Loading...
HomeMy WebLinkAbout04/19/2023 Agreement Omnia Participating Public Agencies Terms I. Participating Public Agencies:Supplier agrees to extend the same terms,covenants agreed to under the Master Agreement with Lead Public Agency Prince William county Public Schools to other government agencies("Participating Public Agencies")that,in their discretion,desire to access the Master Agreement in accordance with all terms and conditions contained herein or attached hereto.Each participating Public Agency will be exclusively responsible and deal directly with Supplier on matters relating to length of agreement, ordering, delivery, inspection, acceptance, invoicing, and payment for products and services in accordance with the terms and conditions of the Master Agreement. Any disputes between a Participating Public Agency and Supplier will be resolved directly between them in accordance with and governed by the laws of the State in which the Participating Public Agency exists. 2. Master Agreement available at 2utulr,.i a rt� .uvn�iir Ali iiljii, a war?;,, riulJicscctor Supplier General Service Terms Section 3. Prices Customer agrees to rent from Company, and Company agrees to provide to Customer, the Merchandise, inventory and services described on Exhibit A,"Merchandise&Pricing"at the prices set forth in Exhibit A.There will be a minimum charge of thirty-five dollars ($35.00)per week for each Customer location required to purchase its rental services from Company as set forth in this Agreement. 4. Buyback of Non-Standard Garments Customer has ordered from Company a garment rental service requiring embroidered garments that may not be standard to Company's normal rental product line. Those non-standard products will be designated as such under-Garment Description in Exhibit C.In the event Customer deletes a non-standard product,alters the design of the non-standard product,fails to renew the Agreement,or terminates the Agreement for any reason other than documented quality of service reasons which are not cured,Customer agrees to buy back all remaining non-standard products allocated to Customer that the Company has in service and out of service at the then current Loss/Damage Replacement Values. 5. Logo Mats In the event that Customer decides to delete any mat bearing the Customer's logo(Logo Mat)from the rental program,changes the design of the Logo Mats,terminates this agreement for any reason or fails to renew this Agreement,the Customer will purchase at the time of deletion,design change or termination,all remaining Logo mats that the Company has in service and out of service held in inventory at the then current Loss/Damage Replacement Value. 6, Adding Employees Additional employees and Merchandise may be added to this Agreement at any time upon written or oral request by the Customer to the Company.Any such additional employees or Merchandise shall automatically become a part of and subject to the terms of this Agreement. If such employees are employed at a Customer location that is then participating under this Agreement,the Customer shall pay Company the one-time preparation fee indicated on Exhibit A. Customer shall not pay Company any one-time preparation fee for garments for employees included in the initial installation of a Customer location.There will be a one-time charge for name and/or company emblems when employees are added to the program in garments requiring emblems. 7. Emblem Guarantee Customer has requested that Company supply emblems designed exclusively for Customer featuring Customer's logo or other specific identification(hereinafter"Customer Emblems"). Company will maintain a sufficient quantity of Customer Emblems in inventory to provide for Customer's needs and maintain a low cost per emblem through quantity purchases. 8. FRC Warranty: Customer agrees it bears sole responsibility for selecting the flame resistant clothing and fabrics ("FRC") under this Agreement determining whether such items are appropriate for use by its employees and agents in their applicable work environment(s). CUSTOMER ACKNOWLEDGES THAT COMPANY HAS MADE NO REPRESENTATION,WARRANTY, OR COVENANT WITH RESPECT TO THE FLAME-RESISTANT QUALITIES OR OTHER CHARACTERISTICS OF THE FRC OR WITH RESPECT TO THEIR FITNESS OR SUITABILITY FOR THIS OR ANY OTHER PURPOSE. COMPANY MAKES NO REPRESENTATION WHETHER THE FRC CONSTITUTES APPROPRIATE PERSONAL PROTECTIVE EQUIPMENT FOR THE ENVIRONMENT(S)TO WHICH CUSTOMER'S EMPLOYEES OR AGENTS MAY BE EXPOSED OR AS TO THE FRC'S ABILITY TO PROTECT USERS FROM INJURY OR DEATH.Customer agrees to notify all employees and other agents of Customer who may wear or will be wearing the FRC that it is not designed for substantial heat exposure or for use around open flames.Customer acknowledges that compliance with any and all OSHA or other similar regulations or requirements relating to personal protective equipment is the sole responsibility of Customer. Further,Customer releases Company from any and all liability that results or may result from the use of the garments, including but not limited to any alleged failure of the FRC to function as flame-resistant or provide protection against fire and/or heat.Customer hereby agrees to defend,indemnify and hold harmless Company from any claims and damages arising out of or associated with this Agreement or resulting from Customer's or its employees'use of the FRC. 9. High Visibility Garments:For high visibility garments,Customer bears sole responsibility for:(a)determining the level of visibility needed by wearers of the garments for their specific work conditions or uses:(b)identifying and selecting which garments meet the required level of visibility for any particular work conditions or uses;and(c)determining when garments require repair or replacement to meet the required level of visibility.If garment needs to be replaced outside of normal wear and tear,the customer will be charged the then current replacement value.Customer acknowledges and understands that the garments alone do not ensure visibility of the wearer.Customer further acknowledges that Company is relying upon Customer to determine whether any garments need repair or replacement to maintain the required level of visibility. Company represents only that the garments supplied satisfy certain ANSIIISEA standards to the extent the garments are so labeled. Customer acknowledges that Company has made no other representations, covenants or warranties whether express or implied, related to the garments. 10. In the event Customer decides to discontinue the use of Customer Emblems,changes the design of the Customer Emblems,terminates this Agreement for any reason or fails to renew this Agreement,the Customer will purchase at the time of deletion,design change,termination or expiration,all remaining Customer Emblems that the Company allocated to Customer at the price indicated on Exhibit A of this Agreement. In no event shall the number of Customer Emblems allocated to Customer exceed the greater of(a)twelve(12)months' volume for each unique Customer Emblem or(b)a quantity agreed to by Company and Customer and noted on Exhibit A. 11. Terminating Employees Subject to the provisions of this Agreement, the weekly rental charge attributable to any individual leaving the employ of the Customer,or on a temporary leave of absence of three(3)weeks or more,shall be terminated upon oral or written notice by the Customer to the Company but only after all garments issued to that individual, or value of same at the then current Loss/Damage Replacement Values,are returned to Company. 12. Replacement In the event any Merchandise is lost,stolen or is not returned to Company,or is destroyed or damaged by fire,welding damage, acid, paint, ink, chemicals, neglect or otherwise, the Customer agrees to pay for said Merchandise at the then current Loss/Damage Replacement Values. 