Loading...
HomeMy WebLinkAboutItem F2 F2 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 September 10, 2025 Agenda Item Number: F2 2023-4457 BULK ITEM: Yes DEPARTMENT: County Land Acquisition And Land Management TIME APPROXIMATE: STAFF CONTACT: Beth Bergh NA AGENDA ITEM WORDING: Approval to waive a minor bid irregularity, award bid, and execute contract with Conch Tree & Landscape Professionals, Inc., in the amount of$83,103 for a native habitat restoration project on Monroe County Conservation Lands. ITEM BACKGROUND: A Request for Proposals for a Native Habitat Restoration Project on Monroe County Conservation Lands was advertised with a closing date of August 7, 2025. Three (3)proposals were received in response to the RFP. A selection committee met in a publicly advertised meeting on August 18, 2025 to evaluate the proposals and unanimously agreed to recommend the highest ranked bidder, Conch Tree & Landscape Professionals, Inc. (Conch Tree), for this project. Staff is recommending a waiver of a minor bid irregularity and award of the bid to Conch Tree. Conch Tree neglected to include an executed "Drug Free Workplace" form in their RFP response, however, Conch Tree has since submitted the fully executed form in compliance with the County requirements. Staff is recommending entering into a contract with Conch Tree for $83,103 to complete the Native Habitat Restoration Project on Monroe County Conservation Lands. Funding for this project will come from the Monroe County Land Management and Restoration Fund (Fund 160) and has been included in the Land Steward's budget. The selection committee meeting minutes and contract are attached. PREVIOUS RELEVANT BOCC ACTION: June 18, 2025 -Approval to advertise a Request for Proposals for a Native Habitat Restoration Project on Monroe County Conservation Lands INSURANCE REQUIRED: Yes 3749 CONTRACT/AGREEMENT CHANGES: NA STAFF RECOMMENDATION: Approval DOCUMENTATION: CONTRACT—CONCH—TREE-8-25-2025_partially_executed.pdf conch-tree-contract-COls-and-forms.pdf Exhbit Al to conch tree contract-R-FP-Native-Restoration.pdf Bid Tabulation Sheet.pdf Selection Comm Minutes-restoration-R-FP- 8-18-25.pdf RFP-Selection—committee-August-18-2025 final rank-ing.pdf 2025 08 COI Conch Tree GL AL exp 4.1.26 WC exp 1.1.26 signed.pdf FINANCIAL IMPACT: Effective Date: October 1, 2025 Expiration Date: December 31, 2025 Total Dollar Value of Contract: $ 83,103 Total Cost to the County: $83,103 Current Year Portion: $0 Budgeted: Yes Source of Funds: Fund 160 (Monroe Co Env Land Management & Restoration Fund) CPI: NA Indirect Costs: NA Estimated Ongoing Costs Not Included in above dollar amounts: NA Revenue Producing: No Grant: NA County Match: NA Insurance Required: yes Additional Details: 3750 CONTRACT FOR PROFESSIONAL SERVICES FOR NATIVE RESTORATION PROJECT ON MONROE COUNTY CONSERVATION LANDS THIS CONTRACT (hereafter"Contract" or"Agreement"), made and entered into this day of , 2025, by and between Monroe County, a political subdivision of the State of Florida, (hereafter"County"),whose address is 1100 Simonton Street, Key West,Florida, 33040 and Conch Tree &Landscape Professionals, Inc., (hereafter"Contractor"),whose address is 209 N Airport Rd, Tavernier, Florida, 33070. The parties hereto, for the considerations herein set forth, mutually agree as follows: 1. SCOPE OF WORK. The Contractor shall provide professional services to complete the invasive exotic plant removal work and the native planting project on Monroe County conservation lands, including all necessary plant material and equipment required in the performance of same, and perform all of the work described in the Specifications(Exhibit A), and the bid documents (Exhibit A-1)attached hereto and incorporated as part of this document. 2. CONTRACT SUM AND PAYMENTS TO CONTRACTOR. a) The maximum compensation available to the Contractor under this agreement is $83,103.00. The County agrees to pay the Contractor based on completion of work described within the Scope of Services as outlined below: Portion ofproject: Billable amount: Part 1: Completion of invasive exotic removal work $19,000 Part 2: Completion of native planting $59,103 Part 3: Completion of watering post-planting $5,000 TOTAL $83,103 b) The Contractor shall invoice Monroe County for completed services for each Part as described in the Scope of Service and as quoted in its Bid, performed under the Specifications contained herein. Invoices will be paid in accordance with the Florida Local Government Prompt Payment Act, F.S. 218.70 et seq. Contractor shall submit invoices to the County with supporting documentation that is acceptable to the Clerk. Acceptability to the Clerk is based on generally accepted accounting principles and such laws, rules, and regulations as may govern the Clerk's disbursal of funds. Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the BOCC. 3. CONTRACTOR'S ACCEPTANCE OF CONDITIONS. a) The Contractor hereby agrees that he/she has carefully examined the sites and has made investigations to fully satisfy himself/herself that such sites are correct and suitable ones for this work, and he/she assumes full responsibility therefore. The provisions of this Agreement shall control any inconsistent provisions contained in the Specifications. All Specifications have been read and carefully considered by the Contractor, who understands the a 3751 same and agrees to their sufficiency for the work to be done.Under no circumstances,conditions, or situations shall this Contract be more strongly construed against the County than against the Contractor (and his Surety, if applicable). b) Any ambiguity or uncertainty in the Specifications shall be interpreted and construed by the County's Land Steward, and her decision shall be final and binding upon all parties. c) The passing, approval, and/or acceptance of any part of the work or material by the County shall not operate as a waiver by the County of strict compliance with the terms of this Agreement, and Specifications covering said work. Failure on the part of the Contractor, immediately after Notice to correct workmanship shall entitle the County, if it sees fit, to correct the same and recover the reasonable cost of such remediation work and/or repair from the Contractor, who shall in any event be jointly and severally liable to the County for all damage, loss, and expense caused to the County by reasons of the Contractor's breach of this Agreement and/or his failure to comply strictly and in all things with this Agreement and with the Specifications. 4. TERM OF CONTRACT. a) This Contract shall commence on October 1, 2025, and terminate on December 31, 2025, or upon completion of the project, whichever occurs first. b) The parties may elect to extend this Agreement for up to three months if the work has not been completed by December 31, 2025. 5. INDEPENDENT CONTRACTOR. At all times and for all purposes under this Agreement the Contractor is an independent contractor and not an employee of the Board of County Commissioners for Monroe County. No statement contained in this Agreement shall be construed so as to find the contractor or any of his/her employees, contractors, servants, or agents to be employees of the Board of County Commissioners for Monroe County. 6. ASSIGNMENT. The Contractor shall not assign this Agreement, except in writing and with the prior written approval of the Board of County Commissioners for Monroe County, which approval shall be subject to such conditions and provisions as the Board may deem necessary. This Agreement shall be incorporated by reference into any assignment and any assignee shall comply with all of the provisions of this Agreement. Unless expressly provided for therein, such approval shall in no manner or event be deemed to impose any additional obligation upon the Board. 7. INSURANCE. 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 the Insurance Checklist included herein 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. 2 3752 a) 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. b) 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. c) The Contractor will be held responsible for all deductibles and self-insured retentions that may be contained in the Contractor's Insurance policies. d) The Contractor shall provide, to the County, as satisfactory evidence of the required insurance, either: • Certificate of Insurance; or • Certified copy of the actual insurance policy. e) 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 Monroe County Board of County Commissioners, its employees and officials will be included as "Additional Insured" on all policies, except for Workers' Compensation. f) 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. 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. g) Notwithstanding the provisions of paragraph 34, the County may immediately treat the Contractor in default if the Contractor fails to maintain the insurance required by this paragraph. Before terminating the agreement in this situation, the County need only 3 3753 provide the Contractor 24-hour notice by FAX or overnight courier. The County may, but need not,provide the Contractor with an opportunity to cure the default. 8. INDEMNIFICATION. The Respondent/Contractor to whom a contract is awarded shall defend, indemnify, and hold harmless the County as outlined below: The Contractor covenants and agrees to defend, indemnify and hold harmless Monroe County Board of County Commissioners, and its elected and appointed officers, officials, agents, servants, and employees from any and all claims, demands, or causes of action for bodily injury (including death),personal injury, and property damage (including property owned by Monroe County) and any other losses, damages, costs, penalties, and expenses (including attorney's fees) which arise out of, in connection with, or by reason of the Contractor utilizing the property governed by this Contract agreement. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. The indemnification obligations under the Contract shall not be restricted in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor under workers' compensation acts, disability benefits acts, or other employee benefits acts, and shall extend to and include any actions brought by or in the name of any employee of the Contractor or of any third party to whom Contractor may subcontract a part or all of the Work. This indemnification shall continue beyond the date of completion of the work. Notwithstanding the provisions of Sec. 768.28, Florida Statutes, nothing herein nor the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government insurance pool coverage shall be deemed a waiver of immunity by the County. 9. RECORDS. Availability of Records. The records of the parties to this Agreement relating to the Project, which shall include but not be limited to accounting records (hard copy, as well as computer readable data if it can be made available; subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc); original estimates; estimating work sheets; correspondence; change order files (including documentation covering negotiated settlements); backcharge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance rebates and dividends; any other supporting evidence deemed necessary by County or the Monroe County Office of the Clerk of Court and Comptroller (hereinafter referred to as "County Clerk") to substantiate charges related to this agreement, and all other agreements, sources of information and matters that may in County's or the County Clerk's reasonable judgment have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any contract document(all foregoing hereinafter referred to as "Records") shall be open to inspection and subject to audit and/or reproduction by County's representative and/or agents or the County Clerk. County or County Clerk may also conduct verifications such as, but not limited to, counting employees at the job site, witnessing the distribution of payroll, verifying payroll computations, overhead computations, observing vendor 4 3754 and supplier payments, miscellaneous allocations, special charges, verifying information and amounts through interviews and written confirmations with employees, Subcontractors, suppliers, and Contractors'representatives.All records shall be kept for ten(10)years after Final Completion of the Project. The County Clerk possesses the independent authority to conduct an audit of Records, assets, and activities relating to this Project. If any auditor employed by Monroe County or the County Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Section 55.03, F.S., running from the date the monies were paid to Contractor. The right to audit provisions survives the termination of expiration of this Agreement. CONTRACTOR shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period of seven(7)years from the termination of this agreement or in accordance with the State of Florida retention schedules (https:Hdos.fl.gov/library-archives/records-management/general-records-schedules/), whichever is greater. Each party to this Agreement or its 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 the applicable retention period following the termination of this Agreement. 10. STATE OF FLORIDA E-VERIFY Beginning January 1, 2021, in accordance with Section 448.095, Florida Statutes, as may be amended from time to time, 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 maintain a copy of such affidavit for the duration of the contract. The Contractor shall comply with and be subject to the provisions of Section 448.095, Florida Statutes. Pursuant to Section 448.095: 1. A public agency, Bidder, or subcontractor who has a good faith belief that a person or an entity with which it is contracting has knowingly violated s. 448.09(1) shall terminate the contract with the person or entity. 2. A public agency that has a good faith belief that a subcontractor knowingly violated this subsection, but the Bidder otherwise complied with this subsection, shall promptly notify the Bidder and order the Bidder to immediately terminate the contract with the subcontractor. 3.A contract terminated under this paragraph is not a breach of contract and may not be considered as such. If a public agency terminates a contract with a Bidder under this paragraph, the Bidder may not be awarded a public contract for at least 1 year after the date on which the contract was terminated. A Bidder is liable for any additional costs incurred by a public agency as a result of the termination of a contract. 5 3755 11. UNCONTROLLABLE CIRCUMSTANCES 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 seven (7) days of any event or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, or as soon as possible after such Uncontrollable Circumstance has occurred if reasonably unanticipated, and the anticipated duration of such Uncontrollable Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance under this Agreement. The County will not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only seek a no cost Change Order for such reasonable time as the Owner's Representative may determine. 12. GOVERNING LAW, VENUE, INTERPRETATION. 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, the County and Contractor agree that venue will lie exclusively with the appropriate court, or before the appropriate administrative body, in Monroe County, Florida. 13. 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. 14. 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 parry shall be entitled to reasonable attorney's fees, court costs, investigative, and out-of-pocket expenses, as an award against the non-prevailing parry, and shall include attorney's fees, courts costs, investigative, and l 3756 out-of-pocket expenses in appellate proceedings. 15. 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. 16. AUTHORITY. Each parry represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. 17. ADJUDICATIONS 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 parry shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions of paragraph 34 concerning termination or cancellation. 18. COOPERATION. In the event any administrative or legal proceeding is instituted against either parry 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 parry to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 19. COVENANT OF NO INTEREST. County and Contractor covenant that neither presently has any interest, and shall not acquire any interest,which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 20. PUBLIC ENTITY CRIME INFORMATION STATEMENT. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid,proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a Construction Manager, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of thirty-six (36)months from the date of being placed on the convicted vendor list. 21. ETHICS. ETHICS CLAUSE. Contractor warrants that he/she/it had not employed, retained, or otherwise had act on his/her/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 7 3757 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee. CODE OF ETHICS. County agrees that officers and employees of the County recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. 22. NO SOLICITATION/PAYMENT. The County and Contractor warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the Contractor agrees that the County shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 23. 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 parry, 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 request 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. 3758 (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records that would be required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of records, in a format that is compatible with the information technology systems of the County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, but if the County does not possess the requested records, the County shall immediately notify the Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor. A Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor. A Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. The Contractor shall not transfer custody,release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH ST., SUITE 408, KEY WEST, FL 33040, (305) 292-3470. 24. NON-WAIVER OF IMMUNITY. Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the County and the Contractor in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local 9 3759 government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage,nor shall any contract entered into by the County be required to contain any provision for waiver. 25. PRIVILEGES AND IMMUNITIES. All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the County, when performing their respective functions under this Agreement within the territorial limits of the County shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the County. 26. LEGAL OBLIGATIONS AND RESPONSIBILITIES. Non-Delegation of Constitutional or Statutory Duties. This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be construed as, authorizing the delegation of the constitutional or statutory duties of the County, except to the extent permitted by the Florida constitution, state statute, and case law. 27. 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 County and the Contractor agree that neither the County nor the Contractor or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. 28. TAXES. County is exempt from payment of Florida State Sales and Use taxes. Contractor shall not be exempted by virtue of the County's exemption from paying sales tax to its suppliers for materials used to fulfill its obligations under this contract, nor is Contractor authorized to use the County's Tax Exemption Number in securing such materials. Contractor shall be responsible for any and all taxes, or payments of withholding,related to services rendered under this Agreement. 29. NO PERSONAL LIABILITY. No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. 30. EXECUTION IN COUNTERPARTS. This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this �o 3760 Agreement by signing any such counterpart. 31. 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. 32. PROFESSIONAL RESPONSIBILITY. The Contractor warrants that it is authorized by law to engage in the performance of the activities encompassed by the project herein described, subject to the terms and conditions set forth. The provider shall at all times exercise independent, professional judgment and shall assume professional responsibility for the services to be provided. Continued funding by the Board is contingent upon retention of appropriate local, state, and/or federal certification and/or licenser of contractor. 33. 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 the COUNTY by certified mail,return receipt requested,Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail, certified, return receipt requested and postage pre-paid, or by courier with proof of delivery and delivery pre-paid. to the following: FOR COUNTY FOR CONTRACTOR Christine Hurley Martin S. Volland County Administrator President 1100 Simonton Street 209 N Airport Rd Key West, FL 33040 Tavernier, FL 33070 (305)292-4441 (305)522-6426 Notice is deemed received by CONTRACTOR when hand delivered by national courier with proof of delivery or by U.S. Mail upon verified receipt or upon the date of refusal or non- acceptance of delivery. 34. TERMINATION. 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. A. 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. B. Termination for Cause and Remedies: In the event of breach of any contract terms, the COUNTY retains the right to terminate this Agreement. The COUNTY may also terminate this agreement for cause with CONTRACTOR should CONTRACTOR fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, prior to termination, the COUNTY shall provide CONTRACTOR with five (5) calendar days' notice and provide the CONTRACTOR with an opportunity to cure the breach that has occurred. If the breach is not cured, the Agreement will be terminated for cause. If the COUNTY terminates as 3761 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 spending cap in this Agreement. In addition, the COUNTY reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the COUNTY's False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. C. Termination for Convenience: The COUNTY may terminate this Agreement for convenience, at any time, upon 30 days' notice to CONTRACTOR. If the COUNTY terminates this Agreement with the CONTRACTOR, COUNTY shall pay CONTRACTOR the sum due the CONTRACTOR under this AGREEMENT prior to termination, unless the cost of completion to the COUNTY exceeds the funds remaining in the contract. The maximum amount due to CONTRACTOR shall not exceed the spending cap in this Agreement. D. For Contracts of any amount, if the County determines that the Contractor/Consultant has submitted a false certification under Section 287.135(5), Florida Statutes or has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County shall have the option of(1) terminating the Agreement after it has given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement if the conditions of Section 287.135(4), Florida Statutes, are met. 35. NONDISCRIMINATION/EQUAL EMPLOYMENT OPPORTUNITY. 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 and COUNTY agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1)Title VII of the Civil Rights Act of 1964 (PL 88-352)which prohibits discrimination in employment on the basis of race, color, religion, sex, or national origin; 2)Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686),which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended(20 USC s. 794),which prohibits discrimination on the basis of disability; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101- 6107)which prohibits discrimination on the basis of age; 5)The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended,relating to confidentiality of alcohol and drug abuse patient records; 8)Title VIII of the Civil Rights Act of 1968 (42 USC s. 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 12101 Note), as may be amended from time to time, relating to �2 3762 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. During the performance of this Agreement, the CONTRACTOR, in accordance with Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor), see 2 C.F.R. Part 200, Appendix H, ¶ C, agrees as follows: 1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color,religion, sex, sexual orientation, gender identity, or national origin. 3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. 4) The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representative of the contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. G:3 3763 5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for non-compliance; provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 36. CLAIMS FOR FEDERAL OR STATE AID. Contractor and County agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement; provided that all applications, requests, grant proposals, and funding solicitations shall be approved by each parry prior to submission. Any conditions imposed as a result of the funding that affect the Project will be provided to each parry. 37. MUTUAL REVIEW.This agreement has been carefully reviewed by the Contractor and the County; therefore this agreement is not to be construed against either parry on the basis of authorship. 38. INCORPORATION OF RFP DOCUMENTS. The terms and conditions of the RFP documents are incorporated by reference in this contract agreement. 39. ENTIRE AGREEMENT. This writing embodies the entire agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and G4 3764 I superseded hereby. Any amendment to this Agreement shall be in writing, approved by the Board of County Commissioners, and signed by both parties before it becomes effective. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed this day of 12025, (SEAL) ATTEST: KEVIN MADOK, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: By: Deputy Clerk James K. Scholl,Mayor CONTRACTOR lv!� A '7?1 By: Martin S. Volland w1re-ssev President, Conch Tree & Landscape Professionals, Inc. Approved as to Form Kelly Dugan Assistant County Attorney 15 3765 EXHIBIT A SCOPE OF WORK PROJECT DESCRIPTION Monroe County, Florida invites firms to submit proposals to complete a habitat restoration project on nine (9) separate Monroe County Conservation Lands located on Big Pine, No Name, and Little Torch Keys. Work includes the removal of invasive exotic plant species followed by planting of native trees and shrubs to restore the sites. The project includes the supply and installation of native plant material by the Contractor as specified below. PROJECT LOCATION See site specific reaps included below for more information (all properties are vacant parcels and are easily accessed by adjacent roads) Site 1: RE# 00110650-000000; 31685 Warner St, Big Pine Key Site 2: RE# 00110810-000000; 31543 Warner St, Big Pine Key Site 3: RE# 00110810-000200; 31551 Warner St Big Pine Key Site 4: RE# 00305940-000000; 31324 Avenue G, Big Pine Key Site 5: RE# 00303680-000000: 31014 Avenue E, Big Pine Key Site 6: RE# 00302930-000000; 31365 Avenue C, Big Pine Key Site 7: RE# 00256790-000000; 148 Palmetto Ave, Big Pine Key Site 8: RE# 00108480-000000; No Name Key Pt Lot 1 Site 9: RE# 00113150-000000; 1561 State Rd 4A, Little Torch Key Gl 3766 GENERAL LOCATION MAP Sites outlined in blue and referenced by site # d r, MN , SCOPE OF WORK The project includes the removal of non-native and invasive exotic vegetation from the specified sites followed by planting of native trees and shrubs. PART 1: INVASIVE EXOTIC REMOVAL WORK The following is a list of non-native and invasive exotic vegetation to be removed by Contractor at each site, counts are given for reference only, Contractor is required to remove all individuals of species listed: Site 1: Three (3)Australian pines and nine (9) Washingtonia palms Site 2: Stand of medium-large Australian pines (alive and dead), three (3) coconut palms, one (1) date palm Site 3: Three (3) coconut palms Site 4: No exotic removal work required Site 5: One (1)large woman's tongue (Albizia lebbeck), three (3) medium Albizia, three (3) Washingtonia palms; (3)patches of Surinam cherry; (3) large Brazilian peppers; (3) Christmas palms Site 6: Two (2) coconut palms; one (1) Washingtonia palm; bananas Site 7: One (1) Washingoniapalm; one (1) Brazilian pepper Site 8: No exotic removal work required Q7 3767 Site 9: Stand of approximately twelve (12) coconut palms, many small Australian pines, many medium size Brazilian peppers, mahoes, bowstring hemp (Sansevieria spp), and night-blooming cereus / climbing cactus (Hylocereus undatus). Trees must be fully removed by the contractor except for one tall palm tree (maximum) at each site that may be topped and left standing to provide a perch for birds. This remaining trunk must not be within falling distance of adjacent roads,power lines, or structures. The invasive exotic plant species listed per site shall be physically removed and treated as follows (Garton 3A shall be diluted in water& Garlon 4 shall be diluted in a County approved vegetable-based oil): Target Species Treatment Method Australian pine 50% Garlon 3A applied to cut surface immediately after cut Casuarina s or 20% Garlon 4 applied to stump's cut surface and sides Brazilian pepper 50% Garlon 3A applied to cut surface immediately after cut Schinus terebinthi olius or 20% Garlon 4 applied to stump's cut surface and sides Washingtonian palm Physically remove Washin tonia robusta Coconut palm Physically remove (Cocos nuci era) Senegal date palm Physically remove Phoenix reclinata Seaside mahoe 50% Garlon 3A applied to cut surface immediately upon Thes esia o ulnea cutting Woman's tongue 50% Garlon 3A applied to cut surface immediately after cut Albizia lebbeck or 20% Garlon 4 applied to stump's cut surface and sides night-blooming cactus Hand pull entire plant and physically remove all material (Hylocereus undatus) from the site; place in neat pile on roadside for county pickup (removal work may require ladders and/or pole saws to remove cactus from tree canopy) bowstring hemp Cut and remove blade; immediately treat cut base with 10% (Sansevieria glyphosate in water;place cut material in neat pile on h acinthoides) roadside for County pickup Any additional treatment methods or changes to the methods listed above must be pre-approved by the County Land Steward. Contractor shall utilize quart-sized, chemical resistant spray bottles, such as "Spraymaster" bottles (or similar), for herbicide application. The contents must be clearly labeled on the outside of the bottle. A dye shall be used to facilitate identification of treated stems. Herbicides will be applied using a low-pressure spray to minimize drift and non-target damage. Stumps of removed trees may remain on site but must be cut as low to the ground as possible. Cuts will be made level to the ground to minimize herbicide runoff prior to absorption. A machete may not be used to cut trees as it creates a jagged cut; toppers or saws are preferred tools. An appropriate herbicide shall be applied within one (1) minute of stump preparation. G 3768 Contractor is responsible for proper disposal of vegetative debris resulting from plant removal work except for palm trunks and fronds (if they can't be chipped) may be cut into 4-5-foot sections and neatly piled by the road for pickup by County claw truck. Additionally, the Contractor may pile bowstring hemp and night blooming cactus by road for County pickup at no cost to Contractor. The contractor may utilize a chipper(not required). Any hardwood mulch(non-palm) created by the project may be used for the planting project(see Part 2) or may be disposed of in one of the following ways (as determined by the County Land Steward): 1. Spread evenly across the site (mulch may not be placed in wetlands or cover existing native vegetation); or 2. Removed from the site and properly disposed of at no cost to the County. All herbicide treatments shall be at least 95% effective in preventing re-sprout of treated plants. If 95% kill rate is not achieved for any area of the project after two (2) months past initial project completion; one additional treatment of the exotic plants in the problem area shall be the responsibility of the Contractor at no additional cost to the County. PART 2: NATIVE PLANTING PROJECT Once the invasive exotic plant removal portion of the project has been completed then the Contractor may begin the native planting project. The installation of plant material will require augering holes (or digging holes with backhoe or similar) and addition of organic soil (50150 mix or similar) as needed, as determined by Land Steward. Plants must be installed level with surrounding elevation; no mounding of soil. Mulch must be placed around all plantings (mulch supplied by the contractor) at approximately 2-3 inches in depth. Large trees must be staked/braced as needed. Piles of soil from digging holes must be spread out and not left in piles. This project is for the supply(total of 640 plants) and installation of said plant material on all sites. All plants must be landscape quality, with full canopy, and must meet the minimum specifications listed on the attached plant list. All plant material must be approved by the Land Steward prior to installation. The County reserves the right to reject any landscape materials due to poor quality. See vegetation list below. Additionally, the Contractor shall auger/ dig holes for plants to be planted by the County. A total of forty holes will be augered/ dug to a size large enough to accommodate 3-5 gallon pots. Each of the following sites shall have 10 holes dug at locations specified by County: Sites 2, 4, 5, & 8. PART 3: WATERING Watering requirements: the Contractor is responsible for four watering events (via water truck or similar): one on the day of planting; the second within 2-3 days after planting; the third 2-3 days following the second watering; and the fourth 7 days following the third watering. If it rains prior to the second, third, or fourth watering, then the Contractor shall hold off on the watering event until it hasn't rained for 2-4 days. Contractor may access water supply at Land Steward office location on Big Pine Key. Contractor is responsible for supplying water tank, hoses, and any other necessary equipment to complete the required watering. G9 3769 PLANT MATERIALS LIST TO BE SUPPLIED BY THE CONTRACTOR Contractor shall obtain, transport to the subject sites, and install the following native plant material. Substitutions are not accepted unless previously approved by the Land Steward. Field grown may be substituted for minimum pot size if plant meets minimum height requirement. Site 1: RE# 00110650-000000; 31685 Warner St, Big Pine Ke Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Bay cedar Suriana maritima 7 gal 3ft 6 Blolly Gua ira discolor 15 gal Eft 3 Green buttonwood Concarpus erectus 7 gal (4ft), 15 Bushy growth Gulf cord grass S artina s artinae 1 gal lft bunch 30 Sabal palm Sabal almetto 5ft clear trunk 2 Sea grape Coccoloba uvi era 7 al 4ft 9 Wild dilly Manilkara 7 gal (3ft) 2 .aimi ui emar inata Total 66 Site 2: RE# 00110810-000000; 31543 Warner St, Big Pine Ke Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Bay cedar Suriana maritima 7 gal 3ft 15 Blackbead Pithecellobium ke ense 7 al 3ft 15 Blolly Gua ira discolor 15 gal Eft 5 Green buttonwood Concarpus erectus 7 gal (4ft), 30 bushy growth Green buttonwood Concarpus erectus 3 gal (2ft) 30 bushy growth Gulf cord grass S artina s artinae 1 gal lft bunch 30 Gumbo Limbo Bursera simaruba 7 gal Eft 8 Jamaican caper Quadrella c no hallo hora 3 gal 3ft 13 Joewood Jac uinia ke ensis 3 gal 2ft 5 Limber caper C no halla exuosa 3 gal 2ft 15 Sabal palm Sabal almetto 5ft clear trunk 4 Sea grape Coccoloba uvi era 7 gal 4ft 25 Seven-year apple Casasia clusii olia 7 gal 3ft 4 Wild dilly Manilkara 7 gal (3ft) 6 Jaimi ui emar inata Total 205 20 3770 Site 3: RE# 00110810-000200; 31551 Warner St Big Pine Ke Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Bay cedar Suriana maritima 7 gal 3ft 9 Green buttonwood Concar us erectus 7 gal 4ft 15 Gulf cord grass S artina s artinae 1 gal lft clump) 15 Sea grape Coccoloba uvi era 7 gal 4ft 8 Wild dilly Manilkara 7 gal (3ft) 2 jaimi ui emar inata Total 49 Site 4: RE# 00305940-000000; 31324 Avenue G, Big Pine Ke Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Blackbead Pithecellobium ke ense 7 gal 3ft 8 Blolly Gua ira discolor 15 gal Eft 4 Fiddlewood Citharex lum s inosum 15 gal 5ft 1 Green buttonwood Conocar us erectus 7 gal 4ft 6 Gumbo limbo Bursera simaruba 15 gal 8ft 4 Limber caper C no halla exuosa 3 gal 2ft 10 Pigeon plum Coccoloba diversi olia 15 gal 8ft 4 Sea grape Coccoloba uvi era 7 gal 4ft 2 Silver sea oxeye daisy Borrichia frutescens 1 gal (lft- 10 multistem Spanish stopper Eu enia oetida 7 gal 3ft 8 Wild lime Zanthox lum a ara 7 gal 3ft 2 Total 60 Site 5: RE# 00303680-000000: 31014 Avenue E, Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Blackbead Pithecellobium ke ense 7 gal 3ft 8 Blolly Gua ira discolor 15 gal Eft 2 Fiddlewood Citharex lum s inosum 7 gal 3ft 2 Green buttonwood Conocar us erectus 7 gal 4ft 2 Gumbo limbo Bursera simaruba 15 gal Eft 4 Pigeon plum Coccoloba diversi olia 15 gal Eft 4 Sea ra e Coccoloba uvi era 7 gal 4ft 2 Smooth Stron back Bourreria succulenta I 7 al 4ft 3 2� 3771 Spanish stopper Eu enia oetida 7 gal 3ft 5 Wild lime Zanthox lum a ara 7 gal 3ft 2 Willow Bustic Siderox lon salici olium 15 gal 8ft 1 Total 35 Site 6: RE# 00302930-000000; 31365 Avenue C, Big Pine Ke Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Blackbead Pithecellobium ke ense 7 gal 3ft 3 Gumbo limbo Bursera simaruba 15 gal Eft 2 Jamaica caper Quadrella c no hallo hora 3 al aft 4 Pigeon plum Coccoloba diversi olia 15 gal Eft 3 Spanish stopper Eu enia oetida 7 gal 3ft 5 White stopper Eugenia axillaris 7 gal 3 ft 5 Total 22 Site 7: RE# 00256790-000000; 148 Palmetto Ave, Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Blackbead Pithecellobium ke ense 7 gal 3ft 5 Gumbo limbo Bursera simaruba 15 al Eft 4 Jamaica caper Quadrella c no hallo hora 3 al aft 6 Keys thatch palm Thrinax morrisu 3 gal (2 ft 3 Locustberry B rsonima lucida 7 gal 2ft 2 Long stalked stopper Mosiera lon i es 3 gal 1 ft 3 Pigeon plum Coccoloba diversi olia 15 gal Eft 4 Shortleaf Fig Ficus citri olia 7 gal 6 ft 1 Wild dilly Manilkara 7 gal (3ft) 1 jaimi ui emar inata Total 29 Site 8: RE# 00108480-000000; No Name Key Pt Lot 1 Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Blackbead Pithecellobium ke ense 7 gal 3ft 15 Blolly Gua ira discolor 15 gal Eft 15 Christmas berry L cium carolinianum 1 gal lft 8 Green buttonwood Conocar us erectus 7 gal 4ft 15 Gulf cord grass S artina s artinae 1 gal lft bunch 20 Gumbo limbo Bursera simaruba 15 gal 8ft 8 Jamaican caper I Quadrella c no hallo hora 7 gal 3ft 6 Joewood Jac uinia ke ensis 3 gal 2ft 8 22 3772 Locust berry B rsonima lucida 7 gal 2ft 6 Pigeon plum Coccoloba diversi olia 15 gal 8ft 4 Sea grape Coccoloba uvi era 7 gal 4ft 10 Strangler fig Ficus aurea 15 gal 8ft 2 Wild dilly Manilkara 7 gal (3ft) 6 Jaimi ui emar inata Total 123 Site 9: RE# 00113150-000000; 1561 State Rd 4A, Little Torch Key Common Name Scientific Name Size& approximate Total min height Quantity Blackbead Pithecellobium ke ense 3 gal 3ft 8 Blolly Gua ira discolor 15 gal Eft 8 Jamaican caper Quadrella c no hallo hora 3 gal 3ft 8 Sea grape Coccoloba uvi era 7 gal 4ft 8 Seven-year apple Casasia clusii olia 7 gal 3ft 2 Spanish stopper Eu enia oetida 7 gal 3ft 12 Strangler fig Ficus aurea 15 gal 8ft 1 Wild lime Zanthox lum a ara 7 gal 3ft 2 Wild dilly Manilkara 7 gal (3ft) 2 Jaimi ui emar inata Total 51 GENERAL SPECIFICATIONS FOR BOTH PART 1 &PART 2: Work must be performed during normal work hours (between 7:30 am and 5:30 pm), Monday through Friday. No work may occur during weekends or on holidays observed by Monroe County (except for watering which may occur anytime during daylight hours). Contractor must not disturb existing native vegetation on the sites. Any ruts created by Contractor's equipment must be smoothed and graded at end of project. The sites must be left clean and in good condition. No heavy equipment or mulch is allowed in wetlands. The Contractor will provide all necessary equipment to complete the project including (but not limited to)backhoes, augers, bucket trucks, hand tools, chainsaws, chippers (not required), vehicles, sprayers, garbage bags and personal protective equipment. The Contractor will also provide all materials for herbicide treatment(including herbicide and adjuvants) and will strictly adhere to all herbicide label requirements. On-site crew supervisors must be bilingual if their crew includes non-English speakers. Contractors entering the Keys from areas outside of Monroe County (Keys) must adhere to the following equipment decontamination protocol: • Mandatory decontamination protocols must be followed for vehicles and equipment prior to entering Keys from areas outside of the County (Keys). 2:3 3773 • If decontamination is required by the County then the contractor must utilize a designated decontamination site within Monroe County. The County shall supply the contractor with a list of designated decontamination sites if necessary. Decontamination protocols: • All equipment including but not limited to vehicles, trailer, ATV's, and chippers must be cleaned with a pressure washer(at a County approved facility). Decontamination protocols include spraying down all equipment surfaces including the undercarriage and tires to ensure that mud, vegetative debris and other debris is not transported from the previous treatment site. Special attention will be paid to equipment that has worked at sites where Lygodium, Cogon grass and other exotics specific to the mainland were treated to prevent the spread of these species into Monroe County. • Equipment such as chain saws, toppers, etc. used for cut stump treatment must be wiped down and cleaned so that they are free of debris. Prior to the commencement of the project, the contractor and the County Land Steward shall discuss the necessity for a decontamination plan. If the County requires a plan, then the contractor shall submit a brief decontamination plan in writing, to the County for approval. The decontamination plan shall identify specific decontamination procedures and decontamination sites. Decontamination protocols may vary depending upon the nature of the treatment site, type of treatment conducted at the site, and the exotic species that were treated. In order to take advantage of seasonal rains, the planting portion of the project should be completed by October 31, 2025. 24 3774 SITE SPECIFIC LOCATION MAPS Subject parcels outlined in blue Site I - RE# 00110650-000000; 31685 Warner St Bi Pine Key r � nr �jlf iry � i �l %i9rh NIJJ/���/��� r � ��p�� y�N / i'y�jf W, �✓�,A" �7rn loom i I l i ,ii FYI r; P'lll IV��I(va' V Ili r /r r ''fit✓l ' �r � �f�%/ //f�l �/��/i/ iH %,. u l i Sites 2 & 3: Site 2 = RE 4 00110810-000000; Site 3 =RE 4 00110810-000200; 31543 & 31551 Warner St, Big Pine Key N , y., " rr Y n 2.5 3775 Site 4: RE# 00305940-000000; 31324 Avenue G, Big Pine Key p i( / G r u 7I Site 5: RE# 00303680-000000: 31014 Avenue E, Big Pine Key .a r' (f � i I i I r / y � 26 3776 Site 6: RE# 00302930-000000; 31365 Avenue C, Big Pine Key �j r u N' v t I i r, �1 Site 7: RE 4 00256790-000000; 148 Palmetto Ave, Big Pine Key t 11,E �I r i i i 27 3777 Site 8: RE# 00108480-000000; No Name Key Pt Lot 1 (planting area marked by red"X") r e �l .f IJJ�r ✓/���� f f / Y ri 1 �V Site 9: RE# 00113150-000000; 1561 State Rd 4A, Little Torch Key r I ryry '; 1 r j f If r p y � 7 28 3778 INSURANCE CHECKLIST FOR NATIVE HABITAT RESTORATION PROJECT ON MONROE COUNTY CONSERVATION LANDS WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY 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: $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease,policy limits $100,000 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. 29 3779 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 may be reported should extend for a minimum of twelve (12)months following the acceptance of work by the County. The Monroe County Board of County Commissioners and the Monroe County Comprehensive Plan Land Authority will be named as Additional Insured on all policies issued to satisfy the above requirements. 30 3780 VEHICLE 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 and the Monroe County Comprehensive Plan Land Authority will be named as Additional Insured on all policies issued to satisfy the above requirements. 3a 3781 N 00 AC40R& CERTIFICATE OF LIABILITY DATE tMMtDa V) M 06/23/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE ES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE ES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS),AUTHORIZED REPRESENTATIVEOR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the Certificate holder Is an ADDITIONAL INSURED, the p Wies) muEd have ADDITIONAL INSURED provisions endorsed. If SUBROGATION IS WANED, subject to the terms d conditions of the policy, certain policies y require an endarsement. A staternent on this certificate does not confer rights to the certificate holder in lieu of such e rsem (s). PRODUCER NAME: CLIENT CONTACT CENTER FEDERATED MUTUAL INSURANCE COMPANY --- __ HOME OFFICE:P.O.BOX 328 IAAC,wa,ExaY 888-333-44949 UWC,Not:507-446-4664 ATONNA,MN 55060 ADD CLIENTCONTACTCENTER@FEDINS.COM INSURERS AFFORDING COVERAGE NAIC R INSURER A:FEDERATED MUTUAL INSURANCE COMPANY 13935 INSURED INSURER B: CONCH TREE&LANDSCAPE PROFESSIONALS,INC. INSURER C: 209 N AIRPORT RD TAVERNIER,FL 370-2413 INSURER 0: INSURER E: INSURER F. COVE II CERTIFICATE NUMBER:6 REVISION NUMBER:0 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN 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 HEREON IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, ......_........................._... .... ._......_._._ .........�_ ..............._....... _..........._._.................................................................. i�S� �m TYPE OF INSURANCE ORL sUBR POLICY NUMBER rOrMyEFF Y PoP1 0�(Y YY LINI X II COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $1,000, 0 I"—'CLA MS•MADE I.....XI OCCUR EWED PREMISES .... .._....$100,�J0 F n xu re ex MED EXP(Any ono person) EXCLUDED A Y N 1925636 04/01/2025 04/01/2026 �. PERS0N6A.a ADV INJURY $1 000 ..GsN'L A�OREGATE E Mff APPLIES PER. GENERAL.AOGREOArE $2L@gC 0.. _ X POLICY F... —T ......-�LOC PRODUCTS S COMPIOP ACC $2,000,000 OTHER AUTOMOWLE LIABILITY COMBINED SINGLE llMlr $1,000,000 (Ea aaadcnl - _. X ARIYAU"Tt7 ....... BODILY INJURY tPer Person) ._....._ ....... .................................................. A Ell NEE AUTOS ONLY AUatr +a.Llr Y I N 192563t3 04f01/2025 04l0112026 BODILY INJURY(Par Ac evdemI �..-... NONI- WNEL4 PROPERTY DAMAaE „AUTC i ONV Y 1 I L➢MBRF..4.1..A LIPS OCCUR r ' EACH OCCURRENCE EX(TF SS I.IAS CLAIMS MAX. AOOREOATE ..... ..... .. _.._ ...... a OF Ck I2E fP-NT'VC,P, WORKERS COMPENSATION THER AND EMPLOYERS'LIABILITY Y ........ ... .,...,._._. _.....__.._.� ANY PROPRIETORIPA.RTNERI EXECUTIVE E.L EACH ACCIDENT OFFICERIMEMBEREXCLUDED? NIA! ...... """'�'" I(Mandatory InwHi E.L DISEASE EA EMPLOYEE 4 yes,deesribe ender ....._ _._.,...,. ._._......... (DESCRIPTION OF OPERATIONS oalaW '.. E.L DISEASE POLICY LIMIT --7 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD HOT,Additional Remarks Schedule,may I.aSRshad If mars unCe is required) SEE ATTACHED PAGE CERTIFICATE HOLDER CANCELLATION MONROE COUNTY BOARD OF COUNTY COMMISSIONERS 60 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED 500 WHITEHEAD ST KEY WEST,FL 33040-6351 BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE VATH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE 9)1 5 ACORD CORPORATION. rights reserved. ACORD 25(2016 ) The ACORD name d logo are registered marks of ACORD AGENCY CUSTOMER ID: ACCAREF Loc#: ADDITIONAL REMARKS SCHEDULE Page 1 Of 1 AGENCY NAMEDINSURED FEDERATED MUTUAL INSURANCE COMPANY CONCH TREE&LANDSCAPE PROFESSIONALS,INC. 209 N AIRPORT RD POLICY NUMBER TAVERNIER,FL 33070-2413 SEE CERTIFICATE#6.0 CARRIER NAIL CODE EFFECTIVE GATE!SEE CERTIFICATE#6.0 SEE CERTIFICATE#6.0 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: CE IFICATE OF LIABILITY INS...URANCE ADDITIONAL NAMED INSUREDS INCLUDE CONCH LAWN PROFESSIONALS. INC THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU ENDORSEMENT FOR GENERAL LIABILITY. THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSWE0 BY CONTRACT ENDORSEMENT FOR BUSINESS AUTO LIABILITY. ACORD 101(20001011) 0 2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD 4 00 (A) Iq 00 I- CV) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. WHO IS AN INSURED for"bodily injury" and "property damage" liability is amended to include: Any person or organization other than a joint venture, for which you have agreed by written contract to procure bodily injury or property damage "auto" liability insurance arising out of operation of a covered "auto"with your permission. However,this additional insurance does not apply to: (1) The owner or anyone else from whom you hire or borrow a covered "auto". This exception does not apply if the covered "auto" is a "trailer" connected to a covered "auto"you own. (2) Your "employee" if the covered "auto" is owned by that "employee" or a member of his or her household. (3) Someone using a covered "auto" while he or she is working in a business of selling, servicing, repairing, parking or storing "autos" unless that business is yours. (4) Anyone other than your "employees", partners (if you are a partnership), members (if you are a limited liability company), or a lessee or borrower or any of their "employees", while moving property to or from a covered "auto". (5) A partner (if you are a partnership), or a member (if you are a limited liability company) for a covered "auto"owned by him or her or a member of his or her household. B. The coverage extended to any additional insured by this endorsement is limited to, and subject to all terms, conditions, and exclusions of the Coverage Part to which this endorsement is attached. In addition, coverage shall not exceed the terms and conditions that are required by the terms of the written agreement to add any insured, or to procure insurance. C. The limits of insurance applicable to such insurance shall be the lesser of the limits required by the agreement between the parties, or the limits provided by this policy. D. Additional exclusions. The insurance afforded to any person or organization as an insured under this endorsement does not apply: 1. To "loss"which occurs prior to the date of your contract with such person or organization; 2. To "loss" arising out of the sole negligence of any person or organization that would not be an insured except for this endorsement. 3. To "loss" for any leased or rented "auto" when the lessor or his or her agent takes possession of the leased or rented "auto"or the policy period ends, whichever occurs first. Includes copyrighted material of Insurance Services Office, Inc. with its permission. CA-F-127 (03-03) Policy Number: 1925636 Transaction Effective Date: 04/01/2025 COMMERCIAL GENERAL LIABILITY CG 20 33 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 11 - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or additional insureds, the following additional organization for whom you are performing exclusions apply: operations when you and such person or This insurance does not apply to: organization have agreed in writing in a contract 1. "Bodily injury", "property damage" or or agreement that such person or organization be "personal and advertising injury" arising out of added as an additional insured on your policy. the rendering of, or the failure to render, any Such person or organization is an additional professional architectural, engineering or insured only with respect to liability for "bodily injury", "property damage" or "personal and surveying services, including: advertising injury"caused, in whole or in part, by: a. The preparing, approving, or failing to 1. Your acts or omissions; or prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, 2. The acts or omissions of those acting on your change orders or drawings and behalf; specifications; or in the performance of your ongoing operations for b. Supervisory, the additional insured. P ry, inspection, architectural or engineering activities. However, the insurance afforded to such This exclusion applies even if the claims additional insured: against any insured allege negligence or other 1. Only applies to the extent permitted by law; wrongdoing in the supervision, hiring, and employment, training or monitoring of others 2. Will not be broader than that which you are by that insured, if the "occurrence" which required by the contract or agreement to caused the "bodily injury" or "property provide for such additional insured. damage", or the offense which caused the A person's or organization's status as an "Personal and advertising injury", involved the additional insured under this endorsement ends rendering of or the failure to render any when your operations for that additional insured professional architectural, engineering or are completed. surveying services. O Insurance Services Office, Inc., 2018 Page 1 of 2 w CG 20 33 12 19 Policy Number: 1925636 Transaction Effective Date: 04/01/2025 4 00 u, - ~ 00 2. "Bodily injury" or "property damage" C. With respect to the insurance afforded to these occurring after: additional insureds, the following is added to a. All work, including materials, parts U|� - UmmNs0fUnsummn�� � or equipment furnished in connection with The most we will pay on behalf mfthe additional such work. on the project (other than insured is the amount mfinsurance: service, maintenance or repairs) to be 1. Required by the contract or agreement you performed by or on behalf ofthe additional have entered into with the additional insuned� insured(s) at the location of the covered or operations has been completed; or 2. Available under the applicable limits of b. That portion of "your work" out of which insurance; the injury or damage arises has been put whichever is |ems to its intended use by any person or � organization other than another contractor This endorsement shall not increase the or subcontractor engaged in performing applicable limits mfinsurance. operations for a principal as a pert of the same project. Page 2mf 2 (g Insurance Services Office, |no.. 2O1Q CG 20 33 12 19 Policy Number: 1925036 Transaction Effective Date: U4/01/2025 ti 00 DATE:e' DDrYYYY) I`ACC>RH CERTIFICATE OF LIABIUTY INSURANCE0 12025 M THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE ES NOT AFFIRMATIVELY OR NEOATIVELY AMEND, TEND OR ALTER THE CO OE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy les3 must have ADDITIONAL INSURED r slo a orsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may rewire an endorsernent. A staternent on this certificate does not confer rights to the certificate holder in lieu of such e rsearl (s). PRODUCER NaME: CLIENT CONTACT CENTER FEDERATED MUTUAL INSURANCE COMPANY PHONE 7W HOME OFFICE:P.O.BOX 328 (A/C,No,Exu: a-333-4949 (A/C,Nod:507-44 ATONNA,MN 55060 ADDRESS:CLIENTCONTACTCENTERFEDINS. M _ INSURERS AFFORDING COVERAGE NAIC# INSURER A:FEDERATED MUTUAL INSURANCE COMPANY 13935 INSURED INSURER,B: CONCH TREE&LANDSCAPE PROFESSIONALS,INC 209 N AIRPORT RD INSURER c TA VERNIER,FL 3070-2413 INSURER D: INSURER E; INSURER Fs �. COVERAGES CERTIFICATE NU BEW S REVISION NUMBER:O 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. KNRf..A TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP UNITS INSR WVD MMiDDNYYY M DD/YYYY ERCIAL OENERA.UAMUTY EACH OCCURRENCE $1,000,000 AlSMOCCUR GE Ta ENTED PRERISES $100,000 Ea acsurren� RED ESP IAroy mne Parscn) EXCLUDED Y N 1925636 04/01/2025 04/0112026 PERSONAL&ADVINJURY $1,000�0 REGATE fS PER: GENERA.AGGREGATE $2 000 000 POLICY �.�.�.�.�.I LOC PRODUCTS&COMPIOP AGO $2,000,0 00 adE :ILE LIILITY COMBINED SINGLE LIMIT $1,000,000 IEa accidenQTO BODILY INJURY[Par Pa i D AUTOS ONLY SCHEUU.I U N N 1925636 0410112025 04/01/2026 BODILY INJURY lPer Accident) AUTOS NON-OWNEDPROPERTY® a0E AU70S gNLY AUTOS ONLY PerAecidLLA UAB OCCUR EACH OCCURRENCE EXCESS LIAR C'....AIMS-MADE AOGREGATE DED RETENTICIV ..HER,'COMPENSATION PER STATUTE THE. AND EMPLOYERS'LIABILITY YIN ANY PROPRIETORBPARTNERI EXECUTIVE E.L EACH ACCIDENT OMCER)MEMBER EXCLUDED? NIA iNaa.A.Wrr En NN) E.L DISEASE fA EMPLOYEE If yes,do&cHbo under DESCRIPTION OF OPERATIONS below E.L DISEASE POLICY LIWT DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IACORD 40a.Addiflonad Remarks Schedule,may be atlacIad It more space IS required) ADDITIONAL NAMED INSUREDS INCLUDE CONCH LAWN PROFESSIONALS, INIC THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE COMITIONS OF THE ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU ENDORSEMENT FOR GENERAL LIABILITY. CERTIFICATE HOLDER CANCELLATION MONROE COUNTY COMPREHENSIVE PLAN AUTHORITY 80 SHOULD Y OF THE ABOVE DESCRIBED POLICIES BE CANCELLED 1200 TRUMAN AVE STE 207 KEY WEST,FL 33040-7270 BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE) Q igffi-2015 ACORD CORPORATION.All rights reserved. ACORD 25(20/5 ) The ACORD rarme and logos are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 20 33 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 11 - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or additional insureds, the following additional organization for whom you are performing exclusions apply: operations when you and such person or This insurance does not apply to: organization have agreed in writing in a contract 1. "Bodilyin'u " or agreement that such person or organization be 1 ry property damage or added as an additional insured on your policy. "personal and advertising injury" arising out of Such person or organization is an additional the rendering of, or the failure to render, any insured only with respect to liability for "bodily professional architectural, engineering or injury", "property damage" or "personal and surveying services, including: advertising injury"caused, in whole or in part, by: a. The preparing, approving, or failing to 1. Your acts or omissions; or prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, 2. The acts or omissions of those acting on your change orders or drawings and behalf; specifications; or in the performance of your ongoing operations for b. Supervisory, the additional insured. p ry, inspection, architectural or engineering activities. However, the insurance afforded to such This exclusion applies even if the claims additional insured: against any insured allege negligence or other 1. Only applies to the extent permitted by law; wrongdoing in the supervision, hiring, and employment, training or monitoring of others 2. Will not be broader than that which you are by that insured, if the "occurrence" which required by the contract or agreement to caused the "bodily injury" or "property provide for such additional insured. damage", or the offense which caused the A person's or organization's status as an "personal and advertising injury", involved the additional insured under this endorsement ends rendering of or the failure to render any when your operations for that additional insured professional architectural, engineering or are completed. surveying services. © Insurance Services Office, Inc., 2018 Page 1 of 2 w CG 20 33 12 19 Policy Number: 1925636 Transaction Effective Date: 04/01/2025 4 00 00 00 2. "Bodily injury" or "property damage" C. With respect 0othe insurance afforded tmthese occurring after- additional inourede, the following is added to a. All work, including materials, parts or ��c��� U8� - LUmits0f|nsmoanc*^ equipment furnished in connection with The most we will pay on behalf mfthe additional such work, on the project (other than insured is the amount mfinsurance: service, maintenance or repairs) to be 1. Required by the contract or agreement you performed bymron behalf mf the additional have entered into with the additional insured; insured(s) at the location of the covered or operations has been completed; or 2. Available under the applicable limits of b. That portion of "your work" out of which insurance; the injury or damage arises has been put whichever is |aem io its intended use by any person or � organization other than another contractor This endorsement shall not increase the or subcontractor engaged in performing applicable limits ofinsurance. operations for a principal as a part of the same project. Page 2 of 2 Q Insurance Services Office. Inc., 2018 CG 2033 12 19 Policy Number: 1925836 Transaction Effective Date: O4/O1/2D25 0 ti CV)gg B DATE( WDDf ) F LIABILITY INSURANCE 08/25/2025 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. IS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING I SURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER, IMPORTANT:If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or 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 CONTACT NAME: FrankCrum Certificate Department PHONE: (727)799-1229 FAX: E-MAIL ADDRESS: FrankCrum Insurance Agency,Inc. INSURERS(S)AFFORDING COVERAGE NAIC# 100 South Missouri Avenue Clearwater,FL 33756 INSURER A: Frank Winston Crum Insurance Company 11600 INSURED INSURER B: INSURER C: INSURER D: FrankCrum UCfF Conch Tree&Landscape Professionals,Inc. INSURER E: 100 South Missouri Avenue Clearwater,FL 33756 INSURER F: COVERAGES CERTIFICATE NUMBER: 1425287 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 SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSRD D (MMIDD/YYYY) (MMIDD/YYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURENCE I$ CLAIMSMADE OCCUR ( .p..a..................a DAMAGE TO RENTED PREMISES Ea $ oocurence} MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PROJECT LOC PRODUCT&COMPIOP AGO $ OTHER $ AUTOMOBILE LIABILITY COMBINED SINGLE UNIT(Ea accident) $ ANY AUTO BODILY INJURY(Per person) $ OWNED AUTOS SCHEDULED BODILY INJURY(Per accident) $ ONLY AUTOS HIRED AUTOS NON•OWNED PROPERTY DAMAGE(Per accident) $ ONLY AUTOS ONLY $ UMBRELLA LIAE OCCUR EACH OCCURENCE $ EXCESS LIAR CLAIMS MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION AND EMPLOYERS'LIABIUTY YIN X PER STATUE OTHER ANY PROPRIETORIPARTNERfExECUTIVE OFFICERfMEMBER EXCLUDED? E.L.EACH ACCIDENT $1,000,000 A NIA WC202500000 01r01r2025 01r01t2026 (Mandatory in NMI E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,d—die undr,DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $11000,000 DESCRIPTION OF OPERATIONS I LOCATIONS f VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Effective 07/12/2017,coverage is for 100%of the employees of FrankCrum leased to Conch Tree&Landscape Professionals,Inc.(Client)for whom the client is reporting hours to FrankCrum.Coverage is not extended to statutory employees. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Monroe County BOCC 100 Simonton street Key West,FL 33040- ®1988-2016 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD ti CV) BID PROPOSAL FORM TO: MONROE COUNTY BOARD OF COUNTY COMMISSIONERS C/O PURCHASING DEPARTMENT PROPOSAL FROM: OMB-B]IDS@monroecounty-fl.gov The undersigned, having carefully examined the work, specifications, proposal, and addenda thereto and other Contract Documents for the services of. NATIVE RESTORATION PROJECT ON COUNTY CONSERVATION LANDS And having become familiar with all local conditions including labor affecting the cost thereof, and having familiarized himself with Federal, State, and Local laws, ordinances, rules and regulations affecting performance of the work,does hereby propose to perform a native restoration project on Monroe County Conservation Lands, including obtaining all plant materials and all incidentals necessary to perform and complete said work in a workman-like manner, in conformance with specifications, and other contract documents including addenda issued thereto. BID PRICE FOR PART 1 (Invasive Exotic Removal): $ if BID PRICE FOR PART 2(Native Planting): BID PRICE FOR PART 3(Watering): TOTAL BID PRICE(PART 1 +PART 2+PART 3): 1 acknowledge receipt of Addenda No.(s) (Check mark(4)items below,as a reminder that they are included.) I have included the Bid Proposal which entails: • Affidavit Attesting to Noncoereive Conduct • Non-Collusion Affidavit • Sworn Statement Under Ord.No 10-1990—Ethics Clause • Drug Free Workplace Form • Public Entity Crime Statement • Vendor Certification regarding Scrutinized Companies List • Foreign Entities Affidavit • Insurance Requirements • Local Preference Form(if applicable) In addition,I have included a curTent copy of; County Occupational License Insurance Agents Statement and all requirements as stated in Section One of the P. Print Name: l- '- 3 VA" — VV Title: Mailing Address:J-061 1)'�J 6P-L> Telephone: 52,2, (P Date: Signed: Witness: (Seal) 60 C14 ti CV) LOCAL PREFERENCE FORM A.Vendors claiming a local preference according to Ordinance 023-2009,as amended by Ordinance No. 004- 2015 and 025-2015,must complete this form. .7 9-10-2s- Name of Bidder/Responder me_ Date: 1.Does the vendor have a validreceipt for the business tax paid to the Monroe County Tax Collector dated at least one(1)year prior to the notice of request for proposals? "�G (Please furnish copy.) 2.Does the vendor have a physical business address located within Monroe County from which the vendor operates or performs business on a day-to-day basis that is a substantial component of the goods or services being offered to Monroe County? YjEL�5_ (The physical business address must be registered as its principal place of business with the Florida Department of State for at least one year prior to the notice of request for proposals.) List Address: 2-0 1 L PLC r. Telephone Number: B.Does the vendor/prime contractor intend to subcontract 50%or more of the goods,services,or construction to local businesses meeting the criteria above as to licensing and location? If yes,please provide: 1.Copy of Receipt of the business tax paid to the Monroe County Tax Collector by the subcontractor dated at least one(1)year prior to the notice or request for proposals. 2. Subcontractor's physical business address within Monroe County from which the subcontractor operates- (The physical business address must be registered as its principal place of business with the Florida Department of State for at least one(1) year prior to the notice of request for bids or proposals) Tel.Number Address Print Name: Signature and Title of Authorized Signatory for Bidder/Responder STATE OF COUNTY OF The foregoing instrument was sworn to or affirmed)an subscribed before me by means 4 ysical presence or online notarization this day of ........ �p 20!;6,by S i:;;a r No ;�Public-State of Florida UT ................. I&As...................... R-ame of TMtary—_ Personally Known My commission expires: OR Produced Identification Type of Identification Produced Notary Public State of Florida Eric Parker My Commission H 515403 11 Expires 41141 28 62 NO.M AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT __ FOR LABQR OR SERVICES Entity/Vendor Name: Con e N 19976 F L,ra ti o sr-"c fmf s(emjs < Vendor FEIN: 9-to`©2 517-Y(L rT —� It Vendor's Authorized Representative: =M ft-R-T 1 Ai 5 t-t R M L VQ L z.A ni Q Pre,%sd WV� tle Address: .?O cl M Al P P 0 k_'T #.a . (Name and Ti ) City: -1 Mv�f-P n,.,t f State: FL Zip: 33070 Phone Number: _'9()5-- 5 I-Z &q 2-4, Email Address: C6r)c.h hN_11 S©UA As a nongovernmental entity executing,renewing,or extending a contract with a government entity, Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor does not use coercion for labor or services in accordance with Section 787.06,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 Vendor,I certify under penalties of perjury that Vendor does not use coercion for labor or services in accordance with Section 787.06.Additionally,Vendor has reviewed Section 787.06,Florida Statutes,and agrees/to abide by same. Certified By: /�j m e (4 V C/I'a R d who is authorized to sign on behalf of the above r ferenced company. Authorized Signature: . Print Name: �ry- ('. oJI& Title: V, (P 61 W W W ti CV) NON-COLLUSION AFFIDAVIT 1, Mit m4 S 4t4e of the city of 'T -g;&& gT ff L 8 vc according to law on my oath, and under penalty of perjury, depose and say that: 1. I am -4 1,,e- C)ui n-e-r axj, e fir` �4- of the firm of C. the rrdient mitykding,\the Proposall far the project ddescrtbediMn the Notice farT V Calling for bids for: and that I executed the said proposal with full authority to do so: the prices in this 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 respondent 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 respondent and will not knowingly be disclosed by the respondent or to bid opening, directly or indirectly, to any other respondent or to any competitor;and no attempt has been made or will be made b the respondent to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; 5. the statements contained in this affidavit are true and correct and made with ftill knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. (Signature of Respondent) (Date) STATE OF: COUNTY OF: PERSONALLY APPEARED BEFORE ME,the undersigned authority, 0 who, after first being sworn by me, (name of dual signing) affixed his/her signature in the space provided above on this day of Notary Public State of Florida NOTARY BL i Eric Parker My Commission MH 515403 My Commission Expires: lurk, 0 Expires 4/14/2028 63 SWORN STATEMENT UNDER ORDINANCE NO.010-1990 MONROE COUNTY,FLORIDA ETHICS CLAUSE (Company) "...warrants that he/it has not employed, retained or otherwise had act on his/her behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission,percentage, gift, or consideration paid to the former County officer or employee." (Signature) Date: L©25"r 01 STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of Vphysical presence or ❑ online notarization, on y ✓` G (date) by AftO f VG 1 f (name of affiant). He/She is personally known to me or has produced (type of identification)as identification. NOTARY I' L My Commission Expires: Notary Publi:411':4/2:028 rida Brie My GOmml103 Expires 64 W 4 W cn cfl ti DRUG-FREE WORKPLACE FORM In accordance with the Florida Statutes, Section 287.087, preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids or replies that are equal with respect to price,quality and service are received by the State or by any political subdivision for the procurement of commodities or contractual services,a bid,or reply received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing the bids will be followed if none of the tied vendors have a drug-free workplace program The un ersigned vendor in accordance with Florida Statute 287.087 hereby certifie that: (Name of Business) 1.Publish a statement notifying employees that the unlawful manufacture,distribution,dispensing,possession,or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace,the business's policy of maintaining a drug-free workplace,any available drug counseling,rehabilitation,and employee assistance program, and the penalties that may be imposed upon employees for drug abuse violations, 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection(1). 4. In the statement specified in subsection(1),notify the employees that,as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of,or plea of guilty or nolo contendere to,any violation of Chapter 893(Florida Statutes)or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5)days after such conviction. 5. Impose a sanction on,or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community,or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement,I certify that this firrn complies fully with the above requirements. STATE OF ........... ------�(S�ignatwe of Resporld­ent) COUNTY OF C - 00 ZS Date PERSONALLY APPEARED BEFORE ME,the undersigned authority, 2 who,after first being sworn by me, (name of individual signing)affixed his/her signature in the space provided above on this day Of_A! ———'"- MY Commission expires: 61ARY UBL C N*tary Public State of Florida Eric Parker 65 A M my commission KH 515403 =on I%A Expires 41141202 I A ti ti CV) PUBLIC ENTITY CRBIE STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity,may not submit a bid,proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work,may not submit bids,proposals, or replies on leases of real property to public entity, may not be awarded or perform work as a CONTRACTOR, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." I have read the above and state that neither 0—Ij (Respondent's name)nor any Affiliate has been placed on the convicted vendor list within the last 36 months. (Signature) Date: 8 2-5- STATEOF: COUNTY OF: AAA Subscribed and sworn to (or affirmed) before me, by means of Pi-gysical presence or 0 online notarization, on ... (date) by (name of affiant). He/She is R0229!y—kno� to me or has produced (type of identification)as identification. ........................NO LiC' PU ic .. My Commission Expires: Nalary Publi Sri of Florida my com r , MH 51$403 Expire 028 66 VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Project Description(s): ,g' tti /-/ 817'7 i aRit-5 -DtYz77C•N Poo j �� T r�rr / /un rc�e/foUA Respondent Vendor Name: Conc-h -(-p•tie.e- � �..,. pSC!-}tp t-'f�sl 11pt,��' •�t 1..2�L6�S, Vendor FEIN: (o-02.S 1 `R& 11 Vendor's Authorized Representative Name and Title: 11 P 1�'l�u�rt nl �b+lti ri t= `/DLL H-Ni,D Address: ! city:TA-v-rn�v r Stater FL zip: 3.3 Q'?b Phone Number: 3(j,S-- �3-2 2- &q Zii L Email Address: CO fl C Vendor has reviewed Section 287.135,Florida Statutes,and in accordance with such provision of Florida law,is eligible to bid on,submit a proposal for,or enter into or renew a contract with Monroe County for goods or services. 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 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 Petroleum Energy Sector 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 Respondent, I hereby certify that the company identified above in the Section entitled "Respondent Vendor Name" is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria. I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties,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 Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria. Certified By: .�.-r7 ,e. L - Yo j�� who is authorized to sign on behalf of the above referenced company. Authorized Signature. Print Name: Q2 Title: V.- Note:The List is available at the following Department of Management Services Site: http lwww.dms.m florida.comlbusiness o erations/sta prchasing/vendor information/convicted sus ended discrim inato complaints vendor lists 67 W 4 W 00 ti CV) FQMIGN ENTITIES AFFIDAVIT F.S.287.138 1, of the city of vw-r—�Mi, r` .according to law on my oath, and under penalty of perjury,depose and say that: a. I am OWA er and P o--,,,J-e-n 4- of the firm of C6 n cA *T-rte -'4'&nA CQDe PM�,V.16ACIJv Zy-("Entity"), the bidder making the Proposal for the project descri d in ed -the Request for Proposals for the e and that I executed the said proposal with full authority to do so; b. The Entity is not owned by the government of a foreign country of concern as defined in Section 287.138,Florida Statutes.(Source: §287.138(2)(a),Florida Statutes); c. The government of a foreign country of concern does not have a controlling interest in Entity. (Source: §287.138(2)(b),Florida Statutes); d. Entity is not owned or controlled by the government of a foreign country of concern, as defined in Section 692.201,Florida Statutes.(Source: §288.007(2),Florida Statutes); e. Entity is not a partnership, association, corporation, organization, or other combination of persons organized under the laws of or having its principal place of business in a foreign country of concern, as defined in Section 692.201, Florida Statutes, or a subsidiary of such entity.(Source: §288.007(2),Florida Statutes); f. Entity is not a foreign principal, as defined in Section 692.201, Florida Statutes. (Source: § 692.202(5)(a)(1),Florida Statutes); & Entity is in compliance with all applicable requirements of Sections 692.202, 692.203, and 692.204,Florida Statutes. h. 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. (Si gn4at) ate: STATE OF: D COUNTY OF: Subscribed and sworn to(or affirmed)before me,by means of hysical presence or 0 online notarizatio on (date) by A I (name of affiant). He/She is persQng!y known to me or has produced (type of identification)as identification. ..................... TA PUBLIC Notary Public state of Florida Eric Parker K4y Commission HH 60403 My Commission Expires: Ann= Expires 4114/2028 68 2025 / 2026 MONROE COUNTY BUSINESS TAX RECEIPT EXPIRES SEPTEMBER 30, 2026 Business Name: CONCH TREE&LANDSCAPE RECEIPT# 30140-98172 PROFESSIONALS INC Owner Name: MARTIN &AIMEE VOLLAND, MARTIN S Business Location: MO CTY Mailing Address:VOLLAND QUALIFIER KEY LARGO, FL 33037 209 N AIRPORT RD Business Phone: 305-451-1900 TAVERNIER, FL 33070 Business Type: CONTRACTOR(CONTRACTORS/LANDSCAPING) Employees I COMP CARD: SP 3836 Tax Amount Transfer Fee Sub-Total Penalty Prior Years Collection C ast Total Paid �0 0.00 0.00 0 20.00 0.00 20.0 .00 20.00 Paid WRB-24-00080484 07/07/202 5 20.00 THIS BECOMES A TAX RECEIPT Sam C. Steele, CFC, Tax C011eCtor WHEN VALIDATED PO Box 1129, Key West, FL 33041 THIS IS ONLY A TAX. YOU MUST MEET ALL COUNTY AND/OR MUNICIPALITY PLANNING, ZONING AND LICENSING REQUIREMENTS, MON ROE COUNTY BUSINESS TAX RECEIPT P.O. Box 1129, Key West, FL 33041-1129 EXPIRES SEPTEMBER 30, 2026 Business Name: CONCH TREE&LANDSCAPE RECEIPT# 30140-98172 PROFESSIONALS INC MO CTY Owner Name: MARTIN &AIMEE VOLLAND, MARTIN S Business Location: KEY LARGO, FL 33037 Mailing Address:VOLLAND QUALIFIER Business Phone: 305-451-1900 209 N AIRPORT RD Business Type: CONTRACTOR(CONTRACTORS/LANDSCAPING) TAVERNIER, FL 33070 Employees I COMP CARD: SP 3836 Tax Amount Transfer Fee Sub-Total Penalty Prior Years 20.00 0100 20 1 Paid WRB-24-00080484 07/07/2025 20.00 00 CD CD V- C) 00 M INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the respondent named below. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES 6 G�00�00 Liability policies are Occurrence 0 Claims Made Insurance Agency Signature RESPONDENTS STATEMENT I understand the insurance that will be mandatory if awarded the contract and will.comply in fun with all the requirements® " .Yr es t Signature 8118/25, 11:42AM Detail by Entity Name N C) 2iti.+, : i,i rfir, r,rx + 'a3ar, r.xse,'� 00 M F. yt g is ir6ii , ¢;at_mf 1 V"Yaw.,rua; %...K ... .rV�r�r Qi a� i S aclw C aara�: t u�9T Pay...;r &.y..Naime i Detail Entity Florida Profit Corporation CONCH TREE&LANDSCAPE PROFESSIC AL , INC. III Information Document Number P03000092175 FEIIEIN Number 25®0257867 FiledDate 03/21/203 Effective at 03/21/200 State FL Status CTIV Last Event AMENDMENT Event Date Filed05/28/200 Event Effective t rind al Address 09 N.Airport Rd Tavernier, FIL 33070 Changed:02/15/ 015 MallingA C BOX 372233 KEY LARGO, FL 33037 Changed:0 /24/2007 E-egLsiar-e-d-Age-n-t-N-a-m-e-&Add-ress CATARINEAU,JOE A 91750 OVERSEAS HWY TAVERNIER, FL 3070 Name Changed: 05/28/200 Address Changed: 05/ 8/2009 Officer/Director Detail Name s Title President tt s://search.sunbiz.org/Inquiry/ orporation earch/ earch esultDetail?inquirytype= ntityName direcfionType®Initial&search ame rder= N FIT... 1/3 8/18/25,11:42 AM Detail by Entity Name VOLLAND, MARTIN S 209 N.Airport Rd Tavernier, FL 33070 Title VP, Executive Secretary VOLLAND,AIMEE 209 N.Airport Rd Tavernier, FL 33070 Annual Reppft Report Year Filed Date 2023 02/07/2023 2024 03/04/2024 2025 02/12/2025 Document Images 92ti. /2Q25--ANNUALRFP0RJ View knage in PDF format 3104Q024 -ANINUAL RLEORT Mew image in IPDF format qRtQLtZQ23 -ANNUAL......REPORT Mew Irnage in INN"format .......— 9W.UG. .....mANNIAL!R-.FJ'—'Q_ffr Mew irnage in NAB..F format QZQ41L2.02L-_-ANhUA1 REPW View ifnage in IPDF fovrnat 01.512020--ANNQ6,LRi.L1QR U Mew image in IPDF format Q..3/1 9/2 0 1 9............A N N!M L R E P 0 ff­N" Mew image in PDF format Ll/,IQ12 A 114 N�U&.,2,C-LIORT View image ki VIDF Rmnat .92119120.2 ANN.UPILRE F-1 MOR11 View image in P1::)F format 0.11. 212010=ANN—V. Mew image in IPDF format 02115120,15--ANN A R I View image in PDF format I.................................................................................U L i5R�,�. W2012014—ANNUAL Rj,""PORT View image in PDF format 1=.......................... 0)2120.,.Q...:z.ANHU L R[,_2_0FCr View image in IPDF format 041O2/2 012--m—AN NUALREBORT Vew lirnage in IPDF format 0.21 =11 z.ANNV4N.L.R 1,12RITI View image in IPDF format O .Q j._Qj.R N NQA--�6, LILEr V mag'View� e in PIDF format ....Q F' View image in NOD F format 0210612009--ANNUAL RIEPOIRT View knage in IPDF format ........................................ Qa/1712 -IN_urn hgr ff Mew� wge in IPDF forrnat IQL_ 4_&S_ Rr Mew image In IPDF forrinat mgn LtpL !1110 2 0..=.ANNQALRi--".RQ_RF View image urn PIDF format 06126120(YI.-ANN..........................................................�IQAL�REPQ View image iiw PDF:format View image in PIDIF format ffjL24120 1_-AN Ni AL REPORT View image in IPDF format Q..4l.QZMQ§ -A1q(qUALIjLPQRT View image in IPICDE format View image in Pll:)i:::format 07/29/2004--ANNUAL REi,,oR'ir View image in PDF format ................................................................... 0812212003 -Dom stic Prnfit VWN image in PDF format ....................................................................Q.......................... 00 (D Ips://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=lnitial&searchNameOrder--CONCHT... 2/3 (A) REQUEST FOR PROPOSALS FOR Native Habitat Restoration Project ON MONROE COUNTY CONSERVATION LANDS LOCATED ON BIG PINE, NO NAME, AND LITTLE TORCH KEYS MONROE COUNTY, FLORIDA o O ti� Z � F E BOARD OF COUNTY COMMISSIONERS Mayor James K Scholl, District 3 Mayor Pro Tem Michelle Lincoln, District 2 Commissioner Craig Cates, District 1 Commissioner David Rice, District 4 Commissioner Holly Merrill Raschein, District 5 COUNTY ADMINISTRATOR CHRISTINE HURLEY LAND STEWARD BETH BERGH CLERK OF THE CIRCUIT COURT KEVIN MADOK JUNE 2025 3804 TABLE OF CONTENTS Page NOTICE 2 SECTION ONE 3 Instruction to Respondents SECTION TWO 20 Proposal Specifications SECTION THREE 33 Contract BID PROPOSAL/FORMS 60 3805 NOTICE OF REQUEST FOR COMPETITIVE SOLICITATIONS NOTICE IS HEREBY GIVEN that on Thursday, August 7, 2025, at 3:00 P.M., the Monroe County Purchasing Office will receive and open sealed responses for the following: Native Habitat Restoration Project on Monroe County Conservation Lands Pursuant to F.S. § 50.0211(3)(a), all published competitive solicitation notices can be viewed at: www.floridapublicnotices.com, a searchable Statewide repository for all published legal notices. Requirements for submission and the selection criteria may be requested from the County's electronic bidding platform at https://monroecoun1y- fl.bonfirehub.com OR www.monroecounty-fl.�zov/BonfireBids. The Public Record is available upon request. Monroe County Purchasing Department receives bids via the Bonfire electronic bidding platform. Please do not e in a i I, mail or attempt to deliver in person any sealed bids. Emailed/mailed/physically delivered bids/proposals/responses WILL NOT be accepted. The Monroe County Purchasing Department hereby directs that bids be submitted via the Bonfire electronic bidding platform at https://monroecounty-fl.bonfirehub.com, no later than 3:OOP.M. on August 7, 2025. There is no cost to the bidder to use the Bonfire platform. Please do not submit your confidential financial information as part of your proposal. There are separate uploads for each set of documents, including confidential financial information. All proposals will be made public on the platform after an intended decision or 30 days, whichever is earlier, unless the bids/proposals are rejected in accordance with F.S. 119.071. If your proposal document includes financial information, that information will not be considered confidential and will be available and viewable to the public in accordance with public records law. The bid opening for this solicitation will be held virtually, via the internet, at 3:00 P.M., on Thursday,August 7, 2025. You may call in by phone or internet using the following: Join Zoom Meeting https:Hmcbocc.zoom.us/i/4509326156 Meeting ID: 4509326156 One tap mobile: +16465189805„45093261564 US (New York) +16699006833„45093261564 US (San Jose) Dial by your location: +1 646 518 9805 US (New York) +1 669 900 6833 US (San Jose) Publication Dates Keys Citizen: Sat., 07/05/25 Keys Weekly: Thur., 07/10/25 News Barometer: Fri., 07/11/25 2 3806 SECTION ONE INSTRUCTION TO RESPONDENTS 1.01 INTRODUCTION DESCRIPTION The project is the removal of invasive exotic species and the installation of native trees and shrubs on specific Monroe County conservation lands located on Big Pine Key, No Name Key, and Little Torch Key. The purpose of the project is to restore native habitat on currently disturbed sites. Contractor is responsible for acquiring all plant material included in the project specifications. A bid bond is not required. Payment and performance bonds are not required. There are no liquidated damages. 1.02 DEFINED TERMS As used in this Request for Proposals (RFP), the following terms shall have the meanings or definitions set forth below: The terms Bidder, Contractor, Proposer, and Respondent are synonymous. Addenda/Addendum: Any written or graphic instruments issued by the Owner, its agents, employees, or consultants prior to the receipt of Proposals, which modify or interpret the Proposal Documents by additions, deletions, clarifications, or corrections. Alternate Proposal: (or Alternate) An amount stated in the Proposal to be added to or deducted from the amount of the Base Proposal if the corresponding change in the Work, as described in the Proposal Documents, is accepted by Owner. Base Proposal: The sum stated in the Proposal for which the Proposer offers to perform the Work described in the Proposal Documents as the base, to which may be added or from which Work may be deleted for sums stated in an Alternate Proposal or Owner Option Proposals. Bidder: One who submits a response to a request for bid/proposal (RFP). That person or entity duly authorized, upon award of a contract, to have a Contract with the County to provide the product and/or services set forth herein and incurring liability for the same. n r : The written contract resulting from this solicitation between the County and the awarded Respondent, including this RFP, and the awarded Respondent's response along with any written addenda and other written documents, which are expressly incorporated by reference. Contractor: One who submits a response to a request for proposal (RFP). That 3 3807 person or entity duly authorized, upon award of a contract, to have a Contract with the County to provide the product and/or services set forth herein and incurring liability for the same. Coup : The word"County" refers to the County of Monroe, Florida. Dav: The word"day" means each calendar day or accumulation of calendar days. Department: Unless otherwise noted, "Department" shall refer to the Monroe County Land Steward. Owner: The word Owner is synonymous with"Monroe County". Perform: Means to comply fully with the specified or implied requirements of the Contract. Person or Persons: An individual, firm, partnership, corporation, association, executor, administrator, trustee, or other legal entity, whether singular or plural, masculine or feminine, as the context may require. Proposal: The document submitted in response to a formal solicitation used to determine a contract award. Proposer: One who submits a response to a request for proposal (RFP). That person or entity duly authorized, upon award of a contract, to have a Contract with the County to provide the product and/or services set forth herein and incurring liability for the same. Respondent: One who submits a response to a request for proposal (RFP). That person or entity duly authorized, upon award of a contract, to have a Contract with the County to provide the product and/or services set forth herein and incurring liability for the same. Unit Price: Amount stated in the Proposal as a price per unit of measurement for materials or services as described in the Proposal Documents or in the proposed contract documents. Unit prices shall apply to change orders. 1.03 COPIES OF BIDDING DOCUMENTS A. Only complete sets of Bidding Documents will be issued and shall be used in preparing bids. The OWNER does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets. B. Complete sets of Bidding Documents may be obtained in the manner and at the location stated in the Notice of Requesting for Proposals. 4 3808 C. Submitted Proposals MUST include an Insurance Agent's Statement and a completed Insurance Checklist, and all forms and requirements as called for in the Request for Proposals. Failure to include all necessary forms and licenses will result in a non-responsive proposal. 1.04 QUALIFICATIONS OF RESPONDENTS (TO BE SUBMITTED WITH PROPOSAL) A. Each proposal must contain evidence of the Respondent's qualifications to do business on Monroe County conservation lands. B. To demonstrate qualifications to provide the goods and services, each respondent shall submit the information required under Section 1.11. C. Each respondent shall be required to provide evidence, such as an insurance Agents Statement, that the required insurance limits are met or are able to be obtained. 1.05 REQUIRED COUNTY FORMS A. AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES: Any non-governmental entity submitting a bid or proposal in response to this invitation must execute the attached AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES and submit it with his/her/its bid or proposal. Failure to complete this form in every detail and submit it with the bid or proposal may result in immediate disqualification of the bid or proposal. B. NON-COLLUSION AFFIDAVIT: Any person submitting a bid or proposal in response to this invitation must execute the enclosed NON-COLLUSION AFFIDAVIT. If it is discovered that collusion exists among the respondents, the bid or proposals of all participants in such collusion shall be rejected, and no participants in such collusion will be considered in future bids for the same work. C. ETHICS CLAUSE: Any entity submitting a bid or proposal in response to this RFP must execute the enclosed ETHICS CLAUSE. If it is discovered that the entity 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, 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. D. DRUG-FREE WORKPLACE FORM: Any person submitting a bid or proposal in response to this invitation must execute the enclosed DRUG-FREE 5 3809 WORKPLACE FORM and submit it with his bid or proposal. Failure to complete this form in every detail and submit it with your bid or proposal may result in immediate disqualification of your bid or proposal. E. PUBLIC ENTITY CRIME: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. F. VENDOR CERTIFICIATION REGARDING SCRUTINIZED COMPANIES: 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 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 Petroleum Energy Sector Lists which were created pursuant to s. 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria. G. FOREIGN ENTITIES AFFIDAVIT: Any entity submitting a bid or proposal in response to this invitation must execute the enclosed FOREIGN ENTITIES AFFIDAVIT and submit it with his bid or proposal. Failure to complete this form in every detail and submit it with your bid or proposal may result in immediate disqualification of your bid or proposal 1.06 EXAMINATION OF PROPOSAL/CONTRACT DOCUMENTS A. Each respondent shall carefully examine the contract documents and inform itself thoroughly regarding any and all conditions and requirements that may in any manner affect the cost or the goods or the services to be provided under the contract. Ignorance on the part of the respondent will in no way relieve him/her of the obligations and responsibilities assumed under the contract. B. Should a Respondent find discrepancies or ambiguities in, or omissions from, the proposal documents, or should the organization be in doubt as to their meaning, the organization shall at once notify the County in writing by email to Beth Bergh, Monroe County Land Steward, at Ber h-beth&monroecougjy fl..gov 6 3810 C. The submission of a Proposal will constitute a representation by the Proposer that he/she/it has complied with every requirement of Section 1.06 and that the Proposal Documents are sufficient in scope and detail to indicate and convey an understanding of all terms and conditions for performance of the work. 1.07 SITE VISIT Respondents are encouraged to conduct a site visit to familiarize themselves with the nine (9) project sites. Site visits or "walk arounds" may be coordinated directly with Mr. Taylor Hunt, Assistant Land Steward for the Lower Keys, by phoning (305) 394-1030. Failure by a Respondent to conduct a site visit shall not provide a basis for a protest of the bid award. There is no mandatory pre-bid meeting. 1.08 INTERPRETATIONS, CLARIFICATIONS,AND ADDENDA No oral interpretations will be made to any Respondent as to the meaning of the contract documents. All inquiries or requests shall be submitted in writing to the Monroe County Land Steward, c/o Monroe County Land Authority, 1200 Truman Ave, Suite 207, Key West Florida, 33040 — Attn. Beth Bergh or by e-mail at bergh-beth@monroecounty-fl.gov. Any inquiry or request for interpretation received in writing seven (7) or more days (excluding Saturdays, Sundays, and holidays) prior to the date fixed for opening of responses will be given consideration. All such changes or interpretations will be made in writing in the form of an Addendum and, if issued, will be furnished by posting on the website at https://monroecounty- fl.bonfirehub.com OR www.monroecounty .gov/BonfireBids prior to the established opening date. Interpretations, corrections, or changes of the Proposal Documents made in any other manner will not be binding, and Proposers shall not rely upon such interpretations, corrections, and changes. Oral and other interpretations or clarifications will be without legal effect. Each Respondent shall acknowledge receipt of such Addenda in their Response. In case any Respondent fails to acknowledge receipt of such Addenda or Addendum, its proposal will nevertheless be construed as though it had been received and acknowledged and the submission of its proposal will constitute acknowledgment of the receipt of same. All Addenda are a part of the contract documents, and each Respondent will be bound by such Addenda, whether or not received by it. It is the responsibility of each Respondent to verify that it has received all Addenda issued before proposals are opened. No Addenda will be issued later than five (5) business days prior to the date for receipt of Proposals except for an Addendum withdrawing the Request for Proposals or one which includes postponement of the date for receipt of Proposals. 1.09 GOVERNING LAWS AND REGULATIONS A. The Respondent is required to be familiar with and shall be responsible for complying with all federal, state, and local laws, ordinances, rules, and regulations that in any manner affect the work. 7 3811 B. The respondent shall include in his proposal prices all sales, consumer, use, and other taxes required to be paid in accordance with the law of the State of Florida and the County of Monroe. Monroe County BOCC is tax exempt from all local, state, and federal sales taxes. C. Respondent shall be required to obtain a Monroe County Business Tax Receipt and/or Monroe County Occupational License before beginning operations. 1.10 PREPARATION OF PROPOSALS A. Signature of the Respondent: The Respondent must sign the Proposal forms in the space provided for the signature. If the Respondent is an individual, the words "doing business as or "Sole Owner" must appear beneath such signature. In the case of a partnership, the signature of at least one (1) of the partners must follow the firm name and the words "Member of the Firm" should be written beneath such signature. If the Respondent is a corporation, the title of the officer signing the proposal on behalf of the corporation must be stated along with the Corporation Seal Stamp and evidence of his/her authority to sign the proposal must be submitted. The Respondent shall state in the proposal the name and address of each person interested therein. B. The Respondent is solely responsible for all costs of preparing and submitting the response, regardless of whether a contract award is made by the County. This RFP does not constitute an offer for employment or contract for services. 1.11 FORMAT OF SUBMISSION The Proposal submitted in response to this RFP shall be submitted on Bonfire in 8-1/2" x 11" letter size form; shall be clear and concise, and provide the information requested herein. The Proposal shall be organized and tabbed. Statements submitted without the required information will not be considered. Proposals shall be organized as indicated below. The Respondent should not withhold any information from the written response in anticipation of presenting the information orally or in a demonstration. Each Respondent must submit adequate documentation to certify the Respondent's compliance with the County's requirements. Respondent should focus specifically on the information requested. The response, at a minimum, shall include the following: A. COVER PAGE A cover page that reads "Proposal for Native Habitat Restoration Project on Monroe County Conservation Lands". The cover page should contain Respondent's name, address, email address, telephone number, and the name of the Respondent's contact person, include a phone number for contact person if different from Respondent's. 8 3812 B. TABBED SECTIONS TAB 1. Price. Submit the completed Bid Proposal form. Prices will be evaluated on total cost only. One contractor shall be selected to complete all Parts of the project. TAB 2. General Information. a. Record of performance and professional accomplishments including: a description of similar work completed by the firm, any outstanding accomplishments of the firm, any outstanding accomplishments of the firm that relate directly to this type of work(provide a reference for each work cited) and volume of present work commitments. b. Technical, educational and training experience of the assigned staff and any anticipated subcontracted staff. Include the proposed function(s) of subcontractors. c. A list of equipment/tools that are available to be used on the project. d. Project Approach. Provide a description including a statement that reflects a clear understanding of project needs based on the scope of work and a work plan that details the approach. e. Specify the minimum/maximum number of workers that will be deployed as a work crew. If members of the work crew live outside of the Keys, specify what arrangements will be made to ensure their ability to report to work. f. Address proposed work schedule and ability to complete project by October 31, 2025. g. Additional information: Provide any additional pertinent information that would be helpful in the consideration of your response. TAB 3. References Each Respondent shall provide at least three (3) references for which the Respondent has provided the same or similar services during the past three (3) years. It is preferred that the references are from state or local governments, but private industry clients may also be used as references. Each reference shall include, at a minimum: Name and full address of reference organization Name of Contact person for contract Telephone number(s) Date of initiation of contract with reference Brief summary comparing the referenced services to these proposed services 9 3813 Alternatively, each Respondent may submit as references: at least three (3) letters of recommendation from local or in-state business owners who attest, in some detail, to Respondent's knowledge and abilities regarding the proposed services. TAB 4. Claims and Litigation a. Has the person, principals, entity, or any entity previously owned, operated or directed by any of its officers, major shareholders or directors, ever failed to complete work or provide the goods for which it has contracted? Yes or No. If yes, provide details; b. Are there any judgments, claims, arbitration proceeding or suits pending or outstanding against the person, principal of the entity, or entity, or any entity previously owned, operated or directed by any of its officers, directors, or general partners? Yes or No. If yes, provide details; c. Has the person, principal of the entity, entity, or any entity previously owned, operated or directed by any of its officers, major shareholders or directors, within the last five years, been a parry to any lawsuit, arbitration, or mediation with regard to a contract for services, goods or construction services similar to those requested in the specifications with private or public entities? Yes or No. If yes, provide details; d. Has the person, principal of the entity, or any entity previously owned, operated or directed by any of its officers, owners, partners, major shareholders or directors, ever initiated litigation against the county or been sued by the county in connection with a contract to provide services, goods or construction services? Yes or No. If yes, provide details; e. Whether, within the last five years, the owner, an officer, general partner, principal, controlling shareholder or major creditor of the person or entity was an officer, director, general partner, principal, controlling shareholder or major creditor of any other entity that failed to perform services or furnish goods similar to those sought in the request for competitive solicitation; Yes or No, If yes, provide details. TAB 5. Respondent's Background Information a. Include a list of the Respondent's shareholders with 5% or more of the stock, or, if a general partnership, a list of the general partners; or, if a limited partnership, a list of the members. b. Include a list of the officers and directors of the Respondent. c. Provide the number of years the Respondent has been in business, and, if different, the number of years the Respondent has provided the type of services requested. to 3814 d. Provide the number of years the Respondent has operated under its present name and the number of years the business has operated under any other name, and such names under which it has operated. e. Provide the financial statements for the prior three (3) years for the responding entity or for any entity that is a subsidiary to the responding entity. ("Any financial statement that an agency requires a prospective bidder to submit in order to prequalify for bidding or for responding to a bid for a road or any other public works project is exempt from F.S. 119.07(1) and s.24(a), Art. 1 of the State Constitution.") Please do not submit your confidential financial information as part of your proposal. Please mark as "Confidential" to exercise exemption under F.S. 119.071(1)(c) and upload by separate upload to Bonfire to maintain confidentiality. There are separate uploads for each set of documents, including confidential financial information. However, any financial information the Contractor includes in the proposal packet, which is not marked as "Confidential", and is uploaded incorrectly, may be disclosed in any public records request and will not be treated as "Confidential." The County shall incur no liability for inadvertent disclosure of financial records that are not properly marked or submitted. f. Provide credit references (minimum of three), including name, current address, and current telephone number. TAB 6. County Forms and Licenses. Respondent shall complete and execute the forms specified below and found at designated pages in this RFP, as well as copies of all professional and occupational licenses: L Affidavit Attesting to Noncoercive Conduct for Labor or Services II. Non-Collusion Affidavit III. Sworn Statement Under Ord. No 10-1990—Ethics Clause IV. Drug Free Workplace Form V. Public Entity Crime Statement VI. Vendor Certification Regarding Scrutinized Companies List VIL Respondent's Insurance and Indemnification Statement VIII. Insurance Agent's Statement, and IX. Copies of professional licenses and proof of local business tax payment TAB 7. Local Preference Form. If claiming "Local Preference" then the Respondent shall include the Local Preference Form under this Tab. A bid bond is not required. Payment and performance bonds are not required. There are no liquidated damages. 