Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item I05
COUNTY of MONROE BOARD OF COUNTY COMMISSIONERS Mayor Michelle Lincoln,District 2 The Florida Keys Mayor Pro Tern David Rice,District 4 y Craig Cates,District 1 James K. Scholl,District 3 � « Holly Merrill Raschein,District 5 Regular Meeting May 20, 2026 Agenda Item Number: I5 26-21869 BULK ITEM: No DEPARTMENT: Airports TIME APPROXIMATE: N/A STAFF CONTACT: Richard Strickland AGENDA ITEM WORDING: Approval of the 10th Amendment to Agreement with Cliffhanger Janitorial, Inc.,providing an annual CPI increase of 2.7% ($22,304.44 per year)bringing the contract sum to $873,094.84 per year for providing janitorial services at the Key West International Airport. The agreement is funded by Airport Operating Fund 404. ITEM BACKGROUND: The month-to-month renewal agreement with Cliffhanger was approved in 2020 so the Airport could retain Cliffhanger with no break in janitorial services while a new bid proposal is issued, bids opened, and a new contract awarded. The bid package is being developed based on the opening of the new Terminal Concourse A and the final completion of Phase 2 of the Terminal Improvements Program currently underway. PREVIOUS RELEVANT BOCC ACTION: Awarded bid and contract to Cliffhanger Janitorial, Inc. on February 10, 2016. Approved 1 st amendment on March 15, 2017, 2nd amendment on February 21, 2018, final renewal agreement on February 20, 2019, a month-to-month renewal agreement on February 19, 2020, 4th amendment on August 18, 2021, 5th amendment on April 20, 2022, 6th amendment on April 19, 2023, 7th amendment on February 21, 2024, 8th amendment on February 19, 2025 and 9th amendment on July 16, 2025. INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: Effective 05/1/2026, the annual contract sum is increased to $873,094.84 per year. STAFF RECOMMENDATION: Approval DOCUMENTATION: Cliffhanger Janitorial 10th amendment(05.20.2026) FINANCIAL IMPACT: Effective Date: 5/1/2026 Expiration Date: Total Dollar Value of Contract: Total Cost to County: $873,094.84/yr. (includes $24,699.96 per year for the TSA leasehold which is reimbursed to the Airport by the TSA). Current Year Portion: Budgeted: Yes Source of Funds: Key West Airport Fund 404 CPI: 2.7% increase Indirect Costs: Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: If yes, amount: Grant: County Match: Insurance Required: Approval15. t to Agreement with iJanitorial, Inc., providing an annual CPI increase of 2.7% ($22,304.44 year) bringing the contract sum to $873,094.84 per year for providing janitorial services at the KeyWestInternational Airport. e agreement is funded by Airport Operatingu . loth AMENDMENT to CONTRACT FOR JANITORIAL SERVICES CLIFFHANGER JANITORIAL,INC. KEY WEST INTERNATIONAL AIRPORT THIS TENTH AMENDMENT is made and entered into this 20th day of May , 2026, by and between the Board of County Commissioners of MONROE COUNTY (County) and Cliffhanger Janitorial, Inc., (Contractor). WHEREAS, on February 10, 2016, the parties entered into an agreement (hereafter original agreement) for Contractor to provide janitorial services at the Key West International Airport, as amended on March 15, 2017, February 21, 2018, February 20, 2019, August 18, 2021, April 20, 2022, April 19, 2023,February 21, 2024, February 19, 2025, and July 16, 2025, and WHEREAS, on February 19, 2020, the agreement was renewed on a month-to-month basis commencing March 1, 2020, while the County prepared and issued a new Request for Proposals (RFP), and WHEREAS, the RFP specifications are currently being developed based on the opening of the new Terminal Concourse A, and the final completion of Phase 2 of the Terminal Improvement Program currently underway, and WHEREAS. the Contractor has been providing janitorial services for the new terminal since it opened in mid-April; and WHEREAS, the Contractor has requested, and the County has agreed to, adjust the contract sum for the services based on the overall increase in the janitorial services area in the new terminal; and WHEREAS,the parties have agreed that the effective date for the increased contract sum shall be May 1, 2026. NOW, THEREFORE, in consideration of the mutual covenants and promises hereinafter contained, the parties do hereby agree as follows: SECTION 1. Article 2. CONTRACT SUM of the original agreement is amended to read as follows: 2. CONTRACT SUM. Effective May 1,2026, the Contractor shall invoice KWIA monthly for janitorial services performed under the Specifications contained herein. The Contract amount shall be $873,094.84 per year or $72,757.90 per month ($848,394.88 per year for the airport plus $24,699.96 per year for providing janitorial services for the TSA leasehold). If approved by the Executive Director of Airports, contractor will provide additional on call services to clean interior windows on 2nd level and above and the dusting of fans, lights, beams and air conditioning for $6,000.00 per request. SECTION 2. Except as set forth in paragraph one of this IOth Amendment, in all other respects, the terms and conditions of the original agreement dated February 10,2016,as renewed and amended,remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first written above. (SEAL) BOARD OF COUNTY COMMISSIONERS ATTEST: KEVIN MADOK OF MONROE COUNTY, FLORIDA By: By: As Deputy Clerk Mayor/Chairman CLIFFHANGER JANITORIAL, INC. ED _, 3/17/2026 By: Robert Cal 3/16/26 derin - Controller Date CERTIFICATE OF LIABILITY INSURANCE 3/9/2026 Producer: Plymouth Insurance Agency This Certificate is issued as a matter of information only and confers no 2739 U.S. Highway 19 N. rights upon the Certificate Holder. This Certificate does not amend,extend Holiday, FL 34691 or alter the coverage afforded by the policies below. (727) 938-5562 Insurers Affording Coverage NAIC# Insured: South East Personnel Leasing, Inc. &Subsidiaries Insurer A: Lion Insurance Company 11075 2739 U.S. Highway 19 N. Insurer B: Holiday, FL 34691 Insurer C: Insurer D: Insurer E: Coverages The policies of insurance listed below have been issued to the insured named above for the policy period indicated. Notwithstanding any requirement,term or condition of any contract or other document with respect to which this certificate may be issued or may pertain,the insurance afforded by the policies described herein is subject to all the terms,exclusions,and conditions of such policies. Aggregate limits shown may have been reduced by paid claims. INSR ADDL Policy Effective Policy Expiration Limits LTR INSRD Type of Insurance Policy Number Date(MM/DD/YY) Date(MM/DD/YY) GENERAL LIABILITY Each Occurrence TC mmercial General Liability Damage to rented premises(EA Claims Made ❑ Occur occurrence) Med Exp General aggregate limit applies per: Personal Adv Injury General Aggregate Policy ❑Project ❑ LOC Products-Comp/Op Agg AUTOMOBILE LIABILITY Combined Single Limit (EA Accident) Any Auto Bodily Injury All Owned Autos (Per Person) Scheduled Autos AP I� T Bodily Injury Hired Autos Non-Owned Autos , (Per Accident) D,A9 26 Property Damage (Per Accident) EXCESS/UMBRELLA LIABILITY Each Occurrence Occur ❑Claims Made Aggregate Deductible A Workers Compensation and X WC Statu- OTH- Employers'Liability WC 71949 01/01/2026 01/01/2027 1 tory Limits ER Any proprietor/partner/executive officer/member E.L.Each Accident $1,000,000 excluded? NO E.L.Disease-Ea Employee $1,000,000 If Yes,describe under special provisions below. E.L.Disease-Policy Limits $1,000,000 Other Lion Insurance Company is A.M. Best Company rated A(Excellent). AMB# 12616 Descriptions of Operations/Locations/Vehicles/Exclusions added by Endorsement/Special Provisions: Client ID: 24-66-296 Coverage only applies to active employee(s)of South East Personnel Leasing,Inc.&Subsidiaries that are leased to the following"Client Company": Cliffhanger Janitorial,Inc. Coverage only applies to injuries incurred by South East Personnel Leasing,Inc.&Subsidiaries active employee(s) ,while working in: FL. Coverage does not apply to statutory employee(s)or independent contractor(s)of the Client Company or any other entity. A list of the active employee(s)leased to the Client Company can be obtained by emailing a request to certificates@Iioninsurancecompany.com Project Name: ISSUE 06-12-25(PH).REISSUE 01-28-26(KD).REISSUE 03-09-26(KLT) Begin Date: 4/8/2018 CERTIFICATE HOLDER CANCELLATION MONROE COUNTY Should any of the above described policies be cancelled before the expiration date thereof,the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left,but failure to BOARD OF COUNTY COMMISSIONERS do so shall impose no obligation or liability of any kind upon the insurer,its agents or representatives. 1100 SIMONTON STREET u�w u�puri���� fir a � KEY WEST, FL 33040 ������ � � " ACC)R CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDmmr) 06/11/2025 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 Laurie M Diaz NAME: Diaz Insurance Agency, INC ACNE Ext: (239)765-6571 A/C No FAX : (239)765-5214 100 Island Cottage Way E-MAIL diazinsurance comcast.net g y ADDRESS. #20OF INSURER(S)AFFORDING COVERAGE NAIC# St.Augustine FL 32080 INSURER A: GREAT AMERICAN INSURANCE GROUP 16691 INSURED INSURER B: GREAT AMERICAN INSURANCE GROUP 16691 CLIFFHANGER JANITORIAL INSURER C: PROGRESSIVE EXPRESS INS CO 10193 7283 NW 77 St INSURER D: BURLINGTON INS CO 23620 INSURER E: Medley FL 33166 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MM/DD/YYYY MM/DD/YYYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED 100,000 PREMISES Ea occurrence $ $5,000 DED BI/PD MED EXP(Any one person) $ 5,000 A PLE856154-03 06/05/2025 06/05/2026 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: 1r GENERAL AGGREGATE $ 2,000,000 X POLICY JE LOC ��° ��.� � PRODUCTS-COMP/OP AGG $ 2,000,000 , OTHER: 6.12, .� . ,, ,mm AUTOMOBILE LIABILITYWAN",NAX :. COMBINED SINGLE LIMIT $ 2 000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ C OWNED X SCHEDULED 980935086 06/05/2025 06/05/2026 BODILY INJURY(Per accident) $ AUTOS ONLY /� AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY APer accident UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 B X EXCESS LIAB CLAIMS-MADE XSE856155-03 06/05/2025 06/05/2026 AGGREGATE $ 5,000,000 DED X RETENTION$ 2,000,000 $ WORKERS COMPENSATION PER OTH- ERAND EMPLOYERS'LIABILITY Y/N STATUTE ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? H N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Additional Excess Liability EACH OCCUR $5,000,000 D 604BE02674-05 06/05/2025 06/05/2026 AGGREGATE $5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) SECURITY BOND ASSOCIATES BOND NUMBER:21 BDDIE1419, FIDELITY EMPLOYEE THEFT-CLIENT PREMISES.$1,000,000 EFFECTIVE 8/13.Commercial construction,truck/van washing services for FedEx,Condo Window Cleaning and work.Commercial Building window cleaning and Janitorial Work including Glazier Services, Building Anchor Installations and Inspections, banner installations,hoisting misc merchandise.Vehicles:2021 Gmc Sierra C1 500/K1-1 GTU9FEL4MZ434551,2019 Ford F150 1 FTEW1 CP1 KFD52670,2018 Ford T-250 Transit 1FTYR1YM7JKB1638 6 Add. Ins.: Monroe County Board of Commissioners: Key West International Airport 3491 S Roosevelt Boulevard, Key West, FL 33040 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN MONROE COUNTY BOARD ACCORDANCE WITH THE POLICY PROVISIONS. OF COUNTY COMMISSIONERS AUTHORIZED REPRESENTATIVE 1100 SIMONTON ST. 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