13. Indemnification To the fullest extent permitted by law, Company agrees to defend, indemnify, pay on behalf of and save harmless the Participating Public Agency, its elected and appointed officials, agents, employees and authorized volunteers against any and all claims, liability,demands,suits or loss,including reasonable attorneys' fees and all other costs connected therewith,arising out of or connected to the services provided by Company under this Contract,but only to the extent of Company's negligence. 14. Additional Items:Additional customer employees,products and services may be added to this agreement and shall automatically become a part of and subject to the terms hereof and all of its provisions. If this agreement is terminated early for convenience,the parties agree that the damages sustained by Company will be substantial and difficult to ascertain. Therefore, if this agreement is terminated by Customer prior to the applicable expiration date for any reason other than documented quality of service reasons which are not cured,or terminated by Company for non-payment by Customer at any time Customer will pay to Company,as termination charges and not as a penalty based upon the following schedule: If this agreement is cancelled for convenience in the first twelve months of the term,Customer shall pay as termination charges equal to 50 weeks of rental service. If this agreement is cancelled for convenience in months thirteen(13)through eighteen(18)of the term,Customer shall pay as termination charges equal to 36 weeks of rental service. If this agreement is cancelled for convenience in months nineteen(19)through twenty-four(24)of the term,Customer shall pay as termination charges equal to 23 weeks of rental service. If this agreement is cancelled for convenience after 24 months of service,Customer shall pay as termination charges of 10 weeks of rental service. Customer shall also be responsible to return all of the Merchandise allocated to such Customer locations terminating this Agreement at the then current Loss/Damage Replacement Values and for any unpaid charges on Customer's account prior to termination. 15. TERM The term of this Agreement shall be in compliance with the term of the underlying Master Agreement,as amended,unless terminated earlier. 16. SCOPE OF WORK A. Through access to the Prince William County Public Schools Contract No.R-1313-19002,Monroe County shall have the ability to rent or purchase all items listed in Exhibit A,which is the approved Merchandise and Pricing list,attached hereto and made a part hereof,and as set forth in the Prince Willian County Public Schools Contract No.R-BB-19002. B. At a minimum,the Company shall supply eleven(1 1)new clean shirts and eleven(11)new clean pairs of pants or shorts,or combination of both,for each employee served under this contract as identified by each Department Director or designee and set forth on an"Employee List". The garments shall be in the sizes, color, style, and material type as referenced on the list provided to the Company. Additional uniform items,janitorial supplies,merchandise,or other services may be ordered as needed. C. Each shirt shall have two(2)sewn on patches;one on the right side of the chest with the Monroe County Official Seal and the appropriate Department Name for each employee,and one on the left side of the chest indicating the employee's name. D. The Monroe County Facilities Maintenance Department designee (Contract Monitor) will inform the Company of any additions or deletions from the Employee List as they occur.Area department heads shall designate a person(s)who will be responsible to sign for all uniforms picked up and delivered within their respective departments,and notify the Contract Monitor of any and all changes covering contract services,i.e.,adding or deleting an employee,etc. E. Each week,the Company shall obtain soiled uniforms from the negotiated locations in each geographical area of Monroe County. Soiled uniforms shall be replaced with the exact number of clean garments. F. Worn out,damaged or size changing garments shall be replaced by the Company on an as needed basis at no additional cost to the County. There will be no fee or charge for returned items should any garment being returned to Company be deemed unusable by Company. 17. PERSONNEL Communication between the County/Customer Representative and the Company's personnel is very important. Therefore,the Company must assure that at least one(1)of its personnel per building can communicate well in the English language with the County Representative. Any employee hired by the Company will be the Company's employee and in no way has any association with the County. The Company shall insure that its employees are trained in all appropriate safety regulations,including but not limited to,OS14A regulations,and all other applicable local,State and Federal regulations. Uniforms are preferred for Company's personnel;however,photo identification cards are required,which shall clearly identify personnel as employees of the Company.This requirement shall apply upon entering County property and at all times while on duty. 18. CONTRACT SUM AND PAYMENTS TO COMPANY A. Monroe County's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County Commissioners("BOCC").County/Customer shall pay in accordance with the Florida Local Government Prompt Payment Act and Monroe County Code;payment will be made after delivery and inspection by County and upon submission of a proper invoice by the Company. B. Company shall submit to Customer invoices monthly in arrears with supporting documentation acceptable to the Clerk. Acceptability to the Clerk is based on generally accepted accounting principles and such laws, rules, and regulations as may govern the Clerk's disbursal of funds. Payment may be withheld for failure of Company to comply with a term, condition, or requirement of this Agreement. Monroe County's Fiscal Year is October I"through September 301h. All outstanding invoices must be submitted for payment within ten(10)days of the end of the Fiscal Year to avoid non-payment for those services. C. Total compensation to Company under this Agreement shall not exceed Sixty-four Thousand and 00/100 ($64,000.00) Dollars annually. The annual budgeted amount may only be modified by an affirmative act of the County's BOCC. 19. RIGHT TO AUDIT Availability of Records.The records of the parties to this Agreement,which shall include but not be limited to accounting records(hard copy, as well as computer readable data if it can be made available;subcontract files(including proposals of successful and unsuccessful bidders, bid recaps,bidding instructions,bidders list,etc.);original estimates;estimating work sheets;correspondence;change order files(including documentation covering negotiated settlements); backcharge logs and supporting documentation;general ledger entries detailing cash and trade discounts earned,insurance rebates and dividends;any other supporting evidence deemed necessary by County or the Monroe County Office of the Clerk of Court and Comptroller(hereinafter referred to as"County Clerk")to substantiate charges related to this agreement, and all other agreements, sources of information and matters that may in County's or the County Clerk's reasonable judgment have any bearing on or pertain to any matters,rights,duties or obligations under or covered by any contract document(all foregoing hereinafter referred to as "Records") shall be provided by Company upon reasonable request by County's representative and/or agents or the County Clerk. County or County Clerk may also conduct verifications such as, but not limited to, counting employees at the job site, witnessing the distribution of payroll, verifying payroll computations, overhead computations, observing vendor and supplier payments, miscellaneous allocations,special charges,verifying information and amounts through review of records relevant to this Agreement.All records shall be kept for five(5)years after Final Completion of the project.The County Clerk possesses the independent authority to conduct an audit of Records,assets,and activities relating to this project.If any auditor employed by Monroe County or County Clerk determines that monies paid to Company pursuant to this Agreement were spent for purposes not authorized by this Agreement,the Company shall repay the monies together with interest calculated pursuant to Section 55.03,F.S.,running from the date the monies were paid to Company.The right to aatdit provisions survive the termination or expiration of this Agreement. 20. PUBLIC RECORDS COMPLIANCE Company must comply with Florida public records laws,including but not limited to Chapter 119,Florida Statutes and Section 24 of Article I of the Constitution of Florida.The County and Company shall allow and permit reasonable access to, and inspection of, all documents, records,papers,letters or other"public record"materials in its possession or under its control subject to the provisions of Chapter 119,Florida Statutes, and made or received by the County and Company in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Company. Failure of the Company to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall,as a prevailing party,be entitled to reimbursement of all attorney's fees and costs associated with that proceeding.This provision shall survive any termination or expiration of the contract. The Company is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to Fla.Stat.,Sec. 119.0701 and the terms and conditions of this contract,the Company is required to: (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon receipt from the County's custodian of records,provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Company does not transfer the records to the County. (4) Upon completion of the contract,transfer,at no cost,to the County all public records in possession of the Company or keep and maintain public records that would be required by the County to perform the service.If the Company transfers all public records to the County upon completion of the contract,the Company shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Company keeps and maintains public records upon completion of the contract,the Company shall meet all applicable requirements for retaining public records.All records stored electronically must be provided to the County,upon request from the County's custodian of records,in a format that is compatible with the information technology systems of the County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County,but if the County does not possess the requested records,the County shall immediately notify the Company of the request, and the Company must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the Company does not comply with the County's request for records,the County shall enforce the public records contract provisions in accordance with the contract,notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Company. A Company who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10.Florida Statutes. The Company shall not transfer custody,release, alter,destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE COMPANY HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 1.19 FLORIDA STATUTES, TO THE COMPANY'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS BRIAN BRADLEY AT PHONE NO. 305-292-3470 - - MONROE COUNTY ATTORNEY'S OFFICE 1111 12TH STREET SUITE 408 KEY WEST FL 33040. 21. HOLD HARMLESS,INDEMNIFICATION,AND DEFENSE Except as related to FRC or High Visibility Garments,notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement,Company shall defend,indemnify,and hold the County and the County's elected and appointed officers and employees harmless from and against(i)any claims,actions or causes of action,(ii)any litigation,administrative proceedings,appellate proceedings,or other proceedings relating to any type of injury(including death),loss,damage,fine,penalty or business interruption,and(iii)any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with the negligence, recklessness or intentional wrongful misconduct of Company or any of its employees, agents, sub-contractors, except to the extent the claims,actions,causes of action,litigation,proceedings,costs or expenses arise from the intentional misconduct or negligent acts or omissions of the County or any of its employees,agents,contractors,or invitees(other than Company). The monetary limitation of liability under this Agreement shall be equal to the dollar value of the contract and not less than$1 million per occurrence pursuant to Section 725.06, Florida Statutes. The limits of liability shall be asset forth in the insurance requirements included in this paragraph. Insofar as the claims, actions, causes of action, litigation, proceedings, costs, or expenses relate to events or circumstances that occur during the term of this Agreement,this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. In the event that the completion of the project(to include the work of others)is delayed or suspended as a result of the Company's failure to purchase or maintain the required insurance,the Company shall indemnify the County from any and all increased expenses resulting from such delay.Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the Company,the Company agrees and warrants that the Company shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. The extent of liability is in no way limited to,reduced,or lessened by the insurance requirements contained elsewhere within this agreement or the Master Agreement. Failure of Company to comply with the requirements of this section shall be cause for immediate termination of this Agreement. CERTIFICATES OF INSURANCE,Original Certificates of Insurance,pursuant to the insurance requirements of the Master Agreement, shall be provided to the County at the time of execution of this Agreement and certified copies provided if requested.Each policy certificate shall be endorsed with a provision that not less than thirty(30)calendar days'written notice shall be provided to the County before any policy or coverage is canceled or restricted.The underwriter of such insurance shall be qualified to do business in the State of Florida. MONROE COUNTY BOARD OF COUNTY COMMISSIONERS,ITS EMPLOYEES AND OFFICIALS, 1100 SIMONTON STREET, KEY WEST,FLORIDA 33040,MUST BE NAMED AS CERTIFICATE HOLDER AND ADDITIONAL INSURED ONALL POLICIES EXCEPT WORKER'S COMPENSATION,BUT ONLY TO THE EXTENT OF COMPANY'S INDEMNITY OBLIGATIONS. 22, NON-WAIVER OF IMMUNITY Notwithstanding the provisions of See. 768.28, Florida Statutes,the participation of the County and Company in this Agreement and the acquisition of any commercial liability insurance coverage,self-insurance coverage,or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage,nor shall any Agreement entered into by the County be required to contain any provision for waiver. 23. NONDISCRIMINATION/EQUAL EMPLOYMENT OPPORTUNITY Company and County agree that there will be no discrimination against any person,and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred,this Agreement automatically terminates without any further action on the part of any party,effective the date of the court order. Company and County agree to comply with all Federal and Florida statutes,and all local ordinances,as applicable,relating to nondiscrimination. These include but are not limited to: 1)Title VI of the Civil Rights Act of 1964(PL 88-352)which prohibits discrimination on the basis of race,color or national origin;2)Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-I686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973,as amended(20 USC s.794),which prohibits discrimination on the basis of handicaps;4)The Age Discrimination Act of 1975,as amended(42 USC ss.6101-6107)which prohibits discrimination on the basis of age;5)The Drug Abuse Office and Treatment Act of 1972(PL 92-255),as amended,relating to nondiscrimination on the basis of drug abuse;6)The Comprehensive Alcohol Abuse and Alcoholism Prevention,Treatment and Rehabilitation Act of 1970(PL 91-616), as amended,relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7)The Public Health Service Act of 1912,ss. 523 and 527 (42 USC ss.690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records;8)Title VIII of the Civil Rights Act of 1968(42 USC s.3601 et seq.), as amended,relating to-nondiscrimination in the sale. rental or financing of housing;9)The Americans with Disabilities Act of 1990 (42 USC s. 12101 Note),as may be amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Article 11, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; and 1 1)Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to,or the subject matter of,this Agreement. 24. ASSIGNMENT/SUBCONTRACT Company shall not assign or subcontract its obligations under this Agreement to others,except in writing and with the prior written approval of the Board of County Commissioners of Monroe County,which approval shall be subject to such conditions and provisions as the Board may deem necessary. This paragraph shall be incorporated by reference into any assignment or subcontract and any assignee or subcontractor shall comply with all of the provisions of this Agreement. Unless expressly provided for therein,such approval shall in no manner or event be deemed to impose any additional obligation upon the Board. 25. DISCLOSURE AND CONFLICT OF INTEREST Company represents that it,its directors,principals and employees,presently have no interest and shall acquire no interest,either direct or indirect,which would conflict in any manner with the performance of services required by this contract,as provided in Sec. 112.311,et.seq., Florida Statutes. County agrees that officers and employees of the County recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 1]2.313, Florida Statutes,regarding, but not limited to,solicitation or acceptance of gifts;doing business with one's agency; unauthorized compensation;misuse of public position; conflicting employment or contractual relationship;and disclosure or use of certain information. No Solicitation/Payment. County and Company warrant that, in respect to itself, it has neither employed nor retained any company or person,other than a bona fide employee working solely for it,to solicit or secure this Agreement and that it has not paid or agreed to pay any person,company,corporation,individual,or firm,other than a bona fide employee working solely for it,any fee,commission,percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision,the Company agrees that the County shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed,or otherwise recover,the full amount of such fee,commission,percentage,gift,or consideration. 26. NOTICE REQUIREMENT All written correspondence to the County shall be dated and signed by an authorized representative of the Company. Any written notices or correspondence required or permitted under this Agreement shall be sent by United States Mail,certified,return receipt requested,postage pre-paid,or by courier with proof of delivery. The place of giving Notice shall remain the same as set forth herein until changed in writing in the manner provided in this paragraph. Notice is deemed received by Company when hand delivered by national courier with proof of delivery or by U.S.Mail upon verified receipt or upon the date of refusal or non-acceptance of delivery. Notice shall be sent to the following persons: FOR COUNTY: FOR COMPANY: Monroe County Cintas Corporation No.2 Facilities Maintenance Department 6800 Cintas Blvd 123 Overseas Hwy. Mason,OH 45040 Rockland Key Key West,FL 33040 and Monroe County Attorney 1 I 1112'h Street,Suite 408 Key West,FL 33040 27. TAXES County is exempt from payment of Florida State Sales and Use taxes. Company shall not be exempted by virtue of the County's exemption from paying sales tax to its suppliers for materials used to fulfill its obligations under this contract,nor is Contractor authorized to use the County's Tax Exemption Number in securing such materials.Company shall be responsible for any and all taxes,orpayments of withholding, related to services rendered under this Agreement. 28. TERMINATION The following additional termination provisions are applicable to this Agreement: A. For Contracts of any amount, if the County determines that the Company/Consultant has submitted a false certification under Section 287.135(5), Florida Statutes, or has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel,the County shall have the option of(1)terminating the Agreement after it has given the Company/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes,or(2)maintaining the Agreement if the conditions of Section 287.135(4),Florida Statutes,are met. B. For Contracts of$1,000,000 or more,if the County determines that the Company/Consultant submitted a false certification under Section 287.135(5), Florida Statutes,or if the Company/Consultant has been placed on the Scrutinized Companies with Activities in the Sudan List,the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,or been engaged in business operations in Cuba or Syria,the County shall have the option of(1)terminating the Agreement after it has given the Company/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes,or(2)maintaining the Agreement if the conditions of Section 287.135(4),Florida Statutes,are met. 29. GOVERNING LAW VENUE INTERPRETATION AND MEDIATION This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to Agreements made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the County and Company agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County,Florida. The Parties waive their rights to trial by jury.The County and Company agree that,in the event of conflicting interpretations of the terms or a term of this Agreement by or between any of them the issue shall be submitted to mediation prior to the institution of any other administrative or legal proceeding.Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. This Agreement is not subject to arbitration. 30. ATTORNEY'S FEES AND COSTS County and Company agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, court costs, investigative,and out-of-pocket expenses,as an award against the non-prevailing party,at all levels of the court system,including in appellate proceedings. 31. CLAIMS FOR FEDERAL OR STATE AID Company and County agree that each shall be,and is,empowered to apply for,seek,and obtain federal and state funds to further the purpose of this Agreement;provided that,if the goods or services provided by Company under this Agreement will be paid for with federal monies Company shall have the right to terminate this Agreement immediately without any further liability.Any conditions imposed as a result of funding that affect the project will be provided to each party. 32. PRIVILEGES AND IMMUNITIES All of the privileges and immunities from liability,exemptions from laws,ordinances,and rules and pensions and relief,disability,workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the County,when performing their respective functions under this Agreement within the territorial limits of the County shall apply to the same degree and extent to the performance of such functions and duties of such officers,agents,volunteers,or employees outside the territorial limits of the County. 33. ATTESTATIONS Company agrees to execute such documents as the County may reasonably require to include, but not limited to, a Public Entity Crime Statement,an Ethics Statement,Non-Collusion Statement,and a Drug-Free Workplace Statement. 34. ETHICS CLAUSE "Company warrants that it has not employed,retained or otherwise had act on its behalf any former County officer or employee in violation of Section 2 of Ordinance No.010-1990 or any County officer or employee in violation of Section 3 of Ordinance No.010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price,or otherwise recover,the full amount of any fee,commission,percentage,gift,or consideration paid to the former County officer or employee." 35. PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal,or reply on a contract to provide any goods or services to a public entity,may not submit a bid,proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work,may not submit bids on leases of real property to a public entity,may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity,and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017,Florida Statutes, for CATEGORY TWO for a period of thirty-six(36)months from the date of being placed on the convicted vendor list." 36. NO PERSONAL LIABILITY No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member,officer,agent,or employee of Monroe County in his or her individual capacity,and no member,officer,agent,or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. 37, ANNUAL APPROPRIATION The County's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County Commissioners.In the event that the County funds on which this Agreement is dependent are withdrawn,this Agreement is terminated,and the County has no further obligation under the terms of this Agreement to the Company beyond that already incurred by the termination date. 38. AGREEMENTS WITH SUBCONTRACTORS In the event that the Company subcontracts any or all of the work in this project to any third party,the Company specifically agrees to identify the County as an additional insured on all insurance policies required by the County. In addition,the Company specifically agrees that all agreements or contracts of any nature with his/her subcontractors shall include the County as an additional insured. 39. E-VERIFY SYSTEM Beginning January 1,2021,in accordance with F.S. §448.095,the Company and any subcontractor shall register with and shall utilize the U.S.Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the Company during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S.Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the subcontractor during the Contract term. Any subcontractor shall provide an affidavit stating that the subcontractor does not employ,contract with,or subcontract with an unauthorized alien.The Company shall comply with and be subject to the provisions of F.S. §448.095. 40. LEGAL OBLIGATIONS AND RESPONSIBILITIES Non-Delegation of Constitutional or Statutory Duties. This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity,in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to,nor shall it be construed as,authorizing the delegation of the constitutional or statutory duties of the County, except to the extent permitted by the Florida constitution,state statute,and case law. EXHIBIT A MERCHANDISE AND PRICING LIST M O M W ri m r� r� �.D r1 M O r� �D ri N N lD W M t.D Ln m Ln M r-r r-r Ln t.0 �t r-i M Ln W W Ln W Ln r� 1.0 m m Ln r� LD W m Ln r� O O M M M M r i M W m r� t.0 W O M rl � -:I' V r-I N r-I m N M Ln Ln --4- N M n'1 cn N '..� � -�T M N Ql M N -1 N N N -i N It (N m ct 6 '6 6 6 6 6 6 6 6 0 6 6 6 6 6 6 6 6 6 6 6 6 6 6 0 0 0 0 0 d v} v} v} v} v)- v} v} v} v} v} v} v} v} v} v} v} v} v} v} v} V�- v} v} v} v} v} v} An tn',.n v} v} F- 2 z v2i Ln z z c" N Y F- 2 O z a Y 2 Z a z z N z z Z Z Y LU LU cr 0 Ln a � H = F- a Z v=i > w ¢ 2 Z Z Y O O O Y = ¢ u ?� O °C ~_ Y Z O U Y C Z ¢ v Y w 0 O O o_ ¢ a cn F- o_ F- Ln ¢ ¢ N a 2 a ¢ d 2 ~ 0 a Q LL O CC l7 2 X Ln () Z¢ a Z Q UO O F- ~ � co N 0 w L` '` ?' N O a Q a w w U oc Z ¢ z m OC cn Y F- C7 C7 O Q ¢ ¢ Ln a N o F- > c° O O &A w O Q ¢ z Z Z 2 ¢ F- ¢ ¢ 2 2 Z ¢ N Z w OU g J I3 'U LU 2 2 ¢ O 2 o_ Ln U oc 2 ¢ O ¢ Z o2c Q Q w F- `" 0 w O O a = O w = 2 u u u LL a W m 2 m Ln r, Ln M w O m Ln O O � O O lD O r-I ; r-i N M O -i Ln M Ln N Ln Ln Ln O r- r-, N O Ln tD n n r� 00 Ql M m ':4- lO r� n r� 00 00 00 00 M O1 Ol Ol m L0 r-r N cn 'zt r' N N lD Z N N N N N N N N N m M M m cn cn M m rn M m m M cn 00 00 61 O1 O1 m 0) w w r- C lD lD l0 G C LU 01 E rl -1 --1 rl N O m m m w w w w 1l m N w w m w rl rl (14 w w w N N m rl N -1 O N M r-I 4 n w '.....m -4 '......m m m w m m m t w r-1 m m O o0 00 1n 1n r-1 i n n 01 01 -zt n -i N 1n 01 1n m m N N 00 N 1n N N rM m m m N Ln w m m � ':I, r� -i m rn u1 N m m d' t m N 00 1n m 1n 1�4- O O O r4 O O O O o 0 0 0 0 0 0 0 0 0 0 0 -i O O O -i O O O O O O O O O O O O V} in- Vn tn- L} V)- V} V} V} Ln to In to to tn• tn• V} V} V? V} V} V} V} V} v} V} V} tr� V} V} tn- tn- V} V} tn• tn- tn- H cc U Z cr- N Z N = w p = z a LU Q ~ _ ~ a� w H O F N Y wY = w z\ a ( O pU V) a oo = Q a a O Q a H O H Q `n a O O OO n w a a wcnw � Q z U � o U � > o o � o oLL z � > oz _ N Q Q vzU aY LL wwpWw ` u = zi O U U U Z a OQZ U U wZaw Uw m O1y o z �ao � z Q =u � uzw zZ> r � 11 Q a = = N Oz m m U N 1 O _ O w Ln U w O U?� Q N U Q Q Ln V Q Q oCa a Q U w U U� U U U J a N cn U O a 1n r� 0 0 1n � Lnm O 0 m N rn r, ri m m r� r` m ,t 1n ri wr� m rn t r, 0 w O m w r- w m N m w w 1n r� w o r-I w m m w m N N m m r- � n m m m ' �* w r� o0 w 00 w w w m Cl) M Ln r- m -�* Ql r-I N r i N N d' N Cn M m m -i N N N N N m m m m m m m m m m m m m w w 1" r� oo m a) r*l 00 00 N N N N N C 0J E i m r-I m O ''....� r lD Ln lD w w 4 N -4 '.....r- m N rl It rl O r-1 r- lD Ln O 0 m � Q1 N O O1 N D m Ln t Ln r� m m m O Ol Ln 00 r� Lb lD O LD zt Ln m r-I N r-I N m O O N d' Ln m r-i m 0 m m N m lD m w m Ln -tt W ''..0 ct N O '...r-I lD lD Dl -zl- r-I -tt Ln Ol r, Ol Ln Ln Ln 'ZT -:t N Ln lD O Ln Ln r-r Lfl -zt LD Ol rl lD r- O O O ri O —; ri -i O O O O r4 0 0 0 0 o O O O O O O O O r4 0 0 r4 O ri 0 0 0 0 0 In N Ln � J N J L U Y J LL Z > J Q CY) LL _ W \ W J N to Ln H Q H z U N Ln o_ Q H H 0 m \ LY Y tY \ > N \ \ \ w W > Y Y Y H Z 00 H Z z Z W Z w W Z 2 N 2 Z ~ \ N oC = w = Q z Z N = O O O = Ln > Q Q Q O p Q > N a _ J 2 ,� Ln Z O Ln D_ p = 00 > m � 2 \ J N H O 0 *t H H J Y Ln V V p O O w D L L u Q 0 U Ln p Q oc Q 0 u O 0 z H 7k cn = 0 'o: _ U w z w m = O Q Ln r w l7 LL. R m Ln Ln Ln Y 0 0 > Q U U V = 0 0 z w z J Co�D m Z > Ln N Ln Ln N l z p w z J U to Ln J > c Wc SW W V J N a UU J m �' m Q Y W U J V 0 z 0 0 0 \ Q W G L 0 \ J J J J J Z J L, > > > U U O O D Q m O^ p m x U 0 V m CO z w J U U U 000 co 0 m m w N z Z U Q Ln cn > O U v=i z Ln O = H �- m LL. � � ,LL. oc ........2 z ....Q Q _ _ > .> V m rj .0 \ '� Q z ...� V Co LL LL O O 0 LL. LL EL. O W .........= = N W z � ........LL LL � � ......z 00 U � .....� LL. w W w Z Z w _ w Lu w w w J J J M lD m m Ln N � 0 O r- N N Ln Ln O m m r" m O � W Ln W w w O Ln W m r� w w lD w w 00 w m w N O 00 m w l . m t w M r-I m � r,, r*, r\ O Ln m m m r, r- m Ln W w w O O O Ln m w r-r Ln N m m m m m m m m O O w D w w m m N m w lD w m m m m m m N 0 ^ 00 w m n r*l 00 a0 W Ln W m m m m m m m m m 0 0 0 O O O 0 O O ri r-1 m m m -:I- I..� ct d* Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln I lD I w w lD W W W lD L,D w w LD w w w w to w w w w c v E L V w Ln m r-I N N LD —I N w r1 r1 r, Ln LD m w Ln o m m m -qr W -:t N r-1 r1 N Oti- �t m m -:t w c* Ql -�t m N r-I o Q1 Ol r1 O m M r- Ln r� r-I O cn Co oo O r-1 Ql r� o r-1 Ql Ql M r-I r-I lzd- o r-1 Ol r, o LD am '...m m w N n �t Ln �t Ln Ln -zt N LD N n o1 N N ri w r\ -�t F, T N N Ln oo oo 01 r-1 w r, zt n 0 0 r1 O O o o o o o o 0 0 r-1 o 4 o 0 o (=5 o 0 0 0 N O N r j cV -4 0 0 0 0 o O N V} t/)- V} V} V} V} V} -tn V} V} V} t/} V} t/} V} V)- Vn In'V} tn- V} V} to V} t/} V} V} V? V} tn- to tn• t/)- V} to V} V} w O Y � Y ¢ UQ U m J J O m m O 0 0 ro Ln o 0 o 0 0 0 0 LD O O = N w M w LD O O � N cn 0 M Q O = N � m o Q o 0 o J p Q o o o Q 0 J Q O O m p J O J u J J O D U m p J O J w Z J O o U N Q o JO U OU u OU Z } o } w z z u U Ou � a �_ H U p Z O z o 0 U o o U p Z O z _ 2 2 Ln Lu ¢ � z O O U ^ H r- o0 u w o Ln w w cn F 2 H o Y = J ¢ O U U F- w Z W z f- U Q Y o z N 0- m u W oC O w u w u .......� o m z z o o QILLU U W U Y Z H U H Z Y H ¢ > > u H w H O p 0 w H Q J oOc N Z N N a z S Y O u U 0 p m a O m m U O p O O N o N rd o ¢ U N U w ¢ w O p n w 0 U o_ w O Y w in cn � Z 2 H U W N z Q a w u � a 11 Z U W w ¢ z vi 2 O w c m 0 z � w O O p o o m V X Q Q 00 O LL. � J ¢ w O U u � p O a z O ¢ O H Z z p O 0 0 oa o J o r o o ¢ v, ¢ u H U 11 a z ¢ ¢ 2 O ¢ ¢ a Z 0 N C/'1 N G= N N O W Z LL m (~Ln w U N¢ O m 2 0 ¢_ W _ ¢ 2 d ' d CL 2 2 ¢ w = ¢ c w U w 1 0 w 0 _ w J L- L~L W Ln 2 J Ol o m W � Z G > o = W 2 , Z > W � 2 U O > � \ �' ¢ o ~ W H H Z OC H m In 0 O H 0 ~a 0 z m ¢ m m J J o �- 2 C9 U ¢ W ¢ O ¢ z o 2 < c7 ¢ ¢ ¢ p J J z W 2 W w 2 O w Y N m ¢ 2 � p 2 Vr 2 2 U Ln Ln m ¢ = 0 O = w w w U m W } ¢ w m p w J J W O w m O w � - OJ = oC ¢ °C W ? LL J Ln > = � 2 C7 > w w n Ln j � 2 W w J w W u ¢ o `n ¢ ¢ N Ln > > Q N `n ¢ ¢ Ln w = LU � Z a Q (W� w z z a H ¢ O C7 w C J cW J_ U r� U J N U Y J o U' l7 W. w U J N U J G w a U J LL- LLL. N Ln = Q u ¢ L¢L J U U � = N Ln z0 U w H LL Q o U z Z L¢LI W t¢n Q U w H w 2 O o z 0 m _J O LL1 w w - Q J V r1 Ln m O J p W' H J U w U ¢ U L.L. ¢ J U U cr Z z N r-I r-I N r-r r-I Q J U Z r� w r\ m w w O N m o m r1 w m m m ri N r-I LD r� qt w r\ r-I M r-1 N N m Ln w m 't w r- r-1 m r1 r� Ln N N Q1 Q1 O � �� O O O Ln a1 r-1 Q1 01 M O 'O Q1 M M m m M M 01 Q1 M O O qt r� w Ln Ln LD LD w w 'LD w '� Ln m m Ln M m � Ln-1 r-I t Ln Ln � Ql Q1 Ol Ql Ol 01 r-I r-I 1- Ln Ln Ln m Ln w m m m O O O O M �t o O O N N N N o O �t �t I:t Ln LD w W w w w o O � ltd, �t lD lD lD LD lD lD lD r� n f\ � n oo a0 00 00 00 00 oo w w n n n � oo oo 00 00 oo 00 W W r� n r� a1 E m C7 Item Description Price 106 Service Charge $0.000 125 Make Up Charge Per Garment $1.545 Minimum Stop Charge $35.000 7329 Non-Standard Special Cut - Non-FRC $0.155 5329 Non-Standard Special Cut-FRC COVERALL $0.155 5330 Non-Standard Special Cut - FRC PTS/SHIRTS $0.155 2 Uniform Advantage $0.04 13 Premium Uniform Advantage $0.04 14 Emblem Advantage $0.04 7074 Prep(Makeup)Advantage $0.04 IN I E�E, � soms 1801 2X3 SPRING STEP $1.629 1802 3X5 SPRING STEP $2.443 6913 24OZ SYNTH WET MOP $1.629 7001 36"MICROFBR MOP HEAD $0.489 7116 12"MICROFIBER MOP OR $0.195 7245 MICROFIBR MOP HANDLE $0.869 9313 1000 MOISTURE SP RFL $2.172 9581 DUALCHAM BERM OPBUCKET $2.715 9582 PULSE MOP $1.900 10196 3X5 TRAFFIC MAT GRNT $2.172 84301 3X5 LOGO MAT $2.606 84302 3X5 SAFETY MAT $3.529 8000 LOCKER 8 COMP HANGER $0.000 8004 LAUNDRY LOCK UP $0.000 1930 3X4 HAND WASHING MSG MAT $3.060 1931 3X5 HAND WASHING MSG MAT $3.060 1932 3X4 HAND SANITIZE MSG MAT $3.060 1933 3X5 HAND SANITIZE MSG MAT $3.060 9920 FOOTSHIELD MAT $0.000 9921 FOOTSHIELD MAT REFILL $18.972 84030 3X10 GRAY MAT $4.221 84330 3X5 GRAY MAT $2.650 84350 3X5 BROWN MAT $2.650 84430 4X6 GRAY MAT $3.436 10197 46 Traffic Mat $7.725 10198 3x10 Traffic Mat $8.691 10199 48 Traffic Mat $9.309 10188 3x5 Xtraction mat $6.219 10189 3x5 Xtraction mat $6.219 10223 3x5 Xtraction mat $6.219 10191 46 Xtraction mat $7.107 10192 4x6 Xtraction mat $7.107 10224 46 Xtraction mat $7.107 10201 3x10 Xtraction mat $7.996 10202 3x10 Xtraction mat $7.996 10225 3x10 Xtraction mat $7.996 2477 3X5 SCRAPER MAT $2.607 10184 3X5 ACTIVE SCRAPER $3.380 1810 3X5 DURALITE MAT $2.825 1800 3X5 COFFEE MAT $3.911 84401 4X6 LOGO MAT(requires buyback) $6.760 84001 3X10 LOGO MAT(requires buyback) $7.725 5477 3x5 Photo Safety Mat $4.828 5479 3x5 Photo Coffee Mat $4.828 5480 3x5 Photo Water Mat $4.828 5487 3x5 Photo Mat (requires buyback) $6.760 5488 4x6 Photo Mat(requires buyback) $7.725 5489 3x10 Photo Mat(requires buyback) $8.691 5471 4x6 Photo Local Mat(requires buyback) $2.108 2570 24" DUST MOP $0.900 1946 24' MOP FRAME $0.000 2590 36" DUST MOP $1.217 1947 36" MOP FRAME $0.000 2604 48" DUST MOP $1.477 1948 48" MOP FRAME $0.000 2610 60" DUST MOP $1.695 1045 60" MOP FRAME $0.000 6924 WOOD DUST MOP HANDLE $0.000 2650 LARGE WET MOP $2.108 6923 Fiberglass WET MOP HANDLE $0.000 7000 20" MICROFBR MOP HEAD $1.449 7002 20" MICROFB MOP FRAME $0.000 6930 MICROFBR MOP CONTAIN $14.485 7432 12"x12" MICROFIBER WIPER (BLUE) $0.174 7433 12"x12" MICROFIBER WIPER(Orange) $0.174 7717 16" x 16" MICROFIBER WIPER(WHITE) $0.174 8020 MICROFIBER TUBE MOP $2.414 9314 HVY DTY SCRUB SVC $2.171 9332 AB GEL SOAP SERVICE $1.628 9338 ALCOHOL FOAM SANITIZER SERVICE- 1000 ml $5.311 9329 ALCOHOL FOAM SANITIZER REFILL- 1000 ml $0.000 9315 HEAVY DUTY SOAP SCRUB REFILL- 1000 ml $0.000 9326 ANTIBACTERIAL FOAM SOAP SERVICE-800 ml $2.385 9327 ANTIBACTERIAL FOAM SOAP REFILL-800 ml $0.000 9312 MOISTURIZING SOAP SERVICE- 1000 ml $1.912 9333 NTIBACTERIAL GEL SOAP REFILL(FOOD SVC)- 1000 r $0.000 9320 HAIR& BODY WASH SERVICE- 1000 ml $2.144 9321 HAIR& BODY WASH REFILL-1000 ml $0.000 9322 INSTANT HAND SANITIZER SERVICE-1000 ml $2.955 9323 INSTANT HAND SANITIZER REFILL- 1000 ml $0.000 9980 SOAP DISPENSER-WHITE $0.000 9982 AUTO SOAP DISPENSER-WHITE $0.000 43940 32OZ PUMP HAND SNTZR $0.000 43972 500ML HAND SANITIZER $0.000 45759 SNTZNG WIPE 1RL $53.122 45760 EMPTY WIPE BUCKET $0.000 62299 WET WIPE DISP W/CAN $1.897 2161 SM SHOP TWL-WHT $0.139 2160 SM SHOP TWL-RED $0.130 2169 SM SHOP TWL-BLUE $0.116 9025 C PULL TOWEL RFL(Bill by Roll) $6.760 9110 JRT TOILET PAPER RFL(Bill by Roll) $4.828 9305 ELECTRONIC PAPER DISPENSER $0.000 2864 BIB APRON -WHITE $0.348 2873 BIB APRON-BLACK $0.348 2861 BIB APRON- RED $0.348 2700 TERRY TOWEL $0.135 2964 STRIPE SWIPE TOWEL $0.183 2750 RIBBED TERRY TOWEL $0.135 2702 BLUE TERRY TOWEL $0.135 2921 STRIPE GLASS TOWEL $0.183 2701 #2 TERRY TOWEL $0.135 7540 GREY MICROFIBER WIPE $0.160 6116 MM AIR FRESHENER SVC $3.085 6123 MM AIR FRESHENER RFL $0.000 6122 MM AIR FRESHENER REFILL-MANGO PARADISE $0.000 6119 MM AIR FRESHENER REFILL-CITRUS SLICE $0.000 9295 MM AIR FRESHENER REFILL-CLEAN BREEZE $0.000 6124 MM AIR FRESHENER REFILL-CINNAMON $0.000 9016 MM Air Freshener Dispenser-White $0.000 6680 ROOM MAT SERVICE (weekly charge for monthly ch( $1.931 7464 RESTROOM MAT REFILL $0.000 7418 SAFEWASHER SVCSW23 $28.961 7419 SAFEWASHERSVCSW25 $28.961 7420 SAFWASHR FLD RFL SW3 $0.000 7524 SAFEWASHER FILTER $0.000 7600 TIME CHARGE) $48.284 7619 FOAMER DISPENSER INSTALL FEE (ONE TIME $24.142 7500 LEANING CHEMICAL DISPENSER MAINTENANCE FEE $1.800 7550 IMPART SINK CHEMICAL DISPENSER MAINTENANCE $2.897 2294 :OAMING CHEMICAL DISPENSER MAINTENANCE FEE $2.897 2271 FC1-HEAVY DUTY FLOOR CLEANER $1.352 2273 SPIRIT II BOTTLE SERVICE $8.537 2274 FC2- BIO-BASED FLOOR CLEANER $1.642 2282 FC3-INDUSTRIAL FLOOR CLEANER/DEGREASER $2.704 2272 FC4- NEUTRAL FLOOR CLEANER $0.773 2295 1-HVY DTY RESTRM CLNR/DISINFECT- MOP BUCK $1.497 2275 GL1-GLASS& MULTI-SURFACE CLEANER $1.931 2276 RR1-HVY DTY RESTRM CLNR/DISINFECT-BOTTLE $2.945 2277 OC1-ODOR COUNTERACTANT/FABRIC FRESHENER $5.794 7544 FC1- HEAVY DUTY CLEANER- BOTTLE $1.352 2281 1-HVY DTY FOAMING DEGREASER- BOTTLE/FOAIV $1.449 2278 SK1- POT& PAN DETERGENT $1.159 2279 SK2-THREE COMPARTMENT SINK SANITIZER $1.159 7670 TRIGGER SPRAYER $0.000 7574 TRIGGER SPRAYER LABELS $0.000 7716 QUAT STRIPS $0.000 7705 SANIS ULTRACLEAN BASE CHARGE* $28.964 7706 SANIS ULTRACLEAN SQ FT CHARGE* $0.190 4434525 FACE MASK RENTAL(standard-non FR) $0.242 per mask 449360990 SLIM JIM bin $1.00 bin weekly LEASE 457580000 1000 Ct. Sanitizing Wipes Refill 457580000 06 each or$60.00 per roll of 1000 457580010 800 Ct. Sanitizing Wipes Refill 457580010 .06 each or$48.00 per roll of 800 40571 95G Tote-All Source $1.80 44310 Reusable Face Mask $1.80 27071 SIG DUALTP DSP ALU $0.000 27081 SIG DUALTP DSP STEEL $0.483 27073 SIG DUALTP CVR RED $0.000 27074 SIG DUALTP CVR WHITE $0.000 27075 SIG DUALTP CVR STGRY $0.000 27076 SIG DUALTP CVR BLACK $0.000 27077 SIG DUALTP CVR BLUE $0.000 27078 SIG DUALTP CVR SND $0.000 27079 SIG DUALTP CVR LIME $0.000 27080 SIG DUALTP CVR ORANG $0.000 27083 SIG DUALTP RFL PAPER $17.382 27000 SIG ZFOLD DSP ALU $0.000 27010 SIG ZFOLD DSP STEEL $0.483 27002 SIG ZFOLD CVR RED $0.000 27003 SIG ZFOLD CVR WHITE $0.000 27004 SIG ZFOLD CVR STGRY $0.000 27005 SIG ZFOLD CVR BLACK $0.000 27006 SIG ZFOLD CVR BLUE $0.000 27007 SIG ZFOLD CVR SND $0.000 27008 SIG ZFOLD CVR LIME $0.000 27009 SIG ZFOLD CVR ORANGE $0.000 27012 SIG ZFOLD RFL PAPER $30.902 20005 SIG AUTOPAPR RED ALU $0.483 20006 SIG AUTOPAPR WHT ALU $0.483 20007 SIG AUTOPAPR GRY ALU $0.483 20008 SIG AUTOPAPR BLK ALU $0.483 20009 SIG AUTOPAPR BLU ALU $0.483 20010 SIG AUTOPAPR SND ALU $0.483 20011 SIG AUTOPAPR LME ALU $0.483 20012 SIG AUTOPAPR ORG ALU $0.483 20023 SIG PREMIUM HW TOWEL $4.653 27097 SIG TRASHCAN DSP ALU $0.966 27107 SIG TRASHCAN DSP STL $1.931 27099 SIG TRASHCAN CVR RED $0.000 27100 SIG TRASHCAN CVR WHT $0.000 27101 SIG TRASHCAN CVR GRY $0.000 27102 SIG TRASHCAN CVR BLK $0.000 27103 SIG TRASHCAN CVR BLU $0.000 27104 SIG TRASHCAN CVR SND $0.000 27105 SIG TRASHCAN CVR LME $0.000 27106 SIG TRASHCAN CVR ORG $0.000 27109 SIG TRASHCAN RFL BAG $16.416 27013 SIG AIR DSP ALU $0.000 27025 SIG AIR DSP STEEL $0.483 27015 SIG AIR CVR RED $0.000 27016 SIG AIR CVR WHITE $0.000 27017 SIG AIR CVR STGRY $0.000 27018 SIG AIR CVR BLACK $0.000 27019 SIG AIR CVR BLUE $0.000 27020 SIG AIR CVR SND $0.000 27023 SIG AIR CVR LIME $0.000 27024 SIG AIR CVR ORANGE $0.000 27026 SIG AIR SVC $2.358 27027 SIG AIR RFL CLEAN $0.000 27028 SIG AIR RFL MANGO $0.000 27029 SIG AIR RFL CITRUS $0.000 27030 SIG AIRADV DSP ALU $0.483 27040 SIG AIRADV DSP STEEL $0.966 27032 SIG AIRADV CVR RED $0.000 27033 SIG AIRADV CVR WHITE $0.000 27034 SIG ARADV CVR STGRY $0.000 27035 SIG ARADV CVR BLACK $0.000 27036 SIG ARADV CVR BLUE $0.000 27037 SIG ARADV CVR SND $0.000 27038 SIG ARADV CVR LIME $0.000 27039 SIG ARADV CVR ORANG $0.000 27045 SIG AUTOSOAP DSP ALU $0.483 27055 SIG AUTOSOAP DSP STL $0.966 27047 SIG AUTOSOAP CVR RED $0.000 27048 SIG AUTOSOAP CVR WHT $0.000 27049 SIG AUTOSOAP CVR GRY $0.000 27050 SIG AUTOSOAP CVR BLK $0.000 27051 SIG AUTOSOAP CVR BLU $0.000 27052 SIG AUTOSOAP CVR SND $0.000 27053 SIG AUTOSOAP CVR LME $0.000 27054 SIG AUTOSOAP CVR ORG $0.000 27069 SIG SOAP SVC $1.414 27070 SIG SOAP RFL FOAM $0.000 8071 SIG SANT ALC FM RFL $0.000 8072 SIG SANT SVC $2.700 9560 SIG AB SOAP SVC $1.768 9561 SIG AB SOAP RFL $0.000 9559 SIG HND SANTZR STAND $0.900 27058 SIG SOAP DSP ALU $0.000 27068 SIG SOAP DSP STEEL $0.483 27060 SIG SOAP CVR RED $0.000 27061 SIG SOAP CVR WHITE $0.000 27062 SIG SOAP CVR STGRY $0.000 27063 SIG SOAP CVR BLACK $0.000 27064 SIG SOAP CVR BLUE $0.000 27065 SIG SOAP CVR SND $0.000 27066 SIG SOAP CVR LIME $0.000 27067 SIG SOAP CVR ORANGE $0.000 27084 SIG CLNSEAT DSP ALU $0.000 27094 SIG CLNSEAT DSP STL $0.483 27086 SIG CLNSEAT CVR RED $0.000 27087 SIG CLNSEAT CVR WHT $0.000 27088 SIG CLNSEAT CVR GRY $0.000 27089 SIG CLNSEAT CVR BLK $0.000 27090 SIG CLNSEAT CVR BLU $0.000 27091 SIG CLNSEAT CVR SND $0.000 27092 SIG CLNSEAT CVR LME $0.000 27093 SIG CLNSEAT CVR ORG $0.000 27095 SIG CLNSEAT SVC $2.119 27096 SIG CLNSEAT RFL $0.000 27110 SIG AUTODRIP DSP ALU $0.000 27120 SIG AUTODRIP DSP STL $0.000 27112 SIG AUTODRIP CVR RED $0.000 27113 SIG AUTODRIP CVR WHT $0.000 27114 SIG AUTODRIP CVR GRY $0.000 27115 SIG AUTODRIP CVR BLK $0.000 27116 SIG AUTODRIP CVR BLU $0.000 27117 SIG AUTODRIP CVR SND $0.000 27118 SIG AUTODRIP CVR LME $0.000 27119 SIG AUTODRIP CVR ORG $0.000 27121 SIG AUTODRIP SVC $2.357 COUNTY FORMS 1 NON-COLLUSION AFFIDAVIT L of the ci accordingto la o�oat under of penalty of perjury, depose and say that: a. I am of the firm of the bidder makingthe Proposal p a1 or the project described in the Request for Proposals for and that I executed the said proposal with full authority to do so; b. The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter t relating to such prices with any other bidder or with any competitor; and C. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly,to any other bidder or to any competitor; and d. No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; and e. The statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. 4ATO & Signature f Proposer) (Date) STATE OF: o �L�C� cc- COUNTY OF:, can Rob ns Subscribed and sworn to or affirmed) before me, by means of M physical presence or 0 online notarization, on (date) by (name of affiant). He/She is personally known to me or has produced m �'S •- ! (type of identification) as identification. -WOTAO PUBLIC My commission expires: L 2� i TYLER CROUCH Notary PU61k.%A*y,S40r F�ta " mis on 0 HH 313tC19 ..... ,,. LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO.010-1990 MONROE COUNTY,FLORIDA ETHICS CLAUSE f u °1 i; (Company) �y a% warrants that he/she/it has not employed, retained or otherwise had act on his/her/ its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010- j 1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover,the full amount of any fee, commission, percentage,gift, or consideration paid to the former County officer or employee". i v ,. ignature) Date: If STATE OF: COUNTY OF: r Subscribed and swo WiLrd; o(or of irme ) before me, by means oft/ physical presence or❑ online notarization, on - 20 (date)by ( ) personally known to me or has produced nay f want .�Ie�She i ► as identification. _ (Type of identification) 694:::� NOTAA PUBLIC G My commission expires: M Z02 (SEAL) :E'spires R 111 AotMC•Sate of Fib 4 n#HH 313209 r�.'Y sky Co 5rp i6,ta"t6ffat,detE thrtia,ai Netary hxxrt, �tl DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute, AS Sec.287.087 hereby certifies that: " a . NO 0*11 (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture,distribution,dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection(1). 4. In the statement specified in subsection(1),notify the employees that,as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of,or plea of guilty or nolo contendere to,any violation of Chapter 893(Florida Statutes)or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5) days after such conviction. 5. Imposes a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community,for any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Prop is Signature 'T 114jw" (pate STATE OF: �4 COUNTY OF: 4k- Subscribed and sworn to(712, affir ed)before me,by means of physical presence or❑online N notarization,on Q (date)by " � � - t I(name of affiant). He/She is personally known to me or has produced QC:A& pf%m (type of ident" ication)as identification. Or NOTARY PUBLIC (SEAL) My Commission Expire (SEAL) 6 1 fri Z* w TYLER CROUCH Notary Public•State of Florida 4001alomw Commhsion M HH 31 ' My Comm.Expires Sep 1 S,2026 through National Notary Assn. PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes,for CATEGORY TWO for a period of thirty-six(36)months from the date of being placed on the convicted vendor list." I have read the above and state that neither W&A I* (Respondent's name) nor any Affiliate has been placed on the convictA vendor list within the last thirty-six(36) months. ignature) Date: wuus STATE OF: COUNTY OF: rlw a " Subscribed and sworn to (or alffirmed) before me, by means of physical presence or 0 online notarization, on the day of A Ppil r c. 20_a (date), by (name of affiant). He/She is personally known,to me or has produced (type of identification) as identification. NOTARY PUBLIC (SEAL) My Commission Expires: TYLER CROU04 Notary Public-State ofFlarldp Commlsslan#HH313200 My Comm.Expires Slip 18,2026 tonded'thre ugh National Notary Ann. VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Project Description(s): Uniforms and Facility Service Respondent Vendor Name: Cintas Corporation No. 2 Vendor FEIN: 31-173809 Vendor's Authorized Representative Name and Title: Brittany VanTuyle, Government Account Manager Address: 296 Ellsworth Circle City: St.John's State: Florida Zipa 32259 Phone Number 570-574-9821 Email Address: vantuyleb@cintas.com Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal,the company is on the Scrutinized Companies that Boycott Israel List,created pursuant to Section 215.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for good or services of $1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to s. 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the Section entitled "Respondent Vendor Name" is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria. I understand that pursuant to Section 287.135, Florida Statutes,the submission of a false certification may subject company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the County may be terminated, at the option of the County, if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria. Certified By: Cintas Corporation No. 2 who is authorized to sign on behalf of the above referenced company. Authorized Signature: Print Name: Brittany VanTuyle Title:Government Account Manager Note: The List are available at the following Department of Management Services Site: i°G:k ./J�rwnr dk�[4 ,�'rifl��rix'1 � r, di� i;'ar���rtitti � _Lr�il:irrri� d dj!,criimiwH r pu +i¢ iu C:° vendor lu t APPENDIX A 44 C.F.R. PART 18—CERTIFICATION REGARDING LOBBYING (To be submitted with each bid or offer exceeding $100,000) Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor,Cintas Corporation No. 2 , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature 6f Contractor's Authorized Official Brittany VanTuyle, Government Account Manager 4.10.23 Name and Title of Contractor's Authorized Official Date DISCLOSURE OF LOBBYLNG ACMITIES "M 7M S pr M .:15L'. 7 VI 3�V S,C 11`2 1, Tape of Federal Action- 2. Status of Federal Action: 3, Report T)-pe; A.contract a.b4oftopplicatLon a Inital b. p= b =tial awnd b matenxi change C_ CD0P8nft%'E 2P'E#MIPMt c: post-award d- loan. For Material Change Only- e. 10an V=12 Yat_ pmee �a .e ei f lonr vasarance date,of List repon 4- Name and Address of Reporting Eat 5. If Reporting Eafirly in No.4 is Sabavrardec Enter Name and Address of Pnme- Subawxdee Dar if known, CougTessional DistricL if known Coo gresiional District if known 6- Federal 1lep2rtmentl.Agency'. 7 Federal Program Name,'Description: MANumber,if applicable Federal Action Number.,if known: 9, Award Amome Ii of known, 10, a. Name and Address of Lobby Entity b, Individuals Performing S ervices fm dud mF i f indi%ridmal,lam amme,fint na=p mj address Lf differaw from No I Oa,'p oast name.first nanx,NIT) (anath Cot hituanon Sheo,'s(if aecessanl 11- Amount of PaTtakat(check A thai apply) 13, Ty pe of Psymest(cb*ck all that apply) acoxal pWmed � a retainer b one-dme fep 12. Foram of Payment(check all that apply)-. c coumuslion Ma- cash I comungent fee E] b. in- nattze e dg=pd value f other.,specLfy 14- Brief Description of Services Performed or to be performed and Djtets}of Service,incIttding officer(s),employeos),or toember(s)contacted,for Paymeat Indicated in Item 11, (attach Continuation Sbeet�s)if necessary) 15, COntiI882608 Sheet(S)attached: Yes No 16, :ni==fim roq=%Zd tlmou;h 71m fone it=&mizad by rjdo 31 US.C.Saction.1352- TM%ithdoun of lobtrvi us Signature- rakiw,%wa%pW4d by tho to zbmv whim neat=m"Cm- im ww.madaw murad ram. Tluitsdortui as raqu d Print Marne:PW'U=l tO 31 Ur SL Ir 13 511 M% mwiH b4 npmsd to C=qml&;wzm==aIIy=d WO to n-MIAbla for VuMk impwtion Any pa"wm who fwli m ffk 6a mpaod Title: &TA.Tolura;h4 bo 1**CI to a rn-j pmair!a f met Iqq;*= %I 0'WQ Md not MGM ffim S 100,000 for GO&luch fk1wo. Telephone No, Dare. .kmhonzed kir Local Reprodtxnon Federal Use Ojah,-: �Amdxd Fann-LLL 2-6c PART 2r-OUNTY INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient,at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C.section 1352. Thefiling of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. I Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2. Identify the Identify the status of the covered Federal action 3 Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action 4. Enter the full name,address,city,state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks"Subawardee"then enter the full name,address,city,state and zip code of the prime Federal recipient. Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name,if known. For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements,loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal(RFP)number,Invitation for Bid(IFB)number,grant announcement number,the contract grant.or loan award number,the application/proposal control number assigned by the Federal agency). Include prefixes,e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a)Enter the full name,address,city,state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b)Enter the full names of the individual(s)performing services and include full address if different from 10(a). Enter Last Name,First Name and Middle Initial(MI).Enterthe amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4)to the lobbying entity(item 10). Indicate whether the payment has been made(actual)or will be made(planned). Check all boxes that apply. Ifthis is a material change report,enter the cumulative amount of payment made or planned to be made. 11. Check the appropriate box. Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 12. Check the appropriate box. Check all boxes that apply. If other,specify nature. 13. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s)of any services rendered. Include all preparatory and related activity notjust time spent in actual contact with Federal officials. Identify the Federal officer(s)or employee(s)contacted or the officers)employee(s)or Member(s) of Congress that were contacted. 14. Check whether or not a continuation sheet(s)is attached. 15. The certifying official shall sign and date the form,print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response,including time for reviewing instruction,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project (0348-0046),Washington,D.C.20503. SF-LLL-Instructions Rev.06-04-90«ENDIF» DATE(MM/DD/YYYY) 04/05/2023 CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. b 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 M certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Aon Risk Services Northeast, Inc. PHONE (866) 283 FAX 63-0105 a C/o AOn Client Services (A/C No Exq: - 7122 (800) 3 mmm 4 Overlook Point E-MAIL _ Lincolnshire IL 60069 USA ADDPr;$$` INSURERS)AFFORDING COVERAGE NAIC p ................. ..,..................m.......... INSURED INSURER A: Liberty Mutual Fire Ins Co 23035 Cintas Corporation and its Subsidiaries INSURERB: LM Insuranceµ Corporation 33600 6800 Cintas Blvd INSURER Liberty Insurance.... PO Box 625737WW Corporation 42404 y ----_. Cincinnati OH 45262 USA INSURERD: Westchester Fire Insurance Company 10030 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570098901909 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. Limits shown are as mguested INSR ARD1 'JoSA POLICY EFF POLICY EXP LTR TYPE OF INSURANCE p Vft POLICY NUMBER MM DDIXV Y / LIMITS '�' X COMMERCIALGENERALLLIIABIBILITY °' TB2 51 4 9 07 O1 2 7 1 2 EACH OCCURRENCE $2,000,000 CLAIMS-MADE X IOCCUR DAMAGE TO RENTED $1,000,000 h. PR-MISSES(Fd'fn1./""c X contractual Liability MED EXP(Any one person) $5,000, PERSONAL&ADV INJURY $1,000,000 rn _ ................ aJ_AC,3R_GATLIMIT APPLIES PER GENERALL AGGREGA TE $2,OOO,OOO w DPOLICY PRO y p LOC PRODUCTS-COMP/OPAGG $1,000,000 RO- O OTHER o A AUTOMOBILE LIABILITY As2-651-004227-072 07/01/2022 07/01/2023 COMBINED SINGLE LIMIT $5,000,000 � ADS lEmaaE&PIJ.....--- X ANY AUTO BODILY INJURY(Per person) mmm m. O "•"•"�OWNED SCHEDULED BODILY INJURY(Per accIdenq Z AUTOS w.. .^^ AUTOS ONLY PROPERTY DAMAGE 2jp HIRED AUTOS NON-OWNED 'Per art�de.nt) O ONLY AUTOS ONLY Camp/Coll SODed d D X UMBRELLA LIAB X OCCUR G22035277017 07/01/2022 07/Ol/2023 EACH OCCURRENCE S5,000,000 v EXCESS LIAB __[ CLAIMS-MADE AGGREGATE $5,000,000 DED X Yd0 ITc1V}.6,9Ud $10,000 B WORKERS PERSTATUTE B.. EMPLOYERS*REBORE ARTNOERI XDECUTIVE 'IT4IN N/A WCS6S1OO422J1o2 O7/O1/2022 07/01/2023 E'L EACH ACCIDENT RH mmm C LITY Y' $2,000,000 FF (Mandatory in NH) °'^^^ E L DISEASE-EA EMPLOYEE S2,000,000 If yes,describe untler DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT $2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Board of County Commissioners(BOCC) is included as Additional Insured on the General Liability and Automobile Liability policies, but only with respect to work performed under contract between the Certificate Holder and the Insured. ' 4 . .2 3 OAT CERTIFICATE HOLDER CANCELLATION WANW SHOULD ANY OF T EXPIRATION DATE THL-, ,, POLICY PROVISIONS, Monroe County Board of County AUTHORIZED REPRESENTATIVE Commissioners Attn: Alice Steryou — �J �/� /Tvilill Key Simonton Street [Y/ �� y a Sv Key West FL 33040 USA eXJfO9s /Gf.MG1a4c/� «JJ f�GI ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD