Coverage will be provided by a company or companies authorized to transact business in the
State of Florida.
If the Contractor has been approved by the Florida's Department of Labor, as an authorized
self- insurer, the County may recognize and honor the Contractor's status. The Contractor
may be required to submit a Letter of Authorization issued by the Department of Labor and a
Certificate of Insurance, providing details on the Contractor's Excess Insurance Program.
If the Contractor participates in a self-insurance fund, ,a Certificate of Insurance will be required.
In addition, the Contractor may be required to submit updated financial statements from the
fund upon request from the County.
1220
POLLUTION LIABILITY
Recognizing that the work governed by this contract involves the storage, treatment,
processing, or transporting of hazardous materials, the Contractor will purchase and maintain,
throughout the life of the contract, Pollution/Environmental Liability Insurance which will:
respond to bodily injury, property damage, environmental damage,contamination, remediation,
restoration, clean up costs, and defense caused by, as a result of, or arising from a pollution
incident.
The minimum limits of liability are:
$1,000,000 per Occurrence/$2,000,000
Aggregate
If coverage is provided on a claims made basis, an extended claims reporting period of four
(4) years will be required.
The Monroe County Board of County Commissioners will be named as Additional Insured on all
policies issued to satisfy the above requirements.
1221
FP TIRE DISPOSAL PROPOSAL: 01/06/2025
2695 NW 141 ST OPALOCKA FL 33054 CELL:786/2034358
For
CHERYL SULLIVAN Tires disposal & rims;Tires
Monroe County Solid Waste Management Hauled to American Tire
1100 Simonton Street, Room 2-231 Key West FI 33040 (305)50903:Recycling
---------------
Cost.per Ton ( avg. price all tires with rims includes) QTY 1 =$255. $255.00
Fuel Charge is per mile the range: $0.55 0.55xper mile
Make all checks payable to Company Name
This estimated is not a contract It is our best guess at the total price to complete the work stated above I
Francisco Pujol cell 7862034358
Thank you for your business!
1222
To schedule a time for us to complete the work, or it you have any
questions contact office 3056855600/fpjunktire@bellsouth.net
1223
it may be subject to change
1224
✓ , DATE(MWDD/YYYY)
A II LIABILITY INSURANCE
02/10/2025
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE, HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,,AND THE CERTIFICATE HOLDER,
IMPORTANT. If the certificate holder is an ADDITIONAL INSURED,the policy(ies) (must be endorsed. If SUBROGATION IS WAIVED, subject to.
the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER 305-512-9721 305-512'-9�889 NAMEAcT Global Insurance &. Financial Services
Global Insurance & Financial Services PH ONE ,3.05-512 9721 FAX Nei:305-512-9889
E-MAIL . .._.
6175 NW 153 Street ADDRESS:
Suite 100 INSURERIS)AFFORDING COVERAGE NAIC 9
Miami Lakes 33014
_ ......v.... INSURER A: SURETY COMPANY
INSURED INSURERS:SECURITY NATIONAL INSURANCE CO
FRAN'CISCO PUJOL- FP JUNK TIRE INC INSURERC _
19512 NW 79TH CT INSURER0
...........
......_._,..._... .. _..._ _._.
HIALEAH, FL 33015 INSURER
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE: MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS„
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE ADDL SU�BR �_.-_. .... POLICY EFF POLICY EXP
LTR POLICY NUMBER MMiDDIYYYY FM1MVDDfYYYY LIMITS
GENERAL LIABILITY �/ EACH OCCURRENCE $1 O(}Q dQt
A ✓ COMMERCIAL GENERAL LIABILITY OT"MAGE T5 RENTED
PREMISES Ea occurrence S 100 O!O(f,_Y___,
CLAIMS-MADE IV] OCCUR MED EXP(Any one persona) S 5,000
CCP-1254113 09116/2024 09116/2025 PERSONAL S ADV INJURY $1 000 0Q9 ......._
GENERAL AGGREGATE. $2',000 tJt�B
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $1 000 QQO
1-1 POLICY PRO LOG PROPERTY S60,000
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
6/ IF.
accidenk _._ a 000____.
ANY AUTO BODILY INJURY(Par person) $..
ALL OWNED ! SCHEDULED
B AUTOS ✓ AUTOS M00 0082832 00 11/01/2024 11/0112025 BODILY INJURY(Per accident) $
NON-OWNED PROPERTY DAMAGE �.�._.
HIRED AUTOS AUTOS Per acaidanl. $.
$
UMBRELLA LIAR OCCUR EACH OCCURRENCE.... $
EXCESS LIAB HCLAIMS-MADE AGGREGATE ._. $
DED RETENTIONS $
WORKERS COMPENSATION WC STATU- OTH-
AND EMPLOYERS'LIABILITY YIN __.. ..T_9R i
ANY PROPRIETORIPARTNERIEXECUTIVE E.L.EACH ACCIDENT $
OFFICERIMEMBEREXCLUDED? [Y] NIA EXEMPTIONS FILED --.....................
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $
If yes,describe Under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT- $
A POLLUTION LIABLITY ✓ CCP-1'254113 09/16/2024 09/16/2025 LIMIT: $1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks.Schedule,If more space is requ APPROVED BY RISK MANAGEMENT GPJ 2.11.25
1305, 1321, 1329 NW 79TH STREET MIAMI, FL 33147
BY was,QVIft -Vendor to Submit
7928 NW 13TH AVE MIAMI, FL 33147 DATE E IVE Exemption Ltr
PROPERTY. DEDUCTIBLES $1,000 AOP & 5% WIND WAIVERN,A XE$
2013 ISUZU NPR VIN:#JALE5W165D7300030
THE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS ARE NAMED AS ADDITIONAL INSUREDS,
CERTIFICATE HOLDER CANCELLATION
M'ONROE COUNTY BOARD OF COUNTY COMMISSIONERS
500 WHI'TEHEAD STREET SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
KEY WEST, FLORIDA 33040 THE EXPIRATION (DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
L/J�1 LL.� �rY U✓Y U-i 1.rL�
CG71988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD
1225