1.12 SUBMISSION OF PROPOSALS A. Interested firms or individuals shall submit one (1) electronic copy of the Proposal(s), tabbed, and indexed in Adobe Acrobat file (.PDF) format. 11 3815 B. Proposals shall be submitted to Monroe County not later than the time and date for receipt of Proposals indicated in the Notice of Request for Competitive Solicitations, or any extension thereof made by Addendum. Bonfire will not allow any Proposals to be uploaded after the time and date for receipt of Proposals. Proposals received after the time and date for receipt of Proposals will not be considered. Bonfire will not allow any Proposals to be uploaded after the time and date for receipt of Proposals. C. Each respondent shall submit with his/her/its proposal the required evidence of his/her/its qualifications and experience, as outlined in Section 1.11. D. Monroe County Purchasing Department receives bids via the Bonfire electronic bidding platform. Please do not email, mail, or attempt to deliver in person any sealed bids. Emailed/mailed/physically delivered bids/proposals/responses WILL NOT be accepted. E. The Monroe County Purchasing Department hereby directs bids be submitted via the Bonfire electronic bidding platform at https://monroecounty- fl.bonfirehub.com, no later than 3:00 pm on Thursday, August 7, 2025. There is no cost to the bidder to use the Bonfire platform. F. Please do not submit your confidential financial information as part of your proposal upload. There are separate uploads for each set of documents, including confidential financial information. All proposals will be made public on the platform after an intended decision or thirty (30) days, whichever is earlier, unless the bids/proposals are rejected in accordance with F.S. Sec. 119.071. If your proposal document includes financial information, that information will not be considered confidential and will be available and viewable to the public in accordance with public records law. In the event of a discrepancy between the bid amount on the Proposal Form and the bid amount entered into Bonfire, the bid amount listed in the proposal documents is the amount that will be utilized by staff when considering the bid proposal. The County reserves the right to waive any proposal/bid irregularity. The bid opening for this solicitation will be held virtually, via the internet, at 3:00 P.M., on Thursday, August 7, 2025. You may call in by phone or internet using the following: Join Zoom Meeting https:Hmcbocc.zoom.us/j/4509326156 Meeting ID: 4509326156 One tap mobile: +16465189805„45093261564 US (New York) +16699006833„45093261564 US (San Jose) Dial by your location: +1 646 518 9805 US (New York) +1 669 900 6833 US (San Jose) 12 3816 G. The Proposer shall assume full responsibility for timely delivery via upload to Bonfire as the location designated for receipt of Proposals. H. Oral, telephonic, telegraphic, emailed, and faxed Proposals are invalid and will not receive consideration. L All submissions must remain valid for a period of ninety (90) days from the date of the deadline for submission stated above. The Board will automatically reject the response of any person or affiliate who appears on the convicted vendor list prepared by the Department of General Services, State of Florida, under Sec. 287.133(3)(d), Florida Statutes (1997). Monroe County declares that all or portions of the documents and work papers and other forms of deliverables pursuant to this request shall be subject to reuse by the County. 1.13 WITHDRAWAL OF PROPOSAL Any proposal may be withdrawn on Bonfire prior to the time and date scheduled in the Notice of Request for Competitive Solicitations for the opening thereof. Withdrawn Proposals may be resubmitted on Bonfire up to the time designated for the receipt of Proposals provided that they are then fully in conformance with these Instructions to Proposers. All other proposals received must remain valid for a period of ninety (90) days after the date designated for receipt of Proposals. The County may, at its sole discretion, release any Proposal before the ninety (90) days period has elapsed. A Proposal may not be modified, withdrawn, or cancelled by the Proposer during the stipulated time period following the time and date designated for the receipt of Proposals, except as provided in Section 1.14, Modification of Proposals, and each Proposer so agrees in submitting its Proposal. 1.14 MODIFICATION OF PROPOSALS Written proposal modifications will be accepted from Respondents prior to the time and date designated for receipt of Proposals, by removing the existing proposal from Bonfire and uploading a new, complete proposal. The new submission shall comply with the requirements for the original proposal. Proposals may be withdrawn on Bonfire prior to the time and date designated for the receipt of Proposals. Withdrawn Proposals may be resubmitted on Bonfire up to the time designated for the receipt of Proposals provided that they are then fully in conformance with these Instructions to Proposers. Conditional, altered, or qualified proposals will be rejected. Proposers are to comply with the instructions on the proposal forms and not make any changes thereto. 13 3817 1.15 RIGHT TO CLAIM ERROR Each Respondent's original work papers, documents, and materials used in preparation of the proposal shall be enclosed in an envelope, if mailed, and marked clearly as to its contents and must be submitted to Monroe County Land Steward, c/o Monroe County Land Authority, 1200 Truman Ave, Suite 207, Key West Florida, 33040 —Attn. Beth Bergh or by e-mail at bergh- beth@monroecounty-fl.gov, no later than twenty-four(24) hours after the time and date for receipt of Proposals, or any extension thereof made by Addendum. The contents of the email shall be clearly marked in the subject line of the email. Respondents who fail to submit their original work papers, documents, and materials used in the preparation of the proposal, as provided herein, waive all rights to claim error in the Proposal. 1.16 RECEIPT AND OPENING OF PROPOSALS Proposals shall be received in the manner provided in Article 1.11. No responsibility will be attached to anyone for the premature opening of a proposal not properly addressed and identified. The bid opening for this solicitation will be held virtually, via the internet, at 3:00 P.M., on Thursday, August 7, 2025. The public may attend either by phone or internet as specified in the Notice of Request for Competitive Solicitations. Any Proposal not received on Bonfire on or before the deadline for receipt of proposals designated in the Notice of Request for Competitive Solicitations will not be considered. 1.17 DETERMINATION OF SUCCESSFUL RESPONDENT Following the receipt of the proposals, the Selection Committee will meet in a publicly noticed meeting and evaluate the responses based on the criteria and point total below. The County reserves the right to reject any and all Proposals, or any part of a Proposal. The County reserves the right to waive informalities, technical errors, variations, and irregularities in any or all Proposals that do not render the Proposal non-conforming, to re-advertise for Proposals, to separately accept or reject any item or items and/or to award and/or negotiate a contract as may be deemed best for the interests of the County. Proposals which contain modifications, are incomplete, conditional, obscure, or which contain additions not requested or irregularities of any kind, or which do not comply in every respect with the Instruction to Respondents, and the proposal documents, may be rejected at the option of the County. The County may contact a Respondent to request clarification of an ambiguity in the Respondent's proposal. Interested firms will be evaluated and selected at a publicly-noticed meeting by a selection committee composed of the following people, or their designees: Monroe County Land Steward, the Executive Director of the Monroe County Land Authority, the Senior Land Acquisition Specialist for the Monroe County Land Authority, and a representative from Monroe County Environmental Resources. The committee will evaluate responses based on the following criteria: 14 3818 Tab 1 Total Price 25 points Tab 2 General Information 15 points Tab 3 References 5 points Tab 4 Claims and Litigation -5 - 0 points Tab 5 Respondent's Background Information 5 points Tab 6 County Forms 5 points Tab 7 Local Preference 4 points Total 59 points Total points earned are on a scale of 1-59 points 1=Lowest 59 =Highest 1.18 AWARD OF CONTRACT A. The County reserves the right to reject any or all proposals, or any part of any proposal, to waive any informality in any proposal, or to re-advertise for all or part of the services contemplated. If proposals are found to be acceptable by the County and the contract is to be awarded, the Owner will issue the Notice of Award to the successful Respondent within sixty (60) days after the date of the receipt of proposals. This written notice will be given to the selected Respondent of the acceptance of their proposal and of the award of the contract to them, subject to the approval of the Monroe County Board of County Commissioners. B. The Owner may conduct such investigations, as deemed necessary to assist in the evaluation of any Proposal and to establish the responsibility, qualifications, and financial ability of the Proposers, proposed subcontractors, and other persons or organizations to do the work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. C. The Owner reserves the right to request any additional information related to the financial qualifications, technical competence, the ability to satisfactorily perform within the contract time constraints, or other information the Department deems necessary to enable the Department and Board of County Commissioners to determine if the person responding is responsible. The Owner reserves the right to reject the Proposal of any Proposer who does not pass any such evaluation to its satisfaction. D. If the award of the contract is annulled, the County may award the contract to another Respondent, or the service may be re-advertised or may be awarded to other qualified personnel as the County decides. E. The Contract will be awarded to the highest ranked responsible, responsive conforming Respondent complying with the applicable conditions of the proposal documents, based on the ranking criteria provided herein, and deemed to provide the services which are in the best interests of the County. 15 3819 F. The County also reserves the right to reject the proposal of a respondent who has previously failed to perform properly. G. The proposals will be evaluated and ranked by a Selection Committee of not less than three (3) members. The proposals will be ranked (in no particular order) based on the parameters listed in Section 1.11 and the requirements of this RFP. H. The highest ranked proposal(s), along with the recommendation of the County Administrator and the requesting Department Head, will be presented to the Board of County Commissioners of Monroe County, Florida, for final awarding or otherwise The Board reserves the right to reject any and all Proposals, to waive informalities in any or all Proposals, to re-advertise for Proposals; and to separately accept or reject any item or items and to award and/or negotiate a contract in the best interest of the County. I. Tie Responses: In the event the same competitive solicitation amounts are received from two (2) or more responders who are considered by the BOCC to be equally qualified and responsive or when two or more responders are equal in rank and score, and only one (1) of the responders has a principal place of business in Monroe County, Florida, the award shall be to the responder who has a principal place of business located in Monroe County, Florida, except where prohibited by federally funded contracts. Otherwise, the tie will be resolved by draw from an opaque container. J. Protest Procedure: Any Bidder/Respondent/Proposer who claims to be adversely affected by the decision or intended decision to award a contract shall submit in writing a notice of protest which must be received by the County within seventy- two (72) hours or three (3) business days, whichever is less, after the posting of the notice of decision or intended decision on DemandStar or posting of the Notice of Decision or Intended Decision on the Monroe County Board of County Commissioners agenda, whichever occurs first. Additionally, a formal written protest must be submitted in writing and must be received by the County Attorney's Office seventy-two (72) hours or three (3) business days prior to the Board of County Commissioner's meeting date in which the award of contract by the Board of County Commissioners will be heard. The only opportunity to address protest claims is before the BOCC at the designated public meeting in which the agenda item awarding the contract is heard. In accordance with the Rules of Debate as set forth in the Monroe County Board of County Commissioners Administrative Procedures, the Bidder/Respondent/Proposer that filed the protest is responsible for providing the Clerk with his/her name and residence prior to the agenda item to award the contract being called in order to preserve their opportunity to be heard on this matter. An individual has three (3) minutes to address the Commission and a person representing an organization has five (5) minutes to address the Commission. The BOCC decision to award the contract is final and at their sole discretion. Failure to timely protest within the times prescribed herein shall constitute a waiver of the ability to protest the award 16 3820 of contract, unless it is determined that it is in the best interest of the County to do so. The filing of a protest shall not stop the solicitation, negotiations, or contract award process, unless it is determined it is in the best interest of the County to do so. 1.19 EXECUTION OF CONTRACT The Respondent to whom a Contract is awarded shall be provided and will be required to return to the County one (1) executed original of the prescribed Contract, upon consent and approval of the County Attorney, together with the required certificates of insurance, and proof of any required licenses not previously provided, within fifteen (15) days from the date of notice of acceptance of the Respondent's proposal. A Notice to Proceed will be issued to the Contractor after approval of the contract by the BOCC and upon satisfactory compliance with these provisions. In no event shall failure of the Respondent/Contractor to provide satisfactory Insurance Certificates within the stipulated time be cause for an extension of the contract time. The County will return one (1) fully executed copy of the Contract Agreement to the Contractor with all other Contract Documents attached upon receipt from the Owner. 1.20 CERTIFICATE OF INSURANCE A. The Respondent/Contractor will be responsible for obtaining and maintaining all necessary insurance coverages listed in this RFP and within the Sample Agreement prior to commencing operation. Minimum Insurance Requirements: • Worker's Compensation/Employer Liability — $100,000 Bodily Injury by Accident; $500,000 Bodily Injury by Disease,policy limits; $100,000 Bodily Injury by Disease, each employee • Vehicle Liability - $300,000 combined single limit; or split limits: $200,000 per person $300,000 per occurrence $100,000 property damage • General Liability - $500,000 combined single limit Certificates of Insurance must be provided to Monroe County within fifteen days after award of proposal, with Monroe County BOCC and Monroe County Comprehensive Plan Land Authority listed as additionally insured on all except Workers Compensation. If the proper insurance forms are not received within the fifteen days,proposal may be awarded to the next selected respondent. 17 3821 B. All forms of insurance required above shall be from insurers acceptable to the County. Policies shall be written by companies licensed to do business in the State of Florida and having an agent for service of process in the State of Florida. Companies shall have an A.M. Best rating of VI or better. The required insurance shall be maintained at all times while Respondent/Contractor is providing service to the County. Contractor shall provide County with updated Certificates of Insurance annually on the renewal date of each policy. 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. 1.21 INDEMNIFICATION The Respondent/Contractor to whom a contract is awarded shall defend, indemnify, and hold harmless the County as outlined below: The Contractor covenants and agrees to defend, indemnify and hold harmless Monroe County Board of County Commissioners, and its elected and appointed officers, officials, agents, servants, and employees from any and all claims, demands, or causes of action for bodily injury (including death), personal injury, and property damage (including property owned by Monroe County) and any other losses, damages, costs, penalties, and expenses (including attorney's fees) which arise out of, in connection with, or by reason of the Contractor utilizing the property governed by this Contract agreement. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. The indemnification obligations under the Contract shall not be restricted in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor under workers' compensation acts, disability benefits acts, or other employee benefits acts, and shall extend to and include any actions brought by or in the name of any employee of the Contractor or of any third party to whom Contractor may subcontract a part or all of the Work. This indemnification shall continue beyond the date of completion of the work. Notwithstanding the provisions of Sec. 768.28, Florida Statutes, nothing herein nor the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government insurance pool coverage shall be deemed a waiver of immunity by the County. 1.22 LOCAL PREFERENCE FORM When reviewing responses, preference will be given to business entities or individuals residing and doing business within the geographical limits of Monroe County, Florida, in accordance with ordinance 023-2009. Any person submitting a proposal or bid in response to this invitation claiming a local preference according to Ordinance 023-2009, must execute the enclosed Local Preference Form and submit 18 3822 it with his proposal or bid. Failure to complete this form will result in disqualification from receiving local vendor preference. 19 3823 SECTION TWO PROPOSAL SPECIFICIATIONS NATIVE HABITAT RESTORATION PROJECT- MONROE COUNTY CONSERVATION LANDS 2.01 PROJECT DESCRIPTION Monroe County, Florida invites firms to submit proposals to complete a habitat restoration project on nine (9) separate Monroe County Conservation Lands located on Big Pine, No Name, and Little Torch Keys. Work includes the removal of invasive exotic plant species followed by planting of native trees and shrubs to restore the sites. The project includes the supply and installation of native plant material by the Contractor as specified below. 2.02 PROJECT LOCATION See site specific maps included below for more information (all properties are vacant parcels and are easily accessed by adjacent roads) Site 1: RE# 00110650-000000; 31685 Warner St, Big Pine Key Site 2: RE# 00110810-000000; 31543 Warner St, Big Pine Key Site 3: RE# 00110810-000200; 31551 Warner St Big Pine Key Site 4: RE# 00305940-000000; 31324 Avenue G, Big Pine Key Site 5: RE# 00303680-000000: 31014 Avenue E, Big Pine Key Site 6: RE# 00302930-000000; 31365 Avenue C, Big Pine Key Site 7: RE# 00256790-000000; 148 Palmetto Ave, Big Pine Key Site 8: RE# 00108480-000000; No Name Key Pt Lot 1 Site 9: RE# 00113150-000000; 1561 State Rd 4A, Little Torch Key 20 3824 GENERAL LOCATION MAP Sites outlined in blue and referenced by site # If r ll fir 1�r ✓ m ro� � r III ! 2.03 SCOPE OF WORK The project includes the removal of non-native and invasive exotic vegetation from the specified sites followed by planting of native trees and shrubs. PART 1: INVASIVE EXOTIC REMOVAL WORK The following is a list of non-native and invasive exotic vegetation to be removed by Contractor at each site, counts are given for reference only, Contractor is required to remove all individuals of species listed: Site 1: Three (3)Australian pines and nine (9) Washingtonia palms Site 2: Stand of medium-large Australian pines (alive and dead), three (3) coconut palms, one (1) date palm Site 3: Three (3) coconut palms Site 4: No exotic removal work required Site 5: One (1)large woman's tongue (Albizia lebbeck), three (3)medium Albizia, three (3) Washingtonia palms; (3)patches of Surinam cherry; (3) large Brazilian peppers; (3) Christmas palms Site 6: Two (2) coconut palms; one (1) Washingtonia palm; bananas Site 7: One (1) Washingoniapalm; one (1) Brazilian pepper Site 8: No exotic removal work required 21 3825 Site 9: Stand of approximately twelve (12) coconut palms, many small Australian pines, many medium size Brazilian peppers, mahoes, bowstring hemp (Sansevieria spp), and night-blooming cereus / climbing cactus (Hylocereus undatus). Trees must be fully removed by the contractor except for one tall palm tree (maximum) at each site that may be topped and left standing to provide a perch for birds. This remaining trunk must not be within falling distance of adjacent roads,power lines, or structures. The invasive exotic plant species listed per site shall be physically removed and treated as follows (Garton 3A shall be diluted in water& Garlon 4 shall be diluted in a County approved vegetable-based oil): Target Species Treatment Method Australian pine 50% Garlon 3A applied to cut surface immediately after cut Casuarina s or 20% Garlon 4 applied to stump's cut surface and sides Brazilian pepper 50% Garlon 3A applied to cut surface immediately after cut Schinus terebinthi olius or 20% Garlon 4 applied to stump's cut surface and sides Washingtonian palm Physically remove Washin tonia robusta Coconut palm Physically remove Cocos nuci era Senegal date palm Physically remove Phoenix reclinata Seaside mahoe 50% Garlon 3A applied to cut surface immediately upon Thes esia o ulnea cutting Woman's tongue 50% Garlon 3A applied to cut surface immediately after cut Albizia lebbeck or 20% Garlon 4 applied to stump's cut surface and sides night-blooming cactus Hand pull entire plant and physically remove all material (Hylocereus undatus) from the site;place in neat pile on roadside for county pickup (removal work may require ladders and/or pole saws to remove cactus from tree canopy) bowstring hemp Cut and remove blade; immediately treat cut base with 10% (Sansevieria glyphosate in water;place cut material in neat pile on h acinthoides) roadside for County pickup Any additional treatment methods or changes to the methods listed above must be pre-approved by the County Land Steward. Contractor shall utilize quart-sized, chemical resistant spray bottles, such as "Spraymaster" bottles (or similar), for herbicide application. The contents must be clearly labeled on the outside of the bottle. A dye shall be used to facilitate identification of treated stems. Herbicides will be applied using a low-pressure spray to minimize drift and non-target damage. Stumps of removed trees may remain on site but must be cut as low to the ground as possible. Cuts will be made level to the ground to minimize herbicide runoff prior to absorption. A machete may not be used to cut trees as it creates a jagged cut; toppers or saws are preferred tools. An appropriate herbicide shall be applied within one (1) minute of stump preparation. Contractor is responsible for proper disposal of vegetative debris resulting from plant removal work except for palm trunks and fronds (if they can't be chipped) may be cut into 4-5-foot sections and neatly 22 3826 piled by the road for pickup by County claw truck. Additionally, the Contractor may pile bowstring hemp and night blooming cactus by road for County pickup at no cost to Contractor. The contractor may utilize a chipper(not required). Any hardwood mulch (non-palm) created by the project may be used for the planting project(see Part 2) or may be disposed of in one of the following ways (as determined by the County Land Steward): 1. Spread evenly across the site (mulch may not be placed in wetlands or cover existing native vegetation); or 2. Removed from the site and properly disposed of at no cost to the County. All herbicide treatments shall be at least 95% effective in preventing re-sprout of treated plants. If 95% kill rate is not achieved for any area of the project after two (2) months past initial project completion; one additional treatment of the exotic plants in the problem area shall be the responsibility of the Contractor at no additional cost to the County. PART 2: NATIVE PLANTING PROJECT Once the invasive exotic plant removal portion of the project has been completed then the Contractor may begin the native planting project. The installation of plant material will require augering holes (or digging holes with backhoe or similar) and addition of organic soil (50150 mix or similar) as needed, as determined by Land Steward. Plants must be installed level with surrounding elevation; no mounding of soil. Mulch must be placed around all plantings (mulch supplied by the contractor) at approximately 2-3 inches in depth. Large trees must be staked/braced as needed. Piles of soil from digging holes must be spread out and not left in piles. This project is for the supply(total of 640 plants) and installation of said plant material on all sites. All plants must be landscape quality, with full canopy, and must meet the minimum specifications listed on the attached plant list. All plant material must be approved by the Land Steward prior to installation. The County reserves the right to reject any landscape materials due to poor quality. See vegetation list below. Additionally, the Contractor shall auger/ dig holes for plants to be planted by the County. A total of forty holes will be augered/ dug to a size large enough to accommodate 3-5 gallon pots. Each of the following sites shall have 10 holes dug at locations specified by County: Sites 2, 4, 5, & 8. PART 3: WATERING Watering requirements: the Contractor is responsible for four watering events (via water truck or similar): one on the day of planting; the second within 2-3 days after planting; the third 2-3 days following the second watering; and the fourth 7 days following the third watering. If it rains prior to the second, third, or fourth watering, then the Contractor shall hold off on the watering event until it hasn't rained for 2-4 days. Contractor may access water supply at Land Steward office location on Big Pine Key. Contractor is responsible for supplying water tank, hoses, and any other necessary equipment to complete the required watering. 23 3827 PLANT MATERIALS LIST TO BE SUPPLIED BY THE CONTRACTOR Contractor shall obtain, transport to the subject sites, and install the following native plant material. Substitutions are not accepted unless previously approved by the Land Steward. Field grown may be substituted for minimum pot size if plant meets minimum height requirement. Site 1: RE# 00110650-000000; 31685 Warner St, Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Bay cedar Suriana maritima 7 gal 3ft 6 Blolly Gua ira discolor 15 gal Eft 3 Green buttonwood Concarpus erectus 7 gal (4ft), 15 Bushy growth Gulf cord grass S artina s artinae 1 gal lft bunch 30 Sabal palm Sabal almetto 5ft clear trunk 2 Sea grape Coccoloba uvi era 7 al 4ft 9 Wild dilly Manilkara 7 gal (3ft) 2 .aimi ui emar inata Total 66 Site 2: RE# 00110810-000000; 31543 Warner St, Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Bay cedar Suriana maritima 7 gal 3ft 15 Blackbead Pithecellobium ke ense 7 al 3ft 15 Blolly Gua ira discolor 15 gal Eft 5 Green buttonwood Concarpus erectus 7 gal (4ft), 30 bushy growth Green buttonwood Concarpus erectus 3 gal (2ft) 30 bushy growth Gulf cord grass S artina s artinae 1 gal lft bunch 30 Gumbo Limbo Bursera simaruba 7 gal Eft 8 Jamaican caper Quadrella c no hallo hora 3 gal 3ft 13 Joewood Jac uinia ke ensis 3 gal 2ft 5 Limber caper C no halla exuosa 3 gal 2ft 15 Sabal alm Sabal almetto 5ft clear trunk 4 Sea grape Coccoloba uvi era 7 gal 4ft 25 Seven-year apple Casasia clusii olia 7 gal 3ft 4 Wild dilly Manilkara 7 gal (3ft) 6 Jaimi ui emar inata Total 205 24 3828 Site 3: RE# 00110810-000200; 31551 Warner St Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Bay cedar Suriana maritima 7 gal 3ft 9 Green buttonwood Concar us erectus 7 gal 4ft 15 Gulf cord grass S artina s artinae 1 gal lft clump) 15 Sea grape Coccoloba uvi era 7 gal 4ft 8 Wild dilly Manilkara 7 gal (3ft) 2 jaimi ui emar inata Total 49 Site 4: RE# 00305940-000000; 31324 Avenue G, Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Blackbead Pithecellobium ke ense 7 gal 3ft 8 Blolly Gua ira discolor 15 gal Eft 4 Fiddlewood Citharex lum s inosum 15 gal 5ft 1 Green buttonwood Conocar us erectus 7 gal 4ft 6 Gumbo limbo Bursera simaruba 15 gal 8ft 4 Limber caper C no halla exuosa 3 gal 2ft 10 Pigeon plum Coccoloba diversi olia 15 gal 8ft 4 Sea grape Coccoloba uvi era 7 gal 4ft 2 Silver sea oxeye daisy Borrichia frutescens 1 gal (lft- 10 multistem Spanish stopper Eu enia oetida 7 gal 3ft 8 Wild lime Zanthox lum a ara 7 gal 3ft 2 Total 60 Site 5: RE# 00303680-000000: 31014 Avenue E, Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Blackbead Pithecellobium ke ense 7 gal 3ft 8 Blolly Gua ira discolor 15 gal Eft 2 Fiddlewood Citharex lum s inosum 7 gal 3ft 2 Green buttonwood Conocar us erectus 7 gal 4ft 2 Gumbo limbo Bursera simaruba 15 gal Eft 4 Pigeon plum Coccoloba diversi olia 15 gal Eft 4 Sea ra e Coccoloba uvi era 7 gal 4ft 2 Smooth Stron back Bourreria succulenta 7 al 4ft 3 Spanish stopper Eu enia oetida 7 gal 3ft 5 Wild lime Zanthox lum a ara 7 gal 3ft 2 Willow Bustic Siderox lon salici olium 15 gal 8ft 1 Total 35 25 3829 Site 6: RE# 00302930-000000; 31365 Avenue C, Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Blackbead Pithecellobium ke ense 7 gal 3ft 3 Gumbo limbo Bursera simaruba 15 gal Eft 2 Jamaica caper Quadrella c no hallo hora 3 gal 3ft 4 Pigeon plum Coccoloba diversi olia 15 gal Eft 3 Spanish stopper Eu enia oetida 7 gal 3ft 5 White stopper Eugenia axillaris 7 gal 3 ft 5 Total 22 Site 7: RE# 00256790-000000; 148 Palmetto Ave, Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Blackbead Pithecellobium ke ense 7 gal 3ft 5 Gumbo limbo Bursera simaruba 15 gal Eft 4 Jamaica caper Quadrella c no hallo hora 3 gal 3ft 6 Keys thatch palm Thrinax morrisii 3 gal (2 ft 3 Locustberry B rsonima lucida 7 gal 2ft 2 Long stalked stopper Mosiera lon i es 3 gal 1 ft 3 Pigeon plum Coccoloba diversi olia 15 gal Eft 4 Shortleaf Fig Ficus citri olia 7 gal 6 ft 1 Wild dilly Manilkara 7 gal (3ft) 1 jaimi ui emar inata Total 29 Site 8: RE# 00108480-000000; No Name Key Pt Lot 1 Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Blackbead Pithecellobium ke ense 7 gal 3ft 15 Blolly Gua ira discolor 15 gal Eft 15 Christmas berry L cium carolinianum 1 gal lft 8 Green buttonwood Conocar us erectus 7 gal 4ft 15 Gulf cord grass S artina s artinae 1 gal lft bunch 20 Gumbo limbo Bursera simaruba 15 gal 8ft 8 Jamaican caper Quadrella c no hallo hora 7 gal 3ft 6 Joewood Jac uinia ke ensis 3 gal 2ft 8 Locust berry B rsonima lucida 7 gal 2ft 6 Pigeon plum Coccoloba diversi olia 15 gal 8ft 4 Sea grape Coccoloba uvi era 7 al 4ft 10 Strangler fig Ficus aurea 15 al 8ft 2 Wild dilly Manilkara 7 gal (3ft) 6 jaimi ui emar inata Total 123 26 3830 Site 9: RE# 00113150-000000; 1561 State Rd 4A, Little Torch Key Common Name Scientific Name Size& approximate Total min height Quantity Blackbead Pithecellobium ke ense 3 gal 3ft 8 Blolly Gua ira discolor 15 gal Eft 8 Jamaican caper Quadrella c no hallo hora 3 gal 3ft 8 Sea grape Coccoloba uvi era 7 gal 4ft 8 Seven-year apple Casasia clusii olia 7 gal 3ft 2 Spanish stopper Eu enia oetida 7 gal 3ft 12 Strangler fig Ficus aurea 15 gal 8ft 1 Wild lime Zanthox lum a ara 7 gal 3ft 2 Wild dilly Manilkara 7 gal (3ft) 2 Jaimi ui emar inata Total 51 GENERAL SPECIFICATIONS FOR BOTH PART 1 &PART 2: Work must be performed during normal work hours (between 7:30 am and 5:30 pm), Monday through Friday. No work may occur during weekends or on holidays observed by Monroe County (except for watering which may occur anytime during daylight hours). Contractor must not disturb existing native vegetation on the sites. Any ruts created by Contractor's equipment must be smoothed and graded at end of project. The sites must be left clean and in good condition. No heavy equipment or mulch is allowed in wetlands. The Contractor will provide all necessary equipment to complete the project including (but not limited to)backhoes, augers, bucket trucks, hand tools, chainsaws, chippers (not required), vehicles, sprayers, garbage bags and personal protective equipment. The Contractor will also provide all materials for herbicide treatment(including herbicide and adjuvants) and will strictly adhere to all herbicide label requirements. On-site crew supervisors must be bilingual if their crew includes non-English speakers. Contractors entering the Keys from areas outside of Monroe County (Keys) must adhere to the following equipment decontamination protocol: • Mandatory decontamination protocols must be followed for vehicles and equipment prior to entering Keys from areas outside of the County (Keys). • If decontamination is required by the County then the contractor must utilize a designated decontamination site within Monroe County. The County shall supply the contractor with a list of designated decontamination sites if necessary. Decontamination protocols: • All equipment including but not limited to vehicles, trailer, ATV's, and chippers must be cleaned with a pressure washer(at a County approved facility). Decontamination protocols include spraying down all equipment surfaces including the undercarriage and tires to ensure that mud, vegetative debris and other debris is not transported from the previous treatment site. Special attention will be paid to equipment that has worked at sites where 27 3831 Lygodium, Cogon grass and other exotics specific to the mainland were treated to prevent the spread of these species into Monroe County. • Equipment such as chain saws, toppers, etc. used for cut stump treatment must be wiped down and cleaned so that they are free of debris. Prior to the commencement of the project, the contractor and the County Land Steward shall discuss the necessity for a decontamination plan. If the County requires a plan, then the contractor shall submit a brief decontamination plan in writing, to the County for approval. The decontamination plan shall identity specific decontamination procedures and decontamination sites. Decontamination protocols may vary depending upon the nature of the treatment site, type of treatment conducted at the site, and the exotic species that were treated. In order to take advantage of seasonal rains, the project should be completed by October 31, 2025. 28 3832 SITE SPECIFIC LOCATION MAPS Subject parcels outlined in blue Site 1 - RE# 00110650-000000; 31685 Warner St Bi Pine Ke i o `il f IY, i,,,,J r9 I ,ice r � „+ � /i �i � �% /r✓�>'i +�li ,w �i n Sites 2 & 3: Site 2 = RE 4 00110810-000000; Site 3 =RE 4 00110810-000200; 31543 & 31551 Warner St, Big Pine Key ®�u,e,yvu4V!!4i!U {V�'IJRdWGI/r�A/�Do%/I �" i am ul��T : r 1, 29 3833 Site 4: RE# 00305940-000000; 31324 Avenue G, Big Pine Key 1 li r p I / I � Site 5: RE# 00303680-000000: 31014 Avenue E, Big Pine Key ' Y rv, u r� m 30 3834 Site 6: RE# 00302930-000000; 31365 Avenue C, Big Pine Key P r r ✓✓ //ir> �" ,r i �u, � �' a ✓v. u 1 Site 7: RE 4 00256790-000000; 148 Palmetto Ave, Big Pine Key 4/1 Aw x r ° I r , i I ;'0 4I1tow � ✓✓ , ✓/,col ilio✓el �,, �i✓ ✓,,u�/✓� la��,«�a✓, ,.,.�sa� ��nurcof�.mmr. ��,,, .,,. �� ,,, .. '6 """;:, �"�Wk�,,,%/�//ivy,//Oi////%%////%/%//%////%//i,,�,,��✓�,�,i, �:; ,.,,,,,a -.;��.,,,; 31 3835 Site 8: RE# 00108480-000000; No Name Key Pt Lot 1 (planting area marked by red"X") i �c Site 9: RE# 00113150-000000; 1561 State Rd 4A, Little Torch Key Al r i sad' i r U �r 32 3836 SECTION THREE. DRAFT CONTRACT CONTRACT FOR PROFESSIONAL SERVICES FOR NATIVE RESTORATION PROJECT ON MONROE COUNTY CONSERVATION LANDS THIS CONTRACT (hereafter"Contract" or"Agreement"), made and entered into this day of , 2025, by and between Monroe County, a political subdivision of the State of Florida, (hereafter "County"), whose address is 1100 Simonton Street, Key West, Florida, 33040 and (hereafter Contractor), whose address is . The parties hereto, for the considerations herein set forth, mutually agree as follows: 1. SCOPE OF WORK. The Contractor shall provide professional services to complete the invasive exotic plant removal work and the native planting project on Monroe County conservation lands, including all necessary plant material and equipment required in the performance of same, and perform all of the work described in the Specifications (Exhibit A), and the bid documents (Exhibit A-1) attached hereto and incorporated as part of this document. 2. CONTRACT SUM AND PAYMENTS TO CONTRACTOR. The Contractor shall invoice Monroe County for completed services for each Part as described in the Scope of Service and as quoted in its Bid, performed under the Specifications contained herein. Invoices will be paid in accordance with the Florida Local Government Prompt Payment Act, F.S. 218.70 et seq. Contractor shall submit invoices to the County with supporting documentation that is acceptable to the Clerk. Acceptability to the Clerk is based on generally accepted accounting principles and such laws, rules, and regulations as may govern the Clerk's disbursal of funds. Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the BOCC. 3. CONTRACTOR'S ACCEPTANCE OF CONDITIONS. a) The Contractor hereby agrees that he/she has carefully examined the sites and has made investigations to fully satisfy himself/herself that such sites are correct and suitable ones for this work, and he/she assumes full responsibility therefore. The provisions of this Agreement shall control any inconsistent provisions contained in the Specifications. All Specifications have been read and carefully considered by the Contractor, who understands the same and agrees to their sufficiency for the work to be done. Under no circumstances, conditions, or situations shall this Contract be more strongly construed against the County than against the Contractor (and his Surety, if applicable). b) Any ambiguity or uncertainty in the Specifications shall be interpreted and construed by the County's Land Steward, and her decision shall be final and binding upon all parties. c) The passing, approval, and/or acceptance of any part of the work or material by the County shall not operate as a waiver by the County of strict compliance with the terms of this Agreement, and Specifications covering said work. Failure on the part of the Contractor, 33 3837 immediately after Notice to correct workmanship shall entitle the County, if it sees fit, to correct the same and recover the reasonable cost of such remediation work and/or repair from the Contractor, who shall in any event be jointly and severally liable to the County for all damage, loss, and expense caused to the County by reasons of the Contractor's breach of this Agreement and/or his failure to comply strictly and in all things with this Agreement and with the Specifications. 4. TERM OF CONTRACT. a) This Contract shall commence on 2025 and terminate on December 31, 2025, or upon completion of the project, whichever occurs first. b) The parties may elect to extend this Agreement for up to three months if the work has not been completed by December 31, 2025. 5. INDEPENDENT CONTRACTOR. At all times and for all purposes under this Agreement the Contractor is an independent contractor and not an employee of the Board of County Commissioners for Monroe County. No statement contained in this Agreement shall be construed so as to find the contractor or any of his/her employees, contractors, servants, or agents to be employees of the Board of County Commissioners for Monroe County. 6. ASSIGNMENT. The Contractor shall not assign this Agreement, except in writing and with the prior written approval of the Board of County Commissioners for Monroe County, which approval shall be subject to such conditions and provisions as the Board may deem necessary. This Agreement shall be incorporated by reference into any assignment and any assignee shall comply with all of the provisions of this Agreement. Unless expressly provided for therein, such approval shall in no manner or event be deemed to impose any additional obligation upon the Board. 7. INSURANCE. 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 the Insurance Checklist included herein 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. a) 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. b) 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 34 3838 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. c) The Contractor will be held responsible for all deductibles and self-insured retentions that may be contained in the Contractor's Insurance policies. d) The Contractor shall provide, to the County, as satisfactory evidence of the required insurance, either: • Certificate of Insurance; or • Certified copy of the actual insurance policy. e) 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 Monroe County Board of County Commissioners, its employees and officials will be included as "Additional Insured" on all policies, except for Workers' Compensation. f) 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. 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. g) Notwithstanding the provisions of paragraph 34, the County may immediately treat the Contractor in default if the Contractor fails to maintain the insurance required by this paragraph. Before terminating the agreement in this situation, the County need only provide the Contractor 24-hour notice by FAX or overnight courier. The County may, but need not,provide the Contractor with an opportunity to cure the default. 8. INDEMNIFICATION. The Respondent/Contractor to whom a contract is awarded shall defend, indemnify, and hold harmless the County as outlined below: The Contractor covenants and agrees to defend, indemnify and hold harmless Monroe County Board of County Commissioners, and its elected and appointed officers, officials, agents, servants, and employees from any and all claims, demands, or causes of action for bodily injury (including death), personal injury, and property damage (including property owned by Monroe County) and any other losses, damages, costs, penalties, and expenses (including attorney's fees) which arise out of, in connection with, or by reason of the Contractor utilizing the property governed by this Contract agreement. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. 35 3839 The indemnification obligations under the Contract shall not be restricted in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor under workers' compensation acts, disability benefits acts, or other employee benefits acts, and shall extend to and include any actions brought by or in the name of any employee of the Contractor or of any third parry to whom Contractor may subcontract a part or all of the Work. This indemnification shall continue beyond the date of completion of the work. Notwithstanding the provisions of Sec. 768.28, Florida Statutes, nothing herein nor the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government insurance pool coverage shall be deemed a waiver of immunity by the County. 9. RECORDS. Availability of Records. The records of the parties to this Agreement relating to the Project, which shall include but not be limited to accounting records (hard copy, as well as computer readable data if it can be made available; subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc); original estimates; estimating work sheets; correspondence; change order files (including documentation covering negotiated settlements); backcharge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance rebates and dividends; any other supporting evidence deemed necessary by County or the Monroe County Office of the Clerk of Court and Comptroller (hereinafter referred to as "County Clerk") to substantiate charges related to this agreement, and all other agreements, sources of information and matters that may in County's or the County Clerk's reasonable judgment have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any contract document (all foregoing hereinafter referred to as "Records") shall be open to inspection and subject to audit and/or reproduction by County's representative and/or agents or the County Clerk. County or County Clerk may also conduct verifications such as, but not limited to, counting employees at the job site, witnessing the distribution of payroll, verifying payroll computations, overhead computations, observing vendor and supplier payments, miscellaneous allocations, special charges, verifying information and amounts through interviews and written confirmations with employees, Subcontractors, suppliers, and Contractors' representatives. All records shall be kept for ten (10)years after Final Completion of the Project. The County Clerk possesses the independent authority to conduct an audit of Records, assets, and activities relating to this Project. If any auditor employed by Monroe County or the County Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Section 55.03, F.S., running from the date the monies were paid to Contractor. The right to audit provisions survives the termination of expiration of this Agreement. CONTRACTOR shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period of seven (7) years from the termination of this agreement or in accordance with the State of Florida retention schedules (https:Hdos.fl.gov/library-archives/records-management/general-records-schedules/), whichever is greater. Each parry to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other parry to this Agreement for public records 36 3840 purposes during the term of the Agreement and for the applicable retention period following the termination of this Agreement. 10. STATE OF FLORIDA E-VERIFY Beginning January 1, 2021, in accordance with Section 448.095, Florida Statutes, as may be amended from time to time, 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 maintain a copy of such affidavit for the duration of the contract. The Contractor shall comply with and be subject to the provisions of Section 448.095, Florida Statutes. Pursuant to Section 448.095: 1. A public agency, Bidder, or subcontractor who has a good faith belief that a person or an entity with which it is contracting has knowingly violated s. 448.09(1) shall terminate the contract with the person or entity. 2. A public agency that has a good faith belief that a subcontractor knowingly violated this subsection, but the Bidder otherwise complied with this subsection, shall promptly notify the Bidder and order the Bidder to immediately terminate the contract with the subcontractor. 3. A contract terminated under this paragraph is not a breach of contract and may not be considered as such. If a public agency terminates a contract with a Bidder under this paragraph, the Bidder may not be awarded a public contract for at least 1 year after the date on which the contract was terminated. A Bidder is liable for any additional costs incurred by a public agency as a result of the termination of a contract. 11. UNCONTROLLABLE CIRCUMSTANCES Any delay or failure of either Parry 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 Parry's control, without such Parry's fault or negligence and that by its nature could not have been foreseen by such Parry 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 seven (7) days of any event or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, or as soon as possible after such Uncontrollable Circumstance has occurred if reasonably unanticipated, 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 37 3841 result of an Uncontrollable Circumstance. The Contractor may only seek a no cost Change Order for such reasonable time as the Owner's Representative may determine. 12. GOVERNING LAW, VENUE, INTERPRETATION. 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, the County and Contractor agree that venue will lie exclusively with the appropriate court, or before the appropriate administrative body, in Monroe County, Florida. 13. 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. 14. 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 parry relative to the enforcement or interpretation of this Agreement, the prevailing parry shall be entitled to reasonable attorney's fees, court costs, investigative, and out-of-pocket expenses, as an award against the non-prevailing parry, and shall include attorney's fees, courts costs, investigative, and out-of-pocket expenses in appellate proceedings. 15. 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. 16. AUTHORITY. Each parry represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. 17. ADJUDICATIONS 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 parry shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions of paragraph 34 concerning termination or cancellation. 18. 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 parry, 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 38 3842 Contractor specifically agree that no parry to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 19. COVENANT OF NO INTEREST. County and Contractor covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 20. PUBLIC ENTITY CRIME INFORMATION STATEMENT. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a Construction Manager, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 21. ETHICS. ETHICS CLAUSE. Contractor warrants that he/she/it had not employed, retained, or otherwise had act on his/her/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee. CODE OF ETHICS. County agrees that officers and employees of the County recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. 22. NO SOLICITATION/PAYMENT. The County and Contractor warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the Contractor agrees that the County shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 23. 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 39 3843 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 request from the County's custodian of records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records that would be required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of records, in a format that is compatible with the information technology systems of the County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, but if the County does not possess the requested records, the County shall immediately notify the Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor. A Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor. A Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. 40 3844 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: MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH ST., SUITE 408, KEY WEST, FL 33040, L C C SL& C - L. " V, (305) 292-3470. 24. NON-WAIVER OF IMMUNITY. Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the County and the Contractor in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered into by the County be required to contain any provision for waiver. 25. PRIVILEGES AND IMMUNITIES. All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the County, when performing their respective functions under this Agreement within the territorial limits of the County shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the County. 26. LEGAL OBLIGATIIONS AND RESPONSIBILITIES. Non-Delegation of Constitutional or Statutory Duties. This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be construed as, authorizing the delegation of the constitutional or statutory duties of the County, except to the extent permitted by the Florida constitution, state statute, and case law. 27. 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 County and the Contractor agree that neither the County nor the Contractor or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. 28. TAXES. County is exempt from payment of Florida State Sales and Use taxes. Contractor shall not be exempted by virtue of the County's exemption from paying sales tax to its suppliers for materials used to fulfill its obligations under this contract, nor is Contractor 41 3845 authorized to use the County's Tax Exemption Number in securing such materials. Contractor shall be responsible for any and all taxes, or payments of withholding, related to services rendered under this Agreement. 29. NO PERSONAL LIABILITY. No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. 30. EXECUTION IN COUNTERPARTS. This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. 31. 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. 32. PROFESSIONAL RESPONSIBILITY. The Contractor warrants that it is authorized by law to engage in the performance of the activities encompassed by the project herein described, subject to the terms and conditions set forth. The provider shall at all times exercise independent, professional judgment and shall assume professional responsibility for the services to be provided. Continued funding by the Board is contingent upon retention of appropriate local, state, and/or federal certification and/or licenser of contractor. 33. 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 the COUNTY by certified mail, return receipt requested, Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail, certified, return receipt requested and postage pre-paid, or by courier with proof of delivery and delivery pre-paid. to the following: FOR COUNTY FOR CONTRACTOR Christine Hurley County Administrator 1100 Simonton Street Key West, FL 33040 Phone: (305) 292-4441 Fax: Notice is deemed received by CONTRACTOR when hand delivered by national courier with proof of delivery or by U.S. Mail upon verified receipt or upon the date of refusal or non- acceptance of delivery. 42 3846 34. TERMINATION. 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. A. 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. B. Termination for Cause and Remedies: In the event of breach of any contract terms, the COUNTY retains the right to terminate this Agreement. The COUNTY may also terminate this agreement for cause with CONTRACTOR should CONTRACTOR fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, prior to termination, the COUNTY shall provide CONTRACTOR with five (5) calendar days' notice and provide the CONTRACTOR with an opportunity to cure the breach that has occurred. If the breach is not cured, the Agreement will be terminated for cause. If the COUNTY terminates this agreement with the CONTRACTOR, COUNTY shall pay CONTRACTOR the sum due the CONTRACTOR under this agreement prior to termination, unless the cost of completion to the COUNTY exceeds the funds remaining in the contract; however, the COUNTY reserves the right to assert and seek an offset for damages caused by the breach. The maximum amount due to CONTRACTOR shall not in any event exceed the spending cap in this Agreement. In addition, the COUNTY reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the COUNTY's False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. C. Termination for Convenience: The COUNTY may terminate this Agreement for convenience, at any time, upon 30 days' notice to CONTRACTOR. If the COUNTY terminates this Agreement with the CONTRACTOR, COUNTY shall pay CONTRACTOR the sum due the CONTRACTOR under this AGREEMENT prior to termination, unless the cost of completion to the COUNTY exceeds the funds remaining in the contract. The maximum amount due to CONTRACTOR shall not exceed the spending cap in this Agreement. D. For Contracts of any amount, if the County determines that the Contractor/Consultant has submitted a false certification under Section 287.135(5), Florida Statutes or has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County shall have the option of (1) terminating the Agreement after it has given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement if the conditions of Section 287.135(4), Florida Statutes, are met. 35. NONDISCRIMINATION/EQUAL EMPLOYMENT OPPORTUNITY. 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 and COUNTY agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VII of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination in employment on the basis of race, color, religion, sex, or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which prohibits discrimination on the basis of 43 3847 sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of disability; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC s. 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 12101 Note), as may be amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Article 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. During the performance of this Agreement, the CONTRACTOR, in accordance with Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor), see 2 C.F.R. Part 200, Appendix II,¶ C, agrees as follows: 1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided the setting forth the provisions of this nondiscrimination clause. 2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint 44 3848 or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. 4) The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representative of the contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for non- compliance; provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 36. CLAIMS FOR FEDERAL OR STATE AID. Contractor and County agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement; provided that all applications, requests, grant proposals, and funding solicitations shall be approved by each parry prior to submission. Any conditions imposed as a result of the funding that affect the Project will be provided to each parry. 37. MUTUAL REVIEW. This agreement has been carefully reviewed by the Contractor and the County; therefore this agreement is not to be construed against either parry on the basis of authorship. 45 3849 38. INCORPORATION OF RFP DOCUMENTS. The terms and conditions of the RFP documents are incorporated by reference in this contract agreement. 39. ENTIRE AGREEMENT. This writing embodies the entire agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. Any amendment to this Agreement shall be in writing, approved by the Board of County Commissioners, and signed by both parties before it becomes effective. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed this day of , 2025. (SEAL) ATTEST: KEVIN MADOK, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: By: Deputy Clerk James K. Scholl, Mayor CONTRACTOR By: Witnesses Title 46 3850 EXHIBIT A SCOPE OF WORK PROJECT DESCRIPTION Monroe County, Florida invites firms to submit proposals to complete a habitat restoration project on nine (9) separate Monroe County Conservation Lands located on Big Pine, No Name, and Little Torch Keys. Work includes the removal of invasive exotic plant species followed by planting of native trees and shrubs to restore the sites. The project includes the supply and installation of native plant material by the Contractor as specified below. PROJECT LOCATION See site specific maps included below for more information (all properties are vacant parcels and are easily accessed by adjacent roads) Site 1: RE# 00110650-000000; 31685 Warner St, Big Pine Key Site 2: RE# 00110810-000000; 31543 Warner St, Big Pine Key Site 3: RE# 00110810-000200; 31551 Warner St Big Pine Key Site 4: RE# 00305940-000000; 31324 Avenue G, Big Pine Key Site 5: RE# 00303680-000000: 31014 Avenue E, Big Pine Key Site 6: RE# 00302930-000000; 31365 Avenue C, Big Pine Key Site 7: RE# 00256790-000000; 148 Palmetto Ave, Big Pine Key Site 8: RE# 00108480-000000; No Name Key Pt Lot 1 Site 9: RE# 00113150-000000; 1561 State Rd 4A, Little Torch Key 47 3851 GENERAL LOCATION MAP � Sites outlined in blue and referenced by site # rr r S ; � uuuuuu � r r,v Ii I r »s% 77r4 ar SCOPE OF WORK The project includes the removal of non-native and invasive exotic vegetation from the specified sites followed by planting of native trees and shrubs. PART 1: INVASIVE EXOTIC REMOVAL WORK The following is a list of non-native and invasive exotic vegetation to be removed by Contractor at each site, counts are given for reference only, Contractor is required to remove all individuals of species listed: Site 1: Three (3)Australian pines and nine (9) Washingtonia palms Site 2: Stand of medium-large Australian pines (alive and dead), three (3) coconut palms, one (1) date palm Site 3: Three (3) coconut palms Site 4: No exotic removal work required Site 5: One (1)large woman's tongue (Albizia lebbeck), three (3) medium Albizia, three (3) Washingtonia palms; (3)patches of Surinam cherry; (3) large Brazilian peppers; (3) Christmas palms Site 6: Two (2) coconut palms; one (1) Washingtonia palm; bananas Site 7: One (1) Washingoniapalm; one (1) Brazilian pepper Site 8: No exotic removal work required Site 9: Stand of approximately twelve (12) coconut palms, many small Australian pines, many medium size Brazilian peppers, mahoes, bowstring hemp (Sansevieria spp), and night-blooming cereus / climbing cactus (Hylocereus undatus). 48 3852 Trees must be fully removed by the contractor except for one tall palm tree (maximum) at each site that may be topped and left standing to provide a perch for birds. This remaining trunk must not be within falling distance of adjacent roads,power lines, or structures. The invasive exotic plant species listed per site shall be physically removed and treated as follows (Garton 3A shall be diluted in water& Garlon 4 shall be diluted in a County approved vegetable-based oil): Target Species Treatment Method Australian pine 50% Garlon 3A applied to cut surface immediately after cut Casuarina s or 20% Garlon 4 applied to stump's cut surface and sides Brazilian pepper 50% Garlon 3A applied to cut surface immediately after cut (Schinus terebinthi olius) or 20% Garlon 4 applied to stump's cut surface and sides Washingtonian palm Physically remove Washin tonia robusta Coconut palm Physically remove (Cocos nuci era) Senegal date palm Physically remove Phoenix reclinata Seaside mahoe 50% Garlon 3A applied to cut surface immediately upon Thes esia o ulnea cutting Woman's tongue 50% Garlon 3A applied to cut surface immediately after cut Albizia lebbeck or 20% Garlon 4 applied to stump's cut surface and sides night-blooming cactus Hand pull entire plant and physically remove all material (Hylocereus undatus) from the site; place in neat pile on roadside for county pickup (removal work may require ladders and/or pole saws to remove cactus from tree canopy) bowstring hemp Cut and remove blade; immediately treat cut base with 10% (Sansevieria glyphosate in water;place cut material in neat pile on h acinthoides) roadside for County pickup Any additional treatment methods or changes to the methods listed above must be pre-approved by the County Land Steward. Contractor shall utilize quart-sized, chemical resistant spray bottles, such as "Spraymaster" bottles (or similar), for herbicide application. The contents must be clearly labeled on the outside of the bottle. A dye shall be used to facilitate identification of treated stems. Herbicides will be applied using a low-pressure spray to minimize drift and non-target damage. Stumps of removed trees may remain on site but must be cut as low to the ground as possible. Cuts will be made level to the ground to minimize herbicide runoff prior to absorption. A machete may not be used to cut trees as it creates a jagged cut; toppers or saws are preferred tools. An appropriate herbicide shall be applied within one (1) minute of stump preparation. Contractor is responsible for proper disposal of vegetative debris resulting from plant removal work except for palm trunks and fronds (if they can't be chipped) may be cut into 4-5-foot sections and neatly piled by the road for pickup by County claw truck. Additionally, the Contractor may pile bowstring hemp and night blooming cactus by road for County pickup at no cost to Contractor. 49 3853 The contractor may utilize a chipper(not required). Any hardwood mulch(non-palm) created by the project may be used for the planting project(see Part 2) or may be disposed of in one of the following ways (as determined by the County Land Steward): 3. Spread evenly across the site (mulch may not be placed in wetlands or cover existing native vegetation); or 4. Removed from the site and properly disposed of at no cost to the County. All herbicide treatments shall be at least 95% effective in preventing re-sprout of treated plants. If 95% kill rate is not achieved for any area of the project after two (2) months past initial project completion; one additional treatment of the exotic plants in the problem area shall be the responsibility of the Contractor at no additional cost to the County. PART 2: NATIVE PLANTING PROJECT Once the invasive exotic plant removal portion of the project has been completed then the Contractor may begin the native planting project. The installation of plant material will require augering holes (or digging holes with backhoe or similar) and addition of organic soil (50150 mix or similar) as needed, as determined by Land Steward. Plants must be installed level with surrounding elevation; no mounding of soil. Mulch must be placed around all plantings (mulch supplied by the contractor) at approximately 2-3 inches in depth. Large trees must be staked/braced as needed. Piles of soil from digging holes must be spread out and not left in piles. This project is for the supply(total of 640 plants) and installation of said plant material on all sites. All plants must be landscape quality, with full canopy, and must meet the minimum specifications listed on the attached plant list. All plant material must be approved by the Land Steward prior to installation. The County reserves the right to reject any landscape materials due to poor quality. See vegetation list below. Additionally, the Contractor shall auger/ dig holes for plants to be planted by the County. A total of forty holes will be augered/ dug to a size large enough to accommodate 3-5 gallon pots. Each of the following sites shall have 10 holes dug at locations specified by County: Sites 2, 4, 5, & 8. PART 3: WATERING Watering requirements: the Contractor is responsible for four watering events (via water truck or similar): one on the day of planting; the second within 2-3 days after planting; the third 2-3 days following the second watering; and the fourth 7 days following the third watering. If it rains prior to the second, third, or fourth watering, then the Contractor shall hold off on the watering event until it hasn't rained for 2-4 days. Contractor may access water supply at Land Steward office location on Big Pine Key. Contractor is responsible for supplying water tank, hoses, and any other necessary equipment to complete the required watering. 50 3854 PLANT MATERIALS LIST TO BE SUPPLIED BY THE CONTRACTOR Contractor shall obtain, transport to the subject sites, and install the following native plant material. Substitutions are not accepted unless previously approved by the Land Steward. Field grown may be substituted for minimum pot size if plant meets minimum height requirement. Site 1: RE# 00110650-000000; 31685 Warner St, Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Bay cedar Suriana maritima 7 gal 3ft 6 Blolly Gua ira discolor 15 gal Eft 3 Green buttonwood Concarpus erectus 7 gal (4ft), 15 Bushy growth Gulf cord grass S artina s artinae 1 gal lft bunch 30 Sabal palm Sabal almetto 5ft clear trunk 2 Sea grape Coccoloba uvi era 7 al 4ft 9 Wild dilly Manilkara 7 gal (3ft) 2 .aimi ui emar inata Total 66 Site 2: RE# 00110810-000000; 31543 Warner St, Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Bay cedar Suriana maritima 7 gal 3ft 15 Blackbead Pithecellobium ke ense 7 al 3ft 15 Blolly Gua ira discolor 15 gal Eft 5 Green buttonwood Concarpus erectus 7 gal (4ft), 30 bushy growth Green buttonwood Concarpus erectus 3 gal (2ft) 30 bushy growth Gulf cord grass S artina s artinae 1 gal lft bunch 30 Gumbo Limbo Bursera simaruba 7 gal Eft 8 Jamaican caper Quadrella c no hallo hora 3 gal 3ft 13 Joewood Jac uinia ke ensis 3 gal 2ft 5 Limber caper C no halla exuosa 3 gal 2ft 15 Sabal alm Sabal almetto 5ft clear trunk 4 Sea grape Coccoloba uvi era 7 gal 4ft 25 Seven-year apple Casasia clusii olia 7 gal 3ft 4 Wild dilly Manilkara 7 gal (3ft) 6 Jaimi ui emar inata Total 205 51 3855 Site 3: RE# 00110810-000200; 31551 Warner St Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Bay cedar Suriana maritima 7 gal 3ft 9 Green buttonwood Concar us erectus 7 gal 4ft 15 Gulf cord grass S artina s artinae 1 gal lft clump) 15 Sea grape Coccoloba uvi era 7 gal 4ft 8 Wild dilly Manilkara 7 gal (3ft) 2 jaimi ui emar inata Total 49 Site 4: RE# 00305940-000000; 31324 Avenue G, Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Blackbead Pithecellobium ke ense 7 gal 3ft 8 Blolly Gua ira discolor 15 gal Eft 4 Fiddlewood Citharex lum s inosum 15 gal 5ft 1 Green buttonwood Conocar us erectus 7 gal 4ft 6 Gumbo limbo Bursera simaruba 15 gal 8ft 4 Limber caper C no halla exuosa 3 gal 2ft 10 Pigeon plum Coccoloba diversi olia 15 gal 8ft 4 Sea grape Coccoloba uvi era 7 gal 4ft 2 Silver sea oxeye daisy Borrichia frutescens 1 gal (lft- 10 multistem Spanish stopper Eu enia oetida 7 gal 3ft 8 Wild lime Zanthox lum a ara 7 gal 3ft 2 Total 60 Site 5: RE# 00303680-000000: 31014 Avenue E, Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Blackbead Pithecellobium ke ense 7 gal 3ft 8 Blolly Gua ira discolor 15 gal Eft 2 Fiddlewood Citharex lum s inosum 7 gal 3ft 2 Green buttonwood Conocar us erectus 7 gal 4ft 2 Gumbo limbo Bursera simaruba 15 gal Eft 4 Pigeon plum Coccoloba diversi olia 15 gal Eft 4 Sea ra e Coccoloba uvi era 7 gal 4ft 2 Smooth Stron back Bourreria succulenta 7 al 4ft 3 Spanish stopper Eu enia oetida 7 gal 3ft 5 Wild lime Zanthox lum a ara 7 gal 3ft 2 Willow Bustic Siderox lon salici olium 15 gal 8ft 1 Total 35 52 3856 Site 6: RE# 00302930-000000; 31365 Avenue C, Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Blackbead Pithecellobium ke ense 7 gal 3ft 3 Gumbo limbo Bursera simaruba 15 gal Eft 2 Jamaica caper Quadrella c no hallo hora 3 gal 3ft 4 Pigeon plum Coccoloba diversi olia 15 gal Eft 3 Spanish stopper Eu enia oetida 7 gal 3ft 5 White stopper Eugenia axillaris 7 gal 3 ft 5 Total 22 Site 7: RE# 00256790-000000; 148 Palmetto Ave, Big Pine Key Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Blackbead Pithecellobium ke ense 7 gal 3ft 5 Gumbo limbo Bursera simaruba 15 gal Eft 4 Jamaica caper Quadrella c no hallo hora 3 gal 3ft 6 Keys thatch palm Thrinax morrisii 3 gal (2 ft 3 Locustberry B rsonima lucida 7 gal 2ft 2 Long stalked stopper Mosiera lon i es 3 gal 1 ft 3 Pigeon plum Coccoloba diversi olia 15 gal Eft 4 Shortleaf Fig Ficus citri olia 7 gal 6 ft 1 Wild dilly Manilkara 7 gal (3ft) 1 jaimi ui emar inata Total 29 Site 8: RE# 00108480-000000; No Name Key Pt Lot 1 Common Name Scientific Name Minimum Pot Size Total & approximate min Quantity height Blackbead Pithecellobium ke ense 7 gal 3ft 15 Blolly Gua ira discolor 15 gal Eft 15 Christmas berry L cium carolinianum 1 gal lft 8 Green buttonwood Conocar us erectus 7 gal 4ft 15 Gulf cord grass S artina s artinae 1 gal lft bunch 20 Gumbo limbo Bursera simaruba 15 gal 8ft 8 Jamaican caper Quadrella c no hallo hora 7 gal 3ft 6 Joewood Jac uinia ke ensis 3 gal 2ft 8 Locust berry B rsonima lucida 7 gal 2ft 6 Pigeon plum Coccoloba diversi olia 15 gal 8ft 4 Sea grape Coccoloba uvi era 7 al 4ft 10 Strangler fig Ficus aurea 15 al 8ft 2 Wild dilly Manilkara 7 gal (3ft) 6 jaimi ui emar inata Total 123 53 3857 Site 9: RE# 00113150-000000; 1561 State Rd 4A, Little Torch Key Common Name Scientific Name Size& approximate Total min height Quantity Blackbead Pithecellobium ke ense 3 gal 3ft 8 Blolly Gua ira discolor 15 gal Eft 8 Jamaican caper Quadrella c no hallo hora 3 gal 3ft 8 Sea grape Coccoloba uvi era 7 gal 4ft 8 Seven-year apple Casasia clusii olia 7 gal 3ft 2 Spanish stopper Eu enia oetida 7 gal 3ft 12 Strangler fig Ficus aurea 15 gal 8ft 1 Wild lime Zanthox lum a ara 7 gal 3ft 2 Wild dilly Manilkara 7 gal (3ft) 2 Jaimi ui emar inata Total 51 GENERAL SPECIFICATIONS FOR BOTH PART 1 &PART 2: Work must be performed during normal work hours (between 7:30 am and 5:30 pm), Monday through Friday. No work may occur during weekends or on holidays observed by Monroe County (except for watering which may occur anytime during daylight hours). Contractor must not disturb existing native vegetation on the sites. Any ruts created by Contractor's equipment must be smoothed and graded at end of project. The sites must be left clean and in good condition. No heavy equipment or mulch is allowed in wetlands. The Contractor will provide all necessary equipment to complete the project including (but not limited to)backhoes, augers, bucket trucks, hand tools, chainsaws, chippers (not required), vehicles, sprayers, garbage bags and personal protective equipment. The Contractor will also provide all materials for herbicide treatment(including herbicide and adjuvants) and will strictly adhere to all herbicide label requirements. On-site crew supervisors must be bilingual if their crew includes non-English speakers. Contractors entering the Keys from areas outside of Monroe County (Keys) must adhere to the following equipment decontamination protocol: • Mandatory decontamination protocols must be followed for vehicles and equipment prior to entering Keys from areas outside of the County (Keys). • If decontamination is required by the County then the contractor must utilize a designated decontamination site within Monroe County. The County shall supply the contractor with a list of designated decontamination sites if necessary. Decontamination protocols: • All equipment including but not limited to vehicles, trailer, ATV's, and chippers must be cleaned with a pressure washer(at a County approved facility). Decontamination protocols include spraying down all equipment surfaces including the undercarriage and tires to ensure that mud, vegetative debris and other debris is not transported from the previous treatment site. Special attention will be paid to equipment that has worked at sites where 54 3858 Lygodium, Cogon grass and other exotics specific to the mainland were treated to prevent the spread of these species into Monroe County. • Equipment such as chain saws, toppers, etc. used for cut stump treatment must be wiped down and cleaned so that they are free of debris. Prior to the commencement of the project, the contractor and the County Land Steward shall discuss the necessity for a decontamination plan. If the County requires a plan, then the contractor shall submit a brief decontamination plan in writing, to the County for approval. The decontamination plan shall identity specific decontamination procedures and decontamination sites. Decontamination protocols may vary depending upon the nature of the treatment site, type of treatment conducted at the site, and the exotic species that were treated. In order to take advantage of seasonal rains, the project should be completed by October 31, 2025. 55 3859 SITE SPECIFIC LOCATION MAPS Subject parcels outlined in blue Site 1 - RE# 00110650-000000; 31685 Warner St Bi Pine Ke i o `il f IY, i,,,,J r9 I ,ice r � „+ � /i �i � �% /r✓�>'i +�li ,w �i n Sites 2 & 3: Site 2 = RE 4 00110810-000000; Site 3 =RE 4 00110810-000200; 31543 & 31551 Warner St, Big Pine Key ®�u,e,yvu4V!!4i!U {V�'IJRdWGI/r�A/�Do%/I �" i am ul��T : r 1, 56 3860 Site 4: RE# 00305940-000000; 31324 Avenue G, Big Pine Key 1 li r p I / I � Site 5: RE# 00303680-000000: 31014 Avenue E, Big Pine Key ' Y rv, u r� m 57 3861 Site 6: RE# 00302930-000000; 31365 Avenue C, Big Pine Key P r r ✓✓ //ir> �" ,r i �u, � �' a ✓v. u 1 Site 7: RE 4 00256790-000000; 148 Palmetto Ave, Big Pine Key 4/1 Aw x r ° I r , i I � ✓✓ , ✓/,col ilio✓el �,, �i✓ ✓,,u�/✓� la��,«�a✓, ,.,.�sa� ��nurcof�.mmr. ��,,, .,,. �� ,,, .. '6 """;:, �"�Wk�,,,%/�//ivy,//Oi////%%////%/%//%////%//i,,�,,��✓�,�,i, �:; ,.,,,,,a -.;��.,,,; 58 3862 Site 8: RE# 00108480-000000; No Name Key Pt Lot 1 (planting area marked by red"X") i �c Site 9: RE# 00113150-000000; 1561 State Rd 4A, Little Torch Key Al r i sad' i r U �r 59 3863 BID PROPOSAL FORM TO:MONROE COUNTY BOARD OF COUNTY COMMISSIONERS C/O PURCHASING DEPARTMENT OMB-BIDS o m o n ro a co u n ty-fl.g o v PROPOSAL FROM: The undersigned, having carefully examined the work, specifications, proposal, and addenda thereto and other Contract Documents for the services of- NATIVE RESTORATION PROJECT ON COUNTY CONSERVATION LANDS And having become familiar with all local conditions including labor affecting the cost thereof, and having familiarized himself with Federal, State, and Local laws, ordinances, rules and regulations affecting performance of the work, does hereby propose to perform a native restoration project on Monroe County Conservation Lands, including obtaining all plant materials and all incidentals necessary to perform and complete said work in a workman-like manner, in conformance with specifications, and other contract documents including addenda issued thereto. BID PRICE FOR PART 1 (Invasive Exotic Removal): $ BID PRICE FOR PART 2 (Native Planting): $ BID PRICE FOR PART 3 (Watering): $ TOTAL BID PRICE (PART 1 +PART 2 +PART 3): $ I acknowledge receipt of Addenda No. (s) (Check mark(4) items below, as a reminder that they are included.) I have included the Bid Proposal which entails: • Affidavit Attesting to Noncoercive Conduct • Non-Collusion Affidavit • Sworn Statement Under Ord.No 10-1990—Ethics Clause • Drug Free Workplace Form • Public Entity Crime Statement • Vendor Certification regarding Scrutinized Companies List • Foreign Entities Affidavit • Insurance Requirements • Local Preference Form (if applicable) In addition, I have included a current copy of: Monroe County Occupational License Insurance Agents Statement and all requirements as stated in Section One of the RFP. Print Name: Title: Mailing Address: Telephone: Date: Signed: Witness: (Seal) 60 3864 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES Entity/Vendor Name: Vendor FEIN: Vendor's Authorized Representative: (Name and Title) Address: City: State: Zip: Phone Number: Email Address: As a nongovernmental entity executing,renewing, or extending a contract with a government entity, Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor does not use coercion for labor or services in accordance with Section 787.06, 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 Vendor, I certify under penalties of perjury that Vendor does not use coercion for labor or services in accordance with Section 787.06. Additionally, Vendor has reviewed Section 787.06, Florida Statutes, and agrees to abide by same. Certified By: who is authorized to sign on behalf of the above referenced company. Authorized Signature: Print Name: Title: 61 3865 LOCAL PREFERENCE FORM A.Vendors claiming a local preference according to Ordinance 023-2009, as amended by Ordinance No. 004- 2015 and 025-2015,must complete this form. Name of Bidder/Responder Date: 1. Does the vendor have a valid receipt for the business tax paid to the Monroe County Tax Collector dated at least one(1)year prior to the notice of request for proposals? (Please furnish copy.) 2. Does the vendor have a physical business address located within Monroe County from which the vendor operates or performs business on a day-to-day basis that is a substantial component of the goods or services being offered to Monroe County? (The physical business address must be registered as its principal place of business with the Florida Department of State for at least one year prior to the notice of request for proposals.) List Address: Telephone Number: B. Does the vendor/prime contractor intend to subcontract 50%or more of the goods,services,or construction to local businesses meeting the criteria above as to licensing and location? If yes,please provide: 1. Copy of Receipt of the business tax paid to the Monroe County Tax Collector by the subcontractor dated at least one(1)year prior to the notice or request for proposals. 2. Subcontractor's physical business address within Monroe County from which the subcontractor operates: (The physical business address must be registered as its principal place of business with the Florida Department of State for at least one(1) year prior to the notice of request for bids or proposals) Tel.Number Address Print Name: Signature and Title of Authorized Signatory for Bidder/Responder STATE OF COUNTY OF The foregoing instrument was sworn to (or affirmed)and subscribed before me by means of[]physical presence or[] online notarization this day of 20 ,by Signature of Notary Public-State of Florida Name of Notary My commission expires: Personally Known OR Produced Identification Type of Identification Produced 62 3866 NON-COLLUSION AFFIDAVIT I, of the city of according to law on my oath, and under penalty of perjury, depose and say that: l. I am of the firm of the respondent making the Proposal for the project described in the Notice for Calling for bids for: and that I executed the said proposal with full authority to do so: the prices in this 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 respondent 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 respondent and will not knowingly be disclosed by the respondent prior to bid opening, directly or indirectly, to any other respondent or to any competitor; and no attempt has been made or will be made b the respondent to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; 5. the statements contained in this affidavit are true and correct and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. (Signature of Respondent) (Date) STATE OF: COUNTY OF: PERSONALLY APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, (name of individual signing) affixed his/her signature in the space provided above on this day of , 20 NOTARY PUBLIC My Commission Expires: 63 3867 SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE (Company) "...warrants that he/it has not employed, retained or otherwise had act on his/her behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee." (Signature) Date: STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or ❑ online notarization, on (date) by (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC My Commission Expires: 64 3868 DRUG-FREE WORKPLACE FORM In accordance with the Florida Statutes, Section 287.087, preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids or replies that are equal with respect to price, quality and service are received by the State or by any political subdivision for the procurement of commodities or contractual services,a bid,or reply received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing the bids will be followed if none of the tied vendors have a drug-free workplace program The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture,distribution,dispensing,possession,or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace,the business's policy of maintaining a drug-free workplace, any available drug counseling,rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection(1). 4. In the statement specified in subsection(1),notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of,or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes)or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five(5)days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community,or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement,I certify that this firm complies fully with the above requirements. STATE OF (Signature of Respondent) COUNTY OF Date PERSONALLY APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, (name of individual signing) affixed his/her signature in the space provided above on this day of 20 . My commission expires: NOTARY PUBLIC 65 3869 PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to public entity, may not be awarded or perform work as a CONTRACTOR, supplier, subcontractor, or CONTRACTOR under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." I have read the above and state that neither (Respondent's name) nor any Affiliate has been placed on the convicted vendor list within the last 36 months. (Signature) Date: STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or ❑ online notarization, on (date) by (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC My Commission Expires: 66 3870 VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Project Description(s): Respondent Vendor Name: Vendor FEIN: Vendor's Authorized Representative Name and Title: Address: City: State: Zip: Phone Number: Email Address: Vendor has reviewed Section 287.135,Florida Statutes, and in accordance with such provision of Florida law,is eligible to bid on,submit a proposal for,or enter into or renew a contract with Monroe County for goods or services. 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 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 Petroleum Energy Sector 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 Respondent, I hereby certify that the company identified above in the Section entitled "Respondent Vendor Name" is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria. I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, 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 Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria. Certified By: who is authorized to sign on behalf of the above referenced company. Authorized Signature: Print Name: Title: Note:The List is available at the following Department of Management Services Site: http://www.dms.lpyflorida.com/business operations/state purchasing/vendor inforrnation/convicted suspended discrim inatory complaints vender lists 67 3871 FOREIGN ENTITIES AFFIDAVIT F.S.287.138 I of the city of according to law on my oath, and under penalty of perjury, depose and say that: a. I am of the firm of ("Entity"), the bidder making the Proposal for the project described in the Request for Proposals for and that I executed the said proposal with full authority to do so; b. The Entity is not owned by the government of a foreign country of concern as defined in Section 287.138, Florida Statutes. (Source: § 287.138(2)(a), Florida Statutes); c. The government of a foreign country of concern does not have a controlling interest in Entity. (Source: § 287.138(2)(b), Florida Statutes); d. Entity is not owned or controlled by the government of a foreign country of concern, as defined in Section 692.201, Florida Statutes. (Source: § 288.007(2),Florida Statutes); e. Entity is not a partnership, association, corporation, organization, or other combination of persons organized under the laws of or having its principal place of business in a foreign country of concern, as defined in Section 692.201, Florida Statutes, or a subsidiary of such entity. (Source: § 288.007(2), Florida Statutes); f. Entity is not a foreign principal, as defined in Section 692.201, Florida Statutes. (Source: § 692.202(5)(a)(1), Florida Statutes); g. Entity is in compliance with all applicable requirements of Sections 692.202, 692.203, and 692.204, Florida Statutes. h. 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. (Signature) Date: STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me,by means of❑ physical presence or ❑ online notarization, on (date) by (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC My Commission Expires: 68 3872 INSURANCE CHECKLIST FOR VENDORS SUBMITTING PROPOSALS FOR WORK To assist in the development of your proposal, the insurance coverages marked with an"X" will be required in the event an award is made to your firm. Please review this form with your insurance agent and have him/her sign it in the place provided. It is also required that the respondent sign the form and submit it with each proposal. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY 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: $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease,policy limits $100,000 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. 69 3873 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 may be reported should extend for a minimum of twelve (12)months following the acceptance of work by the County. The Monroe County Board of County Commissioners will be named as Additional Insured on all policies issued to satisfy the above requirements. 70 3874 VEHICLE 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. 71 3875 INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the respondent named below. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES Liability policies are Occurrence Claims Made Insurance Agency Signature RESPONDENTS STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all the requirements. Respondent Signature 3876 ti ti co ca O LL 0 (1) ca O ca ca C.) (1) I- C.) Q C: Q Q R cli Q CM Q CM 00 Ca O CM CL 0 C-) ca 0 (D ca cn (D (D ca ca 0 Ca >, Ca ca (1) C.) ca C.) ca (1) U) C.) r ca (1) 0 0 > C) 0 IL N (1) _0 ca O ca 0 Ca r_ cn o Ln cn uj ca 0 QL _0 -1 0 C.) CL LO CL Ca C.) < ca (1) LL (1) 0 0 C.)CL m CL cn ca 0 —cn ca E uj cu 0 uj IMca rn U) > Cl) uj C.) < 0 Ca ca CL Z C 06 (1) 0 (1) CL _0 U) C.) ca (D m z m 0 U) 2 — 0 CD REQUEST FOR PROPOSALS — Native Habitat Restoration Project on Monroe County Conservation Lands SELECTION COMMITTEE MEETING August 18, 2025 Meeting Minutes The selection committee for Monroe County's RFP "Native Habitat Restoration Project on Monroe County Conservation Lands" met on Monday, August 18, 2025 at 8:30 a.m. at the Marathon Government Center, 2798 Overseas Highway, Marathon, Florida. The meeting was made available to members of the public via Zoom. The following committee members were present: Beth Bergh, Monroe County Land Steward; Mark Rosch, Sr. Property Acquisition Specialist of the Monroe County Land Authority; and Mike Roberts, Asst Director, Monroe County Environmental Resources. No members of the public were in attendance. The selection committee reviewed the responses received for the RFP. The three responses received included the following prices: Blue Native of the Conch Tree and Florida Keys Landscape,Inc EarthBalance Corporation Total Bid $120,322.73 $83,103.00 $243,950.00 Price In accordance with the RFP, the total bid price was only one of six factors considered by the selection committee and accounted for 25 points out of a total of 59 possible points used in the evaluation process. The committee evaluated each proposal based on the criteria listed in the RFP, which included: general company information; experience with similar projects; ability to complete project within timeframe; cost; and project approach. Four points for"Local Preference" were awarded to Conch Tree and Landscape. Blue Native submitted the local preference form using a local business address, however they were not awarded points due to the fact that their principal business address on the Sunbiz.org website (State of Florida's Division of Corporations)is a Homestead, FL address. EarthBalance did not claim local preference. It was noted that Blue Native's submittal was lacking a lot of the information that was requested, specifically items listed in the RFP under Tabs 2 & 5. Additionally, the EarthBalance response included references to a previous County RFP for exotic removal work which may have affected the price they bid for the project as they included references to work outside the scope of the current project. The Conch Tree response was missing the County's Drug Free Workplace form. 3878 After discussion, each committee member, working independently, scored the three responses and a final tally was calculated. The final ranking was: 1. Conch Tree and Landscape.; 2. EarthBalance Corp; and 3. Blue Native of the Florida Keys. The selection committee unanimously agreed that Conch Tree and Landscape should be recommended to the Monroe County Board of County Commissioners as the selected contractor for this project, contingent upon their submittal of the Drug Free Workplace form. The committee was willing to recommend waiving this minor irregularity once the form has been received. Additionally, the selection committee agreed that if a contract could not be negotiated with Conch Tree then the County should re-bid the project due to the price difference between the first and second ranked proposals. There being no further business, the meeting was adjourned at approximately 10 a.m. Minutes prepared by: '86M" gf Beth Bergh Monroe County Land Steward 3879 C) co co m o_ Co 0 = OL r3 cn 4� L- " 0 0 ca z uj -j z 0 ........................ cc '0 LLJ c (n cc a) z ns 0 F— cc D 0 .......................... ............................ LU 0 0 w z E X 0 ca w �z cn cc -2 CO z 0 z 0 EE S2 cr- z CL LO 0 N i z o LL 0 04 06tip z z 41 :D LU 0 0 0 2: cn 1=01), (D 0 LU uj 4- cn cc Z w tf ( z t-D 0 E o cio 0 0 < 0 0 0 0 z E 0 U) < 0 0 uj 0 -j = z ui t CC �o 4- � -C -j 0 0 bo z 0 0 F— Z z co cc M C) 4- ui I P cL LIJ co -j W cc c uj U- U-i co �'29 Cf) cr- 2: cn T- oo ACCORI +� DATE(MMP YI t0 CERTIFICATE OF LIABILITY INSURANCE /2312025 M THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE ES NOT AFFIRMATIVELY OR HEGIATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INS RER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If certificate holder Is an ADDITIONAL INSURED, the poll les) must a ADDITIONAL INSURED provisions a erred. If SUBROGATION IS WAIVED, subject to the terms d conditions of the policy, certain policies Duty require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such e rsem (s). PRODUCER NAME: CLIENT CONTACT CENTER FEDERATED MUTUAL INSURANCE COMPANY PHONE - HOME OFFICE:P.O.BOX 328 6AIC,we,Etta.888-3334949 UNIC,Nat:507-4464 ATONNA,MN 55060 ADDRIESS:CLIENTCONTACTCENTER@,FEDINS. M INSURERS AFFORDING COVERAGE HAIG# INSURER A:FEDERATED MUTUAL INSURANCE COMPANY 13935 INSURED INSURER M CONCH TREE&LANDSCAPE PROFESSIONALS,INC:° INSURER C: 209 N AIRPORT RD — -— TAVERNIER,FL 33070-2413 INSURER o: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:6 REVISION NUMBER:0 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 HEREON IS SUBJECT"TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, .......... ............. ..... __._..,,_._..___.______................................. ......... ............. _ ................. ILT R � TYPE OF INSURANCE AD EL SUBR POLICY NUMBER i MflDDP OF POLICY E%P LIMITS LTR HN5R MMPODlYYYY MMtDDfYYYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $1,000,000 CLAIMS-MADE {{II)( OCCUR I AMAGETO ENTEDPREMISES $100,000 .. I Lm..^... i Ea accurrznce4..,..,. �. ........_ MED EXP IAny one.w...._ penan) EXCLUDED .___-1 .._ A _ Y I N 1925636 04t01f2025 04f0112026 PERsaNALB___AOVInJURY_ 51,000,Oa0 OENi.AGGREGATE LIMITAFF ES PER...... GENERAL AGGREGATE "..... $2 000 000 POLICY F.....� ECO7 ...�LOC ,�.._ ...m. ........ ...........$2,0._... PRODUCTS S COMPraP ACC $2,000,00 GTHEW `AUTOMOBILE L! Jr.acc,de LIABILITY COMBINED siNC3iI aSMOTnay $1,000,000 . ..rA14vMU'r+;3 BODILY INJURY Jeer Pe ) ....... _ _ .......................... ................................................... A OWNED AUTOS ONLY *DLn HJ Y 1 N 1925636 04101/2025 04101/2026 BODILY INJURY IPer Ac c-0 AU,Cis _. i l[t2E1)AUT OS ONLY NON OWNED i Pe�P ld D�A.M E ..... ... ...... AUTOS OM Y UMBREL A LIAR OCCUR I EACH gCCURREnCE .........:EXC:,E 651..IAB.................................. CLAIMS-MA 3F_ AOOREOATE r /aLD ICE if.N7ICrW WORKERS COMPENSATION ; AND EMPLOYERS°LIABILITY yPN) PER STATUTE OTHER N/A E. AN'Y PROPRIE'ftlR[PARYNERi E%ECUTflVE � E.L EACH ACCIDENT OFFICERIMEMBER EXCLUDED? -------........................... lMarWat®ry In No) El DISEASE fA EMPLOYEE :If Yes,describe under ...._... .... "D6SCRIIP'rION 'OPERATIONS pelaW CL DISEASE POLICY LUMIT DESCRIPTION OF OPERATIONS t LOCATIONS f VEHICLES IACORD Iin,Addhi Remarks Schedule,may be attached It more ee Is required) APPROVED BY RISK MANAGEMENT .SEE ATTACHED PACE BY � �t PATE 8 26 WAIVER N/A RYES CERTIFICATE HOLDER CANCELLATION MONROE COUNTY BOARD OF COUNTY COMMISSIONERS 6 0 500 WHITEHEAD ST SHOULD Y OF THE ABOVE DESCRIBED POLICIES BE CANCELLED KEY WEST,Fl-33040-6351 BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 0 1 -2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016 ) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: ACCAREF Loc#: ADDITIONAL REMARKS SCHEDULE Page 1 Of 1 AGENCY NAMEDINSURED FEDERATED MUTUAL INSURANCE COMPANY CONCH TREE&LANDSCAPE PROFESSIONALS,INC. 209 N AIRPORT RD POLICY NUMBER TAVERNIER,FL 33070-2413 SEE CERTIFICATE#6.0 CARRIER NAIL CODE EFFECTIVE GATE!SEE CERTIFICATE#6.0 SEE CERTIFICATE#6.0 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: CE IFICATE OF LIABILITY INS...URANCE ADDITIONAL NAMED INSUREDS INCLUDE CONCH LAWN PROFESSIONALS. INC THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU ENDORSEMENT FOR GENERAL LIABILITY. THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSWE0 BY CONTRACT ENDORSEMENT FOR BUSINESS AUTO LIABILITY. ACORD 101(20001011) 0 2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD 00 00 M M 00 ACC>RH CERTIFICATE OF LIABIUTY DATE{MMtoaarYYYY) 00 0 6/2312025 M THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE ES NOT AFFIRMATIVELY OR NEOATIVELY AMEND, TEND OR ALTER THE CO OE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy les3 must have ADDITIONAL INSURED r slo a orsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may rewire an endorsernent. A staternent on this certificate does not confer rights to the certificate holder in lieu of such e rsearl (s). PRODUCER NaME: CLIENT CONTACT CENTER FEDERATED MUTUAL INSURANCE COMPANY PHONE 7W HOME OFFICE:P.O.BOX 328 (A/C,No,Exu: a-333-4949 (A/C,Nod:507-44 ATONNA,MN 55060 ADoRESs:CLIENTCONTACTCENTERFEDINS. M _ INSURERS AFFORDING COVERAGE NAIC# INSURER A:FEDERATED MUTUAL INSURANCE COMPANY 13935 INSURED INSURER,B: CONCH TREE&LANDSCAPE PROFESSIONALS,INC 209 N AIRPORT RD INSURER c TA VERNIER,FL 3070-2413 INSURER o: INSURER E; INSURER Fs �. COVERAGES CERTIFICATE NU BEW S REVISION NUMBER:O 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. KNRf..A TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP UNITS INSR WVD MMiDDNYYY M DD/YYYY ERCIAL OENERA.UAMUTY EACH OCCURRENCE $1,000,000 AlSMOCCUR GE Ta ENTED PRERISES $100,000 Ea acsurren� RED ESP IAroy mne Parscn) EXCLUDED Y N 1925636 04/01/2025 04/0112026 PERSONAL&ADVINJURY $1,000�0 REGATE fS PER: GENERA.AGGREGATE $2 000 000 POLICY �.�.�.�.�.I LOC PRODUCTS&COMPIOP AGO $2,000,0 00 adE :ILE LIILITY COMBINED SINGLE LIMIT $1,000,000 IEa accidenQTO BODILY INJURY[Par Pa i D AUTOS ONLY SCHEUU.I U N N 1925636 0410112025 04/01/2026 BODILY INJURY lPer Accident) AUTOS NON-OWNEDPROPERTY® AOE AU70S gNLY AUTOS ONLY PerAecidLLA UAB OCCUR EACH OCCURRENCE EXCESS LIAR C'....AIMS-MADE AOGREGATE DED RETENTICIV ..HER,'COMPENSATION PER STATUTE THE. AND EMPLOYERS'LIABILITY YIN ANY PROPRIETORBPARTNERI EXECUTIVE E.L EACH ACCIDENT OMCER)MEMBER EXCLUDED? NIA iNaa.A.Wrr En NN) E.L DISEASE fA EMPLOYEE If yes,do&cHbo under DESCRIPTION OF OPERATIONS below E.L DISEASE POLICY LIWT DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IACORD 40a.Addiflonad Remarks Schedule,may be atlacIad It more space IS required) ADDITIONAL NAMED INSUREDS INCLUDE CONCH LAWN PROFESSIONALS, INIC THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE COMITIONS OF THE ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU ENDORSEMENT FOR GENERAL LIABILITY. CERTIFICATE HOLDER CANCELLATION MONROE COUNTY COMPREHENSIVE PLAN AUTHORITY 80 SHOULD Y OF THE ABOVE DESCRIBED POLICIES BE CANCELLED 1200 TRUMAN AVE STE 207 KEY WEST,FL 33040-7270 BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE) Q igffi-2015 ACORD CORPORATION.All rights reserved. ACORD 25(20/5 ) The ACORD rarme and logos are registered marks of ACORD Iq 00 00 M DATE(MWDDJ ) CERTIFICATE OF LIABILITY INSURANCE 08/25/2025 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 I SURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER, IMPORTANT:If the certificate holder Is an ADDITIONAL INSURED,the policy(has)must have ADDITIONAL INSURED provisions or 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 CONTACT NAME: FrankCrum Certificate Department PHONE: (727)799-1229 FAX: E-MAIL ADDRESS: FrankCrum Insurance Agency,Inc. INSURERS(S)AFFORDING COVERAGE NAIC 100 South Missouri Avenue Clearwater,FL 33756 INSURER A: Frank Winston Crum Insurance Company 11600 INSURED INSURER B: INSURER C: INSURER D: FrankCrum LICfF Conch Tree&Landscape Professionals,Inc. INSURER E: 100 South Missouri Avenue Clearwater,FL 33756 INSURER F: COVERAGES CERTIFICATE NUMBER: 1425287 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. LINTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE AOOL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSRO WVD MMIDD ) (MMIDDNYYY) COMMERCIAL.GENERAL.LIABILITY EACH OCCURENCE $ CLAIMS MAOE OCCUR DAMAGE TO RENTED PREMISES••(Ea••�••�•••••••••••$•••••••••••••••• occurence) MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEITL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PROJECT 0 LOC PRODUCTS-COMPIOP AGO $ OTHER $ AUTOMOBILE LIABILITY COMBINED SINGLE UNIT(Ea accident) S ANY AUTO BODILY INJURY(Per person) $ OWNED AUTOS SCHEDULED BODILY INJURY(Per accident) $ ONLY AUTOS HIRED AUTOS NOWOWNED PROPERTY DAMAGE(Per accident) $ ONLY AUTOS ONLY S UMBRELLA LIAR OCCUR EACH OCCURENCE $ EXCESS LIAR CLAIMS MADE AGGREGATE $ DED RETENTIONS $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN X PER STATUE ®TREK ANY PROPRIETORIPARTNER(EXECUTIVE OFFICEPJMEMBER EXCLUDED? E.L.EACH ACCIDENT $1,000,000 A NIA WC202500000 alsav2oz6 01r01t2026 ••••••••••••••............�.....�Taa��.aa.._ (Mandatory in NHI E.L.DISEASE-EA EMPLOYEE $1,000,000 It Yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS t LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Effective 0711 2/2 0 1 7,coverage is for 100%of the employees of FrankCrum leased to Conch Tree&Landscape Professionals,Inc.(Client)for whom the client is reporting hours to FrankCrum.Coverage is not extended to statutory employees. APPROVED BY BUSK MANAGEMENT CERTIFICATE HOLDER BY CANCELLATION DATE 08.26. 5 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN WAIVERNAXYES ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Monroe County BOCC 100 Simonton street Key West,FL 33040- O 150m2016 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD