Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25236
AGREEMENT INFORMATION AGREEMENT NUMBER 25236 NAME/TYPE OF AGREEMENT JMP GROUP LLC DESCRIPTION PROFESSIONAL SERVICES AGREEMENT/CONTRACTED SERVICING OF STREET LITTER CONTAINERS/MATTER ID: 24-3030 EFFECTIVE DATE November 8, 2024 ATTESTED BY TODD B. HANNON ATTESTED DATE 11/8/2024 DATE RECEIVED FROM ISSUING DEPT. 11/8/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Aimee Gandarilla NAME OF OTHER CONTRACTUAL PARTY/ENTITY: JMP Group LLC EXT. 1906 IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT NO NO PURPOSE OF ITEM (BRIEF SUMMARY): Professional Services Agreement for Litter Container Waste Collection Services with JMP Group LLC. COMMISSION APPROVAL DATE: FILE ID: ENACTMENT NO.: IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR/CHIEF PROCUREMENT OFFICER November 4, 2024 Annie Perez, CPPO I 15:14:4, Jetlby: SIGNATURE: -4-- {11. RISK MANAGEMENT November 4, 2024 Ann -Marie Sharpe I 15:18:2,6-DE[SiTtlby: SIGNATURE: Fri Go�i,.) CITY ATTORNEY matter 24-3030 November 5, 202 Georg a K. L4 .F. cgTTIII �I�N�lif��. DHt4$i'gnetlby: tor2t, Risew1 Ill ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER November 6, 2024 Larry Spring, S ri n PA'�E9F aaz"aB , I 11: 32 :0 DEusc y tlby: SIGNATURE: srli,,,,b ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS Barbara Hernandez, MPA SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE Asael Marrero SIGNATURE: DEPUTY CITY MANAGER November 6, 20Pf3tpsy C cgpill -Williams �DocuSignetl by: SIGNATURE: N e4. co[4—k-tude.z CITY MANAGER November 7, 2024 Arthur N99riegqa� V 18:56:31 EST Docusi9eetl by: SIGNATURE: m , Abv; CITY CLERK November 8, 2024 Todd Hannon 1 09: 33:15,_Ea,Tgnetlby: SIGNATURE: ,��_ PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER City of Miami Office of the City Attorney Legal Services Request To: Office of the City Attorney From: Eduardo Falcon Contact Person Procurement Contracting Manager Title 11/4/2024 Date: Procurement Requesting Client (305) 416-1901 Telephone Legal Service Requested: Matter No. 24-3030: Professional Services Agreement for Litter Container Waste Collection Services with JMP Group LLC. Complete form and forward to the Office of the City Attorney or e-mail to Legal Services. Do not assume that the Office of the City Attorney knows the background of the question and/or issue, such as opinions on the same or similar issues, the existence of relevant memos, correspondence, etc. Please attach to this form and/or e-mail all pertinent information relating to the subject. Once your request has been assigned, an e-mail will be sent to you with the Assigned Attorney's name and the issued matter identification number. All attorneys in the Office of the City Attorney shall fully comply with the Rules Regulating the Florida Bar. For Legal Services requesting an opinion from the Office of the City Attorney: Issue opinion in writing. Publish opinion after issuance. Authorized by: Annie Perez Date response requested by: BELOW PORTION TO BE COMPLETED BY THE OFFICE OF THE CITY ATTORNEY Assigned Attorney: Date: File No. Approved by: Ultimate Client: Comments: D / R Date: Copy returned to Requesting Client Type: Matrix: Category: Copy to Ultimate Client rev. 04/14/2017 PROFESSIONAL SERVICES AGREEMENT OVERVIEW PSA TITLE: Litter Container Collection Services 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer — Authority level of $ 0 City Manager — Authority level of $ ❑ City Commission — RESOLUTION No. 2. PROCUREMENT METHOD: ❑ RFP/RFQ ❑ IFB ❑ SOLE SOURCE ❑ PIGGY -BACK ❑ PROFESSIONAL SERVICES UNDER $25,000 ❑ OTHER (Please explain): 3. WHAT IS THE SCOPE OF SERVICES? Litter collection services throughout the City twice per day 365 days of the year. 4. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Solid Waste 5. IS THE AWARDEE INCUMBENT? No, new service 6. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? This is a new service 7. WHEN DOES THE CURRENT CONTRACT EXPIRE? N/A 8. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? N/A 9. WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? N/A CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V City Manager FROM: Wade L. Sanders Sanders, Wade D'gitallysgnedby$anders,Wade Date: 2824.88.O7 11:38:27-84'88' Director, Solid Waste Department DATE: 8/7/24 SUBJECT: Emergency purchases REFERENCES: ENCLOSURES: The Department of Solid Waste respectfully requests your approval of the following emergency purchase(s) to contract litter container waste collection services to maintain the major thoroughfares within the city . The goods and/or services required herein are as a result of one or both of the following circumstance(s): 1) A public emergency (threats to health, life, welfare or safety); or 2) Convenience of the City. Per the emergency procurement procedures as defined in Section 18-90 of the City Code, authorization to waive the competitive bid process, albeit it is a retroactive authorization, is also requested for the aforementioned emergency purchase if greater than $25,000. This purchase is necessary for the following reason: The Department of Solid Waste requests your approval to contract litter container waste collection services from JMP Group in response to the environmental and health challenges the city faces on a daily basis. Florida weather conditions such as hurricanes, tropical storms, King Tide and rain events, etc. threaten and impact the environment and quality of lives of the residents we serve. Litter collection services will serve the needs of our residents and homeless population while promoting the need to meet the NPDES National Pollutant Discharge state requirements. ET:MANAGER: M-eV-2B1542A.. Arthur Noriega V APPROVED DISAPPROVED October 2, 2024 1 18:02:11 EDT Date: DIRECTOR, DEPARTMENT OF PROCUREMENT: ✓❑ APPROVED D DISAPPROVED Perez, Annie Digitally signed by Perez, Annie Date: 2024.08.07 12:17:55-04'00' Annie Perez, CPPO Date: Additional certification required for emergency purchases greater than $25,000: DIRECTOR, OFFICE OF MANAGEMENT AND BUDGET: Gouin, Marie Digitally signed by Gouin, Marie Date: 2024.10.01 12:48:13 -04'00' Marie "Maggie" Gouin MI certify the funds to cover this emergency purchase are available Date: 10/01/2024 City of Miami, Florida Project Number 24-25-001 PROFESSIONAL SERVICES AGREEMENT By and Between The City of Miami, Florida And CONTRACTOR This Professional Services Agreement ("Agreement") is entered into this 8th day of November , 2024 by and between the City of Miami, a municipal corporation of the State of Florida, whose address is 444 S.W. 2nd Avenue, 10th Floor, Miami, Florida 33130 ("City"), and, JMP Group LLC, a Florida Limited Liability Company, qualified to do business in the State of Florida whose principal address is 3350 SW 148th Ave Ste. 110 Miramar, FL ("Contractor"). RECITALS: WHEREAS, the City wishes to engage the Services of Contractor, and Contractor wishes to perform the Services for the City; and WHEREAS, the City and the Contractor desire to enter into this Agreement under the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, Contractor and the City agree as follows: TERMS: 1. RECITALS AND INCORPORATIONS; DEFINITIONS: The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. This Agreement for Litter Container Waste Collection services (inclusive of scope of services and compensation) is hereby incorporated into and made a part of this Agreement and attached hereto as Exhibits "A" and "B" respectively. The order of precedence whenever there is any conflicting or inconsistent language between documents is as follows in descending order of priority: (1) this Professional Services Agreement ("PSA"), inclusive of any amendments which may be authorized by the City and executed by the parties, if any; and (2) Exhibits in alphabetical order. 1 City of Miami, Florida Project Number 24-25-001 2. TERM: The Agreement shall become effective on the date on the first page, and shall expire on the earlier of: 1. The effective date of the executed agreement resulting from the City's issuance of a competitive solicitation for the same or similar services; or 2. Cancellation or termination of this agreement by the City in accordance with Section 14. 3. SCOPE OF SERVICES: A. Contractor agrees to provide the Services as specifically described, and under Exhibit "A", which by this reference is incorporated into and made a part of this Agreement. B. Contractor represents to the City that: (i) it possesses all qualifications, licenses, certificates, authorizations, registrations, and expertise required for the performance of the Services, including but not limited to full qualification to do business in Florida; (ii) it is not delinquent in the payment of any sums due the City, any City agency or instrumentality, including payment of accounts, debts, permits, fees, occupational licenses, etc., nor in the performance of any obligations or payment of any monies to the City; (iii) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; (iv) the Services will be performed in the manner described in Exhibit "A"; and (v) each person executing this Agreement on behalf of Contractor has been duly authorized to so execute the same and fully bind Contractor as a party to this Agreement. C. Contractor shall at all times provide fully qualified, competent and physically capable employees to perform the Services under this Agreement. Contractor shall possess and maintain any required licenses, permits and certifications to perform the Services under this Agreement. The City may require Contractor to remove any employee the City deems careless, incompetent, insubordinate, or otherwise objectionable and whose continued services under this Agreement is not in the best interest of the City. 2 City of Miami, Florida Project Number 24-25-001 4. COMPENSATION: A. The amount of compensation payable by the City to the Contractor will be based on Exhibit "B" hereto, which by this reference is incorporated into and made a part of this Agreement. B. Payment shall be made in arrears based upon work performed to the satisfaction of the City within forty-five (45) days after receipt of Contractor's invoice for Services performed, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should the City require one to be performed. Invoices shall be sufficiently detailed so as to comply with the "Florida Prompt Payment Act", §218.70. - 218.79, Florida Statutes, and other applicable laws. No advance or future payments shall be made at any time. C. Contractor agrees and understands that (i) any and all subcontractors providing Services related to this Agreement shall be paid through Contractor and not paid directly by the City, and (ii) any and all liabilities regarding payment to or use of subcontractors for any of the Services related to this Agreement shall be borne solely by Contractor. 5. OWNERSHIP OF DOCUMENTS: Contractor understands and agrees that any information, data, document, report or any other material whatsoever which is given by the City to Contractor, its employees, or any subcontractor, or which is otherwise obtained or prepared by Contractor solely and exclusively for the City pursuant to or under the terms of this Agreement, is and shall at all times remain the property of the City. Contractor agrees not to use any such information, data, document, report or material for any other purpose whatsoever without the written consent of the City Manager, which may be withheld or conditioned by the City Manager in his/her sole discretion. Contractor is permitted to make and to maintain duplicate copies of the files, records, documents, etc. if Contractor determines copies of such records are necessary subsequent to the termination of this Agreement; however, in no way shall the confidentiality as permitted by applicable laws be 3 City of Miami, Florida Project Number 24-25-001 breached. The City shall maintain and retain ownership of any and all data and documents which result upon the completion of the work and Services and prepared by Contractor solely and exclusively for the City pursuant to or under the terms of this Agreement as per the terms of this Section 5. 6. AUDIT AND INSPECTION RIGHTS AND RECORDS RETENTION: A. Contractor agrees to provide access to the City or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this Agreement, for the purpose of audit, examination, excerpts, and transcripts. The City may, at reasonable times, and for a period of ten (10) years following the date of final payment by the City to Contractor under this Agreement, audit and inspect, or cause to be audited and inspected, those books, documents, papers, and records of Contractor which are solely related to Contractor's performance under this Agreement. Contractor agrees to maintain any and all such books, documents, papers, and records at its principal place of business for a period of ten (10) years after final payment is made under this Agreement and all other pending matters are closed. Contractor's failure to adhere to, or refusal to comply with, this condition shall result in the immediate cancellation of this Agreement by the City. The audit provisions set forth 18-102 of the Code of the City of Miami, Florida as same may be amended or supplemented, from time to time, are applicable to this Agreement. B. The City may, at reasonable times during the term hereof, inspect the Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Contractor under this Agreement conform to the terms hereof. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. The inspection provisions set forth 18-101 of the Code of the City of Miami, Florida as same may be amended or supplemented, from time to time, are applicable to this Agreement. 4 City of Miami, Florida Project Number 24-25-001 All audits, tests and inspections shall be subject to, and made in accordance with, the provisions of Sections 18-100, 18-101, and 18-102 of the Code of the City of Miami, Florida, which apply to this Agreement, as same may be amended or supplemented, from time to time. 7. AWARD OF AGREEMENT: Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. 8. PUBLIC RECORDS: A. Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City Agreements, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable laws. Contractor's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. B. Contractor shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service; (2) if required, provide the public with access to public records on the same terms and conditions as the City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law; (4) meet all requirements for retaining public records and transfer, at no cost, to the City all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements; and, (5) provide all electronically stored public records that must be provided to the City in a format compatible with the City's information technology systems. Notwithstanding the foregoing, 5 City of Miami, Florida Project Number 24-25-001 Contractor shall be permitted to retain any public records that make up part of its work product solely as required for archival purposes, as required by law, or to evidence compliance with the terms of this Agreement. C. SHOULD CONTRACTOR DETERMINE TO DISPUTE ANY PUBLIC ACCESS PROVISION REQUIRED BY FLORIDA STATUTES, THEN CONTRACTOR SHALL DO SO AT ITS OWN EXPENSE AND AT NO COST TO THE CITY. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS(a�MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FLOOR, MIAMI, FL 33130. THE CONTRACTOR MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. 9. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Contractor understands that agreements with local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, ethics, funding, lobbying, record keeping, etc. the City and Contractor agree to comply with and observe all such applicable federal, state and local laws, rules, regulations, codes and ordinances, as they may be amended from time to time. Contractor further agrees to include in all of Contractor's agreements with subcontractors for any Services related to this Agreement this provision requiring subcontractors to comply with and observe all applicable federal, state, and local laws rules, regulations, codes and ordinances, as they may be amended from time to time. 10. E-VERIFY EMPLOYMENT VERIFICATION: Contractor shall E-Verify the employment status of all employees and subconsultants to the extent required by federal, state, and local laws, rules, and regulations. The City shall consider 6 City of Miami, Florida Project Number 24-25-001 the employment by Contractor of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the Contractor knowingly employs unauthorized aliens, such violation shall be cause for termination of this Agreement. Furthermore, Contractor agrees to utilize the U.S. Agency of Homeland Security's E-Verify System, https://e-verify.uscis.gov/emp, to verify the employment eligibility of all employees during the term of this Agreement. The Contractor shall also include a requirement in subconsultant agreements that the subconsultant shall also utilize the E-Verify System to verify the employment eligibility of all employees of the subconsultant during the term of this Agreement. 11. INDEMNIFICATION: Contractor shall indemnify, save and hold harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, departments, employees, agencies, and instrumentalities (individually and collectively the "Indemnitees"), from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by performance of this Agreement by the Contractor, the Contractor's compliance and/or noncompliance with the provisions of this Agreement, and all laws and regulations pertaining to the Contractor's services which are applicable to the Contractor, the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. Contractor shall further, hold the City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or employees against any civil actions, administrative, regulatory, statutory or similar claims, injuries or damages arising or resulting from the Services, even if it is alleged that the Indemnitees were negligent. In the event that any action, cause of action, claim, demand or proceeding (collectively "Claim(s)") is brought against the City by reason of any such Claim(s), the Contractor shall, upon written notice from the City, resist and defend such action or proceeding by counsel reasonably satisfactory to the City Attorney. The Contractor expressly understands and agrees that any insurance protection required by this 7 City of Miami, Florida Project Number 24-25-001 Contract or otherwise provided by the Contractor shall in no way limit the responsibility to indemnify, hold, keep and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. The indemnification provided above shall obligate the Contractor to defend, at its own expense, to and through trial, mediation, arbitration, administrative, regulatory, appellate, supplemental or bankruptcy proceedings, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Contractor, or persons or entities employed or utilized by Contractor. These duties shall survive the cancellation or expiration of this Agreement. This Section shall be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as they may be applicable, and as they may be amended. Contractor shall require all sub -contractor agreements to include a provision that each sub -contractor shall indemnify, hold harmless and defend the City in substantially the same language as this Section. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City, in no way, assumes or shares any responsibility or liability of the Contractor or sub -contractor under this Contract. Ten dollars ($10.00) of the payments made by the City shall constitute separate, distinct, and independent consideration for the granting of this indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Contractor. 8 City of Miami, Florida Project Number 24-25-001 12. DEFAULT: If Contractor fails to comply materially with any term or condition of this Agreement, or fails to perform in any material way any of its obligations hereunder, and fails to cure such failure after reasonable notice from the City, setting forth the thirty (30) time period to cure, then Contractor shall be in default. Contractor understands and agrees that termination of this Agreement under this section shall not release Contractor from any obligation accruing prior to the effective date of termination. Should Contractor be unable or unwilling to commence to perform the Services within the time provided or contemplated herein, then, in addition to the foregoing, Contractor shall be liable to the City for all expenses incurred by the City in preparation and negotiation of this Agreement, as well as all costs and expenses incurred by the City in the re -procurement of the Services, including consequential and incidental damages. 13. RESOLUTION OF AGREEMENT DISPUTES: Contractor understands and agrees that all disputes between Contractor and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to Contractor being entitled to seek judicial relief in connection therewith. In the event that the amount of compensation hereunder exceeds Twenty - Five Thousand Dollars and No/Cents ($25,000), the City Manager's decision shall be approved or disapproved by the City Commission. Contractor shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if the amount of compensation hereunder exceeds Twenty -Five Thousand Dollars and No/Cents ($25,000), or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation (one hundred twenty (120) days if City Manager's decision is subject to the City Commission approval); or (iii) the City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. In no event may the amount of compensation under this Section exceed the total compensation set forth in Section 4 (A) of this Agreement. 9 City of Miami, Florida Project Number 24-25-001 14. TERMINATION; OBLIGATIONS UPON TERMINATION: A. The City, acting by and through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, for convenience, and without penalty or any stated cause, at any time, by giving written notice to Contractor at least thirty (30) calendar days prior to the effective date of such termination. In such event, the City shall pay to Contractor compensation for Services rendered and approved expenses incurred prior to the effective date of termination. In no event shall the City be liable to Contractor for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any consequential or incidental damages. The Contractor shall have no recourse or remedy against the City for a termination under this subsection except for payment of fees due prior to the effective date of termination. B. The City, by and acting through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, and without penalty, upon the occurrence of an event of a material breach hereunder, and failure to cure the same within thirty (30) days after written notice of default. In such event, the City shall not be obligated to pay any amounts to Contractor for Services rendered by Contractor after the date of termination, but the parties shall remain responsible for any payments that have become due and owing as of the effective date of termination. In no event shall the City or Contractor be liable to the other for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City or Contractor be liable for any direct, indirect, consequential or incidental damages. 15. INSURANCE: A. Contractor shall, at all times during the term hereof, maintain such insurance coverage(s) as may be required by the City. The insurance coverage(s) required as of the Effective Date of this Agreement are attached hereto as Exhibit "D" and incorporated herein by this reference. The City's agreement and title number must appear on each certificate of insurance. The Contractor shall add the City of Miami as an additional insured to its commercial 10 City of Miami, Florida Project Number 24-25-001 general liability, and auto liability policies, and as a named certificate holder on all policies. Contractor shall correct any insurance certificates as requested by the City's Director of Risk Management. All such insurance, including renewals, shall be subject to the approval of the City for adequacy of protection and evidence of such coverage(s) and shall be furnished to the City Risk Management Director on Certificates of Insurance indicating such insurance to be in force and effect and any cancelled or non -renewed policy will be replaced with no coverage gap and a current Certificate of Insurance will be provided. Completed Certificates of Insurance shall be filed with the City prior to the performance of Services hereunder, provided, however, that Contractor shall at any time upon request file duplicate copies of the Certificate of Insurance with the City. B. If, in the judgment of the City, prevailing conditions warrant the provision by Contractor of additional liability insurance coverage or coverage which is different in kind, the City Risk Management Director reserves the right to require the provision by Contractor of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the Contractor fail or refuse to satisfy the requirement of changed coverage within thirty (30) days following the City's written notice, this Agreement shall be considered terminated on the date that the required change in policy coverage would otherwise take effect. C. Contractor understands and agrees that any and all liabilities regarding the use of any of Contractor's employees or any of Contractor's sub -contractors for Services related to this Agreement shall be borne solely by Contractor throughout the term of this Agreement and that this provision shall survive the termination of this Agreement. Contractor further understands and agrees that insurance for each employee of Contractor and each sub -contractor providing Services related to this Agreement shall be maintained in good standing and approved by the City's Director of Risk Management throughout the duration of this Agreement. D. Contractor shall be responsible for assuring that the insurance certificates required under this Agreement remain in full force and effect for the duration of this Agreement, including 11 City of Miami, Florida Project Number 24-25-001 any extensions hereof. If insurance certificates are scheduled to expire during the term of this Agreement and any extension hereof, Contractor shall be responsible for submitting new or renewed insurance certificates to 's Director of Risk Management as soon as coverages are bound with the insurers. In the event that expired certificates are not replaced, with new or renewed certificates which cover the term of this Agreement and any extension thereof: (i) the City shall suspend this Agreement until such time as the new or renewed certificate(s) are received in acceptable form by 's Director of Risk Management; or (ii) the City may, at its sole discretion, terminate this Agreement for cause and seek re -procurement damages from Contractor in conjunction with the violation of the terms and conditions of this Agreement. E. Compliance with the foregoing requirements shall not relieve Contractor of its liabilities and obligations under this Agreement. 16. NONDISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITH DISABILITIES ACT: Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by the City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used in connection with its performance under the contract. Furthermore, Contractor affirms that no otherwise qualified 12 City of Miami, Florida Project Number 24-25-001 individual shall solely by reason of their race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used, be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Contractor shall not discriminate against any person on the basis of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 17. ASSIGNMENT: The Contractor's services are considered unique and specialized. This Agreement shall not be assigned, sold, transferred, pledged, or otherwise conveyed by Contractor, in whole or in part, and Contractor shall not assign any part of its operations which are related to the performance of this Agreement, without the prior written consent of the City Manager, which may be withheld or conditioned, in the City's sole discretion through the City Manager. 18. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. 13 City of Miami, Florida Project Number 24-25-001 TO CONTRACTOR: Margaret Gachelin Manager 3350 SW 148th Ave, Ste. 110 Miramar, FL 33027 TO THE CITY: Arthur Noriega V City Manager 444 SW 2nd Avenue, 10th Floor Miami, FL 33130-1910 Annie Perez, CPPO Director /Chief Procurement Officer 444 SW 2nd Avenue, 6th Floor Miami, FL 33130-1910 George K. Wysong III City Attorney 444 SW 2nd Avenue, 9th Floor Miami, FL 33130-1910 Wade L. Sanders Director of Solid Waste 1290 NW 20 St. 400 NW 2nd Avenue Miami, FL 33142 19. MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. Venue in any proceedings between the parties shall be in Miami -Dade County, Florida. Each party shall bear its own attorney's fees. Each party waives any defense, whether asserted by motion, memorandum, or pleading, that the aforementioned courts are an improper or inconvenient venue. Moreover, the parties consent to the personal jurisdiction of the aforementioned courts and irrevocably waive any objections to said jurisdiction. The parties freely, knowingly irrevocably waive any rights to a jury trial in any actions or proceedings between them related to this Agreement. B. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. C. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise 14 City of Miami, Florida Project Number 24-25-001 unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then the same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. D. Contractor shall comply with all applicable laws, rules and regulations in the performance of this Agreement, including but not limited to licensure, registration, and certifications required by law for professional service Contractors performing these services. E. This Agreement constitutes the sole and entire Agreement between the parties hereto. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the parties hereto. Except as otherwise set forth in Section 2 above, the City Manager shall have the sole authority to extend, amend, or modify this Agreement on behalf of the City. All changes and/or modifications to this Agreement shall be approved in advance and in writing by the Office of the City Attorney as to legal form and correctness, and executed in writing by the City and the Contractor. F. Title and paragraph headings are for convenient reference and are not a part of this Agreement. G. Nothing contained in this Agreement is any way intended to be a waiver of the limitation placed upon the Indemnitees' liability as set forth in Chapter 768, Florida Statutes. Additionally, the Indemnitees do not waive sovereign immunity, and no claim or award against the Indemnitees shall include attorney's fees, investigative costs, pre -suit or adjusting costs, or pre -judgment interest. H. If any term or provision of this Agreement, or combination of the same, is in violation of any applicable law or regulation, or is unenforceable or void for any reason, such term, provision or combination of same shall be modified or reformed by the court to the minimum extent necessary to accomplish the intention of the entire Agreement to the maximum extent allowable, 15 City of Miami, Florida Project Number 24-25-001 under any legal form, without violating applicable law or regulation. Notwithstanding, the remainder of this Agreement shall remain binding upon the parties. This Subsection shall not apply if there is a material breach of this Agreement causing cancelation or cancellation for convenience. 20. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors, or assigns. 21. INDEPENDENT CONTRACTORS: Contractor has been procured and is being engaged to provide Services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, neither Contractor, nor its employees, nor any subcontractor hired by Contractor to provide any Services under this Agreement shall attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Contractor further understands that Florida Workers' Compensation benefits available to employees of the City are not available to Contractor, its employees, or any subcontractor hired by Contractor to provide any Services hereunder, and Contractor agrees to provide or to require subcontractor(s) to provide, as applicable, workers' compensation insurance for any employee or agent of Contractor rendering Services to the City under this Agreement. Contractor further understands and agrees that Contractor's or subcontractors' use or entry upon City properties shall not in any way change its or their status as an independent contractor. 22. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and this Agreement is subject to amendment or termination due to lack of funds, reduction of funds, failure to allocate or appropriate funds, and/or change in applicable laws or regulations, upon thirty (30) days written notice. 16 City of Miami, Florida Project Number 24-25-001 23. FORCE MAJEURE: A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by this Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. 24. CITY NOT LIABLE FOR DELAYS: Contractor hereby understands and agrees that in no event shall the City be liable for, or responsible to Contractor or any subcontractor, or to any other person, firm, or entity for or on account of, any stoppages or delay(s) in work herein provided for, or any damages whatsoever related thereto, because of any injunction or other legal or equitable proceedings or on account of any delay(s) for any cause over which the City has no control. 25. USE OF NAME: Contractor understands and agrees that the City is not engaged in research for advertising, sales promotion, or other publicity purposes. Contractor is allowed, within the limited scope of normal and customary marketing and promotion of its work, to use the general results of this project and the name of the City. The Contractor agrees to protect any confidential 17 City of Miami, Florida Project Number 24-25-001 information provided by the City and will not release information of a specific nature without prior written consent of the City Manager or the City Commission. 26. NO CONFLICT OF INTEREST: Pursuant to the City of Miami Code Section 2-611, as amended (" Code"), regarding conflicts of interest, Contractor hereby certifies to the City that no individual member of Contractor, no employee, and no subcontractor under this Agreement nor any immediate family member of any of the same is also city employee or a member of any board, commission, or agency of the City. Contractor hereby represents and warrants to the City that throughout the term of this Agreement, Contractor, its employees, and its subcontractors will abide by this prohibition of the City Code. Contractor additionally agrees during the term of this Agreement not to serve as a paid expert witness, affiant or otherwise furnish evidence adverse to the City in a Claim brought against the City by any third party. 27. NO THIRD -PARTY BENEFICIARY: No persons other than the Contractor and the City (and their successors and assigns) shall have any rights whatsoever under this Agreement. 28. SURVIVAL: All obligations (including but not limited to indemnity and obligations to defend and hold harmless) and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination. 29. TRUTH -IN -NEGOTIATION CERTIFICATION, REPRESENTATION AND WARRANTY: Contractor hereby certifies, represents and warrants to the City that on the date of Contractor's execution of this Agreement, and so long as this Agreement shall remain in full force and effect, the wage rates and other factual unit costs supporting the compensation to Contractor under this Agreement are and will continue to be accurate, complete, and current. Contractor 18 City of Miami, Florida Project Number 24-25-001 understands, agrees and acknowledges that the City shall adjust the amount of the compensation and any additions thereto to exclude any significant sums by which the City determines the contract price of compensation hereunder was increased due to inaccurate, incomplete, or non- current wage rates and other factual unit costs. All such contract adjustments shall be made within one (1) year of the end of this Agreement, whether naturally expiring or earlier terminated pursuant to the provisions hereof. 30. ANTITRUST VIOLATOR VENDORS: Pursuant to Section 287.137, Florida Statutes, a person or an affiliate who has been placed on the Antitrust Violator Vendors List following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply on any agreement to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on any agreement with a public entity for the construction or repair of a public building or public work; may not submit a bid, proposal, or reply on leases of real property to a public entity; may not be awarded or perform work as a grantee, supplier, subcontractor, or consultant under an agreement with a public entity; and may not transact new business with a public entity. 31. ANTI -HUMAN TRAFFICKING: The Contractor confirms and certifies that it is not in violation of Section 787.06, Florida Statutes, and that it does not and shall not use "coercion" for labor or services as defined in Section 787.06, Florida Statutes. The Contractor shall execute and submit to the City an Affidavit, of even date herewith, in compliance with Section 787.06(13), Florida Statutes, attached an incorporated herein as "Anti -Human Trafficking Affidavit". If the Contractor fails to comply with the terms of this Section, the City may suspend or terminate this Agreement immediately, without prior notice, and in no event shall the City be liable to Contractor for any additional compensation or for any consequential or incidental damages. 19 City of Miami, Florida Project Number 24-25-001 32. COUNTERPARTS, ELECTRONIC SIGNATURES: This Agreement may be executed in counterparts, each of which shall constitute an original, but all of which, when taken together, shall constitute one and the same agreement. This Agreement may be executed in counterparts, each of which shall be an original as against either party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. 33. ENTIRE AGREEMENT: This instrument and its exhibits constitute the sole and only agreement of the parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. 20 City of Miami, Florida Project Number 24-25-001 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. "Contractor" ATTEST: JMP Group LLC By: Print Name: Print N Title: (Corporate Seal) ATTEST: By: pDocuSlgneetlby: Signed by: a Todd B. Hannon, C'Ity Clary Title: CEO (Authorized Corporate Officer) "City" By: CITY OF MIAMI, a municipal corporation "—Do.Sign. by: Qv L NDrit,da I1 DDg L �... Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE AND CORRECTNESS: REQUIREMENTS: DS Sge tlby: ttLF D Sg tlby: B Aorot,Ntiso 9� ili B FrtuAk OMt� y• y• George K. Wysong III 24-3030 Ann - Marie Sharpe 21 City Attorney Director of Risk Management City of Miami, Florida Project Number 24-25-001 EXHIBIT A SCOPE OF SERVICES 22 Scope of Work for Contracted Servicing of City of Miami Street Litter Containers 1. Overview This Scope of Work (SOW) outlines the requirements for the contracted servicing of street litter containers within the City of Miami. The purpose of this contract is to ensure the regular, consistent, and efficient collection, cleaning, and disposal of waste from city litter containers, contributing to a clean and welcoming urban environment. 2. Service Area and Container Locations • The Contractor will be responsible for the servicing of all designated street litter containers within the defined service area. • An attached map will be provided detailing the exact locations of all street litter containers to be serviced under this contract. • The location of the containers will be also accessible in the Litter Containers routes defined in Rubicon. • The Contractor is expected to service all containers indicated on this map; additional or modified locations may be added by the City as necessary. 3. Service Frequency and Collection Requirements • Collection Frequency: The Contractor must conduct two collections per day for each litter container, ensuring timely servicing of all containers to prevent overflow and litter accumulation. • Collection Schedule: Each collection route should be structured to minimize disruptions to pedestrian and vehicular traffic. A preferred collection window may be suggested but is ultimately subject to the discretion of the City. 4. Waste Disposal • All waste collected from the litter containers must be transported to and disposed of at the MiniDump facility located within the City of Miami Department of Solid Waste, located at 1290 NW 20th Street, Miami, FL. • The Contractor is responsible for ensuring compliance with all applicable disposal regulations, including the handling and transport of collected waste to the designated disposal site. 5. Cleaning and Maintenance of Surrounding Area • The Contractor must ensure that the area surrounding each litter container is kept clean and free of debris daily. This includes the removal of any loose trash, litter, or waste around the container site, maintaining a neat and debris -free environment. • After each collection, the Contractor should inspect the area immediately surrounding the container to ensure no waste has spilled or accumulated outside the container. Any debris found should be removed promptly. 6. Container Maintenance and Reporting Requirements • All installation, repairs, and replacements of litter containers will be the responsibility of the City of Miami. The Contractor is not responsible for performing maintenance or making any physical alterations to the containers. • The Contractor must report any maintenance issues related to the containers (e.g., damage, vandalism, structural issues) on a daily basis. Reports should be logged in the Rubicon system to ensure timely communication with the City of Miami Solid Waste Department for necessary repairs or replacements. 7. Completion Monitoring and Quality Assurance • The Contractor's completion of daily servicing requirements will be monitored through the existing routes and data management system in Rubicon. • Each collection, area cleaning, and any reported maintenance issue must be logged in Rubicon to maintain clear records of route completion, area cleanliness, container condition, and service performance. • Regular reviews will be conducted by the City of Miami Solid Waste Department to assess compliance with the collection schedule and quality standards. The Contractor will be responsible for addressing any service deficiencies identified by City monitors. 8. Contractor Responsibilities • Personnel and Equipment: The Contractor is responsible for providing sufficient personnel and equipment to ensure completion of all service requirements as outlined in this SOW. • Safety and Compliance: The Contractor's staff must follow all local safety regulations and operational guidelines when servicing litter containers, cleaning the surrounding area, handling waste, and disposing of waste at the MiniDump. • Reporting: Any issues related to litter container conditions (e.g., damage, vandalism) should be reported immediately to the City of Miami Solid Waste Department through the Rubicon system for prompt action. 9. City of Miami Responsibilities • The City will provide the Contractor with the map detailing the litter container locations and access to the Rubicon platform for route tracking and reporting. • The City will handle all installations, repairs, and replacements for litter containers, based on the Contractor's daily reports on container conditions. • Regular communication channels will be maintained with the Contractor to address operational issues, service feedback, or route adjustments as necessary. r m E20.5t E 2SAISt E 27th St ailr, Si 22nd St k 151 E 13th 51 5Eal a Dr IWO gth St o-Av LnLt. MN WA. 3.2j11 a TONEOrd 51 NW nth St EMV YVV,MI Pu 6E. FAN 2 e' z z M17 z I r I,r Iirk z z , 5- 6 ••11•I: Brown NW 59th S I Lie Nej 46411 St NW 33th N1W:771]th 2i1 I 111121h r23 ir# NW iltri St 363 25▪ 9 263 225 20E 217 31g 1.6 gI3 ggE ,1„.11-12 30 IRO 257 21 15 219 208 164 r2.7.3 15 4LJd 111 flg3 [43 EN EL Parlal egl 23. 3▪ 2▪ E111 296 305 04 88 103 (I 08 123 5 366 .31 09 a 361 1 NE 83rd 295 0 -1. NorM Bay ViRage Lend POU tog 111) LitterNorth_Wed z \ &L 7. NW 5r 51 MIA - Miami International Airport 2,, Si 55 1-5 ENie Lagou layarm 1175.1, i5S 7;16,. se kleret, SI. z z z z z X z z ASAI 3rd 51 X X X 0 NA' 3N1 Sr 1 0 2 5 9 i W..151 li ..„,,, m ell tell es f1:7 2390 WHWerlia2 v. 5e1225: * i 0 % , SW4thSt West Miami 5w 6111SL swims,- r ' SW ISt.St 1200 551105551 V.F.a14 AO* *maw St 2 N..14224751.' 7.' V.3 II -I. '4 4 .., 246 c' '-'• Wi itb St i 2 .-1- SW klb St C23 5i"qer Crum hill.? Ga bles Trailer erk 51,43,1,. H. Ce to7 Mei.8 &N+ WW2£11, ION 26th 51 H55fld1t 21,qa- 2 1.1117t5t 232 "DI) *P. 6554111 s: CO CIO 0 0 1556115. %Su: St 50 NW ',J;; teW3.Zpi 51 NW nth 5i z NV/ 29th 7er 111., uth rturrct h 25522251 NE -9,i E, 414 ZIEt St 226. ,• '5 har,=.1 4,5 170 e11 C162 5611'd5l 20 Evg 511 5t 1/11 5,e.,Zo 51 SW 15-Y a CA)41 "70.51 1 SW I 1.1. 1 S. SW 151) a 22I40 141 470 6D 166 gII v.., KA 45 2311..9. P/E1,5hSt 445415551 33 C3 211 2174 229 01 MIU AI sin 94 204 %V 5555 Legend nouns SW 4th St :of SW DUI St tic GobLe 16th St ALGaZar JF.1 5anUnder Avc SW 40th St Coral5ables Canal miller fd SW 4th St SW stt, SW hth St ..m. As. G, Am, V fl 64 -.;. .2511 ....0 Aragon Awe "F 252 Ili 222 Air n.ri Gam SW 4th St Lft2 4-t 7-te 0 0 293 310 e ,.... ,.... SW 2itth Si 9Q5. SW 27th St ,....• SW 20th St Y041 302 0.30 ow 304 c .0.- Le, ... 305 Coral Gables 0,-les V, DaAve 7e ,- e y 294 c) Da! AW 0 3 08 ,Fio iMip 04 259 265 lin 262 1.•:' '283 LaquatAwc 286 40. 285 SW 4th ST. 5W 61.1-15t Latin 'Quarter ;71r- (1) I]ircyyJ ILA143 gn irriE 139 142.0 11111,366 236 t153 7C21 rr 0 223 2211 0 0 -43 SW 6kb SI SW !LH.' 0 Legend Routes Litterouth_Thu City of Miami, Florida Project Number 24-25-001 EXHIBIT B COMPENSATION 23 ESTI MATE JMP Group LLC 3350 SW 148th Ave Ste 110 Miramar, FL info@jmpregroup.com +1 (305) 908-8303 www.jmpregroup.com AN% JMP GOU? LLC EXCELLENCE BY DESIGN City of Miami Department of Solid Waste Bill to City of Miami Department of Solid Waste 1290 NW 20th Street Miami, FL 33142 Estimate details Estimate no.: 1115 Estimate date: 08/28/2024 Ship to City of Miami Department of Solid Waste 1290 NW 20th Street Miami, FL 33142 # Date 1. 2. 3. Product or service Litter Can Pickup Litter Can Pickup Litter Can Pickup Note to customer Estimate is based on the following: 1.Total Litter Cans: 1,002 (per year) 2.Total Pickups: 731,460 (per year) Accepted date Description Qty Rate Amount Central: 313 litter can pickups 2x per day, 7 228490 $1.76 $402,142.40 days a week, 365 days per year (Total pickups: 228,490) South: 311 litter can pickups 2x per day, 7 227030 $1.76 $399,572.80 days a week, 365 days per year (Total pickups: 227,030) North: 378 litter can pickups 2x per day, 7 275940 $1.76 $485,654.40 days a week, 365 days per year (Total pickups: 275,940) Accepted by Total $1,287,369.60 City of Miami, Florida Project Number 24-25-001 EXHIBIT C CERTIFICATE OF INSURANCE 24 ACVRL7 L..-'--- CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/31/2024 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 USAA Insurance Agency Inc. 9800 FRDRCKSBRG HSVCW, SAN ANTONIO, TX 78288 CONTACT NAME: Progressive Commercial Lines Customer and Agent Servicing PHONE FAX (A/C, No, Ext): 1-800-444-4487 (A/C, No): A -MAIL DDRE ro ressivecommercial email. ro ressive.com ADDRESS: P 9 C P 9 INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Progressive Express Insurance Company 10193 INSURED JMP Group LLC 3350 SW 148th Ave 110 Miramar, FL 33027 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 318649653323967205D103124T144320 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSU TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CON CT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY TH,, Q _ ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN RED... D BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER EFF /YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY OCCUR � O O� ` �� v O O � EACH OCCURRENCE $ CLAIMS -MADE DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT PRO- APPLIES PER: LOC GENERAL AGGREGATE $ PRODUCTS -COMP/OP AGG $ $ A AUTOMOBILE _ - LIABILITY ANY AUTO OWNEDSCHEDULED AUTOS ONLY HIRED AUTOS ONLY v� X _AUTOS AUTOS NON -OWNED ONLY ///��� ` N �/ A` 986967525 09/18/2024 09/18/2025 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If Es, describe under DESCRIPTION OF OPERATIONS below N / A W- SpTAER TUTE ERH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A See ACORD 101 for additional coverage details. Y N 986967525 09/18/2024 09/18/2025 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION City of Miami 444 SW 2nd Ave Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE illat4ljeeZ ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID• LOC #• ACR ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY USAA Insurance Agency Inc. NAMED INSURED JMP Group LLC 3350 SW 148th Ave 110 Miramar, FL 33027 POLICY NUMBER 986967525 CARRIER Progressive Express Insurance Company NAIC CODE 10193 EFFECTIVE DATE: 09/18/2024 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE• Certificate of Liability Insurance Additional Coverages Insurance coverage(s) Limits Personal Injury Protection $10,000 w/$0 Ded - Named Insured Only Uninsured Motorist - Nonstacked $1,000,000 Combined Single Limit Description of Location/Vehicles/Special Items Scheduled autos only 2018 CHEVROLET SILVERADO 1GB3CYCGOJZ313482 Comprehensive $500 Ded w Collision $500 Ded 2013 FORD ECONOLINE 1 FTNE2EW5DDB05115 / ` ;;�\////�� Comprehensive $500 Ded O Collision $500 Ded Liability coverage may not apply to all scheduled vehicles. Additional Information Certificate holder is listed as an Additional Insured. O �OfYChri/et This policy is primary and non-contributory as to City of Min`dl s�her Holder is a named insured of any other policy. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ___.--...441 JMPGR-1 ,d►CO- �f- CERTIFICATE OF LIABILITY INSURANCE OP ID: K DATE31120 4 10l112024 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 618-692-9800 Assurance Brokers Ltd. 95 North Research Dr Ste 100 Edwardsville, IL 62025 CONTACT Steve McQuiggan PHONE 618-692-9800 FAX 618-692-9865 (PJC, No, Ext): (PJC, No}: ADE-MAILESS: stevecassurancebrokers.com DR INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Evanston Insurance Company 35378 INSURED JMP Group LLC 3350 SW 148th Ave. Miramar, FL 33027 INSURER B : INSURER C : INSURER D INSURER E : 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 LTRINSR TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POLICY F IMMOD POLICY EXP (MM1DDM'YY) LIMITS COMMERCIAL GENERAL LIABILITY e EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE POLICY OTHER. LIMIT APPLIES JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON-OWNEDqN AUTOS ONLY �r,O `/�' �[v' � O O� V COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY {Per accident} $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N f A PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A POLLUTION LIAB CPLMOL126073 09/03/2024 09/03/2025 EA OCCUR AGGREGATE 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION CITYMIA CITY OF MIAMI 444 SW 2ND AVE MIAMI, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE (vz ACORD 25 (2016103) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD A` OR�� CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/31/2024 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 Next First Insurance Agency, Inc. PO Box 60787 Palo Alto, CA 94306 CONTACT NAME: PHONE Ext): (855) 222-5919 FAX(A/C, No): E-MAIL ADDRESS: support@nextinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: State National Insurance Company, Inc. 12831 INSURED JMP Group LLC 3350 SW 148th Ave Miramar, FL 33027 INSURER B : INSURER C: INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 498035749 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE A INSD S WVD POLICY NUMBER POLICY F (MM/D POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X NXT3DF4LTF-02-GL 0 O Ol /, /10/2024 tC , 08/10/2025 EACH OCCURRENCE $1,000,000.00 CLAIMS -MADE X OCCUR DAMAGE TO RENTEDPREMISES (Ea occurrence) $100,000.00 MED EXP (Any one person) $15,000.00 PERSONAL & ADV INJURY $1,000,000.00 GEN'LAGGREGATELIMITAPPLIESPER: X POLICY OTHER: PRO JECT LOC GENERAL AGGREGATE $2,000,000.00 PRODUCTS - COMP/OP AGG $2,000,000.00 $ AUTOMOBILE LIABILITY ANY OWNED L OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY `��[' _v\ v • ` O Ow' A ^ �' ` v` COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE X P �CT3DF4LTF-02-GL 08/10/2024 08/10/2025 EACH OCCURRENCE $ 1,000,000.00 AGGREGATE $ 1,000,000.00 DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N/A PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Contractors Errors and Omissions X NXT3DF4LTF-02-GL 08/10/2024 08/10/2025 Each Occurrence: Aggregate: $25,000.00 $50,000.00 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The Certificate Holder is City of Miami. This Certificate Holder is an Additional Insured on the General Liability policy on a primary and non-contributory basis. All Certificate Holder privileges apply only if required by written agreement between the Certificate Holder and the insured, and are subject to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION City of Miami LIVE CERTIFICATE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 444 SW 2nd Ave Miami, FL 33130 �� nl +r am ;°r• j 9::vZ ° •F • ; g . � ry ro • ti AUTHORIZED REPRESENTATIVE o, o --� i Click or scan to view ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD City of Miami, Florida Project Number 24-25-001 EXHIBIT D INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS -LITTER CONTAINER WASTE COLLECTION SERVICES Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit Personal and Adv. Injury Products/Completed Operations B. Endorsements Required $1,000,000 $ 2,000,000 $ 1,000,000 $ 1,000,000 City of Miami listed as additional insured Primary Insurance Clause Endorsement Contingent Exposures Included II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident B. Endorsements Required City of Miami listed as an additional insured III. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of Subrogation Employer's Liability A. Limits of Liability $100,000 for bodily injury caused by an accident, each accident $100,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit 25 $ 1,000,000 City of Miami, Florida Project Number 24-25-001 IV. Pollution liability, if applicable Combined Single Limit Each Claim Policy Aggregate City of Miami listed as additional insured IV. Umbrella Liability Each Occurrence Policy Aggregate $1 ,000,000 $1,000,000 $1 ,000,000 $1 ,000,000 City of Miami as additional insured. Coverage is excess over the general liability and auto policies The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer in accordance to policy provisions. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A-" as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. 26 City of Miami, Florida Project Number 24-25-001 EXHIBIT E COMPANY RESOLUTION AND EVIDENCE OF QUALIFICATION TO DO BUSINESS IN FLORIDA (This Resolution needs to authorize the signatory to sign) WHEREAS, JMP Group ., a LLC (company type: Inc., LLC.), desires to enter into an Agreement with the City of Miami for the purpose of performing the work described in the contract to which this resolution is attached; and WHEREAS, the Board of Managers for LLC (board type; Board of Directors for Inc, Board of Managers for LLC.) at a duly held company meeting has considered the matter in accordance with the bylaws of the company; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD of Managers (same as identified above) that this company is authorized to enter into the Agreement with the City, and the CEO (company officer title) and the (company officer title) are hereby authorized and directed to execute the Agreement in the name of this Company and to execute any other document and perform any acts in connection therewith as may be required to accomplish its purpose. IN WITNESS WHEREOF, this 1st day of November, 2024. JMP Group LLC ("Contractor") An Florida (State) Company BY: '''')7-7-00 Print Name: Margaret Gachelin (sign) TITLE: CEO Print Name: 27 Margaret Gachelin (sign) DIVISION OF CORPORATIONS i+ avriitmi 'j1�1f1(org J D tJ�r)D r4rr11`_1I` l=J ur► official Jiate of f laritlu sveiniry Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Limited Liability Company JMP GROUP LLC Filing Information Document Number FEI/EIN Number Date Filed Effective Date State Status Last Event Event Date Filed Principal Address 3350 SW 148th Avenue 110 MIRAMAR, FL 33027 Changed: 11/07/2022 Mailing Address 3350 SW 148th Avenue 110 MIRAMAR, FL 33027 L15000196661 81-0690629 11/20/2015 11/17/2015 FL ACTIVE REINSTATEMENT 11/07/2022 Changed: 11/07/2022 Registered Agent Name & Address GACHELIN, MARGARET 3350 SW 148th Avenue 110 MIRAMAR, FL 33027 Name Changed: 01/24/2017 Address Changed: 11/07/2022 Authorized Person(s) Detail Name & Address Title Manager Gachelin, Margaret 3350 SW 148th Avenue 110 MIRAMAR, FL 33027 Annual Reports Report Year Filed Date 2023 04/30/2023 2024 02/28/2024 2024 03/29/2024 Document Images 03/29/2024 -- AMENDED ANNUAL REPORT 02/28/2024 -- ANNUAL REPORT 04/30/2023 -- ANNUAL REPORT 11/07/2022 -- REINSTATEMENT 01/24/2017 -- REINSTATEMENT 11/20/2015 -- Florida Limited Liability View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations City of Miami, Florida Project Number 24-25-001 EXHIBIT F Anti -Human Trafficking Affidavit 28 EXHIBIT G ANTI -HUMAN TRAFFICKING AFFIDAVIT 1. The undersigned affirms, certifies, attests, and stipulates as follows: a. The entity is a non -governmental entity authorized to transact business in the State of Florida and in good standing with the Florida Department of State, Division of Corporations. b. The nongovernmental entity is either executing, renewing, or extending a contract (including, but not limited to, any amendments, as applicable) with the City of Miami ("City") or one of its agencies, authorities, boards, trusts, or other City entity which constitutes a governmental entity as defined in Section 287.138(1), Florida Statutes (2024). c. The nongovernmental entity is not in violation of Section 787.06, Florida Statutes (2024), titled "Human Trafficking." d. The nongovernmental entity does not use "coercion" tor labor or services as defined in Section 787.06, Florida Statutes (2024), attached and incorporated herein as Exhibit Affidavit-1. 2. Under penalties of perjury, I declare the following: a. I have read and understand the foregoing Anti -Human Trafficking Affidavit and that the facts, statements and representations provided in Section 1 are true and correct. b. I am an officer or a representative of the nongovernmental entity authorized to execute this Anti - Human Trafficking Affidavit. Nongovernmental Entity: JMP Group LLC Name: Margaret Gachelin Signature of Officer: /r7aL,,� Office Address: 3350 SW/148th Ave. Ste.110, Miramar, FL 33027 Officer Title: CEO Email Address: margaret@jmpregroup.com FEIN No. 8/1 -0/ 6/9 /0/ 6/2 / 9 STATE OF FLORIDA COUNTY OF MIAMI-DADE Main Phone Number: 786-383-5710 The foregoi instrument was wore to and sub abed before me by means of Q�physical presence or O online notarization, this J tday of/✓b>(e ?pax I j_ I ret , as the authorized officer or representative for the nongovernmental entity.. He/she is personally known to - or as produced' as identificati (NOTARY PUBLIC SEAL) My Commission Expires: MONA OUIRAND Notary Public State of Florida Comm# HH44459 Expires 9/14/2027 (P nted, Typed, or Stamped Name of Notary Public) EXHIBIT AFFIDAVIT-1 SECTION 787.06, FLORIDA STATUTES (2024) Select Year: 2024 v The 2024 Florida Statutes Title Chapter 787 View Entire XLVI KIDNAPPING; CUSTODY OFFENSES; HUMAN TRAFFICKING; AND RELATED Chapter CRIMES OFFENSES 787.06 Human trafficking.— (1)(a) The Legislature finds that human trafficking is a form of modern-day slavery. Victims of human trafficking are young children, teenagers, and adults. Thousands of victims are trafficked annually across international borders worldwide. Many of these victims are trafficked into this state. Victimsi of human trafficking also include citizens of the United States and those persons trafficked domestically within the borders of the United States. The Legislature finds that victims of human trafficking are subjected to force, fraud, or coercion for the purpose of sexual exploitation or forced labor. (b) The Legislature finds that while many victims of human trafficking are forced to work in prostitution or the sexual entertainment industry, trafficking also occurs in forms of labor exploitation, such as domestic servitude, restaurant work, janitorial work, sweatshop factory work, and migrant agricultural work. (c) The Legislature finds that traffickers use various techniques to instill fear in victims and to keep them enslaved. Some traffickers keep their victims under lock and key. However, the most frequently used practices are less obvious techniques that include isolating victims from the public and family members; confiscating passports, visas, or other identification documents; using or threatening to use violence toward victims or their families; telling victims that they will be imprisoned or deported for immigration violations if they contact authorities; and controlling the victims' funds by holding the money ostensibly for safekeeping. (d) It is the intent of the Legislature that the perpetrators of human trafficking be penalized for their illegal conduct and that the victims of trafficking be protected and assisted by this state and its agencies. In furtherance of this policy, it is the intent of the Legislature that the state Supreme Court, The Florida Bar, and relevant state agencies prepare and implement training programs in order that judges, attorneys, law enforcement personnel, investigators, and others are able to identify traffickers and victims of human trafficking and direct victims to appropriate agencies for assistance. It is the intent of the Legislature that the Department of Children and Families and other state agencies cooperate with other state and federal agencies to ensure that victims of human trafficking can access social services and benefits to alleviate their plight. (2) As used in this section, the term: (a) "Coercion" means: 1. Using or threatening to use physical force against any person; 2. Restraining, isolating, or confining or threatening to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or services are not respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or purported government identification document, of any person; 5. Causing or threatening to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit; or 7. Providing a controlled substance as outlined in Schedule I or Schedule II of s. 893.03 to any person for the purpose of exploitation of that person. (b) "Commercial sexual activity" means any violation of chapter 796 or an attempt to commit any such offense, and includes sexually explicit performances and the production of pornography. (c) "Financial harm" includes extortionate extension of credit, loan sharking as defined in s. 687.071, or employment contracts that violate the statute of frauds as provided in s. 725.01. • (d) "Human trafficking" means transporting, soliciting, recruiting, harboring, providing, enticing, maintaining, purchasing, patronizing, procuring, or obtaining another person for the purpose of exploitation of that person. (e) "Labor" means work of economic or financial value. (f) "Maintain" means, in relation to tabor or services, to secure or make possible continued performance thereof, regardless of any initial agreement on the part of the victim to perform such type service. (g) "Obtain" means, in relation to labor, commercial sexual activity, or services, to receive, take possession of, or take custody of another person or secure performance thereof. (h) "Services" means any act committed at the behest of, under the supervision of, or for the benefit of another. The term includes, but is not limited to, forced marriage, servitude, or the removal of organs. (I) "Sexually explicit performance" means an act or show, whether'public or private, that is live, photographed, recorded, or videotaped and intended to arouse or satisfy the sexual desires or appeal to the prurient interest. (j) "Unauthorized alien" means an alien who is not authorized under federal law to be employed in the United States, as provided in 8 U.S.C. s. 1324a(h)(3). The term shall be interpreted consistently with that section and any applicable federal rules or regulations. (k) "Venture" means any group of two or more individuals associated in fact, whether or not a legal entity. (3) Any person who knowingly, or in reckless disregard of the facts, engages in human trafficking, or attempts to engage in human trafficking, or benefits financially by receiving anything of value from participation in a venture that has subjected a person to human trafficking: (a)1. For tabor or services of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. 2. Using coercion for labor or services of an adult commits a felony of the first degree, punishable as provided in s. 775.08Z, s. 775.083, or s. 775.084. (b) Using coercion for commercial sexual activity of an adult commits a felony of the first degree, punishable as provided in s. 775.08Z, s. 775.083, or s. 775.084. (c)1. For labor or services of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age who is an unauthorized alien commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. 2. Using coercion for labor or services of an adult who is an unauthorized alien commits a felony of the first degree, punishable as provided in s. 775.08Z, s. 775.083, or s. 775.084. (d) Using coercion for commercial sexual activity of an adult who is an unauthorized alien commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (e)1. For labor or services who does so by the transfer or transport of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age from outside this state to within this state commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. 2. Using coercion for labor or services who does so by the transfer or transport of an adult from outside this state to within this state commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (f)1. For commercial sexual activity who does so by the transfer or transport of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age from outside this state to within this state commits a felony of the first degree, punishable by imprisonment for a term of years not exceeding life, or as provided in s. 775.082, s. 775.083, or s. 775.084. 2. Using coercion for commercial sexual activity who does so by the transfer or transport of an adult from outside this state to within this state commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (g) For commercial sexual activity in which any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age, or in which any person who is mentally defective or mentally incapacitated as those terms are defined in s. 794.011(1), is involved commits a life felony, punishable as provided in s. 775.082(3)(a)6., s. 775.083, or s. 775.084. For each instance of human trafficking of any individual under this subsection, a separate crime is committed and a separate punishment is authorized. (4)(a) Any parent, legal guardian, or other person having custody or control of a minor who sells or otherwise transfers custody or control of such minor, or offers to sell or otherwise transfer custody of such minor, with knowledge or in reckless disregard of the fact that, as a consequence of the sale or transfer, the minor will be subject to human trafficking commits a life felony, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (b) Any person who, for the purpose of committing or facilitating an offense under this section, permanently brands, or directs to be branded, a victim of an offense under this section commits a second degree felony, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. For purposes of this subsection, the term "permanently branded" means a mark on the individual's body that, if it can be removed or repaired at all, can only be removed or repaired by surgical means, laser treatment, or other medical procedure. (5) The Criminal Justice Standards and Training Commission shalt establish standards for basic and advanced training programs for law enforcement officers in the subjects of investigating and preventing human trafficking crimes. Every basic skills course required for taw enforcement officers to obtain initial certification must include training on human trafficking crime prevention and investigation. (6) Each state attorney shall develop standards of instruction for prosecutors to receive training on the investigation and prosecution of human trafficking crimes and shalt provide for periodic and timely instruction. (7) Any real property or personal property that was used, attempted to be used, or intended to be used in violation of this section may be seized and shall be forfeited as provided by the Florida Contraband Forfeiture Act. After satisfying any liens on the property, the remaining proceeds from the sale of any property seized under this section and owned by a defendant convicted of a violation of this section must first be allocated to pay any order of restitution of a human trafficking victim in the criminal case for which the owner was convicted. If there are multiple human trafficking victims in the criminal case, the remaining proceeds must be allocated equally among the victims to pay restitution. If the proceeds are sufficient to pay any such order of restitution, any remaining proceeds must be disbursed as required by s. 932.7055(5)-(9). (8) The degree of an offense shall be reclassified as follows if a person causes great bodily harm, permanent disability, or permanent disfigurement to another person during the commission of an offense under this section: (a) A felony of the second degree shall be reclassified as a felony of the first degree. (b) A felony of the first degree shall be reclassified as a life felony. (9) In a prosecution under this section, the defendant's ignorance of the victim's age, the victim's misrepresentation of his or her age, or the defendant's bona fide belief of the victim's age cannot be raised as a defense. (10)(a) Information about the location of a residential facility offering services for adult victims of human trafficking involving commercial sexual activity, which is held by an agency, as defined in s. 119.011, is confidential and exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution. This exemption applies to such confidential and exempt information held by an agency before, on, or after the effective date of the exemption. (b) Information about the location of a residential facility offering services for adult victims of human trafficking involving commercial sexual activity may be provided to an agency, as defined in s. 119.011, as necessary to maintain health and safety standards and to address emergency situations in the residential facility. (c) The exemptions from s. 119.07(1) and s. 24(a), Art. I of the State Constitution provided in this subsection do not apply to facilities licensed by the Agency for Health Care Administration. (11) A victim's lack of chastity or the willingness or consent of a victim is not a defense to prosecution under this section if the victim was under 18 years of age at the time of the offense. (12) The Legislature encourages each state attorney to adopt a pro -prosecution policy for human trafficking offenses, as provided in this section. After consulting the victim, or making a good faith attempt to consult the victim, the state attorney shaft determine the filing, nonfiling, or diversion of criminal charges even in circumstances when there is no cooperation from a victim or over the objection of 'the victim, if necessary. (13) When a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for tabor or services as defined in this section. For purposes of this subsection, the term "governmental entity" has the same meaning as in s. 287.138(1). History.—s. 2, ch. 2004-391; s. 1, ch. 2006-168; s. 5, ch. 2012-97; s. 300, ch. 2014-19; s. 7, ch. 2014-160; s. 96, ch. 2015-2; s. 2, ch. 2015-147; s. 3, ch. 2016-24; s. 25, ch. 2016-105; s. 4, ch. 2016-199; s. 2, ch. 2020-49; s. 2, ch. 2021-189; s. 3, ch. 2023-86; s. 7, ch. 2024- 184. Copyright © 1995-2024 The Florida Legislature • Privacy Statement • Contact Us JMPGR-1 OP ID: RIK ACORO" CERTIFICATE OF LIABILITY INSURANCE �� DATE(M 11 /01/202YY) /2024 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 618-692-9800 Assurance Brokers Ltd. 95 North Research Dr Ste 100 Edwardsville, IL 62025 Steve McQuiggan CONTACT Steve McQuiggan PHONE FAX (A/C, No, Ext): 618-692-9800 (A/C, No):618-692-9865 E-MAIL steve@assurancebrokers.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Evanston Insurance Company 35378 INSURED JMP Group LLC 3350 SW 148th Ave. Miramar, FL 33027 INSURER B : INSURERC: INSURER D : INSURER E : 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 LTR TYPE OF INSURANCE DDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYYj (WY EXP D/YYYYI LIMITS COMMERCIAL GENERAL LIABILITY �l ^J .Y ���../// � ,Y EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES P JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS-COMP/OPAGG $ $ AUTOMOBILE LIABILITY ANYAUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY 45) �� O / iiiiP COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAR EXCESS LIAB OCCUR CLAIMS -MADE AC \TIC` ///���C J J�C` EACH OCCURRENCE $ AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A C PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A POLLUTION LIAB X CPLMOL126073 09/03/2024 09/03/2025 EA OCCUR AGGREGATE 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Miami is listed as additional insured per written contract. CERTIFICATE HOLDER CANCELLATION CITYMIA CITY Jr MIAMI 444 SW 2ND AVE MIAMI, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE� V ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD JIMMY PATRONIS CHIEF FINANCIAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION * * CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW * * CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. EFFECTIVE DATE: 1/3/2023 PERSON: MARGARET GACHELIN FEIN: 743023395 BUSINESS NAME AND ADDRESS: JMP GROUP LLC 3350 SW 148TH AVE EXPIRATION DATE: 1/2/2025 EMAIL: JMPGROUPLLC@GMAIL.COM 0 45) HOLLYWOOD, FL 33027 J This certificate of election to be exempt is NOT a license is j th artment of Business and Professional Regulation. To determine if the certificate holder is requir d tNave@sii nse to perform work or to verify the license of the certificate holder, go to www.myfloridalicecom.r1 IMPORTANT: Pursuant to subsection 440.05(13), F.S., an officer of a tion wects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this c ter Pursuant to subsection 440.05(11), F.S., Certificates of election to be exempt issued under subsection (3) apply only to the corporate officer named o t o ice of election to be exempt. Pursuant to subsection 440.05(12), F.S., notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if, at any time after the filing of the notice or the issuance of the certificate, the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate. The department shall revoke a certificate at any time for failure of the person naXel on the certificate to meet the requirements of this section. .144 DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT RULE 69L-6.012, F.A.C. REVISED 01/2023 E01643205 QUESTIONS? (850) 413-1609 ACVRL7 L..-'--- CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/31/2024 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 USAA Insurance Agency Inc. 9800 FRDRCKSBRG HSVCW, SAN ANTONIO, TX 78288 CONTACT NAME: Progressive Commercial Lines Customer and Agent Servicing PHONE FAX (A/C, No, Ext): 1-800-444-4487 (A/C, No): A -MAIL DDRE ro ressivecommercial email. ro ressive.com ADDRESS: P 9 C P 9 INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Progressive Express Insurance Company 10193 INSURED JMP Group LLC 3350 SW 148th Ave 110 Miramar, FL 33027 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 318649653323967205D103124T144320 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO E INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRAC OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE PO ESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCEID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLI F (M D ) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY OCCUR �/1 �`/y � O ` /, ` w ►VY- � V EACH OCCURRENCE $ CLAIMS -MADE DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT PRO- APPLIES PER: LOC GENERAL AGGREGATE $ PRODUCTS -COMP/OP AGG $ $ A AUTOMOBILE _AUTOS _AUTOS LIABILITY ANY AUTO OWNED ONLY HIRED ONLY X X _AUTOS SCHEDULED AUTOS NON -OWNED ONLY Y /� ``[`J `v\ O t\' 9i7525 09/18/2024 09/18/2025 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If Es, describe under DESCRIPTION OF OPERATIONS below N / A W- SpTAER TUTE ERH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A See ACORD 101 for additional coverage details. Y N 986967525 09/18/2024 09/18/2025 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION City of Miami 444 SW 2nd Ave Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE illat4ljeeZ ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID• LOC #• ACR ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY USAA Insurance Agency Inc. NAMED INSURED JMP Group LLC 3350 SW 148th Ave 110 Miramar, FL 33027 POLICY NUMBER 986967525 CARRIER Progressive Express Insurance Company NAIC CODE 10193 EFFECTIVE DATE: 09/18/2024 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE• Certificate of Liability Insurance Additional Coverages Insurance coverage(s) Limits Personal Injury Protection $10,000 w/$0 Ded - Named Insured Only Uninsured Motorist - Nonstacked $1,000,000 Combined Single Limit Description of Location/Vehicles/Special Items Scheduled autos only 2018 CHEVROLET SILVERADO 1GB3CYCGOJZ313482 Comprehensive $500 Ded Collision $500 Ded 2013 FORD ECONOLINE 1 FTNE2EW5DDB05115 Comprehensive Collision Liability coverage may not apply to all scheduled vehicles. $500 Ded $500 Ded Additional Information Certificate holder is listed as an Additional Insured. This policy is primary and non-contributory as to City of Miami r Holder is a named insured of any other policy. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD A` OR�� CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/31/2024 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 Next First Insurance Agency, Inc. PO Box 60787 Palo Alto, CA 94306 CONTACT NAME: PHONE Ext): (855) 222-5919 FAX(A/C, No): E-MAIL ADDRESS: support@nextinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: State National Insurance Company, Inc. 12831 INSURED JMP Group LLC 3350 SW 148th Ave Miramar, FL 33027 INSURER B : INSURER C: INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 498035749 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) ICY EXP M D/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X NXT3DF4LTF-02-GL _ `��$11Q/2024 `/�Vv �( y % � 08/10/2025 EACH OCCURRENCE $1,000,000.00 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $100,000.00 MED EXP (Any one person) $15,000.00 PERSONALBADVINJURY $1,000,000.00 GEN'L X AGGREGATE POLICY OTHER: LIMITAPPLIES PRO JECT PER: LOC GENERAL AGGREGATE $2,000,000.00 PRODUCTS - COMP/OP AGG $2,000,000.00 $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY '�51' v O %i I� o COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAR EXCESS LIAB X O OCCUR CLAIMS -MADE X AC P$ ///N LTF-02-GL J 08/10/2024 08/10/2025 EACH OCCURRENCE $ 1,000,000.00 AGGREGATE $ 1,000,000.00 DED RETENTION $ WORKERS COMPENSATION EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N/A PER STATUTE OTH-AND ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Contractors Errors and Omissions X NXT3DF4LTF-02-GL 08/10/2024 08/10/2025 Each Occurrence: Aggregate: $25,000.00 $50,000.00 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The Certificate Holder is City of Miami. This Certificate Holder is an Additional Insured on the General Liability policy on a primary and non-contributory basis. All Certificate Holder privileges apply only if required by written agreement between the Certificate Holder and the insured, and are subject to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION City of Miami LIVE CERTIFICATE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 444 SW 2nd Ave Miami, FL 33130 �� nl +r am ;°r• j 9::v i •F • ; � . � ry ro • ti AUTHORIZED REPRESENTATIVE o, o --� i .} Click or scan to view ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD From: To: Cc: Subject: Date: Attachments: Ouevedo, Terry Carbonell, Aileen; Gomez Jr., Francisco (Frank) Aviles, Yesenia RE: PROCUREMENT INSURANCE REVIEW FOR JMP GROUP LLC COI Friday, November 1, 2024 11:35:45 AM image002.pnq image004.pnq image009.pnq image001.pnq image003.pnq Aileen The COI is adequate. Regards X1 Qtetted City of Miami Risk Management Department 9th Floor 444 SW 2nd Avenue Miami, Florida 33130 (305) 416-1641 Office (305) 416-1710 Fax TquevedoPmiamigov.com -:Sereoy, S ramrccary, eted % outcry From: Carbonell, Aileen <ACarbonell@miamigov.com> Sent: Friday, November 1, 2024 11:29 AM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com> Cc: Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: RE: PROCUREMENT INSURANCE REVIEW FOR JMP GROUP LLC COI Good morning Frank, Please see Pollution COI with requested endorsement. Thank you. Should you have any questions or concerns, please do not hesitate to contact me at information listed below. Kind regards, Aileen Carbonell, MPA Procurement Contracting Officer Department of Procurement 444 SW 2nd Avenue, 6FL Miami, FL 33130 Office: (305) 416-1922 eFax: (305) 400-5070 Email: aarbonell@miami.gov (4) Website: https://www.miami.gov/Government/Dep ilVnts- Organizations/Procurement �� Vendor Registration: https://www.miami.gov/B(i ess-Licenses/Doing-Business-with- the-City/Register-as-a-City-Supplier-Ven�Dc O "Serving, Enhancing, and Transforming our Mission: The City of Miami D procure quality goods an management services at customer service, pr accountability, and mai tmeril Procurement's mission is to ethically design, construction and construction estalue for the City, while providing excellent efficiency, transparency, fairness, competition, ing public trust. `p Please consider the environment before printing this e-mail CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. From: Gomez Jr., Francisco (Frank) <FGomez(@miamigov.com> Sent: Friday, November 1, 2024 9:47 AM To: Carbonell, Aileen <ACarbonellPmiamigov.com> Cc: Quevedo, Terry <TQuevedoPmiamigov.com>; Aviles, Yesenia <YAvilesPmiamigov.com> Subject: RE: PROCUREMENT INSURANCE REVIEW FOR JMP GROUP LLC COI Hi Aileen, Per our conversation, please move forward, but have the COI revised to list the City as additional insured regarding the pollution. Thanks, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (305) 416-176o Fax fgomez@miamigov.com "Serving, Enhancing, and Transforming our Community" From: Carbonell, Aileen <ACarbonellPmiamigov.com> Sent: Friday, November 1, 2024 9:46 AM To: Gomez Jr., Francisco (Frank) <FGomezPmiamigov.com> Cc: Quevedo, Terry <TQuevedoPmiamigov.com>; Aviles, Yesenia <YAvilesPmiamigov.com> Subject: RE: PROCUREMENT INSURANCE REVIEW FOR JMP GROUP LLC COI Good morning Frank, Please below responses from vendor and updated insurances attached. Thank you. ******************************************************** Good morning Aileen, Please see below and attached. 1. Please have the Certificate of insurance amended to reflect primary and non-contributory with regards to the General Liability policy. The Description of Operations section of the COI sent has the following statement: The Certificate Holder is City of Miami. This Certificate Holder is an Additional Insured on the General Liability policy on a primary and non-contributory basis. All Certificate Holder privileges apply only if required by written agreement between the Certificate Holder and the insured, and are subject to policy terms and conditions. Is this statement not acceptable? 4043 2. The insurance requirements contain an umbrella requirement, but we will accept the occurrence limit at $2m in lieu of that. Umberella c4.:..\Noige has been added, see updated COI attached. V 3. The auto COI must also be revised to include coverage for non -owned autos. See updated COI attached. 6.4Q 'V 4. Finally, please confirm that there`s nc(nwrronmental disposal associated with this 4;zt, agreement so we may rule ut pollution exposure. We will be disposing of trash. I already have pollution coverag attache* COI for pollution coverage. N Should you have any questions or concerns, please do not hesitate to contact me at information listed below. Kind regards, Aileen Carbonell, MPA Procurement Contracting Officer Department of Procurement 444 SW 2nd Avenue, 6FL Miami, FL 33130 Office: (305) 416-1922 eFax: (305) 400-5070 Email: acarbonell@miami.gov Website: https://www.miami.gov/Government/Departments- Organizations/Procurement Vendor Registration: https://www.miami.gov/Business-Licenses/Doing- Business-with-the-City/Register-as-a-City-Supplier-Vendor "Serving, Enhancing, and Transforming our Community" Mission: The City of Miami Department of Procurement's mission is to ethically procure quality goods and services, design, construction and construction management services at the best value for the City, while providing excellent customer service, process efficiency, transparency, fairness, competition, accountability, and maintaining public trust. `p Please consider the environment before printing this e-mail CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediatelyntact the sender by reply e-mail and destroy all copies of the original message. Thank you. (v, *Please Note: Rio Due to Florida's very broad public records law, most wri employees regarding City business are public record Therefore, this e-mail communication may be subj munications to or from City of Miami alable to the public and media upon request. blic disclosure. 4). 1)1 oVO 1// From: Gomez Jr., Franc a NomezPmiamigov.com> Sent: Wednesday, 40er 31R213 4 12:19 PM To: Carbonell, ACarNnellPmiamigov.com> Cc: Quevedo, Te ry <TQuevedoPmiamigov.com>; Aviles, Yesenia <YAvilesPmiamigov.com> Subject: RE: PROCUREMENT INSURANCE REVIEW FOR JMP GROUP LLC COI Good afternoon Aileen, Please have the COI amended to reflect primary and non contributory with regards to the GL policy. The insurance requirements contain an umbrella requirement, but we will accept the occurrence limit at $2m in lieu of that. The auto COI must also be revised to include coverage for non owned autos. Finally, please confirm that there is no environmental disposal associated with this agreement so we may rule out pollution exposure. Thanks, Frank Gomez, PIAM, CPI I Property & Casualty Manager City of Miami Risk Management (305) 416-174o Office (3o5) 416-176o Fax fgomez@miamigov.com "Serving, Enhancing, and Transforming our Com \)(</ 0- 4k From: Carbonell, Aileen <A) b)n Sent: Wednesday, Octo_b1 rar, To: Gomez Jr., Franci Cc: Quevedo, Ter <YAvi l es Subject: P Importance ov.com> REMENT INSURANCE REVIEW FOR JMP GROUP LLC COI High ell'migov.com> 2:05 PM F-Gomez@miamigov.com> ov.com>; Aviles, Yesenia Good afternoon, Please review the insurance attached at your earliest convenience and advise if adequate according to insurance requirements contained therein. Thank you! Kind regards, Aileen Carbonell, MPA Procurement Contracting Officer Department of Procurement 444 SW 2nd Avenue, 6FL Office: (305) 416-1922 eFax: (305) 400-5070 Email: acarbonell@miami.gov "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. Olivera, Rosemary From: Gandarilla, Aimee Sent: Friday, November 8, 2024 9:48 AM To: Hannon, Todd Cc: Olivera, Rosemary; Brown, Sadie; Roberts, Frankeetha Subject: Executed PSA Litter Collection Services-JMP Group LLC (matter 24-3030) Attachments: PSA Litter Collection Services-JMP Group LLC (matter 24-3030).pdf Good morning Todd, Please find attached the fully executed copy of an agreement from DocuSign that is to be considered an original agreement for your records. Thank you, Aimee) candcailiai Procurement Assistant City of Miami Procurement Department 444 SW 2nd Avenue, 6thfloor, Miami, FL 33130 P (305) 416-1906 F (305) 400-5073 E agandarilla@miami.gov "Serving, Enhancing, and Transforming our Community" i