HomeMy WebLinkAboutItem D02 BOARD OF COUNTY COMMISSIONERS
COUNTY of MONROE Mayor Michelle Lincoln,District 2
The Florida. Keys Mayor Pro Tem David Rice,District 4
p Craig Cates,District 1
James K. Scholl,District 3
- Holly Merrill Raschein,District 5
Regular Meeting
May 20, 2026
Agenda Item Number: D2
26-l 5466
BULK ITEM: DEPARTMENT: Tourist Development Council
TIME APPROXIMATE: N/A STAFF CONTACT: Ammie Machan
AGENDA ITEM WORDING: Approval of an Agreement with The Collective Best, LLC to
perform a sports tourism feasibility study in an amount not to exceed $60,000 paid from TDC fund
115.
ITEM BACKGROUND:
The TDC's most recent slow-season visitor survey identified strong community interest in expanded
programming and events during shoulder months. Staff obtained quotes for a sports tourism consulting
engagement focused on the Florida Keys' natural assets, including ocean and waterway access, marinas,
waterfront venues, and scenic roadways, rather than the conventional sports infrastructure model built around
fields and convention centers.
Two proposals were received: The Collective BEST: $60,000,and Huddle Up Group: $47,500. Staff also reached
out to Sports Strategies and they did not submit a proposal. Staff recommends entering into an agreement with
The Collective BEST.In accordance with the purchasing policy methods of acquisition for professional services,
The Collective BEST can be awarded the agreement if the difference in price is of minor concern given the
qualitative considerations for this tourism consulting engagement as set forth in more detail below.
Superior Team Credentials and Destination Fit Managing Partner Kevin Smith served as Executive Director
of the St. Petersburg Clearwater Sports Commission for 17 years and is a Sports ETA Hall of Fame inductee.
Partner Matt Dunn co-owns Salty Sports Society,a beach sports event production firm specializing in open water
swimming,and built his career activating natural environments as competitive venues through ESPN's X Games,
the Great Outdoor Games, and global Red Bull events. This is a team that has spent decades working in exactly
the kind of outdoor, water-based, experience-driven sports environment that defines the Florida Keys. By
contrast,Huddle Up Group's Florida references—Kissimmee,Sebring,and Treasure Coast—are inland markets
with little resemblance to the coastal and marine character of this destination.
A Strategy Built for the Florida Keys The Collective BEST's proposal is explicitly built around ocean sports,
waterfront venues, marinas, and scenic roadways as the primary event infrastructure— a direct match for what
this initiative is designed to study. Huddle Up's proposal,while comprehensive,reads as a standard strategic
planning framework applicable to any market,with no specific acknowledgment of the unique natural assets and
environmental sensitivities that define Monroe County.
A Stronger Stakeholder Engagement Model The stakeholder engagement component is a particular strength
of The Collective BEST's approach. Rather than a limited phone and interview process,they propose a series of
community workshops across the Florida Keys,bringing together marina operators,parks and recreation officials,
municipal representatives, local sports organizations, and hospitality partners. This broad coalition-building
approach ensures that the resulting strategy reflects the full range of Keys community knowledge and priorities,
and builds the local ownership that a new sports tourism structure will need to succeed over time. Huddle Up's
engagement model, by comparison, caps stakeholder interviews at 10-12 individuals, which risks leaving
significant community voices and institutional knowledge out of the process.
TDC approved at their meeting of April 9, 2026
PREVIOUS RELEVANT BOCC ACTION:
INSURANCE REQUIRED:
CONTRACT/AGREEMENT CHANGES:
New Agreement
STAFF RECOMMENDATION
Approval
DOCUMENTATION:
FINANCIAL IMPACT:
Effective Date: May 20, 2026
Expiration Date: September 30, 2026
Total Dollar Value of Contract: $60,000
Total Cost to County:
Current Year Portion: $60,000
Budgeted:
Source of Funds: Fund 115
CPI:
Indirect Costs:
Estimated Ongoing Costs Not Included in above dollar amounts:
Revenue Producing: If yes, amount:
Grant:
County Match:
Insurance Required:
AGREEMENT FOR
SPORTS TOURISM FEASIBILITY AND STRATEGIC PLANNING STUDY
This Agreement ("Agreement") made and entered into this day of 2026 by and
between Monroe County, a political subdivision of the State of Florida, whose address is 1100
Simonton Street, Key West, Florida, 33040, its successors and assigns, hereinafter referred to as
"COUNTY," through the Monroe County Board of County Commissioners (`BOCC"),
AND
The Collective Best, LLC, a Florida Limited Liability Company, whose address is 454 27thAve N
St. Petersburg, FL 33704, its successors and assigns, hereinafter referred to as "CONTRACTOR",
WITNESSETH:
WHEREAS, COUNTY desires to employ the Contractor for a sports tourism feasibility and
strategic planning study (Project); and
WHEREAS, CONTRACTOR has agreed to preform a sports tourism feasibility and strategic
planning study as set forth in more detail in Attachment A;
NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated
herein, and for other good and valuable consideration, the sufficiency of which is hereby
acknowledged, COUNTY and CONTRACTOR agree as follows:
ARTICLE 1
REPRESENTATIONS AND WARRANTIES
By executing this Agreement, CONTRACTOR makes the following express representations and
warranties to the COUNTY:
1.1.1 The CONTRACTOR shall maintain all necessary licenses,permits or other authorizations
necessary to act as CONTRACTOR for the Project until the CONTRACTOR'S duties
hereunder have been fully satisfied;
1.1.2 The CONTRACTOR shall prepare all documents required by this in such a manner that
they shall be in conformity and comply with all applicable law, codes and regulations. The
CONTRACTOR warrants that the documents prepared as a part of this Contract will be
adequate and sufficient to accomplish the purposes of the Project
1.1.3 The CONTRACTOR assumes full responsibility to the extent allowed by law with regards
to his performance and those directly under his employ.
1.1.5 The CONTRACTOR'S services shall be performed as expeditiously as is consistent with
professional skill and care and the orderly progress of the Project. In providing all services
1
pursuant to this agreement, the CONTRACTOR shall abide by all statutes, ordinances, rules and
regulations pertaining to, or regulating the provisions of such services, including those now in
effect and hereinafter adopted. Any violation of said statutes, ordinances, rules and regulations
shall constitute a material breach of this agreement and shall entitle the Board to terminate this
contract immediately upon delivery of written notice of termination to the CONTRACTOR.
1.1.6 At all times and for all purposes under this agreement the CONTRACTOR is an
independent contractor and not an employee of the Board of County Commissioners for Monroe
County. No statement contained in this agreement shall be construed so as to find the
CONTRACTOR or any of his/her employees, contractors, servants, or agents to be employees of
the Board of County Commissioners for Monroe County.
ARTICLE II
SCOPE OF BASIC SERVICES
2.1 SCOPE OF WORK
The CONTRACTOR will perform for the COUNTY services as described in Attachment A.
2.2 CORRECTION OF ERRORS, OMISSIONS, DEFICIENCIES
The CONTRACTOR shall, without additional compensation, promptly correct any errors,
omissions, deficiencies, or conflicts in the work product of the CONTRACTOR or its
SUBCONTRACTORS, or both.
2.3 NOTICE REQUIREMENT
All written correspondence to the COUNTY shall be dated and signed by an authorized
representative of the CONTRACTOR. Any notice required or permitted under this agreement
shall be in writing and hand delivered or mailed, postage pre-paid, to the COUNTY by certified
mail,return receipt requested, to the following:
Ms. Kara Franker, CEO/President
3406 North Roosevelt Blvd. Corporation d/b/a Visit Florida Keys (VFK)
1201 White St. Suite 102
Key West, Florida 33040
And: Ms. Christine Hurley
Monroe County Administrator
1100 Simonton Street, Room 2-205 Key West, Florida 33040
And: Ms. Christine Limbert
Monroe County Attorney's Office
PO BOX 1026
Key West, FL 33041
For the CONTRACTOR:
Kevin Smith
2
454 27"'Ave N
St. Petersburg, FL 33704
ARTICLE III
ADDITIONAL SERVICES
3.1 Additional services are services not included in the Scope of Basic Services. Should the
COUNTY require additional services they shall be paid for by the COUNTY at rates or fees
negotiated at the time when services are required, but only if approved by the COUNTY before
commencement.
3.2 If Additional Services are required the COUNTY shall issue a letter requesting and describing
the requested services to the CONTRACTOR. The CONTRACTOR shall respond with a fee
proposal to perform the requested services. Only after receiving an amendment to the Agreement
and a notice to proceed from the COUNTY, shall the CONTRACTOR proceed with the Additional
Services.
ARTICLE IV
COUNTY'S RESPONSIBILITIES
4.1 The COUNTY and VFK shall provide full information regarding requirements for the
Project.
4.2 The COUNTY shall designate a representative to act on the COUNTY's behalf with respect
to the Project. The COUNTY or its representative shall render decisions in a timely manner in
order to avoid unreasonable delay in the orderly and sequential progress of the CONTRACTOR'S
services.
4.3 The COUNTY shall provide copies of necessary documents required to complete the
Project.
4.4 Any information that may be of assistance to the CONTRACTOR that the COUNTY has
access to will be provided as requested.
ARTICLE V
INDEMNIFICATION AND HOLD HARMLESS
5.1 The CONTRACTOR covenants and agrees to indemnify and hold harmless COUNTY/Monroe
County Tourist Development Council and Monroe County Board of County Commissioners, its
officers and employees from any and all claims, liabilities, damages, losses and costs, including
but not limited to, reasonable attorneys' fees, arising out of, in connection with, or by reason of
services provided by the CONTRACTOR, or any subcontractor(s) in any tier and other persons
employed or utilized by the CONTRACTOR in the performance of the contract occasioned by the
negligence, errors or other wrongful act or omission.
5.2 In the event 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
3
insurance, the CONTRACTOR shall indemnify COUNTY from any and all increased expenses
resulting from such delays.
5.3 The extent of liability is in no way limited to, reduced or lessened by the insurance
requirements contained elsewhere within the Agreement.
5.4 This indemnification shall survive the expiration or early termination of the Agreement.
ARTICLE VI
PERSONNEL
The CONTRACTOR shall assign only qualified personnel to perform any service concerning the
project.
ARTICLE VII
COMPENSATION AND TERM
7.1 PAYMENT SUM
7.1.1 The COUNTY shall pay the CONTRACTOR in current funds for the CONTRACTOR'S
performance of this Agreement based on rates negotiated and agreed upon and shown in
Attachment A in an amount not to exceed $60,000 (Sixty Thousand Dollars).
7.2 PAYMENTS
7.2.1 For its assumption and performances of the duties, obligations and responsibilities set forth
herein, the CONTRACTOR shall be paid monthly. Payment will be made pursuant to the Local
Government Prompt Payment Act 218.70, Florida Statutes.
(A) If the CONTRACTOR'S duties, obligations and responsibilities are materially changed by
amendment to this Agreement after execution of this Agreement, compensation due to the
CONTRACTOR shall be equitably adjusted, either upward or downward;
(B) As a condition precedent for any payment due under this Agreement, the CONTRACTOR
shall submit monthly, unless otherwise agreed in writing by the COUNTY, a proper invoice to
COUNTY requesting payment for services properly rendered and reimbursable expenses due
hereunder. The CONTRACTOR'S invoice shall describe with reasonable particularity the service
rendered. The CONTRACTOR'S invoice shall be accompanied by such documentation or data in
support of expenses for which payment is sought at the COUNTY may require.
7.3 REIMBURSABLE EXPENSES
7.3.1 Reimbursable expenses include expenses incurred by the CONTRACTOR in the interest
of the Project approved in writing.
a. No travel reimbursement is contemplated under this agreement as the not to exceed
payment sum is inclusive of travel. t Reimbursement for travel will only be in the amounts
4
authorized by Section 112.061, Florida Statutes and Monroe County Code, Chapter 2,Article III,
Division 3-Travel, Per Diem, Meals and Mileage Policy;
b. Postage and handling of reports
7.4 BUDGET
7.4.1 The CONTRACTOR may not be entitled to receive, and the COUNTY is not obligated to
pay, any fees or expenses in excess of the amount budgeted for this contract in each fiscal year
(October 1 - September 30) by COUNTY's Board of County Commissioners. The budgeted
amount may only be modified by an affirmative act of the COUNTY's Board of County
Commissioners.
7.4.2 The COUNTY's performance and obligation to pay under this Agreement is contingent
upon an annual appropriation by the Board of County Commissioners and the approval of the
Board members at the time of contract initiation and its duration.
7.5 TERM
7.5.1 The term of this agreement shall commence on May 20, 2026 and terminate on September
30, 2026.
7.5.2 The agreement may be extended upon mutual agreement of both parties.
ARTICLE VIII
INSURANCE
8.1 The CONTRACTOR shall obtain insurance as specified and maintain the required
insurance at all times that this Agreement is in effect. In the event 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.
8.2 The coverage provided herein shall be provided by an insurer with an A.M. Best rating of
VI or better, that is licensed to business in the State of Florida and that has an agent for service of
process within the State of Florida. The coverage shall contain an endorsement providing sixty
(60) days notice to the COUNTY prior to any cancellation of said coverage. Said coverage shall
be written by an insurer acceptable to the COUNTY and shall be in a form acceptable to the
COUNTY.
8.3 Insurance: at all times during the term of this Agreement (including any extensions
thereof), Contractor shall maintain 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
5
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 terin 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.
• Employer Liability: $100,000/$500,000/$100,000
• Professional Liability: $ 300,000 per Occurrence/$ 500,000 Agg
The County should be additional insured on the general and auto liability policies. Monroe County
BOCC should be the certificate holder.
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 an 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: uni (L)rris)nroc,,ottrit ',�)v cc AiDiuicf = W �,
�c ,corp
ARTICLE IX
MISCELLANEOUS
9.1 SECTION HEADINGS
Section headings have been inserted in this Agreement as a matter of convenience of reference
only, and it is agreed that such section headings are not a part of this Agreement and will not be
used in the interpretation of any provision of this Agreement.
9.2 SUCCESSORS AND ASSIGNS
The CONTRACTOR shall not assign or subcontract its obligations under this agreement, except
in writing and with the prior written approval of the Board of County Commissioners for Monroe
County and the CONTRACTOR, which approval shall be subject to such conditions and
provisions as the Board may deem necessary. This paragraph shall be incorporated by reference
into any assignment or subcontract and any assignee or subcontractor shall comply with all of the
provisions of this agreement. Subject to the provisions of the immediately preceding sentence,
6
each party hereto binds itself, its successors, assigns and legal representatives to the other and to
the successors, assigns and legal representatives of such other party.
9.3 NO THIRD PARTY BENEFICIARIES
Nothing contained herein shall create any relationship, contractual or otherwise,with or any rights
in favor of, any third party.
9.4 TERMINATION
A. In the event that the CONTRACTOR shall be found to be negligent in any aspect of service,
the COUNTY shall have the right to terminate this agreement after five days written notification
to the CONTRACTOR.
B. Either of the parties hereto may cancel this Agreement without cause by giving the other
party thirty (30) days written notice of its intention to do so.
C. Termination for Cause and Remedies: In the event of breach of any contract terms, the
COUNTY retains the right to terminate this Agreement. The COUNTY may also terminate this
agreement for cause with CONTRACTOR should CONTRACTOR fail to perform the covenants
herein contained at the time and in the manner herein provided. In the event of such termination,
prior to tennination, 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 Not to Exceed. In addition, the COUNTY
reserves all rights available to recoup monies paid under this Agreement, including the right to sue
for breach of contract and including the right to pursue a claim for violation of the COUNTY's
False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code.
D. Termination for Convenience: The COUNTY may terminate this Agreement for
convenience, at any time, upon 30 days' notice to CONTRACTOR. If the COUNTY terminates
this agreement with the CONTRACTOR, COUNTY shall pay CONTRACTOR the sum due the
CONTRACTOR under this agreement prior to termination, unless the cost of completion to the
COUNTY exceeds the funds remaining in the contract. The maximum amount due to
CONTRACTOR shall not exceed the Not to Exceed.
E. For Contracts of any amount, if the County determines that the CONTRACTOR has
submitted a false certification under Section 287.135(5),Florida Statutes or has been placed on the
Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County
shall have the option of (1) terminating the Agreement after it has given the CONTRACTOR
written notice and an opportunity to demonstrate the agency's determination of false certification
was in error pursuant to Section 287.135(5)(a), Florida Statutes, or(2)maintaining the Agreement
if the conditions of Section 287.135(4), Florida Statutes, are met.
9.5 CONTRACT DOCUMENTS
7
This contract consists of the Agreement, the documents referred to in the Agreement as a part of
this Agreement, and attachment A, and modifications made after execution by written amendment.
In the event of any conflict between any of the Contract documents, the one imposing the greater
burden on the CONTRACTOR will control.
9.6 MAINTENANCE OF RECORDS AND RIGHT TO AUDIT RECORDS
CONTRACTOR shall maintain all books, records, and documents directly pertinent to
performance under this Agreement in accordance with generally accepted accounting principles
consistently applied. Records shall be retained for a period of five years from the termination of
this agreement. Each party to this Agreement or its authorized representatives shall have
reasonable and timely access to such records of each other party to this Agreement for public
records purposes during the term of the Agreement and for five 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, or were wrongfully retained by the CONTRACTOR,the CONTRACTOR shall repay
the monies together with interest calculated pursuant to Sec. 55.03, of the Florida Statutes,running
from the date the monies were paid by the COUNTY.
9.7 GOVERNING LAW, VENUE, INTERPRETATION, COSTS,AND FEES
This Agreement shall be governed by and construed in accordance with the laws of the State of
Florida applicable to contracts made and to be performed entirely in the State. In the event that
any cause of action or administrative proceeding is instituted for the enforcement or interpretation
of this Agreement, COUNTY and CONTRACTOR agree that venue shall lie in the 16th Judicial
Circuit, Monroe County, Florida, in the appropriate court or before the appropriate administrative
body. This agreement shall not be subject to arbitration. Mediation proceedings initiated and
conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil
Procedure and usual and customary procedures required by the circuit court of Monroe County.
9.8 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 terins, 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.
9.9 ATTORNEY'S FEES AND COSTS
The COUNTY and CONTRACTOR agree that in the event any cause of action or administrative
proceeding is initiated or defended by any party relative to the enforcement or interpretation of
this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, court costs,
investigative, and out-of-pocket expenses, as an award against the non-prevailing party, and shall
include reasonable attorney's fees, courts costs, investigative, and out-of-pocket expenses in
appellate proceedings.
8
9.10 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.
9.11 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.
9.12 ADJUDICATION OF DISPUTES OR DISAGREEMENTS
COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to be
resolved by meet and confer sessions between representatives of each of the parties. If the issue or
issues are still not resolved to the satisfaction of the parties, then any party shall have the right to
seek such relief or remedy as may be provided by this Agreement or by Florida law. This
Agreement is not subject to arbitration. This provision does not negate or waive the provisions of
paragraph 9.5 concerning termination or cancellation.
9.13 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.
9.14 NONDISCRIMINATION
CONTRACTOR and COUNTY agree that there will be no discrimination against any person, and
it is expressly understood that upon a detennination by a court of competent jurisdiction that
discrimination has occurred, this Agreement automatically terminates without any further action
on the part of any party,effective the date of the court order. CONTRACTOR and COUNTY agrees
to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to
nondiscrimination. These include but are not limited to: 1)Title VI of the Civil Rights Act of 1964
(PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title
IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686),
which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of
1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps; 4)
The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits
discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-
255), as amended,relating to nondiscrimination on the basis of drug abuse; 6)The Comprehensive
Alcohol Abuse and Alcoholism Prevention,Treatment and Rehabilitation Act of 1970(PL 91-616),
as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The
Public Health Service Act of 1912,ss. 523 and 527(42 USC ss. 690dd-3 and 290ee-3),as amended,
9
relating to confidentiality of alcohol and drug abuse patient records; 8)Title VIII of the Civil Rights
Act of 1968 (42 USC s. 3601 et seq.), as amended, relating to nondiscrimination in the sale,rental
or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 12101 Note),
as may be amended from time to time,relating to nondiscrimination on the basis of disability; 10)
Monroe County Code Chapter 14, Article 11, which prohibits discrimination on the basis of race,
color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression,
familial status or age; 11)Any other nondiscrimination provisions in any Federal or state statutes
which may apply to the parties to, or the subject matter of, this Agreement.
9.15 COVENANT OF NO INTEREST
CONTRACTOR and COUNTY covenant that neither presently has any interest, and shall not
acquire any interest,which would conflict in any manner or degree with its performance under this
Agreement, and that only interest of each is to perform and receive benefits as recited in this
Agreement.
9.16 CODE OF ETHICS
COUNTY agrees that officers and employees of the COUNTY recognize and will be required to
comply with the standards of conduct for public officers and employees as delineated in Section
112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing
business with one's agency; unauthorized compensation; misuse of public position, conflicting
employment or contractual relationship; and disclosure or use of certain information.
9.17 NO SOLICITATION/PAYMENT
The CONTRACTOR and COUNTY warrant that, in respect to itself, it has neither employed nor
retained any company or person, other than a bona fide employee working solely for it, to solicit
or secure this Agreement and that it has not paid or agreed to pay any person, company,
corporation, individual, or firm, other than a bona fide employee working solely for it, any fee,
commission, percentage, gift, or other consideration contingent upon or resulting from the award
or making of this Agreement. For the breach or violation of the provision, the CONTRACTOR
agrees that the COUNTY shall have the right to terminate this Agreement without liability and, at
its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee,
commission, percentage, gift, or consideration.
9.18 PUBLIC ACCESS.
Public Records Compliance. CONTRACTOR must comply with Florida public records laws,
including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the
Constitution of Florida. The County and CONTRACTOR shall allow and permit reasonable access
to, and inspection of, all documents, records, papers, letters or other "public record" materials in
its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and
made or received by the County and CONTRACTOR in conjunction with this contract and related
to contract performance. The County shall have the right to unilaterally cancel this contract upon
violation of this provision by the CONTRACTOR. Failure of the CONTRACTOR to abide by the
terms of this provision shall be deemed a material breach of this contract and the County may
enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing
party, be entitled to reimbursement of all attorney's fees and costs associated with that proceeding.
This provision shall survive any termination or expiration of the contract.
10
The CONTRACTOR is encouraged to consult with its advisors about Florida Public Records Law
in order to comply with this provision.
Pursuant to F.S. 119.0701 and the terms and conditions of this contract, the CONTRACTOR is
required to:
(1) Keep and maintain public records that would be required by the County to perform the
service.
(2) Upon receipt from the County's custodian of records, provide the County with a copy of
the requested records or allow the records to be inspected or copied within a reasonable time at a
cost that does not exceed the cost provided in this chapter or as otherwise provided by law.
(3) Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of the
contract term and following completion of the contract if the contractor does not transfer the
records to the County.
(4) Upon completion of the contract, transfer, at no cost, to the County all public records in
possession of the CONTRACTOR or keep and maintain public records that would be required by
the County to perform the service. If the CONTRACTOR transfers all public records to the County
upon completion of the contract, the CONTRACTOR shall destroy any duplicate public records
that are exempt or confidential and exempt from public records disclosure requirements. If the
CONTRACTOR keeps and maintains public records upon completion of the contract, the
CONTRACTOR shall meet all applicable requirements for retaining public records. All records
stored electronically must be provided to the County,upon request from the County's custodian of
records, in a format that is compatible with the information technology systems of the County.
(5) A request to inspect or copy public records relating to a County contract must be made
directly to the County, but if the County does not possess the requested records, the County shall
immediately notify the CONTRACTOR of the request, and the CONTRACTOR must provide the
records to the County or allow the records to be inspected or copied within a reasonable time.
If the CONTRACTOR does not comply with the County's request for records, the County shall
enforce the public records contract provisions in accordance with the contract,notwithstanding the
County's option and right to unilaterally cancel this contract upon violation of this provision by
the CONTRACTOR.A CONTRACTOR who fails to provide the public records to the County or
pursuant to a valid public records request within a reasonable time may be subject to penalties
under section 119.10, Florida Statutes.
The CONTRACTOR shall not transfer custody, release, alter, destroy or otherwise dispose of any
public records unless or otherwise provided in this provision or as otherwise provided by law.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT, MONROE COUNTY ATTORNEY'S OFFICE 1111 12TH
Street, SUITE 408, KEY WEST, FL 33040:
PUBLICRECORDS(tiMONROECOUNTY FL.GOV OR PHONE #
(305)292-3470.
11
9.19 NON-WAIVER OF IMMUNITY
Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the
CONTRACTOR and the COUNTY in this Agreement and the acquisition of any commercial
liability insurance coverage, self-insurance coverage, or local government liability insurance pool
coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall
any contract entered into by the COUNTY be required to contain any provision for waiver.
9.20 PRIVILEGES AND IMMUNITIES
All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules
and pensions and relief, disability, workers' compensation, and other benefits which apply to the
activity of officers, agents,or employees of any public agents or employees of the COUNTY,when
performing their respective functions under this Agreement within the territorial limits of the
COUNTY shall apply to the same degree and extent to the performance of such functions and
duties of such officers, agents, volunteers, or employees outside the territorial limits of the
COUNTY.
9.21 LEGAL OBLIGATIONS AND RESPONSIBILITIES
Non-Delegation of Constitutional or Statutory Duties. This Agreement is not intended to,nor shall
it be construed as, relieving any participating entity from any obligation or responsibility imposed
upon the entity by law except to the extent of actual and timely performance thereof by any
participating entity, in which case the performance may be offered in satisfaction of the obligation
or responsibility.Further,this Agreement is not intended to,nor shall it be construed as,authorizing
the delegation of the constitutional or statutory duties of the COUNTY, except to the extent
permitted by the Florida constitution, state statute, and case law.
9.22 NON-RELIANCE BY NON-PARTIES
No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to
enforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or
program contemplated hereunder, and the CONTRACTOR and the COUNTY agree that neither
the CONTRACTOR nor the COUNTY or any agent, officer, or employee of either shall have the
authority to inform, counsel, or otherwise indicate that any particular individual or group of
individuals, entity or entities, have entitlements or benefits under this Agreement separate and
apart, inferior to, or superior to the community in general or for the purposes contemplated in this
Agreement.
9.23 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, and Vendor Certification
Regarding Scrutinized Companies List,Affidavit Attesting to Noncoercive Conduct for Labor or
Services as set forth in more detail in this Agreement.
Public Entity Crime Statement: The CONTRACTOR certifies and agrees that CONTRACTOR
nor any Affiliate has been placed on the convicted vendor list within the last 36 months.
In accordance with Section 287.134,Florida Statutes, an entity or affiliate who has been placed on
the Discriminatory Vendor List,kept by the Florida Department of Management Services,may not
submit a bid, proposal or reply on a contract to provide goods or services to a public entity; may
12
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 CONTRACTOR under a contract with any public entity; and may not transact
business with any public entity.
A person or affiliate who has been placed on the convicted vendor list following a conviction for
public entity crime may not submit a bid, proposal, or reply on contracts to provide any goods or
services to a public entity, may not submit a bid, proposal or reply on a contract with a public
entity for the construction or repair of a public building or public work, may not submit bids,
proposals, or replies on leases of real property to public entity, may not be awarded or perform
work as a contractor, supplier, subcontractor, CONTRACTOR or subcontractor under a contract
with any public entity, and may not transact business with any public entity in excess of the
threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for
a period of 36 months from the date of being placed on the convicted vendor list.
By signing this Agreement, CONTRACTOR represents that the execution of this Agreement will
not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes). Violation of this
section shall result in termination of this Agreement and recovery of all monies paid hereto, and
may result in debarment from COUNTY's competitive procurement activities.
In addition to the foregoing, CONTRACTOR further represents that there has been no
determination, based on an audit, that it or any subcontractor has committed an act defined by
Section 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally
charged with committing an act defined as a "public entity crime" regardless of the amount of
money involved or whether CONTRACTOR has been placed on the convicted vendor list.
CONTRACTOR will promptly notify the COUNTY if it or any subcontractor is formally
charged with an act defined as a "public entity crime" or has been placed on the convicted
vendor list.
Ethics Clause: By signing this Agreement, the CONTRACTOR warrants that he/it has not
employed, retained or otherwise had act on his/her behalf any former County officer or employee
in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation
of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may,
in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct
from the Agreement or purchase price, or otherwise recover, the full amount of any fee,
commission,percentage, gift, or consideration paid to the former County officer or employee.
VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS:
CONTRACTOR agrees and certifies compliance with the following:
Section 287.135,Florida Statutes prohibits a company from bidding on, submitting a proposal for,
or entering into or renewing a contract for goods or services of any amount if, at the time of
contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List,
created pursuant to Section 215.4725,Florida Statutes,or is engaged in a Boycott of Israel. Section
287.135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or
13
entering into or renewing a contract for goods or services of$1,000,000 or more,that are on either
the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with
Activities in the Iran Terrorism Lists which were created pursuant to s. 215.473, Florida Statutes,
or is engaged in business operations in Cuba or Syria.
As the person authorized to sign on behalf of Company,I hereby certify that the company identified
above is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott
of Israel and for Projects of$1,000,000 or more is not listed on either the Scrutinized Companies
with Activities in Sudan List,the Scrutinized Companies with Activities in the Iran Terrorism List,
or engaged in business operations in Cuba or Syria.
I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false
certification may subject company to civil penalties, attorney's fees, and/or costs. I further
understand that any contract with the County may be terminated, at the option of the County,if the
company is found to have submitted a false certification or has been placed on the Scrutinized
Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran
Terrorism List or been engaged in business operations in Cuba or Syria.
I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false
certification may subject company to civil penalties, attorney's fees, and/or costs. I further
understand that any contract with the County may be terminated, at the option of the County,if the
company is found to have submitted a false certification or has been placed on the Scrutinized
Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran
Terrorism List or been engaged in business operations in Cuba or Syria.
Note: The List are available at the following Department of Management Services Site:
hi.i.n,//www.dni,;,LiLiyflorida.coin/bi.,�siness i cJ--i,.sJ /v(i(jor ird0brma tion/con
mc�:a al an ti °u�ri a� daarc nnamunaa,kar y o ri 2laints vcndoi,Hsb,
Non-Collusion Affidavit: CONTRACTOR by signing this Agreement, according to law on my
oath, and under penalty of perjury, depose and say that the person signing on behalf of the firm of
CONTRACTOR, the bidder making the Bid/Proposal for the project described in the Scope of
Work and that I executed the said bid/proposal with full authority to do so; the prices in this
bid/proposal have been arrived at independently without collusion, consultation, communication
or agreement for the purpose of restricting competition, as to any matter relating to such prices
with any other bidder or with any competitor; unless otherwise required by law, the prices which
have been quoted in this bid/proposal have not been knowingly disclosed by the bidder and will
not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other
bidder or to any competitor; and no attempt has been made or will be made by the bidder to induce
any other person, partnership or corporation to submit, or not to submit, a bid/proposal for the
purpose of restricting competition; the statements contained in this affidavit are true and correct,
and made with full knowledge that Monroe County relies upon the truth of the statements
contained in this affidavit in awarding contracts for said project.
AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES: As
a nongovernmental entity executing, renewing, or extending a contract with a government entity,
CONTRACTOR is required to provide an affidavit under penalty of perjury attesting that
14
CONTRACTOR does not use coercion for labor or services in accordance with Section 787.06,
Florida Statutes.
As defined in Section 787.06(2)(a), coercion means:
1. Using or threating to use physical force against any person;
2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any
person without lawful authority and against her or his will;
3. Using lending or other credit methods to establish a debt by any person when labor or
services are pledged as a security for the debt, if the value of the labor or services as
reasonably assessed is not applied toward the liquidation of the debt, the length and
nature of the labor or service are not respectively limited and defined;
4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual
or purported passport, visa, or other immigration document, or any other actual or
purported government identification document, of any person;
5. Causing or threating to cause financial harm to any person;
6. Enticing or luring any person by fraud or deceit; or
7. Providing a controlled substance as outlined in Schedule I or Schedule II of Section
893.03 to any person for the purpose of exploitation of that person.
As a person authorized to sign on behalf of CONTRACTOR, I certify under penalties of perjury
that CONTRACTOR does not use coercion for labor or services in accordance with Section
787.06. Additionally, CONTRACTOR has reviewed Section 787.06, Florida Statutes, and agrees
to abide by same.
9.24 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,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.
9.25 E-VERIFY SYSTEM
In accordance with F.S. 448.095,the Contractor and any subcontractor shall register with and shall
utilize the U.S. Department of Homeland Security's E- Verify system to verify the work
authorization status of all new employees hired by the Contractor during the term of the Contract
and shall expressly require any subcontractors performing work or providing services pursuant to
the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to
verify the work authorization status of all new employees hired by the subcontractor during the
Contract term.Any subcontractor shall provide an affidavit stating that the subcontractor does not
employ, contract with, or subcontract with an unauthorized alien. The Contractor shall comply
with and be subject to the provisions of
F.S. 448.095.
9.26 SUSPENDED PERSONBUSINESS 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
15
payment of the portion of the contract price that may be due for work satisfactorily completed up
to the date of termination.
IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly
authorized representative on the day and year first above written.
(SEAL) BOARD OF COUNTY COMMISSIONERS
Attest: KEVIN MADOK, Clerk OF MONROE COUNTY, FLORIDA
By: By:
As Deputy Clerk Mayor/Chairman
MONROE COUNTY ATTORNEY
APPROVED AS TO FORM
jj
CHRI STINE I.IMSERT-BARROWS
CONTRACTOR SR ASSISTANT COUNTY ATTORNEY
L/`�/ry\)�_ DATE:5L6L26..__
•W-
President
16
Attachment A
Item Cost
Stakeholder Engagement Workshops $15,000
Comprehensive Facility &Venue Assessment $25,000
Sports Market Opportunity Analysis $20,000
Total: $60,000
1. Stakeholder Engagement Workshops-Facilitate a series of structured stakeholder workshops
designed to bring together tourism leaders, parks and recreation officials, municipal
representatives, local sports organizations, marina operators, hospitality partners, and community
stakeholders from across the Florida Keys. These sessions will gather local insights, identify
existing assets and challenges, and build alignment around a shared vision for sports tourism
development in Monroe County, Florida. The workshops will also explore community priorities,
environmental considerations, and partnership opportunities while identifying potential event
concepts and local champions who can support the long-term growth of sports tourism in the
region. The cost of performing the workshops includes travel expenses.
2. Comprehensive Facility & Venue Assessment - Conduct a comprehensive evaluation of
existing sports facilities, community parks, waterfront venues, marinas, and natural assets
throughout the Keys. The assessment will review field capacity, support amenities, accessibility,
parking, athlete and spectator accommodations, and proximity to lodging and transportation. In
addition, natural venues will be evaluated to determine their suitability for hosting events. The
assessment will identify both immediate event-ready venues and longer-term infrastructure
opportunities that could enhance the region's ability to host a diverse portfolio of sporting events.
3. Sports Market Opportunity Analysis - Conduct a targeted analysis of sports categories that
align with the unique environment and infrastructure of the Florida Keys.This review will evaluate
national participation trends, event travel patterns, seasonal demand, and event hosting
requirements to identify sports that can realistically succeed in the destination. The analysis will
also identify potential national governing bodies, event organizers, and tournament operators
whose events could be recruited to the Keys, helping establish a focused pipeline for event sales
and long-term sports tourism growth.
17
DATE(MM/DDYYYY)
ACC)R LOB CERTIFICATE OF LIABILITY INSURANCE
04/20/2026
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 endorsements .
PRODUCER CONTACT
NAME:
Next First Insurance Agency,Inc. PHONE (855)222 5919 FAx
PO BOX 60787 A/C No Ext: A/C No):
Palo Alto,CA 94306 E-MAIL pp ADDRESS: support@nextinsurance.com
INSURER(S)AFFORDING COVERAGE NAIC#
INSURERA: Next Insurance US Company 16285
INSURED
INSURER B
The Collective BEST,LLC
454 27th Ave N INSURER C:
Saint Petersburg,FL 33704 INSURER D:
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER:271112353 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 ADDLTYPE OF INSURANCE INSD WVDUBR POLICY NUMBER MM/DDIYYYY MPOLICY EFF �ICY EXP
LTR DD YYYY LIMITS
X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $1,000,000.00
DAMAGE TO RENTED
CLAIMS-MADE 1XI OCCUR PREMISES
(Ea
a c.."ence) $100,000.00
MED EXP(Any one person) $1 5,000.00
A X NXTX3XDFY7-04-GL 03/18/2026 03/18/2027 PERSONAL&ADV INJURY $1,000,000.00
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000.00
POLICY PRO LOC PRODUCTS-COMP/OPAGG $2,000,000.00
X JECT
OTHER:El $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $
Ea accident
ANY AUTO BODILY INJURY(Per person) $
OWNED SCHEDULED BODILY INJURY(Per accident) $
AUTOS ONLY AUTOS T
[fXt
HIRED NON-OWNED A PROPERTY DAMAGE $
AUTOS ONLY AUTOS ONLY Ir�("'I _._. Per accident
d .�. w G $
UMBRELLALIAB OCCUR WPAJ —, EACH OCCURRENCE $
EXCESS LIAB CLAIMS-MADE AGGREGATE $
DED RETENTION$ $
WORKERS COMPENSATION PER OTH-
AND EMPLOYERS'LIABILITY Y/N STATUTE ER
ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED? ❑ N I A
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
Each Occurrence: $1,000,000.00
A Professional Liability X NXTX3XDFY7-04-GL 03/18/2026 03/18/2027 Aggregate: $2,000,000.00
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
The Certificate Holder is Monroe County Board of County Commissioners.This Certificate Holder is an Additional Insured on the General Liability policy per the Additional
Insured Automatic Status Endorsement.All Additional Insured privileges apply only if required by written agreement between the Certificate Holder and the insured,and are
subject to policy terms and conditions.
CERTIFICATE HOLDER CANCELLATION
Monroe County Board of County Commissioners LIVE CERTIFICATE
1100 Simonton St SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Key West,FL 33040 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
o 6z"
Click or scan to view
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD
REQUEST FOR WAIVER OF INSURANCE REQUIREMENTS
It is requested that the insurance requirements, as specified in the County's Schedule of
Insurance Requirements,he waived or modified on the following contract or purchase.
Contractor/Vendor: The Collective Best, LLC
Project or Service: Sports Tourism Feasibility Study
Contractor/Vendor 454 27th Ave N St Petersburg, FL 33704
Address&Phone#: g
General Scope of work: Perform a Sports Tourism Feasibility study for the Destination
Reason for Waiver or Organization has no Automobiles or Employees
Modification:
Policies Waiver or
Modification will apply to: Auto, Workers Comp and Employer Liability
Signature ofRequestor:
Date: 4/2 1/26 Approved Not Approved
Risk Management Signature:_
Date:
County Administrator appeal:
Approved: _ F] Not Approved:
Date:
Board of County Commissioners appeal:
Approved: Not Approved:
Meeting Date: