Loading...
HomeMy WebLinkAbout03/10/2025 Agreement Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT,SUMMARY FORM FOR CONTRACTS $100,000.00 and Under Contract with- MCT Ex rss Inc Contract 9 Effective Date: September 1, 2025 Expiration Date: August 31,2028 Contract Purpose/Description: Transportation of Medically Managed patients orr the Special Needs Registry during evacuations. Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: Matt Massoud 0043 MG Emergency Mgt 14A CONTRACT COSTS Total Dollar Value of Contract: $ 99,999.99Current Year Portion: $ 9 , � g (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the tcwl cunntla6vvc anloant is S W0,000 00 of lcss). Budgeted? Yes❑ No ■❑ Grant: $0.00 County Match: $ 0.00, Fund/Cost Center/Spend Cate o : Emergency Funds ADDITIONAL COSTS Estimated Ongoing Costs: $0/yr For: (Not included in dollar value above) (e.g. maintenance,utilities,janitorial, salaries, etc.) Insurance Required: YES 0 NO CONTRACT REVIEW Reviewer Date In Department Head Signature: Shannon Weiner Dateal202ly 5.3.03ed Shannon Weiner Date:2025.03.03 16 41:50-05'00' County Attorney Signature: Gaelan P Jones Digitally signed by Dealer P Jones Risk Management Signature: Date:2025.03.0513:13:45-05'00' eu Purchasing Signature: Lisa Abreu Digitally 202i.03.06gned Lisa Abr-0 Date:2025.03.06 14:14:28-05'00' John Quinn Digitally signed by John Quinn OMB Signature: Date:2025.03.06 15:01:33-05'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 Apareement between MCT Express, Ine. and Monroe County, Florida, for the Transport of Medically Managed Special Needs Patients During An Emer2ency TFUS AGREEMENT is made and entered into this —27th day of January 2025, by and between MONROE COUNTY, a political subdivision of the State of Florida ("County"), with its principal offices located at. 1100 Simonton Street, Key West, Florida 33040. and MCT EXPRESS, INC. (11MCT" or "'Contractor"), a Florida for-profit corporation, whose principal address is 2766 NW 62nd Street, Miami, Florida 33147. wrrNESSETH: WHEREAS,the County has numerous persons currently enrolled on the County's Special Needs Registry. who will need assistance with transport in the event of an evacuation during an emergency; and WHEREAS,some portion of those individuals, will constitute persons who, in the opinion ofthe local Department of"health, will have medical needs that cannot be rnet at a special needs shelter because they are disabled, medically dependent on electricity, require a nurse's care, or must he in a hospital setting for 24-hour care, and who therefore must be transported to a nursing home, skilled nursing facility, or other facility outside the area of the event ("Medically Managed Special Needs Patients"); and WHEREAS, the County's Comprehensive Emergency Management Plan (CEMP), which has been approved by both the Board of County Commissioners and the State of Florida Division of Emergency Management, provides that special needs clients may be sheltered in a designated in-county location in the event of a Tropical Storm or low Category I storm, but wilt generally otherwise be evacuated to an OLUL-01'COUnty location, and that Medically Managed Special Needs Patients will be advised of their need to evacuate in the event of an out-of-county evacuation order;, and WHEREAS, the CEMP provides that it is the intention ofthe County, to the best of its ability, to provide for the safety of the elderly and handicapped special needs population whose safety is not provided for through affiliation with another organization, and that transport for the evacuation of the special needs population is the responsibility of Monroe County Social Services and care ofthe clients is the responsibility ofthe Monroe County Department of Flealth; and WHEREAS, in April 2018, the responsibility for maintaining a Special Needs Registry and supervision of transport of Medically Managed Special Needs Patients was transferred fi-orn the Social Services Department to the Emergency Management Department; and WHEREAS, the County wishes to prepare for the evacuation and transport, of Medically Managed Special Needs Patients from various locations within Monroe County, Florida,to nursing homes, skilled nursing facilities, and hospitals located inside or outside the County, in the event of an emergency, and Page 1 of 28 WHEREAS. MC'T"desires to offer transportation services for Medically Managed Special Needs Patients. tip to one(L)caretaker per patient. and the patient's caged or crated service animals during the MICU,,Ition and re-entry phases of an emergency as determined by Monroe Count F"inergency Management, NOW TH EREFORE. ounty and MCT. through their respective governing bodies. and in considerafion offfic mutual promises and covenants herein contained, hereby agree as Follows: Section 1. Definitions 1.1 "Advanced Life Support"" or"ALS" shall rnean advanced life support, as that terrn is defined in Chapter 401, I'lorida Statutes. 11 ­13asic Life Support"or"BLS"shall rnean basic life Support, as that term is defined in Chapter 40 L, Florida Statutes. 1.3 ­Anibulance­ shall ri-tean an emergency medical services vehicle used in the transport of"patients, as defined in Section 40 1.23, Florida Statutes. 1.4 0ther capitalized terms in this Agreement shall, have the meanings set forth in Section 401,23. Florida Statutes. Section 2. Services. 2.1 In the event ofa local declaration of emergency and notification by the ounty that the set-vices under this Agreement are required, MCT shall provide transportationi for designated Medically Managed Special Needs Patients, up to, one (I) caretaker per patient, and up to one (I ) properly caged or crated service aninial belonging to the patient, in accordance "Ith the attached Scope of Services rate sheet(Attachment A), The point of origin t'or the trip shall he the residence ofthe patient.. The patient vvill be transported to as nursing hoine., skilled nursing facihiyr, or other similar location designated by the C.ounty. The return trip shall be from the nursing home, skilled nursing facility, or other similar location to point of origin, 2.2 The services Will COMmence when a local state ofernergency is declared by Monroe Count to begin the service. y I"niergency Management arid MGF is contacted by C 2.3 NICT has, and shall im,'tintairi throughout the lerrn of this Agreement, appropriate licenses to perform (lie services under this Agreement; pro0f'Of SLICIII licenses shall he submitted to the County upon request, Section 3. Paymentand SVending CaV. 3.1 Sub*ject to the language in Section 2.2, the County shall be responsible for payment ofinvoices following presentation ofa proper invoice fair services in accordance With the I'llorida Local Government Prompt Payment Act, MCI" shall submit to County invoices With supporting documentation acceptable to the Monroe County Clerk, OtTOUrt ("Clerk"), Acceptability to the Clerk is based on generally, accepted accounting principles and such laws. rules, and regulations as may govern the (-"'Ierk's disbursal of"kinds. Page 2 of 28 3.2 Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. 3.3 The maximum amount that may be incurred or paid under this Agreement is Ninety- Nine Thousand,Nine Hundred Ninety-nine and 99/100 ($99.999.99) Dollars. Section 4. Term , This Agreement shall run for three years commencing September 1, 2025 and terminating on August 31, 2028 unless earlier terminated pursuant to Section 5 of this Agreement. Monroe County's performance and obligations to pay under this contract is contingent upon an annual appropriation by the BOCC. Section 5. Termination This Agreement may be terminated at the discretion of either party upon not less than sixty (60) days' written notice to the other party; however, this Agreement may not be terminated by MCT during hurricane season (June I - vember 1), unless by prior written mutual agreement of the parties. Section 6. requirements for Evacuation and Transportation of Service Animals Service animals to be transported must be properly caged or crated, must have been 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 7. Notices. . All notices and other communications required under this Agreement must be in writing and addressed as follows: FOR COUNTY: Shannon Weiner, Director Emergency Management 7280 Overseas HWY Marathon, Florida 33050 FOR MCT: Jorge Curbelo I~ General Manager--- Dade County MCT Express, Inc. 2766 NW 62nd Street Miami, Florida 33147 Page 3 of 28 ,any Notice required by this Agreement shall be deemed to have been duly given if sent, by certified mail, return receipt requested, postage and fees prepaid, hand delivered; facsimile, or by overnight delivery service with proofol"delivery, Section 8. Governing Law, Venue, Interpretation. `['his Agreenlent shall be governed by and construed in accordance with the laws of the State of Florida applicable to agreements made and to be perfc)rmed entirely in the State, In tile, event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation ofthis Agreement, the County and MC T agree that venue will lie in the appropriate court or before (lie appropriate administrative body in Monroe County, I'lorida, Mediation conducted regarding this Agreement shall be performed according to tile rules ofthe 16"' Judicial Circuit for Monroe County, Florida. Fhis Agreement is not subJect to arbitration. Section 9. Entire Agreement/Modification/Anienitinient. `]'his writing sets forth the entire agreement of the parties with respect to the subject matter of thisAgreenient, No representations were made or reliled Upon by either party, other than those expressly set fbi-th herein. No agent, employee, or other representative of' either party is empowered to modify or arnend the terms of this Agreernent, unless in writing signed by both parties. Section 10. Maintenance of Records. MC T shall maintain all books, records, and documents directly pertinent to perl'orniance under this Agreement in accordance with generally accepted accounting principles consistently applied, Records shall be retained ('or as period of seven (7) years from the ten-nination of' this agreement or tbr as period of five (5) years from the submission ofthe final expenditUIT, report as per 2 CFR §200.333 , whichever is greater, Each party to this Agreeinent Or its authorized representatives shall have reasonaWe 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 four years following the termination of this A� greerncnt. If an auditor eniployed by the COUnty or- 6erk deterrnines that monies paid to W."Y pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the MC. T, the VICT shall rel.),ay the monies together with interest calculated f,.)urSUant to Sec. 55.03, of the Florida Statutes. Ruining 1'rom the date the nionies were paid by the County. Section It. Non-Reliance Bj No< n-Parties. 11.1 No person or entity shall be entitled to rely upon the tel-ITIS of this Agreement in order to ent'orce or attempt to enforce aany third-party claim or entitlement to or benefit frorn any service or pro:)grarn coritern plated hereunder. and C.'ounty and MC agree that neither party, nor any agent. officer, or employee of either. shall have the authority to int'cn-un. counsel. or othemise indicate that any pal-tiCUlar individual Or gl-OUI,) of individuals, entity or entities,, have entitlements or benefits Under this Agreement separate and apart., infi rior to, 01' superior to, the corninunity ill general, or 6,�)r the purposes contemplated in this Agreement. 11.2 Botill!)artieSLliidersLaildtfiait the eiTiployeesprovidedbvMC'1' 1'oirl:i'le purpose of"this �Vl,(,11 , Agreement rema o J,in the employees FIxecution or this Agreement does not create any employment relationship, contractual or implied, between said ernployees and the County. Page 4 of 28 Section 12. Taxes 'Dias County is exempt from payment of" lorida State Sales and Use taxes. MCI' shall be responsible for any and all taxes, or payments of withholding, related to services rendered under this Agreement. Section 1 . Insurance. Prior to or at the time of execution of this Agreement, imIC"d' shall furnish the County ertificates Of'[11SUrance indicating current coverages in at least the ninlinlurn, arnounts shown in Attachment (I- The County shall be named as all additional insured on all general liability and vehicle liability policies. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days' written notice shall be provided to the County More any policy or coverage is canceled or restricted. Hie underwriter of such insurance shall be qualified to do bUSiliess in tile State of Florida, will update the County, and provide the ounty wvith updated proof' Of inSLirance and/or certificates (,:)f' insilranCC as tile WrIn Of' itISUrance expires and coverage for a new term is bound. Section 14. Severabillity. It' any terrn or provision of' this Agreement shall to any extent be held invalid or unenforceable. the remainder of this Agreement shall not be affected thereby, arid each remaining term and provision shall be valid and enforceable to the fullest extent permitted by law. Section 15. Waiver. "Inc failure of'either party to this Agreement to object to or take affirmative action with respect to any conduct of the other in violation of any term or condition of this Agreement shall not be construed as a waiver of the violation or breach, or a waiver of`any future violation. breach, or wrongful conduct. Section 16. Counterparts. r I'his Agreement may be executed in several counterparts. each of'which shall be deemed an original and such counterparts shall Constitute one and the same iuStrl,111101t. Section 17. Authorill. Each party to this Agreement represents and warrants to the other that the execution, dclivery, and performance ofthis Agreement have been duty authorized by all necessary County. corporate or individual action, as required by law. Section 18. (7ovenant of No Interest. The parties coveriant that they do not presently have any interest, arid shall riot acquire any interest, which would conflict in any rnanner or degree with perl'orniance under this Agreement, and that tile Only interest of each, is to perform and receive benefits as recited in this Agreement, Page 5 of 28 Section 19. Code of"Etbies. The C I ounty and MCF agree that officers and employees Of' the "aunty are required to Comply with the standards of'conduct for public officers, and employees as, delineated in Section 112.36. Florida Statutes, and the County s policies, regarding, but not firnited to, solicitation or acceptance of' gifts-, doing business with one's agency, unauthorized compensation; rnisuse of public position.conflicting employment or contractual relationship,and disclosure or useof'certain information. Section 20. No Solicitation/Payment. F"ach party warrants that, with 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 enipk!ryee working solely for it,, any fee, commission, percentage, gift. or other consideration contingent. UpOrl or resulting from the award or making of this Agreenient. f or the [)reach or violation of the provision, MCT agrees that the County shall have the right to terminate this Agreernent without liability and, at its discretion, to offset frorri monies owed. or otherwise recover., the full amount of such fee, con-irnission., percentage, gift, or consideration. Section 21. Noni-Waiver of Immunity. Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of County in this Agreernerlt arid the acquisition ofarry cornmercial liability insurance coverage,sell'*- insurance coverage, or local goverruirent liability insurance paol coverage shall neat be deerned a waiver ofirriMUnitV to the extent of liability coverage, nor shall any contract entered into by the ounty be required to contain any provision for waiver, Section 22., Cessation of Services. N4CT reserves (fie right to suspend services under this, Agreement, if in MCT's sole jUdgment, services, under this Agreement cannot be operated safety or without Unacceptable risk to person or property, Section 23. Federal and State Required Contract Clauses. Fhe clauses included in Attachment B are required by federal or state Statute and are incorporated in this Agreement by reference. Section 24. Compliance with Federal, State and Local Laws. Both parties agree to comply with all federal, state. and local laws in performance ofthis, Agreement. Section 15. Hold Harinle:ss and Indeinnification. 'to the extent allowed by Florida law. MCF agrees to defend and indeninify the County and its elected and appointed officials and employees frorn any, and all claims and suits brought by a third party, arising out of VICT's performance of services under this Agreement. Section Cr.2 Assiannicyt. Neither party may assign (voluntarily, by operation of la",, or otherwise) this Agreenient. Page 6 of 28 (or arry rights or obligations contained, herein withOLIt the prior written consent ol'the other party, wlwse consent shall not tic unreasonably withheld. Any permitted assignee shall assurne all c)bflgat ions Of'itS aSSigIlOr Under this Agreement, A ny purported ass ignmen t or trans fcr in v i o I at ion, ol"this section shall be %,old. IN WITNESS WHEREOF, the parties hereto have entered into this Agreement on the day and date first written above. W"T EXPRESS,INC. MONROECOUNTY BOARD OF COUNTY (70NIMISSIONEAS Digitally signed by Christine By: By: Christine Hurley Hurley Date:2025.03.10 15:23:58 -04'00' ............... ------------- ........... Warr 11 Coolb!aiv, ;,President Christine IlLifley. COUnty Administrator Printed Printed Na tile- Raymond Gonzalez Narne: —Christine HUHeL 'Fitle President & CEO 'FitIL: Ccwnty Administrator Date Signed: 1/27/25 Date "signed; 2766 NW 62nd Street Address: Address-., I 100 Simonton Street Miami, FL 33147 Key West,11, 33040 Hurley- F1 Ina j 1: jocurbelo@mdaimbulanice�.net f""Inaii: Christine,,' rnonroeC0LJnty-f1.goV Page 7 of 2'8 Attachment A SCOPE OF SERVICES AND RATES Basic cost per Basic Life Support (131 S) 'I"ransport (each $34T93 way) C,ost $10.98 -.- -_per ffl�,Sjl .......... Basic cost of Advanced Lif'e Support (ALS) Transport $4 IT52 --(51arch-w4yj_................ ............ Cost p ALIS inile joaded) $10 98 .............. Cost for caretaker and spe al needs annuals $0 (no cost) (Al.)st tbr second patient transported in same vehicle 20% discount on total r.rf(basic cost Cost Baermile) ................ k MCTII�,xpress, Inc. (-MCT" or-Contractor-)will transport a rnaxiniurn of two (2)patients per ambulance. 2. The Courity Nvill use its best efforts to prOvide twenty-four(24) hours' prior notice of need to MC L 1 At the time of riot i fication. the COL[uty shall provide a list of patients for transport and ulf0ruiation regarding,, the destination, I-I'ach, patient is responsible lor providing all necessary medical records, to MCT. In the event of air emergency, MC T Express will provide sufficient awl,S and BLS assets, arid personnel, within as rnaxiniurri of twenty-lbur (24) hours from rricarient of' notification, to transport all of' the County's Medically Managed Special Needs patients to places where the patients will lie housed during the ei-nergency. The destinations may be within or Outside Monroe County, depending on the location ofthe emergency. 4. F'ach Ambulance will be staffed with a mininturn of one (I) driver and one (I) F"MT (for RLS vehicles) or one (1) driver plus one (1) pararriedic (for ALS vehicles). 5. At the time of notification from the County that the services under this, Agreement are "r, I required. the County and M(I ]' L'Apress shall each designate the prit-nan, point of contact and as backup person ft)r purpose of' the services and shall provide all necessary contact itif'orniation fbr each of those people, Those individuals shall have all authority to snake necessary, decisions, on behalf'of then- respective entities. 6, W."'I' Express I BLS Ambulances shall be equipped and staffed to provide medical treatments, procedures, and techniques administered or perfc)rmed by an U,"mergency Medical Technician (p'MT), as,that ter n is defined in Chapter 401. F"'loricla Statutes, 7, MC`T l','xpress, AL S Ambulances shall be equipped and staffi-d to provide medical treatments, procedures. and techniques administered or performed by an Emergency Medical lechnician (I'MT), as that term is defined in Chaptei-Off 1, I',lorida Statutes. 8, All Ambulances shall be equipped, maintained and operated in accordance with the ImNs of`the State of Florida. MC T Express shall provide appropriate disposable and durable medical Supplies on each dedicated Ambulance, Page 8 of 28 ATTACHMENT H FEDERAL AND S'FATE CONTRACT CLAUSES 1.0 Provisions Required by, 2 CFR part 200. The C I ontractor and its subcontractors must (611ow the provisions. as applicable, as set forth in 2 CFR Part 20Ot , as amended, including but riot limited to: 1.1 Termination: 1.1.1 J ernimation,1411(1-'on veil ience; Fhe County may terminate this Agreement for convenience, at any tirne. Upon sixty (60) days written notice to Contractor.ontractor. If'the County terminates this agreement with the Contractor. County shall pay Contractor the sure due the Contractor- Under this agreement prior to termination. unless the cost ofcompletion to the COUJAY exceeds the 1"Unds,remaining in the contract. The maximum arnOLH1( CfUC to Contractor shall not exceed the spending cap in this Agreement, In addition, tile C.011rity reserves all rights available to recoup monies paid Under this ,Agreenient., including the right to sue for breach of contract and including the right to pursue a clairn for violation of the ("ounty's False C."laints Ordirta nce. located at Section 2-72 1 et al. of the Monroe County Code. L'Aher party rnay cancel this Agreement without cause upon sixty (60)days' written notice of its intention to, do so to the other party; however, this, provision may riot be exercised during hufficane season (June I to November 0) Unless both parties MUILially agree io terminate, In the event of termination, the County, shall owe for all goods and services delivered prior to the date ofterniniation. 1.1.2 Termination for Cause and Remedies: In the ev,ent of"breac h o far i y contract terms,the County retains the right to terminate this Agreement. The County may also terminate this agreement for cause with ontractor should Contractor fail tc>perform the covenants herein contained at the, time and in time riianner herein provided, In the event of" such lerminatiori, prior to tern,iination. the County shall provide Contractor with five (5'1 calendar days' notice and provide the Contractor with an opportunity to cure the breach that 11,1S Occurred. If the breach is riot cured, the Agreement will be terminated f'or cause. It' the COUlity terminates this agreement with the Contractor. COUnity shall pay Contractor the SUrn due to the Contractor Under this agreement prior to termination. unless the cost of completion to the County exceeds the funds riernaining I in the contract, however, the County reserves the right to assert and seek an offset f'or darnages caused by the breach. The maximurri arnount due to Contractor shall not in ally event exceed the spending cap in this Agreement. In addition. the County reserves all rights available to recorip rrionies paid under this, Agreement. including the right to sue for breach of"contract and including; the right to pursue as claim for violation of the County's I,alse Clairns Ordinance, located at Section 2-721 et al. ofthe Monroe COUJ`lty Code, In the event Page 9 of 28 that the Contractor shall be found to be negligent in any aspect of'service, (lie County shall have the right to terminate this agreement after five (5) days written notification to the Contractor. 1.2 Equal Emr.0alment 01,)pOrtunill, No Discrimination Provisions. (..'ontractor and County agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent,jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on tile, part ofaity party, efTective the date of"the court order, The parties agrees to cornply with all Federal and Florida statutes, and all local ordinances, as applicable. relating to nondiscrimination. These include but are not limited to: I ) Titic it of the Civil Rights,Act of 19,64 (I'L 88-352) which prohibits discrimination on the basis of" race, color or national origin; 2) "Title IX of the F"ducation Amendment of' 1972, as amended (20 ( IS(I ss, 16 1-1683. and 1685-1686), which prohibits discrinlit'lation on the basis of sex; 3) Section 504 ofthe Rehabilitation Act of 1973,as amended(20 USC s. 794), which prohibits discrimination on the basis ot'handicaps; 4) The Age Discrimination Act of 1975. as amended (42 LJSC ss. 6101-6107) which prohibits discrimination on the basis, of'age; 5), The Drug Abuse Office and 'Freatnient Act of 1972 (PL 92-255), as amended, relating to nondiscrimination, on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Preve nti,()n, rl,reatmern and Rehabilitation Act off 970(I'd.,91-616), as amended, relating to nondiscrimination on the basis ofalcohol abuse or alcolic lism. 7) I'lie Public Health Service Act of' 1912, ss, 523 and 527 (42 US(I ss. 690dd-3 and 290ce- 31, as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title "III ofthe Civil Rights Act of 1968 (42 USC s. 3601 et seq.), as amended, relating to nondiscrimination in the sale. rental or financing 0HUAlsing: 9) The Americans with Disabi I ities Act of 1990 (42 LJSC s. 12 101 Note), as rnay be amended from time to time. relating to nondiscrimination on the basis ot'disability', I O:) 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; I I) Any other nondiscrimination provisions in any Federal or state Statutes 'which may apply to the parties to, or the subject matter of this Agreement, During the perf6rinatice of this Agreement. the Con tract or, in accordance with Equal r1njVq,V)ne1?1 Qpjmrtuni�y(30 Fed. Reg. 12319, 12,935, 3 C.F.R. Part, 1964-196,5 Comp.. p. 0), a L s amended by .'A A ectitivc Order 11375, Metj(jjj,utxe Executive ()rtle)- 11246 Relahlrg lo E'qnal Ojy)ortuni�y, and implementing regulations at 41C'.F.R. Part 60 1 (0flice of Federal Contract Compliance Programs., Equal Ernployment Opportunity, Department ofl.,abor). lac e2 CT,R, part 200, ApIwndix It.*1 C, agrees as follows-, a), r1ji, contractor will not discriminate against any employee or applicant employment because of race, color, religion. sex, sexual orientation, gender identity,or national origin. The contractor will,take affinnative action to ensure that applicants are employed, and that ernployces are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Stich action shall include, but riot be limited to the following: Employment., Upgrading, demotion., or transfer, recruitinent or recruitment Page 10 of 28 advertising; layoffor terniination; rates of'pay or other floras ofcorripensation, and selection 1,()r training, including apprenticeship. The contractor agrees to post in conspicuous places., available to employees and applicants for employment, notices u) he pro,vilded by the contracting officer setting forth the provisions of this nondiscrimination clause, b) 'I"he contractor will, in all sMicitations or advertisements for employees placed by or on behalf of" (fie contractor. state that all qualified applicants will receive consideration for employment without regard to race, color. religion. sex. sexual orientation, gender identity, or national origin. c) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inClUired about. discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of'other employees or applicants as a part of'such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not othcrNvisc have access to SUCh information, unless such diSCIOSUrc is in response to a fiormal complaint or charge, in furtherance of an investigation. proceeding. hearing. or acticm. including an investigation conducted by the ernplo yer, or is consistent with the contractor's legal duty to furnish information. cl) The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding. a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of' Executive Order 11246 (A'Septernber 24. 1965. and shall post copies of"the notice in C011SPiCLIOLIS places available to employees and applicants for ernployment., e) The contractor will comply with all provisions of Executive Order I f246 of September 24, 1965, and of' the rules, regulations, and relevant orders of' the Secretary ot'Labor. The contractor will furnish all information and reports required by Exect,,itive ()rder I l 246 ()1' September 24, 1965. and by the rules. regulations, and orders of' the Secretary ofl-abor.or pursuant thereto,and,will permit access to his books, records, and accounts by, the contracting agency and the Secretary of"Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. g) In the event ofthe contractor's non-compliance with the nondiscrimination clauses of this contract or with any, ol'such rLdes, regulations. or orders, this contract may, be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order l 1246 of' September 24, 1965, and such other sanctions may, be imposed and remedies invoked as provided in Executive Order Page 11 of 28 11246 of Septernber 24, 1965, or by role, I-CgLikitiOn, or order of`the Secretary of Labor. auras othervvise provided by law. It) The Contractor will inClUde the portion of the sentence imillediately preceding paragraph (a)and the provisions of(a)through (g) in every subcontract or purchase order unless, exempted by rules regulations, or orders of'the Secretary of Labor issued pursuant to section 204 of F.'xecufive Order 11246 of September 24. 1965. so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take stich action with respect to any subcontract or Purchase order as the administering agency may direct as a means OfenfOrCing SLICK: provisi I oils, including sanctions for non-cornpliancc; provided. however, that in the event a contractor becomes involved in,, or is threatened with, litigation with a subcontractor or vendor as a result of'such direction by the administering agency, file contractor may request the I.Ained States to enter into such litigation to protect the interests ofthe United States. 1.3 Q,rnER FEDERAL CONTRACIl' REQUIREMENTS. The contractor and its subcontractors must follow the provisions as set forth in Appendix If to Part 200, as, amended, including but not limited to: A. (..'ontract Work hours and....Sa.t' Stqjjd,4EO,.! Act (40 U S C 3701-3708), Where J.— applicable,, which includes all FTMA grant and cooperative agreement prograrns, all contracts awarded by the Courity in excess of$100.000 that involve the employment of' mechanics or laborers must comply with 40 U�S�C,§§ 3702 and 3704, as supplemented by Department of L.abor regulations (29 CFl Part 5), I.Girder 40 LJ.SC §3702 of the Act, each contractor must cornpute the wages of every mechanic and laborer oil the basis ofa standard work week ol:'40 hours. Work in excess ofthe standard work week is permissible pi ovided that the worker is compensated at a rate ot'not less than one and as half times the basic rate of pay for all hours, worked in excess cif' 40 11OLIF'S in the, work week. `Fhe requirenients of' 40 U,S G 37014 are applicable to construction work and provide that no laborer or mechanic must be required to work in SUITOUIldings or under working conditions which are unsanitary, hazardous or dangerous. j'hese requirement's dar not apply to the Purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence, Compliance with the Contract Work H(,-Mrs and Safety Standards Act. Kertime requirements, No contract("Ir or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mcclianics, shalt require ow perrilit any such laborer or mechanic in any workweek in which tie or she is employed on SLICh work to work in excess of florty hours in such workweek unless SLICII laborer or mechanic receives cornpensation at a rate not less than one and onc-hal fti mes the basic rate of'pay for all hOUrs worked in excess o C ficirty, hours in such workweek. Page 12 of 28 (2) Violation, liability Cor unpaid ",ages, liquidated damages. In the event of' any violation ofthe ciaLISC Set forth in paragraph 29 (I,F,R, § 5,5(b)(1) the contractor and any Subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Such contractor and subcontractor shall fie liable to the United States (in the case of work done Under contract for the District of Colurnbia or a territory, to such District or to such territory), for lliquidated damages, Such liquidated damages shall be computed with respect to cacti individual laborer or mechanic, including watchmen and guards,, employed in violation of the clause set t onli in paragraph 29 Cl"K § 5.5 (b)(I), in the sum ofS27 or each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 29 C1.R. § 5.5 (b)(I (3) Withholding for unpaid wages an(] liquidated damages. The Federal agency shall upon its c)\A,,ri action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from any moneys payable on account of work:performed by the contractor or subcontractor Under any such contract or any other Federal contract with the same prime contractor, or any other 1ederally- assisted contract subject to the Contract Work Hours and Safety Standards Act. which is held by the same prime contractor, Such SUrns as may be determined to be necessary to satisfy any, liabilities of' such contractor or !Subcontractor for UrIpaid wages and liquidated darnages as, provided in the clause set forth in paragraph 29 C.F.R. § 5.5 (b)(2), (4) Subcontracts. The contractor or, subcontractor shall insert in any subcontracts the clauses set forth in paragraph 29 +'K § 5.5 (b)(1) thrOUgh (4) and also, as clause: requiring the Subcontractors to include these clauses in any lower tier Subcontracts, The prime contractor shall be, responsible fior compliance by any subcontractor or lower tier. subcontractor with the clauses set Forth in paragraphs 29 C.F.R. § 5,5 (1) through (4). 13 L�J&Yhts tc t-a t or A r ement. If the Federat award mects 2_1riventions Made Under a Con r c the definition of "funding agreement" under 37 FR §4012 (a) and the recipient or subrecipient wishes to enter into as contract with a small business firm or nonprofil organization regarding the Substitution (:)I' parties, assignment or performance of experimental, developmental, or research work under that -funding agreement," the recipient or subrecipient Must C0111ply with the requirements of' 37 C[:R Part 401. "Rights to inventions Made by Nonprofit Orgainizations and Small Business Firms (Jndier Government Grams, Contracts and Cooperative Agreements,"" and any implementing regLddtiorS issued by the awarding agency. Cl, Clean it Act 7401-7671(1.), and the Federal Water Pollution Control Act (33 LJ'S,C% 1251-13AD. Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as arnerided (42 U.S.C. §§7401-7671q) and the Federal Water Pollution Control Act, as amended (33 U,S( §§125 1-1387),and will report violations to FEMA/Federal Agency and tile appropriate Regional Office of the FInvironmental Protection Agency (EPA),. The Clean Air Act U.S.(-, 7401-767 1 cl.) ,euid the Federal Water Pollution Control Act (33 U. S-( 1251-, 1387), as arnended--applies to Contracts and subgrants of atTIOLVIAS in excess of $150.0001, '["he contractor agrees to include these requirements in each subcontract Page 13 of 28 exceeding $150,000 financed in whole car® in part with Federal assistance provided by F['M A/Federa I agency. The contractor agrees to report each violation to the COUNTY and understands and agrees that the COUNIN will, in. turn, report each violation as required to assure notification to FEMA/Federal Agency and the appropriate f,.'PA Regional Office. D. Debannent and Sustiension (Executive Orders 12549 and Q��_ffqjl A contract award under a "covered transaction" (see 2 CF R 180.220) m List not be rnade to parties listed on the governmentwide exclusions in the Systern for Award Management (SAM)�, in accordance vvith the N413 L guidelines at 2 CIFR Part 180 that implement Executive Orders, 12549 (3 C'F"R part 1986, Cornp.. p. 189) and 12689 (3 CF R part 1989 Coalp- p, 235), "Debarnient. and SUSj>eusic)n­ and the Departluent of Homeland "Security's regulations at 2 (11.F.R. Fart 3000 (Nonprocurernent Debarment and, suspension) SAM Fxclusions, contains, (lie naines of parties debarred, Suspended, or otherwise excluded by agencies,as well as parties declared ineligible Under statutory or regulatory authority Other thari Executive Order 12549. SAM exclusions can be accessed at wwNv.sarn.gov. C',ontractor is reqUired to verily' that none of`the contractor's principals (defined at 2 C.F.R. §180,935) or its affiliates (defined at 2 CYR. §180.905), are excluded (defined at 2 C­F.R, §l 80.940) or disqualified (defined at 2 CJ'K §1 80,935). the contractor must comply with 2 CIR, pl, 180, subpart C and 2 (I' F.R, pt. 3000. subpart C, and must include as requirement to comply with these regulations in any lower tier covered transaction it enters into, ]'his certification is as material representation of fact relied upon by the COLN'lY If it is later determined that the contractor did not comply with 2 C'T'R pt. 180. subpart C and 2 C,F'R pt. 3000. subpart C. in addition to remedies available to the COUNTY, the Federal Government may pursue available remedies. including but not linlited to suspension and/or debarment, Bidders or Propt)sers agree to comply with, the requirements ol:'2 C.F.R. pt. l80, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is vallid and thl-OUghout the period of ally contract that may arise firorn, this off"er. The 13idder or Proposer I'Lirther agrees to include as provisiOn reLlUiring such compliance in its lower tier covered transactions. if Anti-Lcabb ip g Anwrid Lrij -31 [JI,,,C, 1352) - (".'ontractors that apply or bid for AIL an award exceeding S 100,000 must file the required certificatton. Flach tier- certifies to the tier above that it will not and has not used 1,ederal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a rriernber of Congress,officer or employee ofCongress, or an employee cab'as member of("Ongress in connection with obtaining any Federal contract, grant or any other award covered by, 31 1 J.S.C'. § 1352. Each tier rnust also disc lose any, lobbying with non-Fiedcral Bands that tzikes place in connection with obtaining any Feder award, Such disclosures are forwarded firorn tier to tier up to the recipient who in turn will Forward the certificationi(s) to the awarding agency. If award exceeds $100.000, the attached certification nIUSt be signed and submitted by the contractor to the F. Colnoliance with Procurement of'recovered materials as set Barth in 2 (TR � 200.322, CONTRAC'1 T(I)R Must COITIPIy with section 6002 of'the Solid Waste disposal Act, as Page 14 of 28 amended, by tile Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of' tile FlnvironrnentA protection Agency (EPA) at. 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level oficompetition, where the purchase price ofthe item exceeds $10,000 or,the value ofthe quantity acquired during the preceding fiscal year exceeded $,10,000, procuring solid waste rnaniagernent services in as manner that maximizes energy and resource recovery.- and establishing, an affirtnative proc ureni crit program for- procurement of' recovered materials identified in the FT A gUidelines. In the performance of this contract. the Contractor shall make niaximuni use of products containing recovered materials that are FFIA-designated items unless the product cannot be acquired­ 1. Competitively within a tirnetrame Providing for oonipliance with the contract performance schedule; 2. Meeting contract performance requirements, or. I At a reasonable price. Inf'onnation about this requirerrient, along with the list of" EPA-designated items, is available at 1HPA's Comprehensive Procurement Guidelines web site. littl,)s-,//wwxk,,epa.gov/`sinni/compt-chei,isiveprocut-eiiient-gtjidelit'ie-epg-p,rograti,i. The("Ontractor also agrees to cre-Anpiy %vith all other applicable requirements of'section 6002 of the Solid Waste Disposal Act, G Prohibition on certain telecommunications and video surveillance services or equipment as set forth in 2 CFR �� 200.216. Recipients and subrecipients and their contractors and Subcontractors may not obligate or expend any federal funds (o (I) Procure or obtain; (2) L'Atend or renew a contract to procure or obtain; or(3) Enter into as contract for extend car renckv a contract) to procure or obtain equipinent­ services. or systems that uses covered telecornmunications equipment or services as a substantial or essential component of any system, or as critical technology as part of an), system. As described iii Public Law 115-232, section 889�. covered telecommunications equipment is telecommunications equipment produced by I.Itlaw,ei Technologies Company or ZTF CorponAtion for any SUbsichary or affiliate of"such entities). (i) For the purpose of' Public safety, ScCUrity of governinent facilities, physical security Surveillance of' critical infrastructure, and other national security purposes. video surveilk.,ince and t0ecomillunications equipment produced by I lytera Communications C'.orporation. Hangzhou Hikvision Digital Technology Conipany, or DahuaTelchnology Company (or any subsidiary or affiliate of`such entities). (ii) TelecOunnUnications or video surveillance services provided by such entities or Using such equipment. (iii) TelecomMUnications or video Surveillance eClUiprnent or services produced or provided by an entity that (lie Secretary of Defense, in consultation with the Director of tile National Intelligence or the Director of the Federal Bureau of Investigation. reasonably believes to be air entity, owned or controlled by, or otherwise connected to, the government of covered foreign country, I I. Domestic vreference for procurenlents as set forth in 2 C'FR U00,322 'file CO(J NTY and. CONT'RM.I TOR should, to tile great extent practicable, provide a preference for Page 15 of 25 tile purchase,acqUiSifi0n,or use of'goods, products, or materials produced in the (Jnited States (including but not firnited to iron, aluminum, steel, cement, and other nianulactured products). These requirements of" this section must be included in all subawards including contracts and purchase orders Cor work or products under lederal award, For purposes oaf this section: (I) "Produced in the I.Jnited, States— means, liar iron and steel products, that all manut'acturing processes, frorri the initial melting stage through the rapplication of coatings. occurred in tile United States. (2) "Manufactured products" means items and construction materials composed in whole or in part ofrion-ferrous, metals such as alunlinUrn, plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass., including optical fiber; and lurnber. I Artleri-cans with Disabilities Act of' 1990, as aniendedIADAJ - The Contran')r will coin.ply with all the re,quirementsas imposed by the ADA. tile regulationsofthe Federal government issued thereunder, and the assurance by the Contractor pursuant thereto. .1 I..?isa i juq Ie DBL��, Ilpfi ai1d Obligation - it is tile policy of' the ('aunty that DBE's, as defined in 49 C.F.R. ["art 26. as amended, shall have tile opportunity to participate in the performance of contracts financed in whole or in part. witil County funds under this Agreement. The Df3F requirements of applicable fL,deral and state laws and regulations apply to this Agreement. The ounty and its Contractor agree to ensure that DBEs have the opportunity to parti I cipate in the performance o' this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with 2 ("I J"K § 200321(as set forth in detail below), applicable federal and state laws and rCgLdations to ensure that tile I. have the opportunity to compete lot-and perform contracts. 'I'll( County and the Contractor and subcontractors shall riot discriminate on the basis, of'race, color, national origin or sex ill the award and perlbrniance ofcontracts, entered pursuant to this Agrectnent. 2S'_*E_R�°w"_200321 CON-j-'BACTING WFIJJ SMAL.J., AND MINORIly BI..1SIN.1l,"SSF-S-.,-'�-kl,,(-),M[,''N''Ill'S,l�3,[,JSI'NESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS a. it' the Contractor, with the funds authorized by this Agreement, seeks to subcontract goods or set-vices, then, in accordance with 2 CER_ §200.32 1, the Contractor shall take the following allirtnative steps to assure that minority bLISiI'lC,SSeS4 wornen's busincss enterprises,and labor surplus area firms are used whenever vossible. b. Affirmative steps niust. include- I) placing qualified small and Illinority businesses and wornen's bUSuICSS enterprises oil solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential SOUMM' (3) 1 1)ividing total requirements, when economicallfe�qsiblq, into smaller tasks, or quantities to permit maximurn participation by Srnall and ruinority businesses, and wornen's business Page 16 of 28 enterprises', (4) Establishing delivery schedules, where the reQUirernent M,n n it. NVI-tich encourage panicipation by sinal I,and minority businesses, and wornen's business enterprises; (5) Using the services and assistance,, as aDDropriate, of such organizations as the Srnall Business Administration and the Minority Business Development Agency of'the Department of Conlinerce. (6) Requiring the Prime contractor, If'subcontractor is to be la to take the affinnative steps listed in paragraph (I) through (5) of' this section, K - The Contractor shall Utilize the I .S. Department of florne land Security"s F`,- Verif"N' system to verify the employment eligibility of all neNv employees hired by the Contractor during the term of the Contract arid shall expressly require arty subcontractors Performing Nvork or providing set-vices pursuant to the Contract to likewise utilize the 1J,S, Department of Homeland Security's E-Verify systctn to verify the ernployment eligibility ofall new employees hired by the subcontractor during the C.ontract term, L_ U.'riergy L'Ifficiency- CONFRACTOR will comply Nvith the Lnergy Policy and C',onservation Act (111., 94-163: 42 US,C­ 6201-6422) and with all mandatory standards and policies relating to, energy efficiency and the provisions of the, state Energy, Conservation Plan adopted pursuant thereto. M. Access to Records - (7oritractor and their., successors, transferees. assignees, and subcontractors acknowledge and agree to coniply with applicable provisions governing the Depatirnent of Homeland Security (DHS)and the Federal Eln'tergency M anagetrient Agency's (FLMA)access to records, accounts, documents, information, facilities, and staff. Contractors must" (1) cooperate with any compliance review or complaint investigation conducted by DIK (2),Give DI-IS, access to and the right to examine and copy records, accounts, and other documents and sources of Hiff.mrration related to the grant and perinit access to facilities, personnel, and other individuals and infiorniation as may be necessary, as required by DIIS regulations and other applicable la",s, or program, guidance, (3) Submit timely,completc, and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports. N. DIIS Seat, Logo an im - Contractor shall 110t use the L)epartinent of flornelarld Security seahs), logos, crests, or reproduction, of flags or likeness of' DI IS agency officials without specific I`FIMA approval, 0. Changes to Contract - The Contractor understands and agrees that any cost reSUlfing from a change or modification, change order, or constructive change of the agreement must be within the scope ofany Federal grant or cooperative agreement that may fund this Protect and be reasonable for the cornpletion ofthe Protect, Any contract change or rnodification, change order or constructive change inust he approved in writing by both the County and Contractor. Page 17 of 28 1-1, Conloliance with Federal Law, Regulations, And F.xecutive Orders. This is an acknowledgement that FEMA financial aSSiSILUICC May be used to fund tile contract. The contractor will comply will all applicable federal law, regulatit.mis. executive orders, FEMA policies, procedures. and directives. 0. by Federal Goveniment, "Fhe 1,ederal Cjc�vernrnent is not a party, to this contract and is not sub*ject to any obligations or liabihties to the CO U`FY/non-Federal entity, contractor, or any other part), pertaining to any matter resufting from the contract. R, 1)rq&,rayli Fraud and False or Fraudulent Statements or Related Acts. If applicable. the contractoracknowicciges that 31 U.S.C. Chap. 38 (Administrative Remedies fior False (11 1 lainis, arid 1.4 Florida Division of Easier Lyengy.Management.lie quirenients' A. The Contractor is bound by any terins and conditions of' tile Feclerally-[`unded Subaward and Grant Agreement between CI,OUnty and the I'lorida Division of' I'l-nergency Management. if, Fhe Contractor shall hold the Division and 'ourity harmless against all claims of whatever nature arising Out of the Contractor"s pertbrillance of work under this Agreement, to the extent allowed and required by law, 1.5 Florida 1)ubfic Records Requirenjents: Contractor MUSt, COMply with Florida public records laws, including but riot limited to Chapter 119. Florida Statutes and Section 24 of article I of the Constitution oft'lorida. The County and Contractor shall allow and pen-nit reasonable access, to, arid inspection of, all docurnent,s, records, papers, letters or other "public record- materials in its possession or Linder its control Sub'ject to the provisions of'Chapter 119, Honda Statutes, and made or received by tile 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 ofthis provision by the C,(i n tracto r. Failure of the Contractor to abide by the ternis of"this provision shall:: be deemed a material breach ofthis contract and the (,.',OLjnty may enforce the terms, cal"dais provision in the, form of as court proceeding and shall, as a prevailling party. be entitled to reinibursement of all attomey's fees and costs associated with that proceeding, "I"his provision shall SUrViVC any termination or expiration of tile, contract. The Contractor is encouraged to consult with its advisors about Horida Public Records Law in order to comply with this provision. l"UrStlant to F,S, H 9.0701 and tile terilis,and conditions ol'thi s contract, the Contractor is required to: I ) Keel)arid rnaintain public records that 1would be required by tile County to perl'brni the service, Page 18 of 28 (2) 1 Jpon receipt frorn the Courity'S Custodian of records. provide tile 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) piuusurre 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 tern and followirig completion ofthe contract ifthe Contractor does not transfer the records,to the County. (4) Upon completion of the contract, transfet-, at no cost, to the OUnty all public records in possession of the Contractor or keep arid maintain public records that would he required by the County to perform the service. If' the Contractor transfers all public records to the County upon, completion orthe contract,the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records diSC110SUre requirements, If the Contractor keeps and maintains public records, upon completion of the he contract, the Contractor shall meet all applicable, requirernents for retaining public records. All records stored electronically' Must be provided to the COUnty, upon request fi-Orn the. COLfllty'S, CUSU)dian of records, in a format that is compatible with the infloritiation 'technology systerns of the County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, bunt ifthe ("OUrity, does not possess the requested records, the County shall) immediately notify the Contractor ofthe request, and the Contractor must provide tile records to the County or allow the records to be inspected or copied within a reasonable firrie. Ifthe Contractor does not cornply Nvith the OUnty's request f'c)r records, the County shall enforce tile 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 ("ontractor. A Contractor who fails to provide the public records to the County 01' pursuant to as Valid public records request within a reasonable tin,ie rilay be subject rcm penalties under Section 11 9.10, Florida Statutes, The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose ol'any, public records unless or otherwise provided in this provision or as, otherwise provided by lavN% IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPL,ICATION OF CHAPTER 119, FLORIDA STATLJTES, -ro THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING "1"0 THIS CONTRACT, Col N-17ACTTHE CUSTODIAN OF PUBLIC RECORDS AT: MONROE COIJNTY ATTORNEY'S OFFICE, 1111 12th STREET, SUITE 408,, KEY WEST, FL 33040�, publierecords(, monroecou rat y-fl.gov, (305) 292-3470. Page 19 of 28 .............--...... ............... ...... 1.6 Reg u ired Couts ll Forms: A. Public Entitv Crime Statement, In accordance with Fla. Stat., Sec. 287.133, a person or affiliate who has been placed on the convicted 'vendor list following a conviction for public entity crime nia.y not suhmit a bid, proposal, or reply oil a contract to provide any goods or services to a public entity. may n(A SUNnit a bid, proposal, or reply on a contract with a public entity for the construction ()r repair ofa public building or public work, rnay not submit bids on leases of real property, 4) public entity, may not be awarded or perform work as a contractor, Supplier, subcontractor, or consultant under a contract with aun t' public entity, and may, riot transact business, with any public entity in excess ofthe threshold arnOUnt provided in Section 287.0 1 7, for C,ATEGORY TWO for a period of 36 rilonths, froni the date ot'heirig placed on the, convicted vendor list. B. Ethics Clause. In accordance with Section 5 (b) Monroe County Ordinance No. 0 10- 1990, Contractor warrants that it had not employed, retained Or other-wise had act on its behalf any former COUnty Officer or employee subject to the prohibition of Section 2 of"Ordinance No. 010-1990 or any County Officer Or employee in violation of Section 3 of ()r(fiiwnce )Vo, 020-1990, For breach Or violation of this provision the ("'ounty may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract 01' purchase price. or, otherwise recover the full arnount of any fee, corninission, percentage, gifit, or consideration paid to the fbmier County ounty officer or employee. C Vendor Certification ,Regarding Scrtitinized, C..)rn.anies: Section 287J 35, Florida Statutes prohibits a company FrOul, bidding on, submitting a proposal for, or entering into or renewing a contract fior goods or services of' any amount if. at the time of C011tracting or renewal, the company is on the Scrutinized Corripallies that Boycott Israel List, created pursuant to Section 2 15.4725, Florida Statutes. or is engaged in as Boycott of Israel. Section 287.135, Florida Statutes, a]SO prohibits a company From bidding can, submitting a proposal for, or entering into or renewing a contract for goods or services of 1,000.000 or more. that are on either the Scrutinized Companies with Activities in Sudan L,ist or the Scrutinized Companies with Activities in the Iran Petroleum F"nergy Sector Lists which were created pursuant to s. 215.473, I'loricla Statutes, or is engaged in business operations in Cuba or Syria. The contractor shall provide the non-collusion certification. D Affidavit Atte.stijig To Noncoercive Conduct F or Labor Or Services: As as nongovernmental entity exeCUt I ing, renewing, Or extending a contract with a government entity, Vendor is required tca provide an affidavit under penalty of perjury, attesting that Vendor does n(')t use coercion for labor car services in accordance with Section 787.06, Florida Statutes. E. Druk, Free Workpl,ace: The contractor shall include an executed -Drug Free Workplace" form. IPage 20 of 28 PUBLIC ENTITY CRIME STATEMENT "A Person or affiliate who has, been pLiced on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to as public entity, may not subniii a bid oil ar contract with a public entity liar the constrUCtiOn or repair of a public building or public work, nia3, not subrnit bids on leases of real Property to public entity, may not be awarded or perform work as a contractor, supplier. SU[)contractor. or Contractor under as contract with arly public entity, and may not transact business wvith any public entity in excessof the threshold arnount, provided in Section 287.0 17, for CA`FF'.,G0RY TWO for a period (A' 36 months fi-orn the date of being placed on the convicted vendor list." I have read the above and state that neither MC71' Expres 1­'-�," 41aespondent's name)---s 'nor art)) Affiliate has been placed on the convicted vendor fis,(""ilt,lit" 4ie last 36 itioriths.. ........... ................ Date: 'January 27, 2025 STATF 0 F: Florida; CO I J NTY OF Miami-Dade, Subscribed and sworn to (or affin-ned I nie,before by means ofEJ physical presence or [I oribrie , notarizalion, oil 01/27/2025 (date) by _Ray Gonzalez ... (nanic .......... ............ ofaffiant), Fle/She is personally kriown to rne or has produced ..N-/A (type of identification) as i eprTmnation. JORGE CURSELO NO FARY 131.13LIC-1 ------------- - MY COMMISSION#HH 212472 '5* EXPIRE&January 8, )026 My Commission Expire�' January 8, 2026 Page 21 of 28 SWORN STATEMENT UNDER ORDINANCE O. O�10-1990 MONROE COUNTV, FLORIDA FTHICS MCT Express, �nc. ............ ......... ............ (C"ontractor) "...%varrants that he/h has not employed,retained or otherwise had act on his/her behalfany 6ormer Counly officer or erriployee in violation of" Section 2 of Ordin,'Ince No., 0 10-1990 or any County oflicerc)i-einployceiii, viol!at,iori oat'Secti(,)ii3 rat'Orditiatnce No. 010-I990, For breachorviolation of this provision the County, may, in its discretion, terl'ninate this Agreement w, OLII liability and inay also., in its discretion, dedUCt frorn the Agreement or pha urc - j5nce�,,pc,wgL,)'± erwise recover, the full amount of any fee. conimission, percentage, gill, or consi erationpl,ti4,to the former County, L,r officer or employee.- ( Date: January 27, 2025 S,I"ATF�, ()I": Florida COLINTY (A,'� MiamiDade .. ................. Subscribed and sworn, to (or art'inned) before me, by nicans of K physical presence or 13 online notarization, on 011/27/20,25 (date) by 'Ray Gonzalez (narne ofaffiant), He/She is personally known to me or has produced N/A .......... (type of identi Fication) as idernif ication. . ........................... JORGE CURKLO JIT#HH 212472 7Ts E, 202 N T RY PUBLIC MY COMMISSION#HH 212472 Januiary 8, 2026 EXPIRES:Jorwary 8,2026 My onitnission 1"Apires: ............ .......... Page 22 of 28 VENDOR ("ERTIFICAIJ11ON RE"11DING SCRUTINIZED COMPANIES LASTS Pro�cct Description(s)-.-AmWanre servu,"C' ........... - ------------------------ —-—-—--------------------------------------------------—_---................ Rcsporidern Vendor Name: MCT Express,inc ............ ............... Vendor- FF]N� 6 1002016 Vendor's AlUthOrized Representative Narne and Title: Jorge Curbelo,Vic:e President Address: 2766 NW 62nd Sireel .......... City: %am State: Florida zip: ...................... 33147 1.__...._­___...._._­.......... phone Number: ',505­779-0505 ............... Enlail Address: joctabelo@mdambulance.net Section 287.135, Florida Statutes prohibits a company from bidding oil, submitting a proposal for, or entering into or ienevving a contract Im goods or services (:it' any, amount if at the time of contracting o,r renewal. the company is on the Scrutinized Companies that Boycott Israel L[St. created pursuant to Section 215.4725.Florida Statutes,or is engaged ii.i a Boycott of Israel. Section 28T 35` 1.lorida Statutes,, also prohibits a company from bidding,on,, submitting a proposal fi.)r. or enterin 9 into or renewing a contract for goods or services of 1 000,000 or more, that are on either the Scrutinized (".0111panies; with Activities in Sudan List or- the Scrutinized Companies with Activities in the Iran fletrolcurn I'nergy Sector Lists which w,vcre 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 Narne" is not listed oil the Scrutinized Companies that Boycott Israel List or engaged in a boycott of"Israel and for Pro'jects of$1,0000 00, or more is not listed on either the Scrutitlized Companies, with Activities in Sudan List. the Scrutinized (..orripaliies with Activities in the Iran Petroleum 1.1"nergy Sector List, or engaged in business operat4mis in Cuba oi- Syria. l Understand that pursuant to Section 287,135, Florida, Statutes, the submission of' a false certif"ication niav suh' feet company to civil penalties, atu riley's fees, and/or costs. I further understand that airy contract with the County may be territinated, at the option of'the (.,'ounty, if the company is found to have SUbmitled it false certificatiort or has been placed on tile Scrutinized Companies that Boycott Israel List or engaged in, a boycott oflsrael or, placed on the ScrUtinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities, ill the Iran NtroICUM Filergy Sector List or been engaged in business operations in Cuba or Syria. Certified E.3y: jj Cet) who is-t- _ �_ - __ __ ___ authorized to sign. on behal o4, -referenced company. Authorized Sigi attire:_ . .............. Print Name. 'Pe(e%- 7",le ................... Note. 'File List are available at the fifllowing Department of Management Services Site: _d�" j d Page 23 of,28 AFFIDAVIT ATTESTING TO NON COERCIVE CONDUCT FOR LA13OR OR SERVICES F'ritity/Venclor Narne: MCT Express,�nc. ---—-_------------- .......... Vendor I`FIN 65-1002016 Veri(J(at-"sA,tritiorizedRepresent,,iti,,,e: J,rafgeCL rbe o,vice presidenI .............. (Name and 'T'itle) Address: 2766NW62ndstreet .......... Citv: MiarrU State: FL Zi � 33147 .......... ........... Phone Numbcr, 30,5-779-0505 E'niail Address jocurbelo@mdanibWance,net As a nongoverriniental entity execrating., renewing, or extending a contract with as gOVCMITIent entity, Vcndor is required to provide an affidavit under penalty ofper Jury attesting that Vendor does 110t LISC coercion liar labor or services in accordance with Section 787.06. 1",lorida Statutes, As defined in Section 787.06(2)(a), coercion niearis: I Using or threating to use physicA force against any person', Restraining, isolating. or contining or threating to restrain, isolate, or confine any person without lawful authority and against her or- Vain 'WHI.- .3, Using lending or other credit methods to establish as 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 rcasonaMy 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 unnnigratmn docurnent, or any other actual or pin-ported government identification document, of any person; 5, Causing or threating to cause financiA harni to any person" 6. L'Aticing or luring any person by fraUd or deceit; or 7. Providing ai controlled Substance as otitlined in Schedule I or Schedule If of'Section 893,03 to any person for the pUrPOSe ofexploitation of that person, As as person authorized to sign on behalf'of Vendor, I certify under penalties of"per r 'jury 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 sarne. erfified By- ,ay Gonzalez,President&CEO who is ........... autliorized to sign (r)n behalf, cif the above referenced corripany. Authorized Signa W re-,�t� Print N,arrte( jorge Curbelo Tit je': VIce IPresdent Page 24 of 28 DRUG-FREE WORKPLACE FORM Fhe undersigned vendor in accordance ,Oth I"lorida Statutes. Sec. 287.087, hereby certifies that: VICT Express, Inc. (Nanic of'BLISitICSS) I. publish a statement notifying eniployees that the unlawful manufacture. distribution, dispensing, possession, or use of controlled substance is prollibited in the workplace an(] specif`yjng the actions that will be taken against employees for violations of' such prohibition. 2, Inform employees about the dangers ot'drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and ernployee assistance prograrns. and the penalties, that may be unposed upon ernployees for drug abuse violations. 3, Give each employee engaged in providing the corlunodities or contractual services that are under bid as copy ofthe staternent specified in subsection (I). 4. In the statement specified ill Subsection (1). notify the employees that, as a conclition of' working on the connuodities or contractual services that are under bid, the employee will abide by the terms ofthe statement and will flotify the employer of any conviction of, or plea oaf`guilty or nolo contendere to. any, violation of'Chapter 893 (Florida Statutes) or of any control led substance law ofthe United nited States or any state. for a violation occurruig in the workplace no later than five (5) days after such conviction. 5, hilpose a sanction on. or require the satisfactory participation in a drug abuse assistance or rehabilitation program if'such is available in the erriployee's community, or any employee who is so convicted, 6. Make a good flaith ell'ort to continue to maintain a drug-free workplace through implementation ofthis section, As the person authorized to sign the statement, I certify that th i, t 1 rur) 'Plies Fully with the above requirements. latur Date. ary 27, 2025 S`TA VE ()l,,: Florida COUNTY ti�F: Miamik[DAde -----------Subscribed and sworn to (or af'fimied) before me. by means ot'll physical presence or 11 online notarization,, on 011274/2025 (date), by, Raymond Gonzalez (narne of affiant). [je/She is personally known to me or has produced N../..A .................. (type ofidentification) as identification. joRGE CURBE,LO Jorge Curbelo ."Z NC)TARY PUBUCI WCOWISsIoNsHH212472 m\% January 8,26?6 5,%A, EX'pM.january 8,N26 i .......... 4jr Page 25 of 26 Attachment C Instirance Coverages GENERAL, LIABILFIN INSLIRANCE REQUIREMENTS: nor' to the coniniencenient of twnkgovmned by, flus contract 'rite Contractoi %vill obtaui Ccmuiiercial Gential kabAtt-v hls�.walxe C ovetage AVM be inaintained th rear gfar rant the life A the ca.intiacT and uichide, as as inuwnwn Opefations, Per,,onai lrkwn� Liabilin: 11f 111111111IL1111 111111N, acceptable is S I 000 1JCY,) C,onibined Single Liniv (('SL) An Occisrienct Foam pWxy is pebried If coverage is piosided on at Clanns Made 1pr hey. it,(,, picnimons slamdd unkWe cmmuge for clatw� filed on cwi after the effe,ctive One of dW conuact In rht perwd A Umh z1alis may lie repaed shoidd ex:ter irl for a niminwrn of rwrWe (12) 1110aths t"0111mvi'lig tho oxceptari(:e of,cv(--;rk by the Cotmt�, The Mmuve C cmnp, Bo of C omm Mumussioners will tie mumied as Additimial Erasure d on all pohcws inued to sanslVe above Aqukownts MEDICAL PROFESSIONAI., UABit.,rry INSURANCE REQUIREMENI'S: Rcwgwzmg rho It wal jonned by W, ccnuiact irivol%e�, the piovidnig of ].,urofes'�jollal inedinal treatuiew. It Cowiacwi nAl puchne and nmwrrna t11101,1gholir the 11fe of die Convact, Proksiowl Li al:iloy0wra awes Alich wdlyespondiothe rendsvigof oj faihwetorendetiuedkal Mldel flila' The inuhumin WX of lobSymW S I XWO.000 per Watul mitt S VON&& Apgregate If covemp to pio%-i,,:1,,-d on £i eIoks nude bams an exanded clmnh repmeng penod of Sw i v xar;� w0l be requied Page 26 of 28 BUSINESS AAJ'FOMOl1ll-,E 1,IA BIL FFY INSURANCE REQ1.11REMENT'S: Re's.fo;11121ng ""har H.ic v,,'oj1,; gommed by thiv conuact requum the iisc ot' vehicles, the Contractoi pAw to thur conunencement .rt obram Business Automobile Covenge WH be nnummed Woughout die lift of the Contract "'uld �1Icludc" s a 1,11irl6l1-lulm Vel,',12 C fol� :�nd I-Lied Vehiclvs The mumnum hinns accepmtdc w M 004000 C ombuied Single Lims ;C SL If spHT linds m li'ai'iTs "'.1cQtpt1b1c arc� 'S ptn' pti-,oll M MOM Pei OccMicum Prciperr",- The Nkmwoc C onmy Board of C owl; C omintinkners mill be umned as Addh&nA 11smA on all j"Joh'�ie' 1"'sttd 1'o than "A'co"t Page 27 of 28 WORKERS' COMPENSATION INSURANCE REQUIREMENTS: Alor ro the Cdararrrrdnrn emilltt tiie C d rrtia ttov irrll debt rrr Vint r r r mrrlred isitrx:wrr Irr,drr rrra: Vitlr Prrrlrt° Uf'fici rat to iespond to i�pplic,,ible Workers t;:rrnipeats trorr state stanu s and the r rlaau enierm of Chapter a~4) I ri'da starllt sa. err a"rdlrlrtrrrr the C,,;arrtrmm vull At= .r�r.lrlrwn Ott, I.t rI�IIr ° Insurance with limits of not Ieta da S I010 k,4 ,C), Botifly r 5 ilA,tay00 Boddyr( Qtaj by,D adyn"°, pokv Am U W001 Bodil,, Irrd'ur-. b',y Dnearm eadi nupkgre Coverage lVill be air mrtr.rrrledcb tiu-or'rgIavrat ille entire temi of'the tcrrntlict. td overage Ir.rll be,lcyr. v rcIed:I b wfi Corarrl.rrra"°or com amles,audicTized to transact frrrsrrri s rrr the tit of Florida If Me t,.oammma has been ;proved by aw FWnda % Apatt-trrmst of Labor, aS 311 arrrthcwt, s i .. rrrmrt' r. lhe Cdarer°y rrrwy iecopatze And ho,nor the ontrar tver'� status. Tlie Contiactor may b r d"Itmed to srrl,rrrrt ar L,dttat r.of Aulminhan numd:I by the Department of Libor Uld tr Cert.1ficate ofInsurance. l.dro b-rdI ng d.Ie9atds on Turn C ontra ctor"= Excess hismancePrograin, If the t.a:rrttrmtaai pumpm s r i a Aflnumance Atrl,. a C ertificate cwf hisurance, will tv r rlrrrr did. r KOM. we r:Otltr"RCCOI tllla-,�1,e adrqr.drr d to daaibn-iit upiclttt dtl rrrarrtattiI statements, from the ftind L113~Art request &0111 tilt'C Orr;nr Page 28 of 28 AC"® CERTIFICATE 4F LIABILITY INSURANCE DATE(MM/DDYYYY) 1�,... 02/05/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Isidro/01 Procom Insurance Underwriters A N Ex : (305)740 4460 FAX No: (305)740 4469 4909 SW 74th Ct. ADDRESS: Mbruna@procomcorp.com INSURER(S)AFFORDING COVERAGE NAIC# Miami FL 33155 INSURERA: IRONSHORE SPECIALTY INSURANCE CO 25445 INSURED INSURER B: MCT Express,inc.dba Miami Dade Ambulance INSURER C: United Medical Transportation LLC INSURER D: 2766 NW 62 St. INSURER E: MIAMI, FL 33147 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFF TYPE OF INSURANCE INSR SUER POLICY NUMBER MM/DD/YYYY MM POLICY EXP LTR IDD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 'MAI ToX COMMERCIAL GENERAL LIABILITY PRE M SES(Ea oNcur ante $ 50,000 CLAIMS-MADE OCCUR MED EXP(Any one person) $ 5,000 A X 250,000DED Y Y HC7AACUZTDO02 08/16/2024 08/16/2025 PERSONAL&ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 4,000,000 tN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 4,000,000 POLICY PRO LOC Hippa Violation E/Clain $ 250,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident S ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIREDAUTOS AUTOS Per accident UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMIT ER ANY PROPRIETOR/PARTNER/EXECUTIVED? ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDE N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$ Medical Professional Liability $1,000,000 EACH CLAIM/$3,000,OOOAGG A Included 08/16/2024 08/16/2025 250,000 DED. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) A Loc#1 2766 NW 62 Street Miami FL 33147/Loc#2 23635 S Dixie Hwy Miami FI 33030/2000 N STATE ROAD 7 LAUDERDALE LAKES,FL 33316 A SEXUAL ABUSE/MOLESTATION INCLUDED NON-EMERGENCY MEDICAL TRANSPORT APPROVED BY RISK MANAGEMENT 30 DAYS PRIOR TO ANY SUCH CANCELLATION OR MATERIAL CHANGE BY 13 t° MCT EXPRESS INC dba MIAMI DADE AMBULANCE,UNITED MEDICAL TRANSPORTATION LLC DATE � 02. 3. 5 WAIVERN/A XYES CERTIFICATE HOLDER CANCELLATION Monroe County Board of County Commissioners 1111 12th Street Suite#408 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Key West,FL 33040 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESE*A, VE , ISIDRO L.Gl)lLL"AM/ ACORD 25(2010/05) 1988-2010 ORD CORPORATION.All rights reserved. The ACORD name and logo are registered rAarks of ACO,D DATE(MM/DD/YYYY) A�Rom® CERTIFICATE OF LIABILITY INSURANCE 2/5/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Kevin Johnson Global Affini Mana ers PHONE FAX 305 740-6949 tY g A/C,No,Ext: (A/C,No): 909 Castle Point Terrace ADDRESS: onesourcewcins@gmail.com INSURER(S)AFFORDING COVERAGE NAIC# Hoboken NJ 07030 INSURER A: Hartford Fire Insurance Company 19682 INSURED INSURER B: General Star National Insurance Company 11967 MCT Express,Inc DBA Miami Dade Ambulance INSURER C: Hartford Fire Insurance Company 19682 2766 NW 62nd Street INSURER D: INSURER E: Miami FL 32147 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ ETT— CLAIMS-MADE ❑OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑PRO JECT ❑LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY (Ea accident) $ 300,000 x ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED AUTOS ONLY AUTOS 12CSES50302 01/01/2025 01/01/2026 BODILY INJURY(Per accident) $ HIRED NON-OWNED 11F<U11EF<I Y DAMAGE $ AUTOS ONLY /� AUTOS ONLY (Per accident) UMBRELLA LAB x OCCUR EACH OCCURRENCE $ 700,000 B EXCESS LAB CLAIMS-MADE NXG9277724H 01/01/2025 01/01/2026 AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION - PER —FR— AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 C OFFICER/MEMBER EXCLUDED? N/A 12WNS50301 01/01/2025 01/01/2026 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate holder is additional insured as respects to automobile liability.$700,000 Excess Liability applies as excess to the$300,000 Primary Auto Liability limit. APPROVED BY RISK MANAGEMENT BY ra'r(;4�ru'¢r �.13.25 DATE W'AIVERN.IA XYES CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Monroe County ACCORDANCE WITH THE POLICY PROVISIONS. Board Of County Commissioners AUTHORIZED REPRESENTATIVE 1111 12th St,suite#408y ,r.) Key West FL 33040 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD