Loading...
HomeMy WebLinkAboutItem C08COUNTY of MONROE The Florida Keys BOARD OF COUNTY COMMISSIONERS Mayor Michelle Lincoln, District 2 Mayor Pro Tem David Rice, District 4 Craig Cates, District 1 James K. Scholl, District 3 Holly Merrill Raschein, District 5 Regular Meeting March 11, 2026 Agenda Item Number: C8 26-0604 BULK ITEM: Yes DEPARTMENT: Emergency Management TIME APPROXIMATE: N/A STAFF CONTACT: Cory Schwisow AGENDA ITEM WORDING: Approval of a 3-year on -call contract, effective March 11, 2026, to March 10, 2029, to Phoenix Bus, Inc., for emergency transportation services. These services are on an "as needed" basis, supplying no more than 10 buses at $3,000 per day, funded by Monroe County Disaster Reserve Funds. Expenses qualify for FEMA reimbursement of 75% of the total cost. ITEM BACKGROUND: Staff prepared an RFP to solicit bids for Emergency Transportation Services to support Monroe County's mandatory evacuation to the out -of -county shelter in Miami - Dade County. The RFP posted to Bonfire on November 22, 2025. Bid openings took place on January 8, 2026, at which one proposal was received from Phoenix Bus, Inc. On January 23, 2026, a selection committee reviewed the proposals and ranked/scored. The Committee was comprised of the following employees: Cory Schwisow — Director of Emergency Management, Joshua Baer — Logistics Section Chief, Emergency Management, and Suzanne Rubio — Sr. Project and Budget Manager. The selection committee's ranking and scoring (see attached) resulted in: Phoenix Bus, Inc being the highest in rank and score. It is the committee's recommendation to award a contract to Phoenix Bus, Inc since they were the highest ranked and scored proposer. A "Notice of Intent" (see attached) was posted to Bonfire, February 3, 2026. The RFP identified the evaluation criteria, the points for each and the method of evaluation by the selection committee, and the evaluation methods outlined in the FRP were followed by the selection committee. The Emergency Transportation Services agreement may be eligible for reimbursement from the Federal Emergency Management Agency in the event of a declared disaster. Procurement of services must, therefore, comply with the County's codes and policies and, also Federal regulations for procurement. PREVIOUS RELEVANT BOCC ACTION: N/A. INSURANCE REQUIRED: Yes. CONTRACT/AGREEMENT CHANGES: None. STAFF RECOMMENDATION: Approval. DOCUMENTATION: FINANCIAL IMPACT: Effective Date: March 11, 2026. Expiration Date: March 10, 2029. Total Dollar Value of Contract: Dependent of usage. Total Cost to County: $3,000 per bus per day, up to 10 buses. Current Year Portion: TBD. Budgeted: Yes. Source of Funds: Monroe County Disaster Reserve Funds. CPI: Indirect Costs: No additional charges, including milage, fuel surcharges, or travel expenses, will be billed separately. Estimated Ongoing Costs Not Included in above dollar amounts: None. Revenue Producing: No. If yes, amount: N/A. Grant: None. County Match: 75% FEMA / 25% County. Insurance Required: Yes. AGREEMENT BETWEEN MONROE COUNTY AND PHOENIX BUS INC FOR EMERGENCY TRANSPORTATION SERVICES THIS AGREEMENT ("Agreement") is made and entered into this 11th day of March 2026, by MONROE COUNTY ("COUNTY"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040 and PHOENIX BUS INC ("CONTRACTOR"), whose address is 3220 371h Street, Orlando, FL 32839. WHEREAS, COUNTY recognizes the need to provide emergency transportation services to Monroe County residents, guests, workforce, and their appropriately caged or created pets during the evacuation and recovery phase of an emergency as determined by Monroe County Emergency Management; and WHEREAS, COUNTY recognizes the requirement to provide the for the needs of individuals with household pets and service animals before, during, and following a major disaster or emergency pursuant to the "Pets Evacuation and Transportation Standards Act of 2006 (PL 109- 308, October 6, 2006) amending the Robert T. Stafford Disaster Relief and Emergency Act of 2006 (42 USCA 5196); and WHEREAS, the Monroe County Board of County Commissioners has allocated funds to provide transportation services to Monroe County residents, guests, workforce, and their caged or crated pets during evacuation, re-entry, and recovery phase outlined in Exhibit A; and WHEREAS, PHOENIX BUS INC desires to offer transit services to residents, guests, workforce and their caged and crated pets during the evacuation, re-entry, and recovery phase of an emergency as determined by Monroe County Emergency Management; and WHEREAS, COUNTY wishes to implement additional transportation services before and after future emergencies to enhance public safety and provide additional viable means for residents, guests, and the workforce, and their caged or crated pets, to evacuate during all phases of an emergency declared by Monroe County Emergency Management. NOW THEREFORE, COUNTY and PHOENIX BUS INC, through their respective governing bodies, and in consideration of the mutual promises and covenant herein contained, hereby agree as follows: Section 1. SERVICES 1.1 PHOENIX BUS INC shall provide additional transportation for the residents, guests, workforce, and properly caged or crated pets of Monroe County between Key West, Marathon, and the Monroe County Evacuation Shelter, located at Florida International University ("FIU") in Miami. 1 1.2 These services will commence when a local state of emergency is declared by Monroe County Emergency Management and PHOENIX BUS INC shall be contacted by the County to begin this service. 1.3 PHOENIX BUS INC states that it has, and shall maintain throughout the term of this Agreement, appropriate licenses to perform the services under this Agreement; proof of such licenses shall be submitted to the COUNTY upon request. Section 2. PAYMENT 2.1 COUNTY and PHOENIX BUS INC agree that the cost of emergency transportation service shall be paid by Monroe County. The cost of the transportation services shall be $3,000 per bus, per day, up to 10 total buses from Key West and FIU, irrespective of whether or not PHOENIX BUS INC vehicles are traveling with or without passengers. PHOENIX BUS INC agrees to keep a written record of total passenger count and pets (in cages or crate) that it transports. 2.1.1 Payment under the Agreement:. PHOENIX BUS INC shall provide Clerk with documentation as required or set by County. Payment will be made after delivery and inspection by COUNTY and upon submission of invoices by PHOENIX BUS INC. There shall be no fare charged to passengers. 2.2 PHOENIX BUS INC shall submit to COUNTY invoices with supporting documentation acceptable to the Clerk, on a monthly schedule in arrears. Acceptability to the Clerk is based on Generally Accepted Accounting Principles (GAAP) and such laws, rules and regulations as may govern the Clerks disbursal of funds. 2.3 Payment will be made according to the Florida Local Government Prompt Payment Act Section 218.70 Florida Statutes. Any request for payment must be in a form satisfactory to the Clerk of Courts for Monroe County (Clerk). The request must describe in detail the services performed, and the payment amount requested. The CONTRACTOR must submit invoices to the appropriate offices. The respective office supervisor and the Director of Employee Services, who will review the request, note his/her approval of the request and forward it to the Clerk for payment. 2.4 Monroe County's performance and obligation to pay under this contract is contingent upon annual appropriation by Monroe County Board of County Commissioners. 2.5 This Agreement shall not exceed $100,000.00 unless it is approved by the Monroe County Board of County Commissioners. Any automatic renewal is subject to a not to exceed amount of $100,000.00 unless the Monroe County Board of County Commissioners gives prior approval of an agreement more than $100,000.00. In accordance with Monroe County Code Sec. 2-58, the County Administrator is authorized to sign agreements when the total cumulative value of the contract does not exceed $100,000.00. 2.6 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 2 County's False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. Section 3. TERM This agreement shall commence upon the date of execution by the last signatory to the Agreement and shall expire three years from the date of execution, unless terminated earlier under section 6 of this Agreement. Section 4. REQUIREMENTS FOR EVACUATION AND TRANSPORTATION OF PETS Pets to be transported must be properly caged or crated, must have pre -registered, and must have the appropriate documentation and current vaccinations as set forth in the Monroe County Pet Friendly Hurricane Evacuation Center Registration Guidelines. Section 5. COMPENSATION The Contractor shall submit to the County an invoice with supporting documentation acceptable to the Clerk. Acceptability to the Clerk is based on generally accepted accounting principles (GAAP) and such laws, rules and regulations as may govern the Clerk's disbursal of funds. The Contractor will submit such invoice according to date and time for services provided during the period. The invoice will include a record of date and time worked and the number of riders per trip. Upon receipt of the Contractor's invoice in the proper form as stipulated above and upon acceptance by the Clerk, Monroe County will make payment in arrears in accordance with the Florida Local Government Prompt Payment Act, Section 218.70, Florida Statutes. Section 6. CONTRACT TERMINATION Termination Without Cause Either of the parties hereto may cancel this Agreement without cause by giving the other party sixty (60) days' written notice of its intention to do so. 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 the Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, prior to termination, the County shall provide Contractor with five (5) calendar days' notice and provide the Contractor with an opportunity to cure the breach that has occurred. If the breach is not cured, the Agreement will be terminated for cause. If the County terminates this agreement with the Contractor, County shall pay Contractor the sum due the Contractor under this agreement prior to 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 3 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. Termination for Convenience The County may terminate this Agreement for convenience, at any time, upon seven (7) days' notice to Contractor. If the County terminates this agreement with the Contractor, County shall pay Contractor the sum due to 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. 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 in Article IX, Section 2-721 et al. of the Monroe County Code. Section 7. NOTICES Any notice required or permitted under this Agreement shall be in writing and hand delivered or mailed, postage prepaid, to the other party by certified mail, returned receipt requested, to the following: To the COUNTY: Monroe County Emergency Management Attn: Cory Schwisow, Director 7280 Overseas Highway Marathon, FL 33050 schwisow-cory@monroecounty-fl.gov With a copy to: Monroe County Attorney 1111 12th St., Suite 408 shillinger-bob@monroecounty-fl. gov To the CONTRACTOR Wan er Triska Jr. President 3220 37th Street Orlando, FL 32839 wagnerj rnphoenixbusorlando. com Section 8. RECORDS CONTRACTOR shall maintain all books, records, and documents directly pertinent to 12 performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Each party to this Agreement or their authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the agreement and for seven years following the termination of this Agreement. If an auditor employed by the COUNTY or Clerk determines that monies paid to CONTRACTOR pursuant to this Agreement were spent for purposes not authorized by this Agreement, the CONTRACTOR shall repay the monies together with interest calculated pursuant to Section 55.03 of the Florida Statutes, running from the date the monies were paid to CONTRACTOR. The Contractor must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24, Article I of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other "public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to F.S. 119.0701, Contractor and its subcontractors shall comply with all public records laws of the State of Florida, including but not limited to: a. Keep and maintain public records required by Monroe County in order to perform the service. b. Upon request from the public agency's custodian of public records, provide the public agency 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 Florida Statutes, Chapter 119 or as otherwise provided by law. C. 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 public agency. d. Upon completion of the contract, transfer, at no cost, to Monroe County all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency 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 Monroe County, upon request from the public agency's custodian of records, in a format that is compatible with the information technology systems of Monroe County. 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 AT: MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH STREET, SUITE 408, KEY WEST, FL 330409 PUBLICRECORDS@MONROECOUNTY-FL.GOV, (305) 292-3470. Section 9. EMPLOYEES SUBJECT TO COUNTY ORDINANCE NOS. 010 AND 020-1990 The CONTRACTOR warrants that it has not employed, retained or otherwise had act on its behalf any former County officer or employee subject to the prohibition of Section 2 of Monroe County Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 020-1990. 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. Section 10. CONVICTED VENDOR By signing this agreement, CONTRACTOR represents that the execution of this Agreement will not violate the Public Entities Crime Act (Section 287.133, Florida Statutes). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto, and may result in debarment from County's competitive procurement activities. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on an Agreement with a public entity for the construction or repair of a public building or public work, may not perform work as a CONTRACTOR, supplier, subcontractor, or CONTRACTOR under Agreement with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for the Category Two for a period of 36 months from the date of being placed on the convicted vendor list. As used herein, the term "convicted vendor list" means a list maintained by the Florida Department of Management Services, as defined in F.S. 287.133. Section 11. GOVERNING LAW, VENUE, INTERPRETATION, COSTS AND FEES This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to Agreements made and to be performed entirely in the State. 6 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 shall lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. This agreement shall not be subject to arbitration. Section 12. 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. Section 13. ATTORNEY'S FEES AND COSTS The COUNTY and CONTRACTOR agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, and court costs, as an award against the non -prevailing party. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the Circuit Court of Monroe County. Section 14. 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. Section 15. AUTHORITY Each party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. Section 16. ADJUDICATION OF DISPUTES OR DISAGREEMENTS COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. As stated above, this Agreement shall not be subject to arbitration. VA Section 17. COOPERATION In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, COUNTY and CONTRACTOR agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. COUNTY and CONTRACTOR specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. Section 18. NONDISCRIMINATION COUNTY and CONTRACTOR agree that there will be no discrimination against any person, and it is expressly understood that upon a deterinination 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. The parties agree 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, national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685- 1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps: 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 29-255), 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 ss. 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. 1201), as may be amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 13, Article VI, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; and 11) any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. Section 19. 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, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in section 287.017, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. Section 20. 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. Section 21. CODE OF ETHICS The parties understand and agree that officers and employees of the COUNTY are 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. Section 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 monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. Section 23. SOVEREIGN IMMUNITY AND NON -WAIVER OF IMMUNITY The County's indemnification is limited and subject to the sovereign immunity provisions of Sec. 768.28, Florida Statutes. 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 Agreement entered into by the COUNTY be required to contain any provision for waiver. Nothing contained herein is intended, nor may it be construed, to waive County's rights and immunities under the common law or Section 768.28, Florida Statutes, as amended from time to time; nor will anything included herein be construed as consent to be sued by any third parties in any matter arising out of this Agreement Section 24. 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, L� 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. Section 25. SCRUTINIZED COMPANIES Contractor certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Contractor is found to have submitted a false certification; or if the Contractor is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. If this Agreement is for more than one million dollars, the Contractor certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in section 287.135, F.S. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Contractor is found to have submitted a false certification; or if the Contractor is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. As provided in subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions, then they shall become inoperative. Section 26. DISCLOSURE OF GIFTS FROM FOREIGN SOURCES If this Agreement is or becomes $100,000 or more, Contractor shall disclose to County any current or prior interest of, any contract with, or any grant or gift received from a foreign country of concern, as defined in section 286.101, F.S., if such interest, contract, or grant or gift has a value of $50,000 or more and such interest existed at any time or such contract or grant or gift was received or in force at any time during the previous 5 years. Such disclosure shall include the name and mailing address of the disclosing entity, the amount of the contract or grant or gift or the value of the interest disclosed, the applicable foreign country of concern and, if applicable, the date of termination of the contract or interest, the date of receipt of the grant or gift, and the name of the agent or controlled entity that is the source or interest holder. If the disclosure requirement is applicable as described above, then within 1 year before applying for any grant, Contractor must also provide a copy of such disclosure to the State of Florida Department of Financial Services. Section 27. SUSPENDED PERSON/BUSINESS ENTITY SEC. 2-347(L), MONROE COUNTY CODE In accordance with Monroe County Code Sec. 2-347(1), the Contractor hereby swears and affirms that it is not a suspended person or business entity. The employment of a suspended person/business entity is a material breach of the county/contractor contract and entitles the County, in its discretion, to terminate the contract with no further liability to the Contractor beyond payment of the portion of the contract price that may be due for work satisfactorily completed up to the date of termination. Section 28. 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 10 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. Section 29. ATTESTATIONS CONTRACTOR agrees to execute such documents as the COUNTY may reasonably require, including, but not being limited to, a Public Entity Crime Statement, a Drug -Free Workplace Statement, a Lobbying and Conflict of Interest Clause, a Non -Collusion Affidavit, a Vendor Certification Regarding Scrutinized Businesses, an Affidavit Attesting to Noncoercive Conduct for Labor and Services and a Foreign Entities Affidavit. Section 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. An electronic signature may be used to execute the Agreement. Section 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. Section 32. INSURANCE POLICIES General Insurance Requirements for Other Contractors and Subcontractors. Prior to commencement of work under this Agreement, Contractor shall provide to the County Risk Manager satisfactory evidence of the required insurance, which may be a Certificate of Insurance or a copy of the insurance policy. The County reserves the right to request a certified copy of Contractor's insurance policy. Any deviation from the insurance requirements specified herein must be approved by the County's Risk Manager on an approved Insurance Waiver Form. Insurance Waivers may be requested from the Risk Management Department: Tel: (305) 292- 3470; Email: ��i�y,�; m anan . yj_l.gov. 11 As a prerequisite of, and at all times during the term of this Agreement (including any extensions thereof), Contractor shall maintain at their expense the insurance as specified in this section. In the event Contractor fails to maintain all insurance required by this section, County reserves the right to immediately terminate this Agreement or suspend all work until the required insurance has been reinstated. Delays in completion of the work resulting from Contractor's failure to maintain required insurance shall not cause the extension of any deadlines specified in this Agreement, and Contractor agrees to indemnify and hold harmless the County for any and all increases in cost resulting from such delay. Contractor shall maintain the following coverage: • Commercial General Liability: Contractor's insurance policy shall cover, at a minimum, premises operations, personal injury (including death), property damage, products & completed operations, and blanket contractual liability. If coverage is provided on a Claims Made basis, Contractor's policy must provide for claims filed during the term of this Agreement, and for twelve (12) months after its termination or expiration. Contractor's policy shall be endorsed to name Monroe County Board of County Commissioners as Additional Insured. The minimum limits acceptable are: $300,000 Combined Single Limit (CSL) • Worker's Compensation: Contractor's insurance policy shall reflect coverage and limits sufficient to meet requirements of Chapter 440, Florida Statutes. In addition, the CONTRACTOR shall 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 Business Automobile Liability: As a minimum, coverage should extend to liability for owned; Non -owned; and Hired Vehicles. The required limits are $200,000 per Person; $300,000 per Occurrence; $200,000 Property Damage or $300,000 Combined Single Limit. 12 Section 33. INDEMNIFICATION & HOLD HARMLESS Notwithstanding any minimum insurance requirements prescribed elsewhere in this Agreement, the Contractor shall defend, indemnify, and hold the County, and the County's elected and appointed officers and employees, harmless from and against any claims, actions or causes of action, any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with: (A) any activity of the Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement; (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of the Contractor or any of its employees, agents, sub -contractors or other invitees; or (C) the Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement. This section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. Section 34. STATUTORY REQUIREMENTS AND NOTICES RELATING TO UNAUTHORIZED EMPLOYMENT AND SUBCONTRACTS: E-VERIFY (F.S. 448.095) In accordance with F.S. 448.095, Any 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 F-Verify system to verify the work authorization status of all new employees hired by the subcontractor during the Agreement term. Any subcontractor shall provide an affidavit stating that the subcontractor does not employ, contract with, or subconstruct with an unauthorized alien. Contractor shall comply with and be subject to the provisions of F.S. 448.095 Section 35. COUNTY FORMS By signing this Agreement, Contractor has sworn or affirmed to the following requirements as set forth in the Public Entity Crime Statement, Ethics Statement, Vendor Certification Regarding Scrutinized Companies List and Affidavit Attesting To Noncoercive Conduct For Labor Or Services as set forth in more detail in this Agreement. Section 36. PUBLIC ENTITY CRIME STATEMENT Contractor certifies and agrees that Contractor nor any Affiliate has been placed on the convicted vendor list within the last 36 months. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity; may not submit a bid 13 on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity; and may not transact business with any public entity. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid, proposal or reply on contracts to provide any goods or services to a public entity, may not submit a bid, proposal or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals or replies on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, Contractor or subcontractor under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By signing this Agreement, Contractor represents that the execution of this Agreement will not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto, and may result in debarment from County's competitive procurement activities. In addition to the foregoing, Contractor further represents that there has been no determination, based on an audit, that it or any subcontractor has committed an act defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether Contractor has been placed on the convicted vendor list. Contractor will promptly notify the County if it or any subcontractor is formally charged with an act defined as a "public entity crime" or has been placed on the convicted %,endor list. By signing this Agreement, Contractor warrants that he/it has not employed, retained or otherwise had act on his/her behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010- 1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee. Section 37. VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Contractor agrees and certifies compliance with the following: Section 287.135, Florida Statutes prohibits a Contractor 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 14 contracting or renewal, the Contractor 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 Contractor from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of $1,000,000 or more, if the Contractor/company is on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Lists which were created pursuant to s. 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria and is not on the State Board of Administration's "Scrutinized List of Prohibited Companies" available under the quarterly reports section at -)ort As the person authorized to sign on behalf of Contractor, I hereby certify that the Contractor identified above is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of $1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Terrorism List, or engaged in business operations in Cuba or Syria or on the Scrutinized List of Prohibited Companies. I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject Contractor 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 Contractor is found to have submitted a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism List or been engaged in business operations in Cuba or Syria or on the Scrutinized List of Prohibited Companies. Note: The List are available at the following Department of Management Services Site: http://www.dms.myflorida.com/business_operations/state purchasing/vendor_information/convict ed_suspended _discriminatory complaints_ vendor lists 38. AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES CONTRACTOR is required to provide an affidavit under penalty of perjury attesting that CONTRACTOR does not use coercion for labor or services in accordance with Section 787.06, Florida Statutes. As defined in Section 787.06(2)(a), coercion means: 1. Using or threatening 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; 15 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or purported government identification document, of any person; 5. Causing or threating to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit; or 7. Providing a controlled substance as outlined in Schedule I or Schedule 11 of Section 893.03 to any person for the purpose of exploitation of that person. As a person authorized to sign on behalf of CONTRACTOR, I certify under penalties of perjury that CONTRACTOR does not use coercion for labor or services in accordance with Section 787.06. Additionally, CONTRACTOR has reviewed Section 787.06, Florida Statutes, and agrees to abide by same. Section 39. COMMON CARRIER OR CONTRACTOR CARRIER ATTESTATION FORM If Contractor is a common carrier, as defined by Section 908.111, Florida Statutes, then Contractor hereby certifies and declares on my oath and under penalty of perjury that it is not willfully providing and will not willfully provide any service during the Contract term in furtherance of transporting a person into this state knowing that the person is an Unauthorized Alien, except to facilitate the detention, removal, or departure of the person from this state or the United States. Section 40. FEDERAL CONTRACT CLAUSES A portion of the funds used to pay for these services are expected to come from federal awards, as that term is defined in 2 CFR part 200. Therefore, the following federal contract clauses from 2 CFR part 200 are incorporated in and made part of this Agreement: a. Debarment and Suspension (Executive Orders 12549 and 12689) A contract award (see 2 CFR 180.220) will not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. b. Byrd Anti -Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non -Federal funds that takes 16 place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. c. Americans with Disabilities Act of 1990 (ADA) — Contractor will comply with all the requirements as imposed by the ADA, the regulations of the Federal government issued thereunder, and the assurance by the CONTRACTOR pursuant thereto. d. Disadvantaged Business Enterprise (DBE) Policy and Obligation - It is the policy of the COUNTY that DBE's, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with COUNTY funds under this Agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The COUNTY and its CONTRACTOR agree to ensure that DBE's have the opportunity to participate in the performance of this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that the DBE's have the opportunity to compete for and perfonn contracts. The COUNTY and the CONTRACTOR and subcontractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant to this Agreement. e. The Contractor shall utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility 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 employment eligibility of all new employees hired by the subcontractor during the Contract term. f. No Obligation by Federal Government. The federal government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. g. Program Fraud and False or Fraudulent Statements or Related Acts. The Contractor acknowledges that 31 U.S.C. Chapter 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract. 17 IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed on the 1 Ith day of March 2026. Attest: Kevin Madok, Clerk of Courts LI-M As Deputy Clerk Date: IN MONROE COUNTY BOARD OF COUNTY COMMISSIONERS M. Mayor Date: CONTRACTOR: w Phoenix By: Bus Inc Print Name: Wagner Triska JR Title: President Date: 02/17/2026 Monroe County Attorney Approved as to For And Legal Sufficiency Donald Townsend, Jr. Assistant County Attorney Date: Feb 17,2026, 11:36 am EXHIBIT A SCOPE OF WORK In the event of a disaster or emergency, upon Notice to Proceed from the COUNTY, the CONTRACTOR shall deliver emergency evacuation bus services to the general public and special needs populations in the event of a local emergency declaration. This service will be activated upon notification by the County and will include transportation to designated out - of -county shelters as well as re-entry to specified locations within the County. The CONTRACTOR shall provide bus transportation for the general population during emergency evacuations, ensuring that all evacuees are transported in a timely and efficient manner to the designated out -of -county shelter as directed by the County. The CONTRACTOR will facilitate re-entry transportation to designated locations throughout Monroe County, as conditions allow, ensuring displaced individuals can safely return to their homes and communities. Pet transportation compliance is governed by the Pets Evacuation and Transportation Standards Act of 2006, which permits residents to evacuate alongside their properly caged and secured household pets and service animals. In accordance with DAP 9523.19, the acceptance of domesticated pets is mandated, including but not limited to dogs, cats, rabbits, rodents, and turtles. It is imperative to provide the necessary accommodation for pet transportation to ensure the safety and comfort of both residents and their pets throughout the evacuation process. The CONTACTOR must be prepared to mobilize, at a minimum, six 55-passenger buses within 24 hours of notification from COUNTY. All buses must be equipped to facilitate efficient evacuations, accommodate special needs populations, and include adequate space to accommodate caged pets if necessary. Additionally, the CONTRACTOR is required to comply with all relevant safety regulations and provide qualified drivers to assist passengers during the evacuation. The CONTRACTOR must provide regular updates and reports on transportation activities throughout the evacuation process to the County's Emergency Operations Center, Operations Section Chief. Daily manifests with the total number of passengers are required at the end of each day. This practice will keep all parties informed and enable a more organized response during critical situations. Transportation services are expected to be available as needed and to suspend no later than six hours before tropical storm -force winds. This service agreement will remain in effect for a 3-year term. 19 J \ Eƒ \ /\ }CL ,E » ) \ /j m \ ) .0 \ \\ z 7 D # \ E \ -\ ) j \})/ � \ �.0 �\\\\} \\ \3/± \00 )))\)oc \ a..3(:,0=E \/\\/\< _< I k F I W Emergency Transportation Services, 01/23/2026, RFP-615 &0� 4 Cory Schwisow Total Score: 83 M � R a n k: I Joshua Baer Total Score: 80 Rank: I Suzi Rubio Total Score: 72 Rank: I Total Points: 235 Ranking: I County of Monroe The Florida Monroe County Emergency Management 7280 Overseas Highway Marathon, FL 33050 February 3, 2026 RE: Notice of Intent to Award a Contract BOARD OF COUNTY COMMISSIONERS iy Mayor Michelle Lincoln, District 2 Mayor Pro Tem David Rice, District 4 Craig Cates, District 1 James K. Scholl, District 3 Holly Merrill Raschein, District 5 Request for Proposals for Emergency Transportation Services RFP-615 To Whom it May Concern: This letter will serve as notice of Monroe County's intent to award a contract to the County's Request for Proposals for Emergency Transportation Services RFP-615 at the Board of County Commissioner's Public Meeting, scheduled for March 11, 2026, to Phoenix Bus, Inc, having the highest scored proposal with 235 points. Responses to RFP-615 were received and publicly opened by the Monroe County Purchasing Department on January 8, 2026. The Monroe County Selection Committee for RFP-615 held its Public Meeting on January 23, 2026. Sincerely, Cory Schwisow Director of Emergency Management COUNTY FORMS SECTION THREE SUBMISSION RESPONSE FORM PROPOSAL TO: Monroe County Emergency Management 7280 Overseas Highway Marathon, FL 33050 PROPOSAL FROM: Phoenix Bus Inc. 3220 37th St, Orlando, FL 32839 The undersigned, having carefully examined the Scope of Work, Deadlines, Addenda thereto and other Contract Documents for the completion of: EMERGENCY TRANSPORTATION SERVICES The undersigned shall do, perforin and carry out in a professional and proper manner certain duties as described in the Scope of Services, which is attached hereto and made a part of this agreement. The undersigned warrants that it is authorized by law to engage in the performance of the activities herein described, subject to the terms and conditions set forth in these Agreement documents. The CONTRACTOR shall at all times exercise independent, professional judgment and shall assume professional responsibility for the services to be provided. Contractor shall provide services using the following standards, as a minimum requirement: A. The CONTRACTOR shall maintain adequate staffing levels to provide the services required under the Agreement resulting from this RFS process. B. To the extent that Contractor uses employees, subcontractors or independent contractors, this Agreement specifically requires that the employees, subcontractors and independent contractors shall not be an employee of or have any contractual relationship with County. C. All personnel engaged in performing services under this Agreement shall be fully qualified, and, if required, to be authorized or permitted under State and local law to perform such services. D. Services shall not be sub -contracted out without prior written approval by the County COUNTY'S RESPONSIBILITIES A. The County will provide such data as is required by the Contractor and is mutually agreed upon. B. The County will make payments as outline in this Agreement. Page 39 of 63 TERM OF AGREEMENT Except as noted below, the Agreement shall begin on the 31 day of January , 2026 and will conclude on the 31 day of January , 2029 (3-year term). This agreement may be renewed by agreement of both parties for an additional period of two years. PAYMENT TO CONTRACTOR Payment will be made according to the Florida Local Government Prompt Payment Act, Sections 218.70-218.80, Florida Statutes. The Provider shall submit to the County an invoice with supporting documentation in a form acceptable to the Clerk. Acceptability to the Clerk is based on generally accepted accounting principles and such laws, rules and regulations as may govern the Clerk's disbursal of funds. Invoices shall be itemized by costs per week and sent to the County's Emergency Management Department who will review the documents and route them to appropriate County Staff for approval. Upon receiving all required approvals, the invoice(s) will be forwarded to the County Clerk's office for payment. By signing this agreement below, the Contractor has read and accepts the terms and conditions set forth by the Monroe County AND accepts all of the terins and conditions and all Federal required contract provisions herein. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their duly authorized representatives, as follows: Contractor: Phoenix Bus Inc. Mailing Address: 3220 37th St, Orlando, FL 32839. Phone Number: E.I.N.: Email: (321) 415-7255 26-2568765 Date: 12/30/2025 contact@ phoenixbusorlando.com Signed:' Wagner Triska Jr. President Name Title Contractor's Witness signature: Witness name: Anaiza Mascheri Date: 12/30/2025 Page 40 of 63 The County accepts the above proposal: MONROE COUNTY, FLORIDA Date: By: County Administrator or Designee Page 41 of 63 NON -COLLUSION AFFIDAVIT 1, Wagner Triska Jr of the city of Orlando according to law on my oath, and under penalty of perjury, depose and say that: a. I am PRESIDENT of the firm of PHOENIX BUS INC 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 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 bidder or with any competitor; and C. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and d. No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; and e. 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. 12/30/2025 (Signature of Proposer) (Date) STATE OF: FLORIDA COUNTY OF: ORANGE Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or iZ online notarization, on December 30, 2025 (date) by Wagner Triska Jr (name of affiant). He/She is personally known to me or has produced FL Driver License # T620-880-87-060-1 (type of identification) as identification. 1►CsiIIn �•81111.1a Notarized online using audio -video communication My commission expires: 08/12/2028 N,, ES,W cs ; Micheiie Perez-Fartlnf a rr � EOectronic Notary Pubic r )) state or Florida Page 42 of 63 / Cornrndsasicrn ##: 581547 �; ° y "` Cornmission Expires: 08/'12/'2028 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO.010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE " Phoenix Bus Inc. (Company) aa... warrants that he/she/it has not employed, retained or otherwise had act on his/her/ its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this 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: 01 /02/2026 STATE OF: Florida COUNTY OF: Orange Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or ® online notarization, on January 02 , 20 26 (date) by Wagner Triska Jr. (name of affiant). He/She is personally known to me or has produced FL Driver License # T620-880-87-060-1 as identification. (Type of identification) My commission expires. 08/12/2028 NOTARY PUBLIC (SEAL) Notarized ontine using audio -video communication ` gar r Mlc'heNe Perez•Farinha Fllectronic Notary PrlhhC " r ; state of Florida ul , ! - Commission #: 581547 Commission Expires: 08/12F2028 Page 43 of 63 DRUG -FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statutes, Sec. 287.087 hereby certifies that: Phoenix Bus Inc. (Name of Business) 1. Publishes 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. Informs 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. Gives 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), notifies 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. Imposes 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, for any employee who is so convicted. 6. Makes a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Proposer's Signature 01 /02/2026 Date STATE OF. Florida COUNTY OF: Or Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or d online notarization, on 01/02/2026 (date) by Wagner Triska Jr. (name of affiant). He/She is personally known to me or has roduced FL Driver License # T620-880-87-060-1 (typ i h as identification. Notarized online using audio -video comi-nunication /I NOYAARY-PUBLIC � q Michefle Perez Farinha ._. Nectronoc Notary Pubfic State of Florida ida k � / Cornrrtorsion #: 581547 Cotrunission Expires:08/1212028 My Commission Expires: 08/12/2028 Page 44 of 63 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 apublic entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list." I have read the above and state that neither Wagner Triska Jr. (Respondent's name) nor any Affiliate has been placed on the convicted vendor list within the last thirty-six (36) months. (Signature) Date: 01 /02/2026 STATE OF: Florida COUNTY OF: Oran Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or 9 online notarization, on the 2nd day of January 2026 (date), by Wagner Triska Jr. (name of affiant). He/She is personally known to me or has produced FL Driver License # T620-880-87-060-1 (type of identification) as identification. NOTARY PUBLIC My Commission Expires: 08/12/2028 Notarized ontine using audio -video comnaLin icsation et 9� MicheHe Perez Farinha i . Nectronic Notary PUbfic a� i State of Florida ` P Commission #€: 581547 s ' Commission Expires: 0811212028 Page 45 of 63 VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Project Description(s): PROPOSAL FOR EMERGENCY TRANSPORTATION SERVIC Respondent Vendor Name: PHOENIX BUS INC Vendor FEIN: 26-2568725 Vendor's Authorized Representative Name and Title: WAGNER TRISKA JR PRESIDENT Address: 3220 37th St City: Orlando State: FL Zip: 32839 Phone Number (321) 415-7255 Email Address: wagnerjr@phoenixbusorlando.com 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 good 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: WAGNER TRISKA JR who is authorized to sign on behalf of the above referenced'amnanv. Authorized Signature: Print Name: WAG N E R Tl KA J R Title: PRESIDENT Note: The List is available at the following Department of Management Sei vices Site: htp.:/ww._115.:11y1loraacurn�htlss..... erations/state urchasin /vendor inlormation/convicted Sus en ded.....discrim(intm: com. aints vendor lists Page 46 of 63 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES Entity/Vendor Name: Phoenix Bus Inc. Vendor FEIN: 26-2568725 Vendor's Authorized Representative: Wagner Triska Jr. (Name and Title) Address: 3220 37th St City: Orlando State: Florida Phone Number: (321) 415-7255 Email Address: wag nerjr@phoenixbusoriando.corn Zip: 32839 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 threatening 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 threatening 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: WAGNER TRISKA JR who is authorized to sign on betaalf of the above referenced company. Authorized Signature:! -- Print Name: WAGNER TRISKA JR Title: PRESIDENT Page 47 of 63 FOREIGN ENTITIES AFFIDAVIT F.S. 287.138 1 Phoenix Bus Inc. of the city of Orlando according to law on my oath, and under penalty of perjury, depose and say that: a. I am Wagner Triska Jr. of the firm of Phoenix Bus Inc. ("Entity"), the bidder making the Proposal for the project described in the Request for Proposals for Emergency Transportation Service and that I executed the said proposal with full authority to do so; b. In accordance with section 287.138, Florida Statutes, the Entity is not owned by the government of a Foreign Country of Concern, as that term is defined in F.S. 287.138, is not organized under the laws of nor has its Principal Place of Business in a Foreign Country of Concern, and the government of a Foreign Country of Concern does not have a Controlling Interest in the entity. c. 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: 01/02/2026 STATE OF: FLORIDA COUNTY OF: ORANGE Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or online notarization, on JANUARY 02, 2026 (date) by He/She is personally known to me or (type of WAGNER TRISKA JR (name of affiant). has produced FL Driver License # T620-880-87-060-1 identification) as identification. Notarized online rising aUdID-video communication Michelle Perez-farinha ar rt Ellectronnc Notary PUbfic State of Florida Commis sion 4: 58 1547 .x �)m'Commission Expires:08112/2028 aF FLU,.,.;. N TARY UBLIC My Commission Expires: 08/12/2028 Page 48 of 63 SECTION TWO INSURANCE REQUIREMENTS AND FORMS MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES General Insurance Requirements For Other Contractors, Subcontractors and Professional Services 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 any attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Subcontractors engaged by the Contractor. Alternatively, the Contractor may require all Subcontractors to obtain insurance consistent with the attached schedules. The Contractor will not be permitted to commence work governed by this contract (including pre - staging of personnel and material) until satisfactory evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of work, resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time, except for the Contractor's failure to provide satisfactory evidence. The Contractor shall maintain the required insurance throughout the entire term of this contract and any extensions specified in the attached schedules. Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work had not been suspended, except for the Contractor's failure to maintain the required insurance. The Contractor will be held responsible for all deductibles and self -insured retentions that may be contained in the Contractor's Insurance policies. The Contractor shall provide, to the County, as satisfactory evidence of the required insurance, either: • Certificate of Insurance or • A Certified copy of the actual insurance policy. The County, at its sole option, has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation, non -renewal, material change, or reduction in coverage unless a minimum of thirty (30) days prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving Page 32 of 63 the Contractor from any liability or obligation assumed under this contract or imposed by law. The Monroe County Board of County Commissioners, its employees and officials, at 1100 Simonton Street, Key West, Florida 33040, will be included as "Additional Insured" on all policies, except for Workers' Compensation. Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled "Request for Waiver of Insurance Requirements" and approved by Monroe County Risk Management Department. PROPOSER'S INSURANCE AND INDEMNIFICATION STATEMENT INSURANCE REQUIREMENTS Workers Compensation Statutory Limits Employers Liability $100,000/$500,000/$100,000 Bodily Injury by Accident/Bodily Injury by Disease, policy limits/Bodily Injury by Disease each employee General Liability Vehicle (Owned, non -owned, and hired vehicles) $200,000 per Person $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit $200,000 per Person $300,000 per Occurrence $200,000 Property Damage or $300,000 Combined Single Limit The Monroe County Board of County Commissioners, its employees and officials, 1100 Simonton Street, Key West, Florida 33040, shall be named as Certificate Holder and Additional Insured on General Liability and Vehicle policies. INDEMNIFICATION, HOLD HARMLESS, AND DEFENSE. Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, Contractor shall defend, indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of Contractor or any of its employees, agents, Page 33 of 63 sub -contractors or other invitees, or (C) Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than Contractor). The monetary limitation of liability under this contract shall be equal to the dollar value of the contract and not less than $1 million per occurrence pursuant to Section 725.06, Florida Statutes. The limits of liability shall be as set forth in the insurance requirements included in Paragraph 3.Q. herein. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the Contractor, the Contractor agrees and warrants that the Contractor shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. PROPOSER'S STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all of the requirements herein. 1 fully accept the indemnification and hold harmless and duty to defend as set out in this proposal. PHOENIX BUS INC PROPOSER Signature Page 34 of 63 INSURANCE AGENT'S STATEMENT 1 have reviewed the above requirements with the proposer named above. The following deductibles apply to the corresponding policy. POLICY WorkComp 9271930 Commercial Auto General Liability Liability policies are X Occurrence Acrisure, LLC Insurance Agency DEDUCTIBLES $100,000 $5,000,000 $1,000,000 Claims Made 614 -?/*� Signature Page 35 of 63 OMB Approved No. 1505-0271 Expiration Date: I 1 /30/2021 ASSURANCE OF'COMPLIANCE WITH CIVIL IMAI'M RFQIIRFMFNTS \11 OFTHH, CIVIL Rk"Y[ITS M7 (0 1964 As a condition of receipt oftederal financial assislance from the I)cpartmerit cif thc'frcasury, the Monroe County I ioard of (7omnirssioners (hereitrafter referred to as "the Recipient-) provides the assurances stated herein. The federal financial assistance, may include federal grants, loans and contracts to provide assistance to the recipient's beneficiaries, the use of rent of Federal land or property at below market value, Federal training, a loan of Federal penwrinel, subsidies, and other arrangements with the intention of'providuig assistance. Fe&,ral finan6al assistance saes not encompass contracts of gLLtrajltec or jxjS � Urallee, regulated programs, licemses, pr�ccuicnicm contracts by the Federal governinent at market value, or progranis that provide direct benefits, This assurance applies toaU federal financial assistance front or funds ma& available through the Department of the, Treasury, including any assisiatrice that the Recipient may request in the futur e The Civil Rights Restoration Act of 1987 provides that the provisions of this assurance apply to all of the recipient's programs, ,services and activities, si-i long as any portion of the recipient's prograrri(s) is federally aLsistcd in tire manner proscribed above. I Recipient ensures its, current and future compliance with'Fale Vl of the Civil Rights Act of 1964, as amended, which prohibits exclusion from participation, denial of the; benefits of, or sulrjeclion to discrimination Lin(l(,-,r progranis and activities receiving federal fords, of any per -son in the United States oil tire ground ofrace, color, or nalionril origin (42 US C § 200)d el seq ), as implemented by the Departmou of the Treasury 'fitle N71 regulations it 31 'FR Part 22 and other pertinent executive orders such as Executive Order 13103, directives, circulars; polictes, nnernorvinda and/or guidance docunrcins. 2 Recipient acknowledges that 1"NeCUtiVe (A dCt 13166, Arnproving Access to Services for Persons with Limited Eirghsh 11-oficiency," seeks to improve access to federally assisted prop cams and activities for individuals who, because of national origin, have Lunited E'llghsh proficiency (U-1,11). Recipient under'stands that denying, a person access to its programs, services, and activities because ofl.EP is a form ofnational origin discrimination prohibited underTitle VI of the Civil Rights, Act of' 1964 and the Department of the Treasury's implementing reguiations. Accordingly„ Recipient ent shall in id ate rMsonable steps, or Comply with the I )ep"I"Unentof the Treasury's directives, to ensure that LE11persons I lave meaningful access to its programs, services, and activities, Recipient understands and agrees that meaningful access may entail providing language assistance services, including oral interpretation and written translation where necessary, to ensure effective cornmunication in the Recipient's progtarn%, servlees, and activ hieu,, 3. Recipient agrees to consider the need for language services for LEP persons during development ofaliplicable budgets and when conducting programs, sen,ices and activities, AS as re%ource, the Department of the Treasury has published its LFT guidance at 70 FR 6067. For more information on LETI, please visit littg1/www 1q) as 4. Recipient acknowledges arid agrees that compliance with this assurance con statutes a condition of continued receipt of federal financial assisumceand is binding upon Recipient and Recipient's successors, transferees and assignees for the period in which such assistance is provided. 5. Recipient acknowledges and agrees that it must requu e any sub -grantees, contractors, subcorttractors, suce"sors, transferees, and assignees to comply with assurances 1-4 above, and agree s to mcorpirrate the following language in every contract (:)r agreement sub�jcct to Tifle Vf and its regulations between the Recipient and the Recipient's sub -grantees, contractors, subcontractons, successors, tiansferees, and assignees: 7 lie swb-granlee, conlraclor, subconlractor, successor; franslefee, and assignee shall costiply with Title 171 qf1he or acM44,, &nying benefits q/," or olherwise disc-riminating against a person on rive basiv of race, Color, or national origin (42 U& (". § 2000d or .seq.), a's iniplo wented 1 y 1he Department of Treamwy's Title 1/7 rej;ulationv, .51 (Y'R Part. 22, which are herein incorporated ky rcjerence came inade a part of this contrad (6s- ag reement). 7ale V1 also invlade�5 pre")tection hr jwrsons with "I Mated Etlisp Pnficiency " in cury program o) actjvyty assisionce, 42 11. S C § 200�jd etse q., as implemented ky the I)epailment cif dle Treasuq'�, Titk, VI regulafions; 31 CTR Part 22, and herein incotpoi ate, ax by ) -qlirence and inack a patt qfdas co"tt'ad 01, agreement 6 Recipient understandsand agrees that if" army real property or structure is provided or improved with the aid of federal financial assistance by the Department ofthe Treasury, this assairance ohligate-s the Recipient, or in the case cif subwcluent transfer, the transferee, for Ole jw—nod during, which the real property or, structure is used for a purpose for which the federal financial wsistarice is extended or for another purpose involving tile provision of Still dat services Of bejlcfds. It' any Page 37 of 63 personal property is provided, this assurance obliglaes the Rerapient for the penod during which it retains ownership cw possession of the property, 7 Recipientshall cooperate in any enforcement or coml-.1fiance review activities by tile Department of the Treastay of frier aforementioned obligations. Enforcement may include investigation, arbitration, mediation, litigation, and monitoring of any settlement agfeements that, may, result from these actions. That is, the Recipient shall comply with information requests, on -site compliance reviovs, and reporting requirements & Recipient shall maintain a complaint log and inform tire Department of theTreascuy of any complaints of(liscrinimatlOn on Inc ground-, of race, color, or natiomal origin, nand limited English proficiency covered byTitle VI of the ('1vil Rights Act of' 1964 and implementing regulations and provide, upon request, a list of all such reviews or proceedings based on the complaint, pending or, completed, including outcome. Recipient also must, inform the Department of the 1'reasury if Reciptent furs received no complamus under Title VI 9. Recipient must provide documentation of an administrative agency'.s, or courts findiqp; of non-compliance (if "Title Nrl and efforts to address the non-coraphance, inchiding any voluntary compliance or other agreements hetween the kecipient and the administrative agency that made the finding, If` the Recipient settles as case or matter alleging such discrimination, the Recipient MUSt provide documentation of the, settlement. If Recipient has not been the Subject of any COLIA or adinnustrative agency finding of'discrim ination, please so state . lit Ifthe Recipient makes sub -awards to other agencies or other entities, the, Recipient is responsible for ertsuriag, that sub -recipients also comply with Title VI and other applicable authorities covered in this document State agencies that make sub -awards must have in place standArd grant assurance:; and review procedures to demonstrate that that they are effectively monitoring the civil rights compliance ol Wb-recipients. The United States ofAmerica has the right to seek judicial enforcement of the teens of this assurances document and nothing in this document alters or limits the federal enforcement meastiresthat. the United :Mates may take in order to address violations of this docurnent or applicable federal law. Under penalty of perjury, the undcrmgried official(s) cerfifie,., that he/she has read and understood its obligations as herein described, that any information sabrnitted in cortitinction with thiSaSSLIMTICe (10CLIment is accurate and complete, and that the Recil-,4ent is in c(niphance with f1he aforementioned nondiscrimination requirements. Phoenix Bus Inc. 12/30/2025 Recipient I'late Tina Boan Signature ol'Authorized OfficiaL PAPERWORK ,rile, informatiow Collected will tt used fol the U.S. Goverillne"I uopfocesgrequests, for Kuppoo.'rhe estimated btudee agsxxiwed uirthOris Conectior) of infonnativais 1511djules per lesponse Lhe accumacy of" rims buldcuestunare athl suggestions forreducing Otis burden slto uld lw Wrected to the Office of'Privacy, Tiratsiarency =d Recoids, Depirtntent offlke Treasury, 1500 Pensisylv=ia Ave., N.W., Washington, D.0 20220. Do NOT send Ore form to this a(khess, Au agency aray mg conduct or spongor, and a Ixtsmi is iit,4 mquited 10 MWIX-MKI to, A C0"Caj()jt (,If aftinrtigioa tralexx it displays as vl9id Cou"ol nurnbel aq,;igned by OMB, Page 38 of 63 APPENDIX A. 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING (To be submitted with each bid or offer exceeding $100,000) Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, PHOENIX BUS I N C certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Wargner Triska Jr. President 12/30/2025 Name and Title of Contractor's Authorized Official Date Page 29 of 63 Minority Owned Business Declaration Phoenix Bus Inc. , a sub -contractor engaged by Monroe County during the completion of work associated with the below indicated project (Check one) Phoenix Bus Inc. is a minority business enterprise, as defined in Section 288.703, Florida Statutes or is not a minority business enterprise, as defined in Section 288.703, Florida Statutes. F.S. 288.703(3) "Minority business enterprise" means any small business concern as defined in subsection (6)(see below) which is organized to engage in commercial transactions, which is domiciled in Florida, and which is at least 5 1 -percent-owned by minority persons who are members of an insular group that is of a particular racial, ethnic, or gender makeup or national origin, which has been subjected historically to disparate treatment due to identification in and with that group resulting in an underrepresentation of commercial enterprises under the group's control, and whose management and daily operations are controlled by such persons. A minority business enterprise may primarily involve the practice of a profession. Ownership by a minority person does not include ownership, which is the result of a transfer from a non -minority person to a minority person within a related immediate family group if the combined total net asset value of all members of such family group exceeds $1 million. For purposes of this subsection, the term "related immediate family group" means one or more children under 16 years of age and a parent of such children or the spouse of such parent residing in the same house or living unit. F.S 288.703(6) "Small business" means an independently owned and operated business concern that employs 200 or fewer permanent full-time employees and that, together with its affiliates, has a net worth of not more than $5 million or any firm based in this state which has a Small Business Administration 8(a) certification. As applicable to sole proprietorships, the $5 million net worth requirement shall include both personal and business investments. Contractor may refer to F.S. 288.703 for more information. Contractor Phoenix Bus Inc. Date: 01/02/2026 Signature: ^- Print Name: Wagner Triska Jr. Title: President Address: 3220 37th St City/State/Zip Orlando, FL 32839 For Monroe County Verification: Title/ OMB Department: Verified via: https://osd.dms.myflorida.com/directories Page 49 of 63 CERTIFICATE OF LIABILITY INSURANCE Date 2/24/2026 Producer: Plymouth Insurance Agency This Certificate is issued as a matter of information only and confers no 2739 U.S. Highway 19 N. Holiday, FL 34691 rights upon the Certificate Holder. This Certificate does not amend, extend or alter the coverage afforded by the policies below. Insurers Affording Coverage NAIC # (727) 938-5562 Insured: South East Personnel Leasing, Inc. & Subsidiaries 2739 U.S. Highway 19 N. Holiday, FL 34691 Insurer A: Lion Insurance Company 11075 Insurer B: InsurerC: Insurer D: Insurer E: Coverages 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. Aggregate limits shown may have been reduced by paid claims. INSR LTR ADDL INSRD Type of Insurance Policy Number Policy Effective Date (MM/DD/YY) Policy Expiration Date(MM/DD/YY) Limits GENERAL LIABILITY Each Occurrence $ mmercial General Liability Claims Made ❑ Occur T Damage to rented premises (EA occurrence) Med Exp Personal Adv Injury General aggregate limit applies per: Policy ❑Project ❑ LOC General Aggregate Products - Comp/Op Agg AUTOMOBILE LIABILITY Combined Single Limit (EA Accident) Any Auto Bodily Injury All Owned Autos Scheduled Autos (Per Person) Bodily Injury Hired Autos Non -Owned Autos (Per Accident) Property Damage A�r �av By_._,.. arn DATE__.._._.w._......._.�...._......... WAI2•..... KA ,,. (Per Accident) EXCESS/UMBRELLA LIABILITY Occur ❑ Claims Made Each Occurrence Aggregate Deductible A Workers Compensation and x I WC Statu- OTH- Employers' Liability WC 71949 01/01/2026 01/01/2027 tory Limits ER E.L. Each Accident $1,000,000 Any proprietor/partner/executive officer/member E.L. Disease - Ea Employee $1,000,000 excluded? NO If Yes, describe under special provisions below. E.L. Disease -Policy Limits $1,000,000 Other Lion Insurance Company is A.M. Best Company rated A (Excellent). AMB # 12616 Descriptions of Operations/Locations/Vehicles/Exclusions added by Endorsement/Special Provisions: Client ID: 92-71-930 Coverage only applies to active employee(s) of South East Personnel Leasing, Inc. & Subsidiaries that are leased to the following "Client Company": Phoenix Bus Inc. Coverage only applies to injuries incurred by South East Personnel Leasing, Inc. & Subsidiaries active employee(s) , while working in: FL. Coverage does not apply to statutory employee(s) or independent contractor(s) of the Client Company or any other entity. A list of the active employee(s) leased to the Client Company can be obtained by emailing a request to certificates@lioninsurancecompany.com Project Name: ISSUE 02-24-26 (KLT) Begin Date: 1/2/2018 CERTIFICATE HOLDER CANCELLATION MONROE COUNTY BOCC Should any of the above described policies be cancelled before the expiration date thereof, the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives. 1100 SIMONTON STREET KEY WEST, FL 33040 -. �x nr -"; r.�,.�._,�, ACC)R " CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 2/23/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have 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 Acrisure Southeast Partners Insurance Services LLC 1317 Citizens Blvd Leesburg FL 34748 CONTACT NAME: Certificates PHONE FAX A/c No EXt : 800-407-4077 AC,No): 321-752-7980 ADDRESS: services@rrl-ins.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Incline Casualty Company 11090 INSURED PHOEBUS-01 Phoenix Bus, Inc. INSURER B 3220 37th Street INSURER C : INSURERD: Orlando FL 32839 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:2076226877 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 LTR TYPE OF INSURANCE ADDL I SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY Y 5ST12238-01 1/18/2026 1/18/2027 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ❑ PRO ❑ JECT LOC X PRODUCTS - COMP/OP AGG $ 1,000,000 $ OTHER: A AUTOMOBILE LIABILITY Y 5ST12238-01 1/18/2026 1/18/2027 COMBINED SINGLE LIMIT Ea accident $2,000,000 BODILY INJURY (Per person) $ ANY AUTO OWNED X SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY PIP $ 10,000 A UMBRELLALIAB X OCCUR Y 5ST12238-01 1/18/2026 1/18/2027 EACH OCCURRENCE $3,000,000 X AGGREGATE $ 3,000,000 EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ NIA E.L. DISEASE- EA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate Holder is included as Additional Insured with respects to their interest in the operations of the named insured. A Isx T ) ew_. 2.24.26 WAW N/A- " --. CERTIFICATE HOLDER CANCELLATION 30 Day Notice of 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. Monroe County BOCC 1100 Simonton Street AUTHORIZED REPRESENTATIVE Key West FL 33040 f �Ihnh7y (Irwin � ACORD 25 (2016/03) @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD