Loading...
Agenda 08/26/2025 Item #16A14 (The sole source purchase from Hoover Irrigation Pump Systems for a term of five years effective September 30, 2025)8/26/2025 Item # 16.A.14 ID# 2025-2548 Executive Summary Recommendation to continue to authorize expenditures for the sole source purchase of Hoover Irrigation Pump Systems, including but not limited to, design, installation, service, repairs, and replacements from Hoover Pumping Systems Corporation, not-to-exceed $300,000 per fiscal year under Agreement # 25-340-NS-WV for five years starting on October 1, 2025, authorize the Chairman to sign the attached Agreement, and terminate existing Agreement #20-025-NS with the same vendor effective on September 30, 2025. OBJECTIVE: To effectively maintain irrigation pump systems equipment at County facilities through an approved sole source vendor, Hoover Pumping Systems Corporation (“Hoover”), for parts, supplies, and services. CONSIDERATIONS: The County currently has fifteen (15) Hoover pump systems with Flowguard® and three Hoover pump systems without Flowguard® installed at various facilities. The Parks and Recreation Division is responsible for twelve sites with Flowguard® technology, the Facilities Management Division oversees two sites with Flowguard® technology, and the Library Division has one site with Flowguard® technology. Additionally, the Parks and Recreation Division is also responsible for the three sites without Flowguard® technology. Two of the sites managed by the Parks and Recreation Division are located on Collier County School District property at Osceola and Sabal Palm Elementary Schools. The County entered into 40-year agreements with the School District in 2002 and 2003 for the use of its fields, which require the County to maintain the area. The Hoover irrigation system aids in field maintenance. Hoover pumping systems products are not available through any distribution network, only directly from Hoover’s factory in Pompano Beach, Florida. Hoover provides the proprietary Hoover Flowguard® software that allows County staff across the different divisions to run the irrigation system remotely, monitor water usage, and determine issues that need to be corrected. The Flowguard® system allows for remote access to complete pump control and protection features, including sequencing and retirement controls, variable frequency drives operating and setup parameters, status and setup controls for Thermal Protection, No Flow Protection, and Loss of Prime Protection. The County has been using Hoover Irrigation Pump systems for over 20 years. Over the last ten years, the County has spent an average of approximately $80,000 per year on Hoover Irrigation Pumping systems. The County expense increases during years in which additional pump sites are added. With the growth of the County, Staff is anticipating an increase in expenditures as new pump sites are added. Pricing on the maintenance agreements has remained relatively steady, with nominal increases throughout the years. It is in the County’s best interest to continue to utilize Hoover products for cohesiveness, savings (with respect to parts replacement and staff training), and to maintain the current level of service for patrons. Large investments in landscaping are jeopardized when the performance of the irrigation pump system is not satisfactory. Pursuant to Section Eleven, Procurement Methods, sub-paragraph 10 of the Collier County Procurement Ordinance No. 2017-08, as amended, staff requests that the Board find that it is in the best interest of the County to purchase Hoover irrigation pump systems, repair, design, installation, parts, service and related materials from the Hoover Pumping System Corporation as a sole source vendor in an amount not-to-exceed $300,000 per fiscal year from October 1, 2025, through September 30, 2030. A public notice to designate the entity as a sole source entity was posted through the County’s Online Bidding platform for seven days, and no bids/proposals were received. The Waiver form approved by the Procurement Services Division is attached. Products and services are currently being purchased from Hoover under Agreement # 20-025-NS, which is set to expire on October 26, 2025. The attached new Agreement # 25-340-NS-WV will replace the current agreement. Staff is requesting the Board’s authorization to terminate the existing Agreement # 20-025-NS under Section 10 of the General Terms and Conditions of the Agreement, effective on September 30, 2025, upon commencement of the new Agreement # 25-340-NS-WV. The new agreement commences on October 1, 2025, and includes a three-year term, with two additional one-year renewal periods. Optimize the useful life of all public infrastructure and resources through proper planning and preventative maintenance. Page 1176 of 4682 8/26/2025 Item # 16.A.14 ID# 2025-2548 FISCAL IMPACT: Expenditures will not exceed $300,000 per fiscal year. Funds are budgeted in the user Divisions operating and capital budgets. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To authorize continued expenditures for the sole source purchase of Hoover Irrigation Pump Systems, including but not limited to, design, installation, service, repairs, and replacements from Hoover Pumping Systems Corporation in a not-to-exceed amount of $300,000 per fiscal year under Agreement # 25-340-NS-WV for a period of five years starting on October 1, 2025, authorize the Chairman to sign the attached Agreement, and terminate existing Agreement #20-025-NS with the same vendor effective on September 30, 2025. PREPARED BY: Brooke Roxberry, Management Analyst II, Operations and Regulatory Management ATTACHMENTS: 1. 25-340-WV Hoover Waiver FE 2. 25-340-NS-WV Hoover Pumping Contract VS 3. 25-340-NS-WV Hoover COI exp.4.1.26 4. 20-025-NS Notice to Terminate Letter Page 1177 of 4682 WAIVER REQUEST FORM Revised 10/01/2024 Page 1 of 4 Instructions: The Procurement Ordinance, 17- source. Complete this form for purchases greater than $3,000 and provide the supporting documentation to the Procurement Services Division. Waiver requests greater than $50,000 will require approval by the Board of County Commissioners. Complete all sections of this form prior to submitting it to Procurement. Definitions: Single source refers to a procurement directed to one source because of standardization, warranty, or other factors, even though other competitive sources may be available. Sole source refers to a procurement where the selection of one particular supplier to the exclusion of all others may be based on lack of competition, proprietary technology, copyright, warranty, or a supplier’s unique capability. Disclaimer: Waivers are not active until the Procurement Director approves the request or the requested start date, whichever is later. Waivers that require review by the Board of County Commissioners are not valid until Board approval is received. No purchase order requests will be processed until formal approval has been received. Submit Waiver requests to Procurement Services via the Jira Ticketing System. SECTION ONE Division: Requested Not-to-Exceed Expenditure Per FY: Vendor Corporate Name: Summary of Item(s)/Service(s): SECTION TWO Sole Source Single Source One-Time Purchase Multiple Purchases SECTION THREE Detailed Description of Purchase. Enter a description of the item(s) that will be purchased under this waiver. Detailed Public Purpose. Include why this purchase is essential to County operations. SECTION FOUR Information Technology. Select Yes if the products/services are related to Information Technology. If yes, provide the Purchasing Compliance Code (PCC) number or email approval from IT. Yes No If yes, provide the PCC number: Page 1178 of 4682 WAIVER REQUEST FORM Revised 10/01/2024 Page 2 of 4 SECTION FIVE Justification. Identify the criteria that qualifies this purchase as a sole or single source. Check all that apply (if a box is checked, make sure to provide an explanation below): Sole Source o Only Authorized Vendor of Distributor. Is this vendor the only vendor authorized to sell this product/service? If yes, explain below and provide documentation from the manufacturer confirming claims made by the distributors. o No Comparable Product or Service. Is there another vendor who can provide a similar product/service, regardless of cost, convenience, timeliness, etc.? o Product Compatibility. Does this product/service provide compatibility with existing equipment that prohibits switching to another comparable brand/vendor. If yes, provide the detailed explanation below, including what would occur if the other brand/vendor were used. o Proprietary. Is this product/service proprietary? If yes, provide a detailed explanation below on how its use is restricted by patent, copyright, or other applicable laws and provide documentation validating that claim. Single Source o Standardization. Is this product/service part of a purchase that the County has already standardized on? If yes, please provide detailed information below. Date of BCC Standardization: BCC Agenda Item #: o Warranty. Is this the only vendor able to complete factory-authorized warranty services on County owned equipment? If yes, provide the documentation verifying the warranty. o Geographic Territory. Is this vendor the only vendor authorized to sell this product/service in our region? If yes, provide documentation from the manufacturer confirming those claims. o Other Factors. Any other reason not listed above. Explain below. Explain. How does this purchase meet the identified sole or single source criteria checked above? How was the decision made to use this vendor? Describe in detail if a formal standardization process was performed via Procurement or if there is a historical precedence established for the use of the product, please explain purchase, and use history and the current level of County investment in the product. Page 1179 of 4682 WAIVER REQUEST FORM Revised 10/01/2024 Page 3 of 4 Explain why it is in the County’s best interest to use this product/service rather than issuing a competitive solicitation. vendor/product was used? What would occur if another brand/vendor was used? Explain how the pricing compares to other vendors/products and is it considered to be fair and reasonable. Provide information of historical use and whether pricing has increased/decreased. If sole source and no other product is available, provide the cost for addressing the needs via an alternate approach. Will this purchase obligate the County to future ancillary products or services, either in terms of maintenance or standardization? Yes No If yes, explain what types. Does this purchase require the County to accept terms and conditions, including those contained in hyperlinks? Yes No If yes, attach documentation. Market research and market alternatives. When was the last time a market evaluation was performed to determine if anticipate evaluating the market again? amount of the purchase will be a high risk to the County. Page 1180 of 4682 WAIVER REQUEST FORM Revised 10/01/2024 Page 4 of 4 SECTION SIX It is a felony to knowingly circumvent a competitive process for commodities or services by fraudulently specifying sole source. Florida Statute 838.22(2). Requester: Signature: Division Director: Signature: Department Head (Required if over $50,000): Signature: Procurement Director or Designee: Signature: PROCUREMENT USE ONLY Estimated Expenditure Per FY: Additional Commentary: P-Card PO Attachments: Sole/Single Source Letter Designation Approved Date Range Start Date: End Date: Contract #: Contract Not Applicable Waiver #: Contingent Upon Board Approval: Yes No Agenda #: Approval Date: Page 1181 of 4682 3/11/2025 Re: Sole Source Irrigation Pump System Manufacturer/Service Provider Collier County Parks and Recreation 15000 Livingston Rd. Naples, FL 34109 To Whom It May Concern: Hoover Pumping Systems offers specialized products and services which provide single source, comprehensive pump system solutions. not available through any distribution network, but only directly from our factory in Pompano Beach, Florida. The quote provided for this irrigation pump system is factory direct pricing. Since 1984, the company has provided design assistance, single source factory direct manufacturing, field installation and repair service to the landscape irrigation industry. the Hoover solution as a one-of-a-kind, sole source product. Hoover Pumping Systems sole source features and capabilities are listed below: 1) Pump system design, manufacturing, installation, and service are performed in-house with company personnel and equipment, offering sole source responsibility for performance. 2) Hoover pump systems are available for sole source direct factory purchase. 3) Standardized system features are configured to meet specific project requirements. These features are recognized and understood by personnel throughout the landscape industry. 4) The Flowguard water management tool was developed and designed solely by Hoover. No other manufacturer offers a comparable product for real time and historical data along with integrated logic controls for optimal pump station functionality and efficiency. 5) conditions such as driving rain, excess heat, high humidity, water quality, dust, insects, reptiles, and electric service. 6) can be integrated into pump system controls including self-cleaning intake screens and pump discharge filtration. 7) Factory trained Hoover employees provide field installation and repair services utilizing a fleet of company equipped trucks, tools, machines and on-board Factory Page 1182 of 4682 Parts inventory. Increasing water usage regulations, the demand for energy and water efficiency, and the use of alternative water supplies adds significant complexity to irrigation pump system configuration. Large investments in landscaping are jeopardized when irrigation pump system performance is not satisfactory. Please contact me if you have any questions or need additional information. Thank you. Sincerely, Nathan Dreher Director of Customer Service HOOVER PUMPING SYSTEMS Page 1183 of 4682 Notice of Recommended Designate of Sole/Single Source Notice of Intent Name Posting Date Due Date Responses Vendor Name Recommendation Manufacturer Name Vendor/Provider Name Approved Signatures Procurement Services Director: Page 1184 of 4682 Project View Count 88 Vendor Funnel  Followers 1  Downloaders 7  Applicants 2  No Bids 1  Submissions 0 Vendors American Structurepoint, Inc. rfp@structurepoint.com  DF Interactive NC LLC bids+opengov@davidfine.dev  Dodgedocs dodge.bidding@construction.com  ITG Technologies No Reviews sales@itgtec.com  Naples Electric Motor Works Inc. paul@nemwinc.com  None martin.larinas@gmail.com  Thermo Environmental Instrumen orders.aqi@thermofisher.com  bidnet gbs@bidnet.com  Vendor Followed Downloaded Applied No Bid Submitted 6/4/25, 2:19 PM Vendor Analytics https://procurement.opengov.com/governments/6160/projects/172147/sourcing/vendor-analytics 1/1Page 1185 of 4682 From:Robert Cruz To:Khatuna Chkuaseli Cc:Brooke Roxberry Subject:RE: IT Approval for the Waiver Date:Wednesday, July 23, 2025 10:20:01 AM Attachments:image001.png image002.png image003.png image004.png image005.png image006.png CountyLogo-FullColor_948165c4-9665-41b4-9162-fbb16abff557.png Facebook_0522f546-5e75-4698-95f9-f15590a3defe.png Instagram_a8da4774-4b5b-4ad1-8d23-20e69b3b605d.png X-Twitter_8d678efc-bd14-44ce-97cf-7fbab1003b00.png Youtube_0078f7f1-7789-4afd-a015-50689fe1f99b.png 311IconforSignature_87c558eb-83f5-449b-87c1-3cc5ac8b0859.png Good morning Khatuna, IT does not require the PCC Code, Procurement does. If they ask for one we provide the best code. It helps us trach software being used is all. You are not required by us but if you were to use one for this request it would be LM01 Software Licensing and Support. I hope that helps. Regards, Robert Cruz Supervisor - Service Desk Information Technology Office:239-252-6799 Mobile:239-409-0664 3299 Tamiami Trl E Suite 600 Naples, Florida 34112 Robert.Cruz@colliercountyfl.gov From: Khatuna Chkuaseli <Khatuna.Chkuaseli@colliercountyfl.gov> Sent: Wednesday, July 23, 2025 10:03 AM To: Robert Cruz <Robert.Cruz@colliercountyfl.gov> Cc: Brooke Roxberry <Brooke.Roxberry@colliercountyfl.gov> Subject: RE: IT Approval for the Waiver Good morning Robert, IT already approved the attached waiver for Hoover Pumping Systems, however, we need a confirmation form IT that the PCC code is not required. Thank you. Best Regards, Khatuna Chkuaseli Management Analyst I Operations & Regulatory Management Office:239-252-2480 2800 Horseshoe Drive North Naples, FL 34104 Khatuna.Chkuaseli@colliercountyfl.gov From: Robert Cruz <Robert.Cruz@colliercountyfl.gov> Sent: Friday, May 23, 2025 10:38 AM Page 1186 of 4682 To: Khatuna Chkuaseli <Khatuna.Chkuaseli@colliercountyfl.gov> Cc: Brooke Roxberry <Brooke.Roxberry@colliercountyfl.gov> Subject: RE: IT Approval for the Waiver Good morning all, Since this has been in use for several years IT approves this. Robert Cruz Supervisor - Service Desk Information Technology Office:239-252-6799 Mobile:239-409-0664 3299 Tamiami Trl E Suite 600 Naples, Florida 34112 Robert.Cruz@colliercountyfl.gov From: Khatuna Chkuaseli <Khatuna.Chkuaseli@colliercountyfl.gov> Sent: Thursday, May 22, 2025 4:43 PM To: Robert Cruz <Robert.Cruz@colliercountyfl.gov> Cc: Brooke Roxberry <Brooke.Roxberry@colliercountyfl.gov> Subject: RE: IT Approval for the Waiver Hello Robert, It is cloud based. Thank you. Best Regards, Khatuna Chkuaseli Management Analyst I Operations & Regulatory Management Office:239-252-2480 2800 Horseshoe Drive North Naples, FL 34104 Khatuna.Chkuaseli@colliercountyfl.gov From: Robert Cruz <Robert.Cruz@colliercountyfl.gov> Sent: Thursday, May 22, 2025 11:42 AM To: Khatuna Chkuaseli <Khatuna.Chkuaseli@colliercountyfl.gov> Cc: Brooke Roxberry <Brooke.Roxberry@colliercountyfl.gov> Subject: RE: IT Approval for the Waiver Hi Khatuna, Does this have software already in use or that needs to be installed on our computers? Or cloud based? Regards, Page 1187 of 4682 Robert Cruz Supervisor - Service Desk Information Technology Office:239-252-6799 Mobile:239-409-0664 3299 Tamiami Trl E Suite 600 Naples, Florida 34112 Robert.Cruz@colliercountyfl.gov From: Khatuna Chkuaseli <Khatuna.Chkuaseli@colliercountyfl.gov> Sent: Thursday, May 22, 2025 11:31 AM To: Robert Cruz <Robert.Cruz@colliercountyfl.gov> Cc: Brooke Roxberry <Brooke.Roxberry@colliercountyfl.gov> Subject: IT Approval for the Waiver Good morning Rebert, The procurement department has requested (JIRA ticket SD-39968) confirmation if the attached Waiver requires IT approval. Please advise. Thank you. Best Regards, Khatuna Chkuaseli Management Analyst I Operations & Regulatory Management Office:239-252-2480 2800 Horseshoe Drive North Naples, FL 34104 Khatuna.Chkuaseli@colliercountyfl.gov Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by telephone or in writing. Page 1188 of 4682 Page 1189 of 4682 Page 1190 of 4682 Page 1191 of 4682 Page 1192 of 4682 Page 1193 of 4682 Page 1194 of 4682 Page 1195 of 4682 Page 1196 of 4682 Page 1197 of 4682 Page 1198 of 4682 Page 1199 of 4682 Page 1200 of 4682 Page 1201 of 4682 Page 1202 of 4682 Page 1203 of 4682 Page 1204 of 4682 Page 1205 of 4682 Page 1206 of 4682 Page 1207 of 4682 Page 1208 of 4682 Page 1209 of 4682 Page 1210 of 4682 Page 1211 of 4682 Page 1212 of 4682 Page 1213 of 4682 Page 1214 of 4682 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 1215 of 4682 03/26/2025 Brown & Brown Insurance Services, Inc. P.O. Box 2412 Daytona Beach FL 32115-2415 Jamie Hanrahan (386) 239-8882 (386) 323-9198 Jamie.Hanrahan@bbrown.com HOOVER PUMPING SYSTEMS, CORPORATION 2801 NORTH POWERLINE RD POMPANO BEACH FL 33069 AMERISURE INS CO 19488 CONTINENTAL CASULATY COMPANY 20443 25-26 A Y CPP 21229350202 04/01/2025 04/01/2026 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 A CA 21229320205 04/01/2025 04/01/2026 1,000,000 PIP 10,000 A CU 21229340202 04/01/2025 04/01/2026 5,000,000 5,000,000 PRODS/COMPLETED 5,000,000 A N WC 21229330202 04/01/2025 04/01/2026 1,000,000 1,000,000 1,000,000 A INLAND MARINE CPP 21229350202 04/01/2025 04/01/2026 RENTED $100,000 INSTALLATION $200,000 SEE NOTES FOR POLICY COVERAGE FORMS RE: FOR ANY AND ALL WORK PERFORMED ON BEHALF OF COLLIER COUNTY COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS IS ADDITIONAL INSURED AND A WAIVER OF SUBROGATION APPLIES, AS REQUIRED BY WRITTEN CONTRACT AND IF APPLICABLE, PER THE FORMS LISTED ON THE ATTACHED ADDITIONAL REMARKS SCHEDULE. 30 DAY NOTICE OF CANCELLATION, EXCEPT FOR NON-PAYMENT OF PREMIUM, WILL BE PROVIDED TO THE CERTIFICATE HOLDER BY THE CARRIER FOR GENERAL LIABILITY, AUTO LIABILITY AND UMBRELLA LIABILITY POLICIES, PER FORMS IL011 1206, IL011 0318, AND ILT405 0519. COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAMIAMI TRAIL E NAPLES FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Page 1216 of 4682 HOOVER PUMPING SYSTEMS, CORPORATIONBrown & Brown Insurance Services, Inc. 25 Certificate of Liability Insurance: Notes OTHER NAMED INSUREDS: - HOOVER IRRIGATION CORPORATION - SEATON RENTALS, LLC CRIME- CARRIER: B POLICY NUMBER: 596721532 EFFECTIVES DATES: 04/01/2025-04/01/2026 LIMIT: 3RD PARTY-$100,000 CURRENT BLANKET POLICY FORMS: GENERAL LIABILITY 1.) CG 72 89 04 17-FLORIDA CONTRACTORS GENERAL LIABILITY ENHANCEMENT ENDORSEMENT (ADDITIONAL INSURED-LESSOR OF LEASED EQUIPMENT, ADDITIONAL INSURED-MANAGER OR LESSOR OF PREMISE, ADDITIONAL INSURED-STATE OR POLITICAL, ADDITIONAL INSURED-ARCHITECT ENGAGED BY INSURED; WAIVER OF SUBROGATION) 2.) CG 7324 0323- CONTRACTOR'S BLANKET FLEX ADDITIONAL ENDORSEMENT- FORM A(ADDITIONAL INSURED-ONGOING OPERATIONS, ADDITIONAL INSURED-COMPLETED OPERATIONS, PRIMARY AND NONCONTRIBUTORY) AUTO LIABILITY 1.)CA 04 49 11 16-PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION (PRIMARY & NON-CONTRIBUTORY) 2.)CA 71 71 05 08-BUSINESS AUTO ENHANCEMENT ENDORSEMENT FLORIDA (ADDITIONAL INSURED, WAIVER OF SUBROGATION) 3) CA 20 01 11 20- (ADDITIONAL INSURED-LESSOR & LOSS PAYEE) WORKERS COMPENSATION 1.) WC 00 03 13-WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT (WAIVER OF SUBROGATION) UMBRELLA 1.) CU 00 01 04 13 -COMMERCIAL LIABILITY UMBRELLA COVERAGE FORM (FOLLOW FORM OVER THE GENERAL LIABILITY, AUTO LIABILITY AND EMPLOYERS LIABILITY 2.) CU 24 03 12 19 - WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) 3) IL70740116- ( 30 DAY NOC NON PAYMENT OF PREMIIUM) NO RESIDENTIAL CONSTRUCTION EXCLUSIONS ARE INCLUDED WITHIN THE GENERAL LIABILITY POLICY. ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Page 1217 of 4682 Procurement Services Division – 3295 Tamiami Trail East – Naples, Florida 34112-4901 www.colliercountyfl.gov/procurementservices July 30, 2025 Attn: Nathan Dreher Hoover Pumping Systems Corporation 2801 N. Powerline Road Pompano Beach, Florida 33069 Via Email: Nathand@hooverpumping.com RE: Agreement No. 20-025-NS Hoover Irrigation Pump Systems Design, Install, Service and Repair (the “Agreement”) Notice to Terminate for Convenience Dear Nathan Dreher: Staff is recommending to the Board of County Commissioners (the “Board”) at its September 9, 2025, meeting that it approve terminating for convenience Agreement No. 20-025-NS, as permitted under Section 10 of the Agreement, with an effective date of September 30, 2025. Subject to the Board’s approval, this letter will serve as the County’s thirty-day written Notice to Terminate for Convenience. Should you have any questions please contact Brooke Roxberry at (239) 252-1109. Respectfully, Sandra Srnka Procurement Director cc: Brooke Roxberry Brooke.Roxberry@colliercountyfl.gov Page 1218 of 4682