Loading...
HomeMy WebLinkAbout4th Amendment 07/16/2025 GVS COURTq° o: A Kevin Madok, CPA - �o ........ � Clerk of the Circuit Court& Comptroller Monroe County, Florida �z cooN DATE: July 25, 2025 TO: William DeSantis, Director Facilities Maintenance Chrissy Collins Executive Administrator Tina LoSacco Senior Engineering Technician FROM: Liz Yongue, Deputy Clerk SUBJECT: July 16, 2025 BOCC Meeting The following item has been executed and added to the record: C6 4th Amendment to Agreement with Miami Dade Pump & Supply Company for Lift Station Maintenance and Cleaning, Upper Keys, to update certain Federal provisions of the Original Agreement, add a commonly used stock part list, and to amend the CPIU increase percentage to a flat 3% and to provide the 3% CPlU increase retroactive to July 1, 2025. This Contract is paid from funds 001 and 147. Should you have any questions please feel free to contact me at(305) 292-3550. cc: County Attorney Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 FOURTH AMENDMENT TO AGREEMENT FOR LIFT STATIONS MAINTENANCE AND CLEANING - UPPER KEYS MONROE COUNTY, FLORIDA This Fourth Amendment to Agreement is made and entered into this 16th day of July, 2025, between MONROE COUNTY, FLORIDA ("COUNTY"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and MIAMI DADE PUMP & SUPPLY COMPANY, a Florida Profit Corporation, ("CONTRACTOR"), whose principal address is 7870 NW 62n, Street., Miami, Florida 33166. WHEREAS, the parties hereto did, on January 18, 2023, enter into an Agreement for Upper Keys Lift Stations Maintenance and Cleaning("Original Agreement"); and WHEREAS, on October 18, 2023, the Board of County Commissioners ("BOCC") approved a First Amendment to the Original Agreement to add and/or update provisions to allow for the option of requesting a proposal/quote from the Contractor only for Equipment Replacement and Installation in accordance with the current Monroe County Purchasing Policy, as approved by the Board of County Commissioners; and WHEREAS, on February 21, 2024, the BOCC approved a Second Amendment to amend the Original Agreement to increase payment amounts by the annual CPI-U adjustment of three percent(3%), effective retroactive to January 1, 2024; and WHEREAS, on December 11, 2024, the BOCC approved a Third Amendment to renew the Original Agreement for the first of(3) three optional (1) one-year renewals, as provided in Paragraph 6 thereof, with an effective date of January 1, 2025, and to update and/or amend other provisions of the Original Agreement; and WHEREAS, Paragraph 6 of the Original Agreement provides that the Contract amount may be adjusted annually in accordance with the percentage change in the U.S. Department of Commerce Consumer Price Index (CPI-U) or 3%, whichever is less, for all Urban Consumers as reported by the U.S. Bureau of Labor Statistics and shall be based upon the CPI-U computation or 3%,whichever is less, at December 31 of the previous year;and WHEREAS,the parties find it mutually beneficial for Paragraph 6 to be amended to read: The Contract amount may be adjusted annually with a 3% CPI-U increase which will align with the contract term renewal dates; and WHEREAS, the parties desire to amend the Original Agreement to correct and/or update provisions to bring it current with certain County, State, or Federal required contract provisions; and WHEREAS, the parties have found the Original Agreement, as amended, to be mutually beneficial; and WHEREAS, the parties find that it would be mutually beneficial to amend the Original Agreement and enter into this Fourth Amendment to Agreement. NOW THEREFORE, IN CONSIDERATION of the mutual promises and covenants set forth below,the parties agree to amend the Original Agreement as follows: I. In accordance with Paragraph 6, TERM OF AGREEMENT, of the Original Agreement, as amended,the County exercises its option to amend the Agreement and the amount shall be adjusted in accordance annually of a three (3%) increase to align with the contract renewal dates. This increase shall commence retroactive to July 1, 2025, and ends on December 31, 2025, unless terminated earlier under another paragraph of this Agreement. Z� 2. Paragraph 5 (CONTRACT SUM AND PAYMENTS TO CONTRACTOR,), Subparagraph C of the Original Agreement is amended to reflect new contract payment amounts pursuant to the annual CPI-U change with a retroactive effective date of July 1,2025,to delete the graphs shown on Pages three(3)through five(5)of the Original Agreement, which set forth locations and the equipment and devices at each location, and Paragraph 5(C) of the Original Agreement is replaced with the following: The cost of labor used by the Contractor to fulfill the obligation of the Contract will be included in the following amounts of: FACILITY ADDRESS QUANTITY FREQUENCY MONTHLY OF LIFT COST STATIONS Animal Shelter 105951 Overseas One(1) Monthly, $ 154.50 Hwy., Key Largo, FL Quarterly, Bi- 33037 Annual (Twice a Year), and Annual Murray E. 102050 Overseas Two (2) Monthly, $ 309.00 Nelson Hwy. Key Largo, FL Quarterly, Bi- Government 33037 Annual (Twice and Cultural a Year), and Center Annual Friendship 69 Hibiscus Lane, One (1) Monthly, $ 154.50 Park Key Largo, FL 33037 Quarterly, Bi- Annual (Twice a Year), and Annual Key Largo 500 St. Croix Place, Two (2) Monthly, $ 309.00 Community Key Largo, FL 33037 Quarterly, Bi- Park Annual (Twice a Year), and Annual Harry Harris 50 East Beach Road, One (1) Monthly, $ 154.50 Park Tavernier, FL 33070 Quarterly, Bi- Annual (Twice a Year), and Annual Islarnorada 81830 Overseas One(1) Monthly, $ 154.50 Library Hwy., Quarterly, Bi- Islamorada, FL Annual (Twice 33036 a Year), and Annual Total Annual Cost for Six (6) Locations, Eight (8) Lift Stations is Fourteen Thousand, Eight Hundred,Thirty-Two and 00/100($14,832.00)Dollars. Additional Services and Emergency Services, (ex. Post—hurricane cleanup, including all costs associated with equipment, debris removal,and dumping fees): For invoicing purposes,the hours should be calculated in fifteen(15)minute increments. The Application for Payment form is attached hereto as Exhibit "B" and made a part hereof for submission with invoices. Total Hourly Fee for Additional and Emergency Services - (including equipment costs& dumping fees): a) Normal working hours of 8:00 a.m. to 5:00 p.m. Monday through Friday, excluding holidays: $200.85 per hour,technician $257.50 per hour,technician plus helper $56.65 per hour,technician helper working alone or additional helper b) Overtime rate for hours other than the normal working hours as stated above, including holidays: $ 301.75 per hour,technician $386.25 per hour,technician plus helper $ 84.98 per hour,technician helper working alone or additional helper c) Parts Cost Plus Contractor shall be allowed Fifteen percent (15%) of mark up on manufacturer's invoice cost of parts and materials (excluding freight, equipment rental, tax amounts, and services supplied by others). The County shall pay the actual cost of parts and materials, excluding -freight, equipment rental, tax amounts, and services supplied by others purchased from the manufacturer, plus fifteen percent (15%), to fulfill the obligations of the Contract. Freight, equipment rental, tax amounts, and services supplied by others shall be reimbursed for amounts charged. A manufacturer's invoice must accompany all requests for payment whether the part is under warranty or not. Freight invoices must accompany all orders that require shipping or transportation of parts, whether the part is under warranty or not. Parts will be paid at the wholesale cost plus Fifteen percent (15%) on all parts listed on the Stock Parts Price List provided by Contractor and approved by the County. Manufacturer's invoice must accompany all parts not identified on the approved Stock Parts Price List when submitting requests for payment. Freight invoices must accompany all orders that require shipping or transportation of parts whether the part is under warranty or not. Stock Parts are defined as: Parts and supplies typically used for Chiller repairs and maintenance;to include but not limited to fittings,bearings,filters,capacitators,drain pans, belts,nuts, bolts, etc.,which would have a wholesale price of less than Seventy- Five and 00/100 ($75.00) Dollars. For billing purposes, all Stock Parts shall be listed by the Contractor on a separate attachment with the wholesale cost listed. The prices for Stock Parts can be updated by the Contractor annually on the anniversary date of the contract. An initial Stock Parts Price List shall be submitted with this Amendment. 3. Paragraph 8,Maintenance of Records.,of the Original Agreement is hereby amended and replaced in its entirety with the following: The Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period of seven (7) years from the termination of this Agreement or for a period of five(5)years from the submission of the final expenditure report as per 2 CFR §200.334, if applicable, whichever is greater. Each party to this Agreement or their authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for seven (7) years following the termination of this Agreement. If an auditor employed by Monroe County or County Clerk determines that monies paid to the Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the Contractor,the Contractor shall repay the monies together with interest calculated pursuant to Section 55.03, Florida Statutes, running from the date the monies were paid to the Contractor. 4. Paragraph 10, Public Records Compliance., of the Original Agreement is hereby amended and replaced in its entirety with the following: The 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 ail attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to Section 119.0701, Florida Statutes and the terms and conditions of this contract,the Contractor is required to: A) Keep and maintain public records that would be required by the County to perform the service. B) 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. C) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. D) 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 retainingpublic 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. E) 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 1.19.10, Florida Statutes. The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: MONROE COUNTY ATTORNEY'S OFFICE, 1111 12 TH ST., SUITE 408, KEY WEST,FL 33040, public (305)292-3470. 5. Paragraph 44.12, Access to Records., of the Original Agreement is hereby amended to replace in its entirety with the following: The Contractor/Consultant and its successors, transferees, assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing the Department of Homeland Security (DHS) and the Federal Emergency Management Agency's(FEMA)access to records,accounts,documents, information, facilities, and staff. Contractors/Consultants must: A) Cooperate with any compliance review or complaint investigation conducted by DHS; B) Give DHS access to and the right to examine and copy records,accounts,and other documents and sources of information related to the grant and perrnit access to facilities, personnel, and other individuals and information as may be necessary, as required by DFIS regulations and other applicable laws or program guidance; and C) Submit timely,complete,and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports. 6. Paragraph 50, Uncontrollable Circumstance., is hereby added to the Original Agreement: Any delay or failure of either Party to perform its obligations under this Agreement will be excused to the extent that the delay or failure was caused directly by an event beyond such Party's control, without such Party's fault or negligence and that by its nature could not have been foreseen by such Party or, if it could have been foreseen, was unavoidable:(a)acts of God;(b)flood,fire,earthquake,explosion,tropical storm, hurricane or other declared emergency in the geographic area of the Project; (c) war, invasion, hostilities (whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the geographic area of the Project;(d)government order or law in the geographic area of the Project;(e)actions,embargoes,or blockades in effect on or after the date of this Agreement; (t) action by any governmental authority prohibiting work in the geographic area of the Project; (each, a "Uncontrollable Circumstance"). The Contractor's financial inability to perform, changes in cost or availability of materials, components, or services, market conditions, or supplier actions or contract disputes will not excuse performance by the Contractor under this Section. The Contractor shall give the County written notice within seven(7) days of any event or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, or as soon as possible after such Uncontrollable Circumstance has occurred if reasonably anticipated, and the anticipated duration of such Uncontrollable Circumstance. The Contractor shall use all diligent efforts to end the Uncontrollable Circumstance,ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance under this Agreement. The County will not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only seek a no-cost Change Order or Amendment for such reasonable time a as the Owner's Representative may determine. 7. Paragraph 51, Providing Good, Safe Jobs to Workers., is hereby added to the Original Agreement: Pursuant to FEMA Information Bulletin No. 520,the Contractor will comply with all applicable federal labor and employment laws. To maximize cost efficiency and quality of work, the Contractor cominits to strong labor standards and protections for the project workforce by creating an effective plan for ensuring high-quality jobs and complying with federal labor and employment laws. The Contractor acknowledges applicable minimurn wage, overtime, prevailing wage, and health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate and to the greatest extent practicable. 8. Except as set forth in Paragraphs I through 7 of this Fourth Amendment to Agreement, C, C� Z� in all other respects, the terms and conditions set forth in the Original Agreement, as amended, remain in full force and effect. [REMAINDER OF BLANK INTENTIONALLY LEFT BLANK WITH SIGNATURE PAGE ON FOLLOWING PAGE] IN WITNESS WHEREOF,the parties hereto have executed this Agreement on the day and year. first written above. (SEAL),:c,-:.•�', BOARD OF COUNTY COMMISSIONERS ,-,1 TLC{r s,, ;• Attest:)}IEVI+N MADOK CLERK OF MONROE COUNTY, FLORIDA 7 :,1 , t -, i b'��'�ia t i'd ' ik ' 1 ,,,,,,:____,,, --„:,:::,,,-,1--,,,-,-L-4 f.i Ar p a 11<f • V T i 4� 0 1?'11 ot>(40 „, ' - . ' . ''' '' r 411.. . . -- vo,,',7::-.----:4,,B-y,:,, \‘;,:---,:5..;:.,,,,-r.,,/,.:,,,i toy: tii, ,`'•,:`' ' , :A S De r Y Mayor Clerk Ma or MONROE COUNTY ATTORNEYS OFFICE • APPROVED AS TO FORM Date: 1 liU17-6-1 - � r -42 L, f‘e�. i ,.-(- --r COLIN-TY ATTORNEY DATE: 6-20-2025 Witnesses.for CONTRACTOR: CONTRACTOR: MIAMI DADE PUMP & SUPPLY COMPANY ,/Wi'l -x-' ''''' ,,, , . ,-.'6,...%‘' ,, '' Signature of person authorized to ignadlire legally bind CONTRACTOR Date: to ,5-- (;7 ----- • 1). . " " "-- -7 45 7\ 6.-e-vr-,,t i. /3,--,'1,-- t or)(si 0 *14,r ,,,sp4,45_ Peleli&,..4.- Date Print Name Print Name and Title ------ • "�� Address: -2c 'P ..Z 5' 7 a Signature 4(LC-' 1 1�. 'c. `� . "5 if.I - '7 C 1- 5 c? -S-. Tele phone Number • //e..-C-- ,..j,...,‘ 4v .) c) t„,,r, r- nzt . , Date Print Name :17-fli c2 0 4:2 i11 1 ,„,„,,,. -n •. 8 u mitt 2,. 1 :. rrt ,.....,- - . , ,--:4,-'—' s n o. .. .. ,, AC"R" CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 07/09/2025 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"f C MannyMorin �T1 NAME: Manny Morin E-MAIL ADDRESS: Y•AICNNo Ext: 305-598-5821 (AC, C No): 10651 North Kendall Drive Suite 111 mann morin.lr8tCC statefarm.com � INSURER(S)AFFORDING COVERAGE NAIC# Miami FL 33176 INSURER A: State Farm Mutual Automobile Insurance Company 25178 INSURED INSURER B: MIAMI-DADE PUMP&SUPPLY CO INSURER C: 7870 NW 62ND ST INSURER D: INSURER E: MIAMI FL 331663539 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. NSR ADD SUB POL CY EFF POL CY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MMIDDIYYYY MMIDDIYYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE1:1 OCCUR DAMAGE ( RENTED PREMISES Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO- PRODUCTS-COMP/OP AGG POLICY JECT LOC $ OTHER: $ AUTOMOBILE LIABILITY K59 4923-B04-59S Ee aBc deDt SINGLE LIMIT $ 1'000'000 02/04/2025 08/04/2025 ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED Y N BODILY INJURY Per accident AUTOS ONLY AUTOS ( ) $ HIRED NON-OWNED Y DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident $ UMBRELLA LIAB OCCUR ldt~' EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE ."R" ,,, """` AGGREGATE $ m DED RETENTION $ DAT $ WORKERS COMPENSATION AIiy PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER $ ANY PROPRIETOR/PARTNER/EXECUTIVE Y I N OFFICER/MEMBER EXCLUDED? NIA E.L.EACH ACCIDENT $ ❑(Mandatary in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate holder is listed as an additional insured with respect to the auto liability policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN MONROE COUNTY BOCC ACCORDANCE WITH THE POLICY PROVISIONS. 1100 SIMONTON ST AUTHORIZED REPRESENTATIVE KEY WEST FL 33040-3110 This form was system-generated on 07/09/2025 , ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 1001486 2005 155279 205 01-19-2023 77/2/2025 E(MM/DD/YYYY) ACTOR" CERTIFICATE OF LIABILITY INSURANCE 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: Stephen Denkert Butler, Buckley, Deets, Inc. PHONE 305 262-00186 FAX No:305-262-0187 7205 Corporate Center Dr Suite 310 A/C No Ext: ( ) Miami FL 33126 ADDE-MRESS: MARIANA@BBDINS.COM INSURER(S)AFFORDING COVERAGE NAIC# wsURERA: MONROE GUARANTY INS. CO. 32506 INSURED MIAMDAD-01 INSURERB: FCCI INSURANCE COMPANY 10178 MIAMI DADE PUMP&SUPPLY COMPANY DBA MIAMI PUMP&SUPPLY INSURERC: MIAMI PUMP DEVELOPMENT INSURERD: 7870 NW 62 STREET INSURERE: MIAMI FL 33166-3539 INSURER F COVERAGES CERTIFICATE NUMBER:1529491521 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD MM/DD A X COMMERCIAL GENERAL LIABILITY Y GL100042418-07 5/1/2025 5/1/2026 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $100,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY� PE� LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY CA100076599-03 5/1/2025 5/1/2026 COMBINED SINGLE LIMIT $1,000,000 Ea accident ANY AUTO BODILY INJURY(Per person) $ OWNED X SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident B X UMBRELLALIAB X OCCUR UMB100023933-08 5/1/2025 5/1/2026 EACH OCCURRENCE $5,000,000 EXCESS LAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$1 n nnn $ WORKERS COMPENSATION - 16K ' T PER OTH- AND EMPLOYERS'LIABILITY Y/N } „. STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE bY,.....m-`'w;, E.L.EACH ACCIDENT $ OFFICE R/M EMBER EXCLUDED? ❑ N/A 79.25 TEFA ..W____.., -.-.� (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under WAMPW .,�" -._- DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) Certificate holder is indicated as additional insured with respect to General Liability when required by written contract or agreement. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County Board of County Commissioners (BOCC) 1100 Simonton Street AUTHORIZED REPRESENTATIVE Key West FL 33040 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD AC'C)R" CERTIFICATE OF LIABILITY INSURANCE DATE (MM O6/24/2025 YYW) l �- 25 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 Marsh Affinity y PHONE Marsh Affinity (A/C, o,Ext): 8007438130 FAX No): a division of Marsh USA LLC. E-MAIL ADPTotalSource@marsh.com PO BOX 14404 ADDRESS: Des Moines,IA 50306-9686 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Illinois National Ins Co 23817 INSURED INSURER B: ADP TotalSource CO XXI,Inc. INSURER C: 5800 Windward Parkway INSURER D: Alpharetta,GA 30005 Alternate Employer: INSURER E: Miami Dade Pump&Supply Company INSURER F: 7870 NW 62ND ST Miami,FL 331660000 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 TYPEOFINSURANCE ADDLSUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD (MM/DD/YYW) (MM/DD/YYW) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE ❑OCCUR DAMAGE TO RENTED $ PREMISES Ea occurrence MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PELT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO APPK 6M T BODILY INJURY(Per person) $ OWNED SCHEDULED 1("""r w- BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED 624.25 PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY D' -^^ —"'"""�"-". .-_._ Per accident $ WA we PUS_ Y114 $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESSLIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N X STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 2,000,000 OFFICER/MEMBER EXCLUDED? � N/A WC 063528456 FL 07/01/2025 07/01/2026 A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 2,000,000 f yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) All worksite employees working for Miami Dade Pump&Supply Company paid under ADP TOTALSOURCE, INC.'s payroll,are covered under the above stated policy.Miami Dade Pump&Supply Company is an alternate employer under this policy.Proprietor/Partner/Executive Officer/Member are not excluded as long as they are in the ADPTS payroll or have completed the SEI Participation Addendum. CERTIFICATE HOLDER CANCELLATION MONROE COUNTY BOCC 1100 SIMONTON STREET 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 ACORD 25(2016/03) ©1988-2015 ACORD CORPOP6XION.All rights reserved. The ACORD name and logo are registered marks of ACORD